Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutAGENDA REPORT 2017 0315 CCSA REG ITEM 10J ITEM 10.J.
CITY OF MOORPARK,CALIFORM
MOORPARK CITY COUNCIL City Council Meeting
AGENDA REPORT J-/5-420
ACTION: , , ,/
TO: The Honorable City Council
FROM: Jessica Sandifer, Program Manag
DATE: March 6, 2017 (CC Meeting of 03/1 7)
SUBJECT: Consider Award of Bids for the Demolition of Site Improvements at
104 and 192 High Street (L0007); and Resolution Amending the FY
2016/17 Budget for the Project
BACKGROUND & DISCUSSION
The property on the south side of High Street (known as the Granary facility) and which
is located at 192 High Street was purchased by the-City for downtown redevelopment in
the early 1990's. The property has sat vacant for much of that time, awaiting a
development opportunity. In 2009, a Disposition and Development Agreement was
negotiated and signed with Aszkenazy Development, Inc. Unfortunately, the economic
downturn made Aszkenazy's project infeasible. In 2010, a Notice of Default was issued
to Aszkenazy Development and the site has sat vacant with little interest. In 2015, staff
was approached by a developer interested in purchasing the site for a farm-to-table
biodynamic restaurant and market. The City and the Developer have been in
negotiations on a Disposition and Development Agreement (DDA) for the purchase of of
a portion of the property, however, those negotiations have not yet been completed.
Even though the DDA has not been completed, the Developer elected to move forward
and entitle the project and on November 16, 2016, Commercial Planned Development
(CPD) Permit 2016-01 and Conditional Use Permit (CUP) 2016-04 was approved by the
City Council.
At this point, staff feels that it is a prudent move to prepare the property for disposition
by removing the granary structures and Maria's Restaurant and providing a clean site
for development. This action is recommended at this time so as to facilitate the future
sale of the property. The Maria's Restaurant lease was terminated effective December
16, 2016. A bid manual was prepared and the project was posted in the paper on
February 14, 2017 and February 19, 2017. The original bid due date was March 2, 2017
but was extended to March 3, 2017, due to some questions that arose during the
bidding process. Three bids were received by the extended bid due date of March 3,
2017. The bid results, using the base bid are:
118
Honorable City Council
March 15, 2017
Page 2
Standard Industries $119,523.00
5M Contracting, Inc. $193,250.00
AMPCO Contracting, Inc. $365,560.00
Staff had initially planned to focus the demolition on the restaurant and the granary
buildings (yellow buildings), however, an alternate was added to the bid that would
remove the sheet metal building (gray building) as well. The costs for the demolition
including the sheet metal (gray building) are:
Standard Industries $25,198.00
5M Contracting, Inc. $18,000.00
AMPCO Contracting, Inc. $66,685.00
The proposals were evaluated on their completeness and cost. The lowest responsive
and responsible bidder is Standard Industries. Standard Industries possesses the
necessary qualifications, resources, and experience to perform the work.
Staff is recommending that the sheet metal building be removed at the same time as the
other buildings on the site due to the permitting requirements of Metrolink. The permits
required from Metrolink for the work are time consuming and expensive. For this reason
it is best to demolish all buildings that encroach into Metrolink's right-of-way at the same
time.
ENVIRONMENTAL DETERMINATION
The California Environmental Quality Act (CEQA) determination was made as a part of
the approval of Commercial Planned Development (CPD) Permit 2016-01, in which the
demolition of the structures were considered a part of that project. The project was
considered categorically exempt from the provisions of CEQA pursuant to Section
15332 (Class 32: In-fill Development Projects) of the California Code of Regulations
(CEQA Guidelines). The proposed buildings and uses are consistent with the General
Plan, Downtown Specific Plan, and Zoning regulations; the project is within the City on a
site of less than five acres in size and surrounded by urban uses, the site has no value
as habitat, the project will not result in significant effects to traffic noise, air quality or
water quality, and the site is adequately served by existing utilities. In addition, there is
no substantial evidence that the project will have a significant effect on the environment
due to unusual circumstances. The action to demolish the existing buildings on the site
are within the scope of the project evaluated by staff and found by the City to be exempt
pursuant to State CEQA Guidelines Section 15332. Accordingly, no further
environmental documentation is required.
119
Honorable City Council
March 15, 2017
Page 3
FISCAL IMPACT
Staffs estimate for the costs of the demolition of the project was $280,000.00. Two of
the three bids came in significantly under this estimate. The cost of the demolition, with
the added scope of work, is $144,721.00, plus a contingency of $14,472.00 for a total
contract award of $159,193.00. Additional funds will be needed in the amount of
$25,000.00 for building permit and Metrolink permit fees. The total budget amendment
will be $184,193.00 from the Endowment Fund (2018). No funds have been budgeted in
the FY 2016-17 budget for this work.
STAFF RECOMMENDATION (ROLL CALL VOTE)
1. Find the removal of the site improvements to be categorically exempt from
CEQA; and
2. Approve the removal of the site improvements at 104 and 192 High Street; and
3. Authorize award of Agreement for Demolition of Site Improvements at 104 and
192 High Street (L0007) to Standard Industries for the contract amount of $144,721,
plus a project contingency of $14,472.00 for a total construction cost of $159,193.00;
and authorize the City Manager to sign the Agreement, subject to final language
approval of the City Manager; and
4. Adopt Resolution No. 2017- , amending the FY 2016-17 budget to fully fund
the project as described in this report.
Attachments—
1. Agreement
2. Resolution No. 2017-
120
ATTACHMENT 1
AGREEMENT BETWEEN THE CITY OF MOORPARK AND
J.D.M.L., INC. DBA STANDARD INDUSTRIES, FOR DEMOLITION OF
STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
THIS AGREEMENT, executed as of this day of
, 2017, between the City of Moorpark, a municipal corporation
("City") and J.D.M.L., Inc., a corporation, dba Standard Industries ("Contractor"). In
consideration of the mutual covenants and conditions set forth herein, the parties agree
as follows:
WHEREAS, City has the need for construction services related to demolition of
structures and appurtenances and site clearing at 104 and 194 High Street; and
WHEREAS, Contractor specializes in providing such services and has the proper
work experience, certifications, and background to carry out the duties involved; and
WHEREAS, on March 15, 2017, the City Council of the City of Moorpark
authorized the City Manager to enter into this Agreement after public bidding in
accordance with California Public Contract Code Section 20160, et seq.
NOW, THEREFORE, in consideration of the mutual covenants, benefits, and
premises herein stated, the parties hereto agree as follows:
1. TERM
The term of the Agreement shall be from the date of City Council approval on
March 15, 2017 until completion of the work identified in the Scope of Services and in
conformance with Exhibit C, unless this Agreement is terminated or suspended
consistent with Section 6 of this Agreement.
2. SCOPE OF SERVICES
City does hereby retain Contractor in a contractual capacity to provide
construction services related to demolition of structures and appurtenances and site
clearing at 104 and 194 High Street, as set forth in Exhibit C: Contractor's Bid Proposal,
dated March 3, 2017, which exhibit is attached hereto and incorporated herein by this
reference as though set forth in full and hereinafter referred to as the "Proposal" and as
set forth in Exhibit D, which include (i) Standard Specifications; (ii) Special Provisions;
(iii) Workers' Compensation Insurance Certificate (Labor Code 1860 and 1861); (iv)
Payment and Performance Bonds; and (v) Insurance Certificate for General Liability and
Automobile Liability, attached hereto and incorporated herein by this reference as
though set forth in full and hereinafter referred to as the Bid Manual. Where said Scope
of Services as set forth in Exhibit C and Exhibit D is modified by this Agreement, or in
the event there is a conflict between the provisions of said Scope of Services and this
Agreement, the language contained in this Agreement shall take precedence.
121
Contractor shall perform the tasks described and set forth in Exhibit C and
Exhibit D. Contractor shall complete the tasks according to the schedule of performance
which is also set forth in Exhibit D.
Compensation for the services to be performed by Contractor shall be in
accordance with Exhibit C. Compensation shall not exceed the rates or total value of
one hundred forty-four thousand seven hundred twenty-one dollars ($144,721.00) as
stated in Exhibit C, plus a contingency of fourteen thousand four hundred seventy two
dollars ($14,472.00), for a total contract value of one hundred fifty-nine thousand one
hundred ninety three dollars ($159,193.00), without a written amendment to the
Agreement executed by both parties. Payment by City to Contractor shall be as referred
to in this Agreement.
City and Contractor acknowledge that this project is a public work to which
prevailing wages apply, and that a public work project is subject to compliance
monitoring and enforcement by the California Department of Industrial Relations (DIR).
Contractor agrees to comply with and be bound by all the terms, rules and regulations
described in (a) Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the
California Labor Code, including without limitation Labor Code Section 1771 and (b) the
rules and regulations established by the DIR implementing such statutes, as though set
forth in full herein, including any applicable amendments made thereto during the term
of this Agreement. For every subcontractor who will perform work on this project,
Contractor shall be responsible for subcontractor's compliance with (a) and (b) and
Contractor shall take all necessary actions to ensure subcontractor's compliance. Labor
Code Section 1725.5 requires all contractors and subcontractors to annually register
with the DIR before bidding or performing on any public work contract.
3. PERFORMANCE
Contractor shall at all times faithfully, competently, and to the best of Contractor's
ability, experience, and talent, perform all tasks described herein. Contractor shall
employ, at a minimum, generally accepted standards and practices utilized by persons
engaged in providing similar services as are required of Contractor hereunder in
meeting its obligations under this Agreement.
4. MANAGEMENT
The individual directly responsible for Contractor's overall performance of the
Agreement provisions herein above set forth and to serve as principal liaison between
City and Contractor shall be Randy Mayes, and no other individual may be substituted
without the prior written approval of the City Manager.
The City's contact person in charge of administration of this Agreement, and to
serve as principal liaison between Contractor and City, shall be the City Manager or the
City Manager's designee.
J.D.M.L. Inc., dba Standard Industries Page 2 of 18 122
5. PAYMENT
The City agrees to pay Contractor monthly, in accordance with the terms and the
schedule of payment as set forth in Exhibit C, attached hereto and incorporated herein
by this reference as though set forth in full, based upon actual time spent on the above
tasks. This amount shall not exceed one hundred forty-four thousand seven hundred
twenty-one dollars ($144,721.00) as stated in Exhibit C, plus a contingency of fourteen
thousand four hundred seventy two dollars ($14,472.00), for a total contract value of
one hundred fifty-nine thousand one hundred ninety three dollars ($159,193.00) for the
total term of the Agreement unless additional payment is approved as provided in this
Agreement.
Contractor shall not be compensated for any additional services rendered in
connection with its performance of this Agreement, unless such additional services and
compensation are authorized, in advance, in a written amendment to this Agreement
executed by both parties.
Contractor shall submit invoices monthly for actual services performed. Invoices
shall be submitted on or about the first business day of each month, or as soon
thereafter as practical, for services provided in the previous month. Payment shall be
made within thirty (30) days of receipt of each invoice as to all non-disputed fees. If the
City disputes any of Contractor's fees it shall give written notice to Contractor within
thirty (30) days of receipt of any disputed fees set forth on the invoice. Contractor shall
provide appropriate documentation, as determined by the City, for all reimbursable
expenses.
6. TERMINATION OR SUSPENSION WITHOUT CAUSE
The City may at any time, for any reason, with or without cause, suspend, or
terminate this Agreement, or any portion hereof, by serving upon the Contractor at least
ten (10) days prior written notice. Upon receipt of said notice, the Contractor shall
immediately cease all work under this Agreement, unless the notice provides otherwise.
If the City suspends or terminates a portion of this Agreement such suspension or
termination shall not make void or invalidate the remainder of this Agreement.
The Contractor may terminate this Agreement only by providing City with written
notice no less than thirty (30) days in advance of such termination. In the event of such
termination, Contractor shall be compensated for such services up to the date of
termination. Such compensation for work in progress shall be prorated as to the
percentage of progress completed at the date of termination.
If the City Manager or the City Manager's designee determines that the
Contractor is in default in the performance of any of the terms or conditions of this
Agreement, the City may proceed in the manner set forth in Section 6-4 of the
Greenbook.
J.D.M.L. Inc., dba Standard Industries Page 3 of 18 123
7. DEFAULT OF CONTRACTOR
The Contractor's failure to comply with the provisions of this Agreement shall
constitute a default. In the event that Contractor is in default for cause under the terms
of this Agreement, City shall have no obligation or duty to continue compensating
Contractor for any work performed after the date of default and can terminate this
Agreement immediately by written notice to the Contractor. If such failure by the
Contractor to make progress in the performance of work hereunder arises out of causes
beyond the Contractor's control, and without fault or negligence of the Contractor, it
shall not be considered a default.
If the City Manager or the City Manager's designee determines that the
Contractor is in default in the performance of any of the terms or conditions of this
Agreement, he/she shall cause to be served upon the Contractor a written notice of the
default. The Contractor shall have five (5) working days after service upon it of said
notice in which to cure the default by rendering a satisfactory performance. In the event
that the Contractor fails to cure its default within such period of time, the City shall have
the right, notwithstanding any other provision of this Agreement, to terminate this
Agreement without further notice and without prejudice to any other remedy to which it
may be entitled at law, in equity or under this Agreement.
8. LIQUIDATED DAMAGES
If the Contractor fails to complete the work, or any portion thereof, within the time
period required by this Agreement or as duly extended in writing by the City Manager,
Contractor shall forfeit and pay to the City, as liquidated damages, the sum of two
hundred fifty dollars ($250.00) per day for each calendar day the work, or portion
thereof, remains uncompleted after the above specified completion date. Liquidated
damages shall be deducted from any payments due or to become due to the Contractor
under the terms of this Agreement [Government Code Sec. 53069.85]. Progress
payments made by the City after the above specified completion date shall not
constitute a waiver of liquidated damages by the City.
9. OWNERSHIP OF DOCUMENTS
Contractor shall maintain complete and accurate records with respect to sales,
costs, expenses, receipts, and other such information required by City that relate to the
performance of services under this Agreement. Contractor shall maintain adequate
records of services provided in sufficient detail to permit an evaluation of services. All
such records shall be maintained in accordance with generally accepted accounting
principles and shall be clearly identified and readily accessible. Contractor shall provide
free access to the representatives of City or its designees at reasonable times to such
books and records; shall give the City the right to examine and audit said books and
records; shall permit City to make transcripts therefrom as necessary; and shall allow
inspection of all work, data, documents, proceedings, and activities related to this
Agreement. Notification of audit shall be provided at least thirty (30) days before any
such audit is conducted. Such records, together with supporting documents, shall be
maintained for a period of ten (10) years after receipt of final payment.
J.D.M.L. Inc., dba Standard Industries- _ Page 4 of 18
124
Upon completion of, or in the event of termination or suspension of this
Agreement, all original documents, designs, drawings, maps, models, computer files,
surveys, notes, and other documents prepared in the course of providing the services to
be performed pursuant to this Agreement shall become the sole property of the City and
may be used, reused, or otherwise disposed of by the City without the permission of the
Contractor. With respect to computer files, Contractor shall make available to the City,
at the Contractor's office and upon reasonable written request by the City, the
necessary computer software and hardware for purposes of accessing, compiling,
transferring, and printing computer files.
10. INDEMNIFICATION AND HOLD HARMLESS
Contractor shall indemnify, defend with legal counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers from and against all
liability, loss, damage, expense, cost (including without limitation reasonable legal
counsels' fees, expert fees and all other costs and fees of litigation) of every nature
arising out of or in connection with Contractor's negligence, recklessness or willful
misconduct in the performance of work hereunder or its failure to comply with any of its
obligations contained in this Agreement, except such loss or damage which is caused by
the sole or active negligence or willful misconduct of the City. Should conflict of interest
principles preclude a single legal counsel from representing both City and Contractor, or
should City otherwise find Contractor's legal counsel unacceptable, then Contractor shall
reimburse the City its costs of defense, including without limitation reasonable legal
counsels fees, expert fees and all other costs and fees of litigation. The Contractor shall
promptly pay any final judgment rendered against the City (and its officers, officials,
employees and volunteers) with respect to claims determined by a trier of fact to have
been the result of the Contractor's negligent, reckless or wrongful performance. It is
expressly understood and agreed that the foregoing provisions are intended to be as
broad and inclusive as is permitted by the law of the state of California and will survive
termination of this Agreement.
Contractor obligations under this section apply regardless of whether or not such
claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense,
judgment, civil fine or penalty, or liability was caused in part or contributed to by an
Indemnitee. However, without affecting the rights of City under any provision of this
agreement, Contractor shall not be required to indemnify and hold harmless City for
liability attributable to the active negligence of City, provided such active negligence is
determined by agreement between the parties or by the findings of a court of competent
jurisdiction. In instances where City is shown to have been actively negligent and where
City active negligence accounts for only a percentage of the liability involved, the
obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
J.D.M.L. Inc., dba Standard Industries Page 5 of 18
125
Contractor agrees to obtain executed indemnity agreements with provisions
identical to those set forth here in this Section from each and every subcontractor or any
other person or entity involved by, for, with, or on behalf of Contractor in the
performance of this Agreement. In the event Contractor fails to obtain such indemnity
obligations from others as required here, Contractor agrees to be fully responsible
according to the terms of this Section.
Failure of City to monitor compliance with these requirements imposes no
additional obligations on City and will in no way act as a waiver of any rights hereunder.
This obligation to indemnify and defend City as set forth here is binding on the
successors, assigns, or heirs of Contractor and shall survive the termination of this
Agreement or Section.
This Indemnity shall survive termination of the Agreement or Final Payment
hereunder. This Indemnity is in addition to any other rights or remedies that the
Indemnitees may have under the law or under any other Contract Documents or
Agreements. In the event of any claim or demand made against any party which is
entitled to be indemnified hereunder, City may, in its sole discretion, reserve, retain, or
apply any monies to the Contractor under this Agreement for the purpose of resolving
such claims; provided, however, City may release such funds if the Contractor provides
City with reasonable assurance of protection of the Indemnitees' interests. City shall, in
its sole discretion, determine whether such assurances are reasonable.
11. INSURANCE
Contractor shall maintain prior to the beginning of and for the duration of this
Agreement insurance coverage as specified in Exhibit A attached hereto and
incorporated herein by this reference as though set forth in full.
12. INDEPENDENT CONTRACTOR
Contractor is and shall at all times remain as to the City a wholly independent
Contractor. The personnel performing the services under this Agreement on behalf of
Contractor shall at all times be under Contractor's exclusive direction and control.
Neither City nor any of its officers, employees, or agents shall have control over the
conduct of Contractor or any of Contractor's officers, employees, or agents, except as
set forth in this Agreement. Contractor shall not at any time or in any manner represent
that it or any of its officers, employees, or agents are in any manner officers,
employees, or agents of the City. Contractor shall not incur or have the power to incur
any debt, obligation, or liability against City, or bind City in any manner.
No employee benefits shall be available to Contractor in connection with the
performance of this Agreement. Except for the fees paid to Contractor as provided in
the Agreement, City shall not pay salaries, wages, or other compensation to Contractor
for performing services hereunder for City. City shall not be liable for compensation or
indemnification to Contractor for injury or sickness arising out of performing services
hereunder.
J.D.M.L.-Inc., dba Standard Industries Page 6 of 18 126
13. LEGAL RESPONSIBILITIES
The Contractor shall keep itself informed of local, state, and federal laws and
regulations which in any manner affect those employed by it or in any way affect the
performance of its service pursuant to this Agreement. The Contractor shall at all times
observe and comply with all such laws and regulations, including but not limited to the
Americans with Disabilities Act and Occupational Safety and Health Administration laws
and regulations. The City and Contractor shall comply with Exhibit B, California Public
Contract Code Section 9204, when applicable. The City, and its officers and
employees, shall not be liable at law or in equity occasioned by failure of the Contractor
to comply with this Section.
14. ANTI DISCRIMINATION
Neither the Contractor, nor any subcontractor under the Contractor, shall
discriminate in employment of persons upon the work because of race, religious creed,
color, national origin, ancestry, physical handicap, medical condition, marital status, or
gender of such person, except as provided in Section 12940 of the Government Code.
The Contractor shall have responsibility for compliance with this Section [Labor Code
Section 1735].
15. UNDUE INFLUENCE
Contractor declares and warrants that no undue influence or pressure is used
against or in concert with any officer or employee of the City in connection with the
award, terms, or implementation of this Agreement, including any method of coercion,
confidential financial arrangement, or financial inducement. No officer or employee of
the City will receive compensation, directly or indirectly from Contractor, or any officer,
employee, or agent of Contractor, in connection with the award of this Agreement or any
work to be conducted as a result of this Agreement. Violation of this Section shall be a
material breach of this Agreement entitling the City to any and all remedies at law or in
equity.
16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES
No member, officer, or employee of the City, or their designees or agents, and no
public official who exercises authority over or responsibilities with respect to the Project
during his/her tenure or for one (1) year thereafter, shall have any interest, direct or
indirect, in any agreement or sub-agreement, or the proceeds thereof, for work to be
performed in connection with the Project performed under this Agreement.
17. CONFLICT OF INTEREST
Contractor covenants that neither they nor any officer or principal of their firm
have any interests, nor shall they acquire any interest, directly or indirectly, which will
conflict in any manner or degree with the performance of their services hereunder.
Contractor further covenants that in the performance of this Agreement, they shall
employ no person having such interest as an officer, employee, agent, or subcontractor.
J.D.M.L. Inc., dba Standard Industries Page 7 of 18
127
Contractor further covenants that Contractor has not contracted with nor is performing
any services directly or indirectly, with the developer(s) and/or property owner(s) and/or
firm(s) and/or partnership(s) and/or public agency(ies) owning property and/or
processing an entitlement application for property in the City or its Area of Interest, now
or within the past one (1) year, and further covenants and agrees that Contractor and/or
its subcontractors shall provide no service or enter into any contract with any
developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public
agency(ies) owning property and/or processing an entitlement application for property in
the City or its Area of Interest, while under contract with the City and for a one (1) year
time period following termination of this Agreement.
18. NOTICE
Any notice to be given pursuant to this Agreement shall be in writing, and all such
notices and any other document to be delivered shall be delivered by personal service
or by deposit in the United States mail, certified or registered, return receipt requested,
with postage prepaid, and addressed to the party for whom intended as follows:
To: City Manager
City of Moorpark
799 Moorpark Avenue
Moorpark, California 93021
To: John Scheck, President
J.D.M.L., Inc., dba Standard Industries
1905 Lirio Avenue
Ventura, California 93004
Either party may, from time to time, by written notice to the other, designate a
different address or contact person, which shall be substituted for the one above
specified. Notices, payments and other documents shall be deemed delivered upon
receipt by personal service or as of the third (3rd) day after deposit in the United States
mail.
19. CHANGE IN NAME
Should a change be contemplated in the name or nature of the Contractor's legal
entity, the Contractor shall first notify the.City in order that proper steps may be taken to
have the change reflected in the Agreement documents.
20. ASSIGNMENT
Contractor shall not assign this Agreement or any of the rights, duties, or
obligations hereunder. It is understood and acknowledged by the parties that Contractor
is uniquely qualified to perform the services provided for in this Agreement.
J.D.M.L. Inc., dba Standard Industries Page 8 of 18
128
21. LICENSES
At all times during the term of this Agreement, Contractor shall have in full force
and effect, all licenses required of it by law for the performance of the services in this
Agreement.
22. VENUE AND GOVERNING LAW
This Agreement is made, entered into, and executed in Ventura County,
California, and any action filed in any court or for arbitration for the interpretation,
enforcement or other action of the terms, conditions, or covenants referred to herein
shall be filed in the applicable court in Ventura County, California. The City and
Contractor understand and agree that the laws of the state of California shall govern the
rights, obligations, duties, and liabilities of the parties to this Agreement and also govern
the interpretation of this Agreement.
23. ENTIRE AGREEMENT
This Agreement contains the entire understanding between the parties relating to
the obligations of the parties described in this Agreement. All prior or contemporaneous
agreements, understandings, representations, and statements, oral or written, are
merged into this Agreement and shall be of no further force or effect. Each party is
entering into this Agreement based solely upon the representations set forth herein and
upon each party's own independent investigation of any and all facts such party deems
material.
24. CAPTIONS OR HEADINGS
The captions and headings of the various Articles, Paragraphs, Sections, and
Exhibits of this Agreement are for convenience and identification only and shall not be
deemed to limit or define the content of the respective Articles, Paragraphs, Sections,
and Exhibits hereof.
25. AMENDMENTS
Any amendment, modification, or variation from the terms of this Agreement shall
be in writing and shall be effective only upon approval by both parties to this Agreement.
26. TIME OF COMPLETION
City and Contractor agree that time is of the essence in this Agreement. City and
Contractor further agree that Contractor's failure to perform on or at the times set forth
in this Agreement will damage and injure City, but the extent of such damage and injury
is difficult or speculative to ascertain. Consequently, City and Contractor agree that any
failure to perform by Contractor at or within the times set forth herein shall result in
liquidated damages as defined in this Agreement for each and every day such
performance is late. City and Contractor agree that such sum is reasonable and fair.
Furthermore, City and Contractor agree that this Agreement is subject to Government
J.D.M.L. Inc., dba Standard Industries Page 9 of 18
129
Code Section 53069.85 and that each party hereto is familiar with and understands the
obligations of said Section of the Government Code.
27. PRECEDENCE
Contractor is bound by the contents of City's Bid Package and Proposal, Exhibit
C and Exhibit D, attached hereto and incorporated herein by this reference as though
set forth in full. In the event of conflict, the requirements of the City's Bid Package and
this Agreement shall take precedence over those contained in the Proposal.
28. INTERPRETATION OF AGREEMENT
Should interpretation of this Agreement, or any portion thereof, be necessary, it is
deemed that this Agreement was prepared by the parties jointly and equally, and shall
not be interpreted against either party on the ground that the party prepared the
Agreement or caused it to be prepared.
29. WAIVER
No waiver of any provision of this Agreement shall be deemed, or shall
constitute, a waiver of any other provision, whether or not similar, nor shall any such
waiver constitute a continuing or subsequent waiver of the same provision. No waiver
shall be binding unless executed in writing by the party making the waiver.
30. AUTHORITY TO EXECUTE
The person or persons executing this Agreement on behalf of the. Contractor
warrants and represents that he/she has the authority to execute this Agreement on
behalf of the Contractor and has the authority to bind Contractor to the performance of
obligations hereunder.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed the day and year first above written.
CITY OF MOORPARK J.D.M.L., Inc. dba Standard Industries
Steven Kueny, City Manager John Scheck, President
Attest:
Maureen Benson, City Clerk
J.D.M.L. Inc., dba Standard Industries Page 10 of 18
130
EXHIBIT A
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of the Work, Contractor will
maintain insurance in conformance with the requirements set forth below. Contractor
will use existing coverage to comply with these requirements. If that existing coverage
does not meet the requirements set forth here, it will be amended to do so. Contractor
acknowledges that the insurance coverage and policy limits set forth in this section
constitute the minimum amount of coverage required. Any insurance proceeds available
to City in excess of the limits and coverage required in this Agreement and which is
applicable to a given loss, will be available to the City.
Contractor shall provide the following types and amounts of insurance:
Commercial General Liability
Commercial General Liability Insurance shall be provided by an Insurance
Services Office "Commercial General Liability" policy form CG 00 01 or the exact
equivalent. Defense costs must be paid in addition to limits. There shall be no cross
liability exclusion for claims or suits by one insured against another. Limits shall be no
less than $1,000,000 per occurrence for all covered losses and no less than $2,000,000
general aggregate.
Contractor's policy shall contain no endorsements limiting coverage beyond the
basic policy coverage grant for any of the following:
a. Explosion, collapse or underground hazard (XCU)
b. Products and completed operations
c. Pollution liability
d. Contractual liability
Coverage shall be applicable to City for injury to employees of contractors,
subcontractors, or others involved in the project. Policy shall be endorsed to provide a
separate limit applicable to this project.
Workers' Compensation
Workers' Compensation insurance shall be provided on a state-approved policy
form providing statutory benefits as required by law with employers' liability limits no
less than $1,000,000 per accident for all covered losses.
J.D.M.L. Inc., dba Standard Industries Page 11 of 18
131
Business Auto Coverage
Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 06 92
including symbol 1 (Any Auto) or the exact equivalent shall be provided. Limits shall be
no less than $1,000,000 per accident, combined single limit. If Contractor owns no
vehicles, this requirement may be satisfied by a non-owned auto endorsement to the
general liability policy described above. If Contractor or Contractor's employees will use
personal autos in any way on this project, Contractor shall provide evidence of personal
auto liability coverage for each such person.
Excess or Umbrella Liability
Excess or Umbrella Liability insurance (Over Primary) if used to meet limit
requirements, shall provide coverage at least as broad as specified for the underlying
coverages. Coverage shall be provided on a "pay on behalf basis, with defense costs
payable in addition to policy limits. There shall be no cross liability exclusion precluding
coverage for claims or suits by one insured against another. Coverage shall be
applicable to City for injury to employees of contractor, subcontractors, or others
involved in the Work. The scope of coverage provided is subject to the approval of city
following receipt of proof of insurance as required herein. Limits are subject to review.
Insurance procured pursuant to these requirements shall be written by insurers
that are admitted carriers in the state of California and with A.M. Best rating of A- or
better and a minimum financial size of VII.
Contractor and City agrees as follows:
1. Contractor agrees to endorse the third party general liability coverage required
herein to include as additional insureds City, its officials, employees, agents,
using standard ISO endorsement No. CG 2010 with an edition date prior to 1992.
Contractor also agrees to require all contractors, subcontractors, and any one
else involved in any way with the project contemplated by this Agreement to do
likewise.
2. Any waiver of subrogation express or implied on the part of the City to any party
involved in this Agreement or related documents applies only to the extent of
insurance proceeds actually paid. City, having required that it be named as an
additional insured to all insurance coverage required herein, expressly retains the
right to subrogate against any party for sums not paid by insurance. For its part,
Contractor agrees to waive subrogation rights against City regardless of the
applicability of any insurance proceeds, and to require all contractors,
subcontractors, or others involved in any way with the project contemplated by
this Agreement to do likewise.
3. All insurance coverage maintained or procured by Contractor or required of
others by Contractor pursuant to this Agreement shall be endorsed to delete the
subrogation condition as to the city, or to specifically allow Contractor or others
providing insurance herein to waive subrogation prior to a loss. This
J.D.M.L. Inc., dba Standard Industries Page 12 of 18 132
endorsement shall be obtained regardless of existing policy wording that may
appear to allow such waivers.
4. It is agreed by Contractor and City that insurance provided pursuant to these
requirements is not intended by any party to be limited to providing coverage for
the vicarious liability of City, or to the supervisory role, if any, of City. All
insurance coverage provided pursuant to this or any other Agreement (express
or implied) in any way relating to City is intended to apply to the full extent of the
policies involved. Nothing referred to here or contained in any agreement
involving City in relation to the project contemplated by this Agreement is
intended to be construed to limit the application of insurance coverage in any
way.
5. None of the coverages required herein will be in compliance with these
requirements if they include any limiting endorsement of any kind that has not
been first submitted to City and approved of in writing.
6. All coverage types and limits required are subject to approval, modification, and
additional requirements by the City, as the need arises. Contractor shall not
make any reductions in scope of coverage (e.g. elimination of contractual liability
or reduction of discover period) that may affect City's protection without City's
prior written consent.
7. Proof of compliance with these insurance requirements, consisting of binders of
coverage, or endorsements, or certificates of insurance, shall be delivered to City
at or prior to the execution of this Agreement. In the event such proof of
insurance is not delivered as required, or in the event such insurance is canceled
or reduced at any time and no replacement coverage is provided, City has the
right, but not the duty, to obtain any insurance it deems necessary to protect its
interests under this or any other Agreement and to pay the premium. Any
premium so paid by City shall be charged to and promptly paid by Contractor or
deducted from sums due Contractor, at City option.
8. Contractor agrees to endorse, and to required others to endorse, the insurance
provided pursuant to these requirements, to require 30 days notice to City and
the appropriate tender prior to cancellation or reduction of such liability coverage
and notice of any material alteration or non-renewal of any such coverage, and to
require contractors, subcontractors, and any other party in any way involved with
the project contemplated by this Agreement to do likewise.
9. It is acknowledged by the parties of this Agreement that all insurance coverage
required to be provided by Contractor or any subcontractor, and any other party
involved with the project who is brought onto or involved in the project by
Contractor, is intended to apply first and on a primary non-contributing basis in
relation to any other insurance or self insurance available to the City.
10. Contractor agrees to ensure that subcontractors, and any other party involved
with the project who is brought onto or involved in the project by Contractor,
J.D.M.L. Inc., dba Standard Industries Page 13 of 18 133
provide the same minimum insurance coverage required of Contractor.
Contractor agrees to monitor and review all such coverage and assumes all
responsibility for ensuring that such coverage is provided in conformity with the
requirements of this Agreement. Contractor agrees that upon request, all
agreements with subcontractors and others engaged in this project will be
submitted to City for review.
11. Contractor agrees that all layers of third party liability coverage required herein,
primary, umbrella and excess, will have the same starting and expiration date.
Contractor agrees further that all other third party coverages required herein will
likewise have concurrent starting and ending dates.
12. Contractor agrees not to self-insure or to use any self-insured retentions or
deductibles on any portion of the insurance required herein and further agrees
that it will not allow any contractor, subcontractor, architect, engineer, or other
entity or person in any way involved in the performance of Work on the project
contemplated by this Agreement to self-insure its obligations to City. If
Contractor's existing coverage includes a deductible or self-insured retention, the
deductible or self-insured retention must be declared to the City. At that time the
City shall review options with the Contractor, which may include reduction or
elimination of the deductible or self-insured retention, substitution of other
coverage, or other solutions.
13. The City reserves the right at any time during the term of this Agreement to
change the amounts and types of insurance required by giving the Contractor 90
days advance written notice of such change. If such change results in substantial
additional cost to the Contractor, the City will negotiate additional compensation
proportional to the increased benefit to City.
14. For purposes of applying insurance coverage only, all contracts pertaining to the
project will be deemed to be executed when finalized and any activity
commences in furtherance of performance under this Agreement.
15. Contractor acknowledges and agrees that any actual or alleged failure on the
part of City to inform Contractor of non-compliance with any insurance
requirement in no way imposes any additional obligations on City nor does it
waive any rights hereunder in this or any other regard.
16. Contractor will renew the required coverage annually as long as City, or its
employees or agents face an exposure from operations of any type pursuance to
this Agreement. This obligation applies whether or not the Agreement is canceled
or terminated for any reason. The insurance shall include but not be limited to
products and completed operations and discontinued operations, where
applicable. Termination of this obligation is not effective until City executes a
written statement to that effect.
17. Contractor agrees to waive its statutory immunity under any workers'
compensation statute or similar statute, in relation to the City, and to require all
J.D.M.L. Inc., dba Standard Industries Page 14 of 18 134
subcontractors and any other person or entity involved in the project
contemplated by this Agreement to do likewise.
18. Requirements of specific coverage features are not intended as limitations on
other requirements or as a waiver of any coverage normally provided by any
given policy. Specific reference to a given coverage feature is for purposes of
clarification only as it pertains to a given issue, and is not intended by any party
or insured to be all-inclusive.
19. Any provision in any of the construction documents dealing with the insurance
coverage provided pursuant to these requirements, is subordinate to and
superseded by the requirements contained herein. These insurance
requirements are intended to be separate and distinct from any other provision in
this Agreement and are intended by the parties to be interpreted as such.
20. All liability coverage provided according to these requirements must be endorsed
to provide a separate aggregate limit for the project that is the subject of this
Agreement and evidencing products and completed operations coverage for not
less than two years after issuance of a final certificate of occupancy by all
appropriate government agencies or acceptance of the completed work by City.
21. Contractor agrees to be responsible for ensuring that no contract used by any
party involved in any way with the project reserves the right to charge City or
Contractor for the cost of additional insurance coverage required by this
Agreement. Any such provisions are to be deleted with reference to City. It is not
the intent of City to reimburse any third party for the cost of complying with these
requirements. There shall be no recourse against City for payment of premiums
or other amounts with respect thereto.
22. Contractor agrees to obtain and provide to City a copy of Professional Liability
coverage for Architects or Engineers on this project through Contractor. City shall
determine the liability limit.
J.D.M.L. Inc., dba Standard Industries Page 15 of 18 135
EXHIBIT B
PUBLIC CONTRACT CODE SECTION 9204
9204. (a) The Legislature finds and declares that it is in the best interests of the state
and its citizens to ensure that all construction business performed on a public works
project in the state that is complete and not in dispute is paid in full and in a timely
manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing
with Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section
19100) of Part 2, and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part
3, this section shall apply to any claim by a contractor in connection with a public works
project.
(c) For purposes of this section:
(1) "Claim" means a separate demand by a contractor sent by registered mail or
certified mail with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or penalties
for delay assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on
behalf of, the contractor pursuant to the contract for a public works project and payment
for which is not otherwise expressly provided or to which the claimant is not otherwise
entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) "Contractor" means any type of contractor within the meaning of Chapter 9
(commencing with Section 7000) of Division 3 of the Business and Professions Code
who has entered into a direct contract with a public entity for a public works project.
(3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B),
a state agency, department, office, division, bureau, board, or commission, the
California State University, the University of California, a city, including a charter city,
county, including a charter county, city and county, including a charter city and county,
district, special district, public authority, political subdivision, public corporation, or
nonprofit transit corporation wholly owned by a public agency and formed to carry out
the purposes of the public agency.
(B) "Public entity" shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction of that
department.
(ii) The Department of Transportation as to any project under the jurisdiction of that
department.
(iii) The Department of Parks and Recreation as to any project under the jurisdiction of
that department.
(iv) The Department of Corrections and Rehabilitation with respect to any project under
its jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part
3 of the Penal Code.
(v) The Military Department as to any project under the jurisdiction of that department.
(vi) The Department of General Services as to all other projects.
(vii) The High-Speed Rail Authority.
J.D.M.L. Inc., dba Standard Industries Page 16 of 18 136
(4) "Public works project" means the erection, construction, alteration, repair, or
improvement of any public structure, building, road, or other public improvement of any
kind.
(5) "Subcontractor" means any type of contractor within the meaning of Chapter 9
(commencing with Section 7000) of Division 3 of the Business and Professions Code
who either is in direct contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the
claim applies shall conduct a reasonable review of the claim and, within a period not to
exceed 45 days, shall provide the claimant a written statement identifying what portion
of the claim is disputed and what portion is undisputed. Upon receipt of a claim, a public
entity and a contractor may, by mutual agreement, extend the time period provided in
this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a
written statement identifying the disputed portion and the undisputed portion of the
claim, and the governing body does not meet within the 45 days or within the mutually
agreed to extension of time following receipt of a claim sent by registered mail or
certified mail, return receipt requested, the public entity shall have up to three days
following the next duly publicly noticed meeting of the governing body after the 45-day
period, or extension, expires to provide the claimant a written statement identifying the
disputed portion and the undisputed portion.
(D) Any payment due on an undisputed portion of the claim shall be processed and
made within 60 days after the public entity issues its written statement. If the public
entity fails to issue a written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity's written response, or if the public entity
fails to respond to a claim issued pursuant to this section within the time prescribed, the
claimant may demand in writing an informal conference to meet and confer for
settlement of the issues in dispute. Upon receipt of a demand in writing sent by
registered mail or certified mail, return receipt requested, the public entity shall schedule
a meet and confer conference within 30 days for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer
conference, if the claim or any portion of the claim remains in dispute, the public entity
shall provide the claimant a written statement identifying the portion of the claim that
remains in dispute and the portion that is undisputed. Any payment due on an
undisputed portion of the claim shall be processed and made within 60 days after the
public entity issues its written statement. Any disputed portion of the claim, as identified
by the contractor in writing, shall be submitted to nonbinding mediation, with the public
entity and the claimant sharing the associated costs equally. The public entity and
claimant shall mutually agree to a mediator within 10 business days after the disputed
portion of the claim has been identified in writing. If the parties cannot agree upon a
mediator, each party shall select a mediator and those mediators shall select a qualified
neutral third party to mediate with regard to the disputed portion of the claim. Each party
shall bear the fees and costs charged by its respective mediator in connection with the
selection of the neutral mediator. If mediation is unsuccessful, the parts of the claim
remaining in dispute shall be subject to applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including,
but not limited to, neutral evaluation or a dispute review board, in which an independent
third party or board assists the parties in dispute resolution through negotiation or by
J.D.M.L. Inc., dba Standard Industries Page 17 of 18 137
issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this
section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the
mediation conducted pursuant to this section shall excuse any further obligation under
Section 20104.4 to mediate after litigation has been commenced.
(E) This section does not preclude a public entity from requiring arbitration of disputes
under private arbitration or the Public Works Contract Arbitration Program, if mediation
under this section does not resolve the parties' dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time
periods described in this subdivision or to otherwise meet the time requirements of this
section shall result in the claim being deemed rejected in its entirety. A claim that is
denied by reason of the public entity's failure to have responded to a claim, or its failure
to otherwise meet the time requirements of this section, shall not constitute an adverse
finding with regard to the merits of the claim or the responsibility or qualifications of the
claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at
7 percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim
against a public entity because privity of contract does not exist, the contractor may
present to the public entity a claim on behalf of a subcontractor or lower tier
subcontractor. A subcontractor may request in writing, either on his or her own behalf or
on behalf of a lower tier subcontractor, that the contractor present a claim for work
which was performed by the subcontractor or by a lower tier subcontractor on behalf of
the subcontractor. The subcontractor requesting that the claim be presented to the
public entity shall furnish reasonable documentation to support the claim. Within 45
days of receipt of this written request, the contractor shall notify the subcontractor in
writing as to whether the contractor presented the claim to the public entity and, if the
original contractor did not present the claim, provide the subcontractor with a statement
of the reasons for not having done so.
(e) The text of this section or a summary of it shall be set forth in the plans or
specifications for any public works project that may give rise to a claim under this
section.
(f) A waiver of the rights granted by this section is void and contrary to public policy,
provided, however, that (1) upon receipt of a claim, the parties may mutually agree to
waive, in writing, mediation and proceed directly to the commencement of a civil action
or binding arbitration, as applicable; and (2) a public entity may prescribe reasonable
change order, claim, and dispute resolution procedures and requirements in addition to
the provisions of this section, so long as the contractual provisions do not conflict with or
otherwise impair the timeframes and procedures set forth in this section.
(g) This section applies to contracts entered into on or after January 1, 2017.
(h) Nothing in this section shall impose liability upon a public entity that makes loans or
grants available through a competitive application process, for the failure of an awardee
to meet its contractual obligations.
(i) This section shall remain in effect only until January 1, 2020, and as of that date is
repealed, unless a later enacted statute, that is enacted before January 1, 2020, deletes
or extends that date.
(Added by Stats. 2016, Ch. 810, Sec. 1. (AB 626) Effective January 1, 2017. Repealed
as of January 1, 2020, by its own provisions.)
J-.D.M.L. Inc., dba Standard Industries Page 18 of 18 138
Exhibit C
BID
CITY OF MOORPARK
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF MOORPARK:
The undersigned, as Bidder, declares that: (1) this Bid is made without collusion with any other
person and that the only persons or parties interested as principals are those named herein;
(2)the undersigned has carefully examined the Contract Documents (including all Addenda)
and the Project site; and (3)the undersigned has investigated and is satisfied as to the
conditions to be encountered, the character, quality and quantities of Work to be performed, and
the materials to be furnished. Furthermore, the undersigned agrees that submission of this Bid
shall be conclusive evidence that such examination and investigation have been made and
agrees, in the event the Contract be awarded to it, to execute the Contract with the City of
Moorpark to perform the Project in accordance with the Contract Documents in the time and
manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment,
apparatus and other means necessary so to do, except as may otherwise be furnished or
provided under the terms of the Contract Documents, for the following stated unit prices or
lump-sum price as submitted on the Bid herein.
The undersigned submits as part of this Bid a completed copy of its Industrial Safety Record.
This Safety Record includes all construction Work undertaken in California by the undersigned
and any partnership, joint venture or corporation that any principal of the undersigned
participated in as a principal or owner for the last five (5) calendar years and the current
calendar year before the date of Bid submittal. Separate information is being submitted for each
such partnership, joint venture, or corporate or individual Bidder. The undersigned may attach
any additional information or explanation of data that it would like to be taken into consideration
in evaluating the Safety Record. An explanation of the circumstances surrounding any and all
fatalities is attached.
Accompanying this Bid is cash, a cashier's check, a certified check or a Bid Bond in an amount
equal to at least ten percent (10%) of the total aggregate Bid price based on the quantities
shown and the unit prices quoted. The undersigned further agrees that, should it be
awarded the Contract and thereafter fail or refuse to execute the Contract and provide
the required evidence of insurance and Bonds within fifteen (15) Days after delivery of
the Contract to the undersigned, then the cash, check or Bid Bond shall be forfeited to
the City to the extent permitted by law.
The undersigned certifies to have a minimum of five (5) consecutive years of current experience
in the type of Work related to the Project and that this experience is in actual operation of the
firm with permanent employees performing a part of the Work as distinct from a firm operating
entirely by subcontracting all phases of the Work. The undersigned also certifies to be properly
licensed by the State as a contractor to perform this type of Work. The undersigned possesses
California Contractor's License
Number 702530 , Class A, , which expires on 02/28/18
Bidder's Name: /JDD L Inc. dba Standard Industries
Signature: L'"l/ G'r�P vl�l�L.. ✓ Date: 03-03--
Signature: Date:
82000-001611800815v4.doc B-1
139
ATTACHMENT 5— Revised Bid Sheet
CITY OF MOORPARK
BID SHEETS FOR
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
Bidder's Name: STANDARD INDUSTRIES
To the Honorable Mayor and Members of the City Council:
In compliance with the Notice Inviting Bids, the undersigned hereby agrees to execute the
Contract to furnish all labor, materials, equipment and supplies for the Project in accordance
with the Contract Documents to the satisfaction and under the direction of the Parks and
Recreation Director, at the following prices:
BASE AMOUNT:
ITEM DESCRIPTION UNIT QTY AMOUNT
NO.
1. Right-Of-Entry/Permits/Insurance LS $ 4,600
2. Asbestos Abatement LS $ 10,000
• 3 Demolition/Disposal—Granary LS $ 81,781
Buildings
4 Demolition/Disposal—Restaurant LS $ 19,142
Building
5. Post Demo Site Fencing LF 520 $ 4,000
TOTAL BASE AMOUNT $ 119,523
ADDITIVE OR DEDUCTIVE ITEMs:
ITEM NO. DESCRIPTION UNIT AMOUNT
1. Add: Demolition of the sheet metal building LS $ 25,198
TOTAL ADDITIVE OR DEDUCTIVE ITEM(s): $ 25,198
140
ATTACHMENT 5— Revised Bid Sheet
Note: Items may be adjusted or modified. Any changes to the quantities for these
items shall not constitute a substantial change as referenced in Section 3-2.2.1 of the
Standard Specifications. Therefore, regardless of total actual volume (percentage)
compared to estimated quantities, the unit prices provided above by the Bidder shall be
applied to the final quantity when payment is calculated for these items. No adjustment
in the unit prices will be allowed. The City reserves the right to not use any of the
estimated quantities; and if this right is exercised, the Contractor will not be entitled to
any additional compensation. Cost of all export of material shall be included in the
above unit costs; no additional compensation will be granted for such expenses.
TOTAL BID PRICE IN DIGITS: $ 144,721.00
TOTAL BID PRICE IN WORDS: One hundred forty four thousand seven hundred twenty one
Contractor also to supply cost to import additional soil for backfill beyond 10' depth.
Cost to import soil for backfill beyond 10' depth = $_ 10.24 per cu/yd (not included in bid
price)
Signature: Title: PM Date: 03-03-17
Signature: Title: Date:
141
QUESTIONNAIRE FORM
Fill out all of the following information. Attach additional sheets if necessary.
(1) Bidder's Name: Standard Industiries
(2) If the Bidder's name is a fictitious name, who or what is the full name of the registered
owner? If the Bidders name is not a fictitious name, write "N/A" in the response to this
question. If you are doing business under a fictitious name, provide a copy of the filed
valid Fictitious Business Name Statement.
(3) Business Address: 1905 Lirio Ave Ventura. CA 93004
(4) Telephone: 805-643-6669 Facsimile: 805-643-6642
(5) Type of Firm—Individual, Partnership, LLC or Corporation: Corporation
(6) Corporation organized under the laws of the State of: CA
(7) California State Contractor's License Number and Class: 702530 A. C-21, HAZ
Original Date Issued: 02/08/1995 Expiration Date: 02/28/2018
(8) DIR Contractor Registration Number 100013769
(9) List the name and title of the person(s)who inspected the Project site for your firm:
Randy Mayes, Project Manager
(10) List the name and title of the person(s) who attended the mandatory pre-Bid meeting
and site walk for your firm: Randy Mayes, Project Manager
(11) Number of years experience the company has as a contractor in construction work: 22
(12) List the names, titles, addresses and telephone numbers of all individuals, firm
members, partners,joint venturers, and company or corporate officers having a principal
interest in this Bid:
John Scheck Pres.
Lennie Scheck Treas.
Joseph Scheck Sec.
(13) List all current and prior D.B.A.'s, aliases, and fictitious business names for any principal
having interest in this Bid:
N/A
82000-0016\1800815v4.doc B-3
142
(14) List the dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this Bid:
N/A
(15) For all arbitrations, lawsuits, settlements and the like (in or out of court) that the
company or any principal having an interest in this Bid has been involved with in the past
five (5) years:
a. List the names, addresses and telephone numbers of contact persons for the
parties:
None
b. Briefly summarize the parties' claims and defenses:
c. State the tribunal (e.g., Superior Court, American Arbitration Association, etc.),
the matter number, and the outcome:
(16) Has the company or any principal having an interest in this Bid ever had a contract
terminated by the owner or agency? If yes, explain.
No
82000-001 611800815v4.doc B-4
143
(17) Has the company or any principal having an interest in this Bid ever failed to complete a
project? If yes, explain.
No
(18) Has the company or any principal having an interest in this Bid ever been terminated for
cause, even if it was converted to a"termination of convenience"? If yes, explain.
No
(19) For projects that the company or any principal having an interest in this Bid has been
involved with in the last five(5)years,did you have any claims or actions:
a. By you against the owner? Circle one: Yes No
b. By the owner against you? Circle one: Yes (ND
c. By any outside agency or individual for labor compliance?
Circle one: Yes
d. By Subcontractors? Circle one: Yes ©o
e. Are any of these claims or actions unresolved or outstanding?
Circle one: Yes
If your answer is"yes"to any part or parts of this question, explain.
(20) List the last three (3) projects you have worked on or are currently working on for the
City of Moorpark:
None
82000-0016 11800815v4.doc B-5
144
Upon request of the City, the Bidder shall furnish evidence showing a notarized financial
statement, financial data, construction experience, or other additional information.
Failure to provide truthful answers to the questions above or in the following References Form
may result in the Bid being deemed non-responsive.
The Bidder certifies under penalty of perjury under the laws of the State of California that the
information provided above is true and correct.
Notary Public Company
Subscribed and sworn to me: Signatur-.
LO .1 V\ Title: P -sident
Signature: ♦ + Date:
This?- day of V.:LAD • , 20- 11
Title: Not PQ‘9((,(r, Signature:
Signature: AllYVV\R4 Title:
•
Date:
(SEAL)
Notal y i'uuhc C iWornla Z
Velowa County zD
Cnnunuysum n 2169254
!
.u.,r My,. ...,,. F,1. .,.- )ct 23,2020
LEONA MARIA RUSSIAN
c**. • Notify-public CaMornia
::
Commission•2169254 -i_ om
MY Cm. sions ct 23,_20 0
_Estft
82000-0016\1800815v4.doc B-6
145
REFERENCES FORM
For all public agency projects in excess of $15,000 that you are currently working on or have
worked on in the past two (2) years, provide the following information. Particular interest in work
done within a railroad right-of-way in the past:
Project 1 Name/Number Westview Village -Ventura Housing Authority
Project Description Demolish 21 Structures.
Approximate Project Dates From: Jan 2017 To: April 2017
Agency Name: Cannon Constructors South Inc.
Contact Person: Bill Edwards Telephone: 818-668-7768
Address: 17000 Ventura Blvd. Suite 301 Encino CA, 91316
Original Contract Amount: $ 610.000 Final Contract Amount: $ TBD
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes ®o
Did the Agency file any claims against you? Circle one: Yes ofrTh
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 2 Name/Number Surge Tank Removal
Project Description Demolish Concrete Water Tank
Approximate Project Dates From: Jan 04. 2017 To: Jan 16. 2017
Agency Name: City of Santa Barbara Public Works Dept.
Contact Person: Ken Young Telephone: 805-560-7568
Address: 630 Garden Street Santa Barbara, CA 93102
Original Contract Amount: $ 55,780.00 Final Contract Amount: $43,230.00
82000-001611800815v4.doc B-7
146
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Unit Pricing Scope Reduction
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes •
Did the Agency file any claims against you? Circle one: Yes o
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 3 Name/Number Boeing North Airport Property
Project Description Demolish +/-45 acres of aircraft infrastructure for the C-17 Project
Approximate Project Dates From: Jan 2017 To: Present
Agency Name: The Boeing Company
Contact Person: Steve Fischer Telephone: 562-209-4998
Address: 3100 Cover Street Long Beach CA 90808
Original Contract Amount: $ 2,794,000.00 Final Contract Amount: $ On-going
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency? -
Circle one: Yes (No)
Did the Agency file any claims against you? Circle one: Yes
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
82000-0016\1800815v4.doc B-8
147
Project 4 Name/Number Demolition at 3348 Ventura Road
Project Description Demolish several structures and site pavement
Approximate Project Dates From: April 2016 To May 2016
Agency Name: City of Ventura
Contact Person: Neal Knopik Telephone: 805-677-3953
Address: 3348 Ventura Road
Original Contract Amount: $ 91,750.00 Final Contract Amount: $ 74,666.00
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Scope Reduction
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes o
Did the Agency file any claims against you? Circle one: Yes (-No)
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 5 Name/Number We have rail work but it's over two years ago ?
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
82000-0016\1 800815v4.doc B-9
148
Did you or any Subcontractor,file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 6 Name/Number
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor,file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
82000-001611800815v4.doc B-10
149
RESUME
Attach to this Bid the experience resume of the person who will be designated as General
Construction Superintendent or on-site Construction Manager for the Project.
AclippteD
82000-0016\1800815v4.doc B-11
150
RANDY MAYES
PROJECT MANAGER STANDARD INDUSTRIES
OVERVIEW Over 25 years experience in heavy industrial construction, demolition and project
management,including more than 10 years in oil and gas production.
LICENSES STATE of CALIFORNIA
Class A General Engineering, and Class C -21 STANDARD INDUSTRIES
Welding Contractor
1905 LIRIO AVENUE
EDUCATION Associate of Science VENTURA,CA 93004
Underwater Marine Technology
Santa Barbara City College(1984) (805) 805-6669
MILITARY SERVICE u.S.Air Force 1976-1980
PROFESSIONAL 2000—PRESENT PROJECT MANAGER
EXPERIENCE Randy has extensive experience working directly on a variety of complex demolition
projects in addition to managing a staff of estimators/superintendents and setting
design standards and quality control for all SI projects
1995—2000 SENIOR ESTIMATOR
SELECTED PROJECT 2011 I CTL III AN - DEMOLITION &SITE REMEDIATION
EXPERIENCE 11 acre test facility comprised of several test stands, buildings and underground
tunnels.
2010 I THE "BOWL" DEMOLITION, DECOMMISSION &SITE REMEDIATION
facility.test engine
A 17 acre rocket Demolition of several test stands, foundations
,•�_rY•
and all site infrastructure.
2004 I BUILDING 59(SNAP REACTOR BUILDING)
Notably the deepest structure at SSFL to be demolished, required several thousand
.t . yards of cut and fill.
w -1 1999 I SABER TEST FACILITY
Notably the tallest structure at SSFL to be demolished.
1997 I BUILDING 4064(RADIOACTIVE MATERIAL STORAGE BUILDING)
Standard Industries first job with Boeing North America—Rocketdyne Division.
!;
•
151
DESIGNATION OF SUBCONTRACTORS
[Public Contract Code Section 4104]
List all Subcontractors who will perform Work or labor or render service to the Contractor in or
about the construction of the Work or improvement, or a Subcontractor licensed by the State of
California who, under subcontract to the Contractor, specially fabricates and installs a portion of
the Work or improvement according to detailed drawings contained in the Plans and
Specifications, in an amount in excess of one-half percent (0.5%) of the Contractor's total Bid
or, in the case of bids or offers for the construction of streets or highways, including bridges, in
excess of one-half percent(0.5%) of the Contractor's total Bid or$10,000, whichever is greater.
If all Subcontractors do not fit on this page, attach another page listing all information for all
other Subcontractors.
Name under which CSLB License DIR Type of Work Percentage
Contractor Address and Phone
Subcontractor is Number(s)and (e.g., of Total Bid
R
Licensed Class(es) Registration Number Asbestos (e.g., 10%)
and Registered Number Abatement)
VenTERRA Env 989629 1000021207 805-988-3000 Asbestos 6%
The percentage of the total Bid shall represent the "portion of the work" for the purposes of
Public Contract Code Section 4104(b).
82000-0016\1800815v4.doc B-12
152
INDUSTRIAL SAFETY RECORD FORM
Bidder's Name Standard Industries
'Current
Year of 2016 2015 2014 2013 2012 Total
Record
Number of
contracts 3 25 16 17 16 16 93
Total dollar amount
of contracts (in
thousands of 3.7 Mil 6.1 MU 7.8 Mil 4.1 Mil 3.8 Mil 5.1 Mil 30.6 Mil
dollars)
Number of fatalities 0 0 0 0 0 0 0
Number of lost 0 0 0 0 0 0 0
workday cases
i -
Number of lost
workday cases
involving
permanent transfer 0 0 0 0 0 0 0
to another job or
termination of
employment
The above information was compiled from the records that are available to me at this time and I
declare under penalty of perjury under the laws of the State of California that the information is
true and accurate within the limitations of those records.
Signature: J Signature:
Title: Project Manager Title:
Date: o2/t 7-/ZO/?- Date:
•
82000-001611800815v4.doc B-13
153
•
I.
1 '
Bond No. MBC000028
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark ("Public Agency"), has issued an invitation for Bids for the
Work described as follows: Demolition of Structures and Site Clearance at 104 and 192 High
Street
WHEREAS JDML,INC.DBA:STANDARD INDUSTRIES-1905 LIRIO AVE.,VENTURA,CA 93004
(Name and address of Bidder)
("Principal"), desires to submit a Bid to Public Agency for the Work.
WHEREAS, Bidders are required to furnish a form of Bidder's security with their Bids.
NOW, THEREFORE, we, the undersigned Principal, and MERCHANTS BONDING COMPANY
6700 WESTOWN PARKWAY,WEST DES MOINES,IA 50266 -
i
(Name and address of Surety)
("Surety"), a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency in the penal sum of NOT TO EXCEED TEN PERCENT
{ (10%)OF THE TOTAL AMOUNT BID
Dollars ($ 10% ), being not less than ten percent
(10%) of the total Bid price, in 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 THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is
awarded the Contract for the Work by the Public Agency and, within the time and in the manner
required by the bidding specifications, enters into the written form of Contract included with the
bidding specifications, furnishes the required Bonds (one to guarantee faithful performance and
the other to guarantee payment for labor and materials), and furnishes the required insurance
coverage, then this obligation shall become null and void; otherwise, it shall be and remain in
full force and effect.
In case suit is brought upon this instrument, Surety further agrees to pay all court costs incurred
by the Public Agency in the suit and reasonable attorneys' fees in an amount fixed by the court.
Surety hereby waives the provisions of Civil Code Section 2845.
82000-0016\1800815v4.doc B-14 15 4
IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety, on
the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated: MARCH 2,2017
"Principal" "Surety"
JDML,INC.DBA:STANDARD INDUSTRIES MERCHANTS BONDING COMPANY
,/
By: By: � //
Its: , Its: / 4./SANDRA BLACK,A I N
FtEY-IN-FACT
By: By:
Its: Its:
Note: This Bond must be dated, all signatures must be notarized, and evidence of the authority of any person
signing as attorney-in-fact must be attached.
82000-0016\1800815v4.doc B-15 155
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF CALIFORNIA
County of Sacramento
On 9-01 before me, E. Johnson , Notary Public,
Date Insert Name of Notary exactly as it appears on the official seal
personally appeared Sandra R. Black
Name(s)of Signer(s)
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),
E.JOHNSON and that by his/her/their signature(s) on the instrument the
COMM.#2127163 person(s), or the entity upon behalf of which the person(s)
c9 aV
NOTARYPUBUC•CALIFORNIA nacted, executed the instrument.
2 SACRAMENTO COUNTY
'`^�^" Comm.Exp.P OCT.15,2019 I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my handand off ial seal.
Signature ( -5
Place Notary Seal Above Signature of Not, blic
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 the 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(s)
Signer's Name: Sandra R. Black Signer's Name:
❑ Individual ❑ Individual
❑ Corporate Officer—Title(s): ❑ Corporate Officer —Title(s):
❑ Partner ❑Limited ❑General ❑ Partner ❑Limited❑ General
d Attorney in Fact RIGHT THUMBPRINT ❑ Attorney in Fact RIGHT THUMBPRINT
❑ trustee OF SIGNER El-Trustee OF SIGNER
❑ Guardian or Conservator Top of thumb here ❑ Guardian or Conservator Top of thumb here
❑ Other: ❑ Other:
Signer is Representing: Signer is Representing:
Merchants Bonding
Company
156
. , . ',. • MERCHANTS�
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,
INC.,both being corporations duly organized under the laws of the State of Iowa(herein collectively called the"Companies"),
and that the Companies do hereby make,constitute and appoint, individually,
Sandra R Black; Sharon J Rusconi; Sokha Evans
of Sacramento and State of California their true and lawful Attorney-in-Fact,with full power
and authority hereby conferred in their name,place and stead, to sign,execute, acknowledge and deliver in their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not exceed the amount of:
TEN MILLION(510,000,000.00)DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized officers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authority herein given,are
hereby ratified and confirmed.
This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of
Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National
Bonding,Inc.,on October 24,2011.
"The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the
seal of the Company thereto,bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in
the nature thereof.
The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,
or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 20th day of November, 2014_
,.,,an,hn•4 ......
G
����tr,A101447..„..... ., •*v• COL'•w:)• MERCHANTS BONDING COMPANY(MUTUAL)
F 44....,C%�'aR4j n ;m4.... .••%PO4.%.1%1.. MERCHANTS NATIONAL BONDING,INC.
..p- `e3 G- -ti:_ -o- o•
=�'- 2003 IQ i Q :Q:• 1933 :c
�,:1Z•- •';,rte ; •
d4`y `\ .•
STATE OF IOWA •. BY /••• -, 77/Ia.__ ,
••.•,,I••` •*•• y``,1,�� •�•••• * ••••i •
COUNTY OF POLK ss. """."'•"N President
On this20th day of November. 2014,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that the said instrument was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal at the City of Des Moines,Iowa,the day and year
first above written.
�PO1 1 WENDY WOODY
'� Commission Number 784654
pp
? My Commission Expires •i•
/owe- June 20, 201741111.
Notary Public,Polk County,Iowa
STATE OF IOWA
COUNTY OF POLK ss.
1, Wiliam Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
Wtness Whereof,I have hereunto set my hand and affixed the seal of the Companies on
this f day of (v c&c;k , 20 i--.7
,%•''.1IOi�t.�/ ••, ••DING Cpl•.•
•
ti: i/1:1-'1" :it'": -per b. • '2+A� !�'G`�Zs2l/7�,
t: 2003 •3 ' •d' 1933 :c• Secretary
d .:N •
•. d4;-. •�a: 157
POA 0014 (7/14) iy;•-........•.riv��,.� •.•�y '�•..
'r F,, •
NONCOLLUSION DECLARATION FORM
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Public Contract Code Section 7106]
In accordance with Public Contract Code Section 7106, the undersigned declares:
I am the Project Manager of Standard Industries , the party making the
foregoing Bid.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The Bid is genuine and not collusive or
sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a
false or sham Bid. The Bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. The
Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any
overhead, profit, or cost element of the Bid price, or of that of any other Bidder. All statements
contained in-the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, to any corporation, partnership, company, association, organization, Bid depository, or
to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will
not pay, any Person or entity for such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on
behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on 02-27-2017 [date], at
Ventura [city], CA [state].
Signature: / •
� 1 Signature:
Printed Name: Randy Mayes Printed Name:
Date: 02-27-2017 Date:
This form must be notarized.
82000-0016\1800815v4.doc B-16
158
i n
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document.
State of California
County of
On 0-19-'1 \ \--1 before me, [..10-14.0t R145 I LL f/l, I Vo l ( Ub 1(�� ,
Date Here Insert Name and Title of t e Officer
personally appeared ROLi/ 3r \ 3
°Cijme(s) of Signer(s)
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.
,07- , l.EONA KURU RUSSIAN WITNESS my hand and official seal.
NotaiYPublic-California /
Ventura County z '
Z 'f Commission#2169254 s Signature
I Comm.E fres Oct 23._2020 Signature of Notary Public
Place Notary Seal Above
OPTIONAL
Though this section is optional, completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended 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(s)
Signer's Name: Signer's Name:
❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s):
❑Partner — ❑Limited ❑General ❑ Partner— ❑Limited ❑General
❑Individual ❑Attorney in Fact ❑ Individual ❑Attorney in Fact
❑Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator
❑Other: ❑ Other:
Signer Is Representing: Signer Is Representing:
A-.••\,',• . ..A-,. .w.. �p_.�.� \Ln_,. .`.ten . A . . . ..... .'...'_,• .
©2016 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907
159
ADDENDA ACKNOWLEDGMENT FORM
Bidder's Name: Standard Industries
The Bidder shall signify receipt of all Addenda here, if any:
Addendum Number Date Received Signature
Ze l7-
If there are more Addenda than there is room in the chart above, attach another page
acknowledging receipt of the Addenda.
82000-0016\1800815v4.doc B-17
160
Demolition of Structures and Site Clearance at 104 High Street and 192 High Street—Addendum No. 1
February 24, 2017
Page 2
6. Contractor is instructed to add the demolition of the sheet metal building, and all associated
foundations, located to the east of the original demolition scope of work to the project, as
shown on the plans included as Attachment 2. The building has been tested for lead based
paint and asbestos and was negative for all materials. This would be an add alternate
option. Please use revised bid sheet included as Attachment 5.
7. Bid due date is extended to March 3,2017 at 4:00 p.m.
'END OF CHANGES'
This addendum shall be made part of the above referenced project. Full compensation for all work and
requirements of this addendum shall be considered as included in the appropriate price bid and no
additional compensation will be allowed therefore.
1401
Jeremy Laurentows i, Parks and Recreation Director
Questions regarding this addendum may be directed to the City's Project Representative Jessica Sandifer,
jsandifer@moorparkca.gov.
PLEASE EMAIL A SIGNED COPY OF ADDENDUM TO JESSICA SANDIFER AT
isandifer.a moorparkcagov AND INCLUDE WITH BID.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED.
Company Name: %/ir/D/9/20 fir.-,04217? �1
c
Authorized Representative: / ,4.v0,.r P/4.--.4 yrs_r-
Signature of Authorized Representativ-. .��/`/�`
Attachments:
-
2 161
COMPLIANCE WITH ENVIRONMENTAL, HEALTH
AND SAFETY STANDARDS
TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
The Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposition 65) prohibits
employers from knowingly discharging or releasing a chemical known to the State of
California to cause concern, birth defects or other reproductive harm into water or onto
land where such chemical passes or, in all probability, will pass into any source of
drinking water. Notwithstanding any provision in this Act exempting Contractor,
Contractor hereby agrees to comply with all provisions of the Act relating to the
discharge of hazardous chemicals on the job site.
Contractor fully agrees that Contractor, Contractor's employees and subcontractors
shall not discharge such chemicals on the job site which will result in the discharge of
such chemicals, and shall, upon completion of performance of all other duties under this
contract, remove all supplies, materials and waste remaining on the job site which if
exposed, could result in the discharge of such chemicals. Contractor shall be financially
responsible for compliance with Proposition 65.
Contractor shall also comply with state of California anti-smoking laws which, in part,
prohibit smoking in the workplace and enclosed areas.
Should Contractor, Contractor's employees, or subcontractors or their employees fail to
comply, within 24 hours from the time City issues and Contractor receives a written
notice of noncompliance or within the time of an abatement period specified by any
government agency, whichever period is shorter, City may give notice of default to
Contractor, and at the City's option, elect any and all rights or remedies set forth in this
agreement.
Approved by Contractor: ' Project Manager
Title
Date 02-28-2017
82000-0016\1800815v4.doc B-18
162
WORKERS' COMPENSATION INSURANCE CERTIFICATE
TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
Sections 1860 and 1861 of the California Labor Code require every contractor to whom a public
works contract is awarded to sign and file with the awarding body the following statement:
"I am aware of the Provisions of Section 3700 of the Labor Code which requires 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."
By
Title: Project Manager Date: 02-28-2017
82000-001611800815v4.doc B-19
163
AGREEMENT TO COMPLY WITH CALIFORNIA LABOR LAW REQUIREMENTS
TO BE EXECUTED BY BIDDER AND SUBMI1TED W1TI-1 BID
[Labor Code gh172O. 1775, 1770. 1777.5. 1810. 1813, 1060. 1801.3700]
The undersigned Contractor certifies that it is aware of and hereby agrees to fully comply with the
following provisions of California law:
1. Contractor.acknowledges that this contract is subject to the provisions of Division 2, Part 7,
Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the
awarding Owner COwner")and agrees to be bound by all the provisions thereof as though set forth in full
herein.
2. Contractor agrees to comply with the provisions of California Labor Code Sections 1774 and
1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay
prevailing wages. Contractor shall, as a penalty to Owner, forfeit not more than fifty dollars($50)for each
calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the
Director of Industrial Relations for the work or craft in which the worker is employed for any public work
done under the contract by Contractor or by any subcontractor.
3. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which
require Contractor and each subcontractor to(1)keep accurate payroll records, (2)certify and make such
payroll records available for inspection as provided by Section 1776. and (3) inform Owner of the location
of the records. Contractor is responsible for compliance with Section 1776 by itself and all of its
subcontractors.
4. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5
concerning the employment of apprentices on public works projects, and further agrees that Contractor is
responsible for compliance with Section 1777.5 by itself and all of its subcontractors.
5. Contractor acknowledges that eight (8) hours of labor shall constitute a legal day's work for all
workmen employed in the execution of this contract, and the Contractor and any subcontractor under him
shall comply with and be governed by the laws of the State of California having to do with working hours
set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as
amended.
) O. Contractor agrees to comply with the provisions of California Labor Code Section 1813
concerning penalties for workers who work excess hours. Contractor shall, as a penalty to Owner, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the contract by Contractor or by
any subcontractor for each calendar day during which such worker is required or permitted to work more
than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions
of Division 2, Part 7, Chapter 1,Article 3 of the California Labor Code.
T. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with the provisions of California
Labor Code Section 1861,Contractor hereby certifies as follows:
^| 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."
8ignotmre— ������� 7/4-n_—~^' Date 02-28-2017
Printed Name Randy Mayes
Company Standard Industries
Title Project Manager
82000-0016n800815v4.uou B-20
16 4
EXHIBIT D
41E: ITiZO
_en44,„
�2
AOt c712
gq III ,I I I 0-1
CITY OF MOORPARK
CONTRACT DOCUMENTS
FOR
DEMOLITION OF STRUCTURES AND SITE
CLEARANCE AT 104 AND 192 HIGH STREET
IDENTIFICATION NO. P&R - 2017-1
82000-0016\1919347v1.doc 16 5
TABLE OF CONTENTS
Page
NOTICE INVITING BIDS NC-1
INSTRUCTIONS TO BIDDERS I-1
CHECKLIST FOR BIDDERS 1-5
BID B-1
SAMPLE CONTRACT C--21
INSURANCE REQUIREMENTS C-30
PAYMENT BOND (LABOR AND MATERIALS) C-38
PERFORMANCE BOND - C-40
CHECKLIST FOR EXECUTION OF CONTRACT C-43
GENERAL PROVISIONS GP-1
SECTION 0. GENERAL PROVISIONS DEFINED GP-1
SECTION 1. TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF
MEASURE,AND SYMBOLS GP-1
SECTION 2. SCOPE AND CONTROL OF THE WORK GP-2
SECTION 3. CHANGES IN WORK GP-5
SECTION 4. CONTROL OF MATERIALS GP-5
SECTION 5 UTILITIES GP-6
SECTION 6. PROSECUTION, PROGRESS AND ACCEPTANCE OF
THE WORK GP-9
SECTION 7. RESPONSIBILITIES OF THE CONTRACTOR GP-13
SECTION 8. FACILITIES FOR AGENCY PERSONNEL GP-21
SECTION 9. MEASUREMENT AND PAYMENT GP-22
SECTION 10. ADDITIONAL TERMS GP-25
SPECIAL PROVISIONS SP-1
82000-0016\1800815v4.doc -I- 1 6 6
TABLE OF CONTENTS
Page
APPENDIX I: TECHNICAL SPECIFICATIONS
APPENDIX II: PRE-DEMOLITION ASBESTOS AND LEAD SURVEY REPORT
APPENDIX III: SAMPLE VCTC RIGHT-OF-ENTRY AGREEMENT
APPENDIX IV: SAMPLE METROLINK TEMPORARY RIGHT-OF-ENTRY AGREEMENT
APPENDIX V: SAMPLE METROLINK RIGHT OF WAY ENCROACHMENT PROCESS
APPENDIX VI: METROLINK - GENERAL SAFETY REGULATIONS FOR THIRD PARTY
CONSTRUCTION AND UTILITY WORKERS
APPENDIX VII: STORMWATER POLLTION CONTROL PLAN
APPENDIX VIII: CITY HOLIDAYS -
82000-0016\1800815v4.doc -II- 1-6 7
NOTICE INVITING BIDS
FOR
Demolition of Structures and Site Clearance at 104 and 192 High Street [the "Project"]
Identification number: P&R—2017-1
NOTICE IS HEREBY GIVEN that the City of Moorpark, California ("City") invites sealed Bids for
the Project and will receive such bids in the office of the City Clerk of the City of Moorpark at
799 Moorpark Avenue, Moorpark, California, 93021 up to the hour of 3:30 p.m. on the 2nd day
of March, 2017, at which time they will be publicly opened and read aloud. The official bid clock,
which will establish the official bid time, will be determined by the City Clerk's Division of the City
of Moorpark.
MANDATORY PRE-BID MEETING AND SITE VISIT. A mandatory pre-bid meeting and site
walk will be held on February 21, 2017 at 9:00 a.m. at the project site. Every Bidder is required
to attend the pre-bid meeting and Project site walk. Failure of a Bidder to attend will render that
Bidder's Bid non-responsive. No allowances for cost adjustments will be made if a Bidder fails
to adequately examine the Project site before submitting a Bid.
REGISTRATION WITH THE DEPARTMENT OF INDUSTRIAL RELATIONS. In accordance
with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor shall be qualified
to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public
Contract Code, or engage in the performance of any contract for public work, unless currently
registered and qualified to perform public work pursuant to Section 1725.5 [with limited
exceptions for bid purposes only under Labor Code Section 1771.1(a)].
PREVAILING WAGES. In accordance with Labor Code Section 1770 et seq., the Project is a
"public work." The selected Bidder (Contractor) and any Subcontractors shall pay wages in
accordance with the determination of the Director of the Department of Industrial Relations
("DIR") regarding the prevailing rate of per diem wages. Copies of those rates are on file and
are available to any interested party upon request. The Contractor shall post a copy of the
DIR's determination of the prevailing rate of per diem wages at each job site. This Project is
subject to compliance monitoring and enforcement by the DIR.
BONDS. Each Bid must be accompanied by a cash deposit, cashier's check, certified check or
Bidder's Bond issued by a Surety insurer, made payable to the City and in an amount not less
than ten percent (10%) of the total Bid submitted. Personal or company checks are not
acceptable. Upon Contract award, the Contractor shall provide faithful performance and
payment Bonds, each in a sum equal to the Contract Price. All Bonds must be issued by a
California admitted Surety insurer using the forms set forth in the Contract Documents, or in any
other form approved by the City Attorney. Failure to enter into the Contract with the City,
including the submission of all required Bonds and insurance coverages, within fifteen (15) Days
after the date of the mailing of written notice of contract award to the Bidder, shall subject the
Bid security to forfeiture to the extent provided by law.
LICENSES. Each Bidder shall possess a valid Class A, B, or C-21 Contractor's license issued
by the California State Contractors License Board at the time of the Bid submission, with ASB
certification if the Contractor proposes to abate the asbestos with their own forces, in strict
conformance with the specifications now on file in the City's Parks, Recreation and Community
Services Department. Additionally, Bidder must have satisfactorily completed at least three (3)
82000-0016\1800815v4.doc NC-1 168
Southern California projects in the last five (5) years of comparable size to the scope of this
project. The successful Contractor must also possess a current City business license.
RETENTION SUBSTITUTION. Five percent (5%) of any progress payment will be withheld as
retention. In accordance with Public Contract Code Section 22300, and at the request and
expense of the Contractor, securities equivalent to the amount withheld may be deposited with
the City or with a State or federally chartered bank as escrow agent, which shall then pay such
moneys to the Contractor. Upon satisfactory completion of the Project, the securities shall be
returned to the Contractor. Alternatively, the Contractor may request that the City make
payments of earned retentions directly to an escrow agent at the Contractor's expense. No
such substitutions shall be accepted until all related documents are approved by the City.
RAILROAD PROPERTY. A portion of the project is located on property owned by the Ventura
County Transportation Commission (VCTC), and sits adjacent to the Southern California
Regional Rail Authority (Metrolink) Right-Of-Way. The successful bidder will be required to
obtain Right-Of-Entry Agreements with both VCTC and Metrolink (which, among many things,
includes obtaining Railroad Liability Insurance) prior to beginning work on the project site.
Bidders are responsible for researching and including all associated Right-Of-Entry
costs in their bids. See Bid Documents and appendices for additional information.
TRADE NAMES OR EQUALS. Requests to substitute an equivalent item for a brand or trade
name item must be made by written request submitted no later than five (5) Days before the Bid
submission deadline. Requests received after this time shall not be considered. Requests shall
clearly describe the product for which approval is requested, including all data necessary to
demonstrate acceptability.
LIQUIDATED DAMAGES. Liquidated damages shall accrue in the amount of $250 for each
Day that Work remains incomplete beyond the Project completion deadline specified in the
Contract Documents.
BIDDING PROCESS. The City reserves the right to reject any Bid or all Bids, and to waive any
irregularities or informalities in any Bid or in the bidding, as deemed to be in its best interest.
The Plans, Contract documents and Specifications will be available for public inspection as
follows:
City of Moorpark Ventura County Contractor's Association
www.moorparkca.gov 1830 Lockwood Street, Suite 110
Oxnard, CA 93036
FW Dodge
1333 S. Mayflower Avenue, Suite 300 www.ebidboard.com
Monrovia, CA 91016
Bids must be prepared on the approved Proposal forms in conformance with the Instructions to
Bidders and submitted in a sealed envelope plainly marked on the outside, "BID FOR
DEMOLITION OF 192 AND 104 HIGH STREET—DO NOT OPEN WITH REGULAR MAIL."
Bidders shall guarantee the bid price for a period of 90 calendar days from the date of bid
opening.
Any questions regarding this notice can be directed, in writing, to the City's Project
Representative: Jessica Sandifer, Program Manager by e-mail isandifer(c�moorparkca.gov.
82000-0016\1800815v4.doc NC-2 169
INSTRUCTIONS TO BIDDERS
FORM OF BID. Bids shall be made on the Bid forms found herein. Bidders shall include all
forms and fill in all blank spaces, including inserting "N/A" (for not applicable) where necessary.
The Bid shall be enclosed in a sealed envelope bearing the Bidder's name and the Project
name and identification number as described in the Notice Inviting Bids.
DELIVERY OF BIDS. The Bid shall be delivered by the time and date, and to the place
specified in the Notice Inviting Bids. No oral, faxed, emailed, or telephonic Bids or alternatives
will be considered. The time of delivery shall be conclusively determined by the time-stamping
clock located at the City Clerk's office. Bidders are solely responsible for ensuring that their
Bids are received in proper time, and Bidders assume all risks arising out of their chosen means
of delivery. Any Bid received after the Bid submission deadline shall be returned unopened.
Bidders are invited to be present for Bid opening. Accepted Bids shall become the property of
the City.
AMENDED BIDS. Unauthorized conditions, limitations or provisos attached to a Bid may cause
the Bid to be deemed incomplete and non-responsive.
WITHDRAWAL OF BID. A Bid may be withdrawn without prejudice upon written request by the
Bidder filed with the City Clerk before the Bid submission deadline. Bids must remain valid and
shall not be subject to withdrawal for sixty(60) Days after the Bid opening date.
BIDDER'S SECURITY. Each Bid shall be accompanied by cash, a certified or cashier's check
payable to the City, or a satisfactory Bid Bond in favor of the City executed by the Bidder as
principal and an admitted surety insurer as Surety, in an amount not less than ten percent(10%)
of the amount set forth in the Bid. The cash, check or Bid Bond shall be given as a guarantee
that, if selected, the Bidder will execute the Contract in conformity with the Contract Documents,
and will provide the evidence of insurance and furnish the specified Bonds, within fifteen (15)
Days after the date of delivery of the Contract Documents to the Bidder. In case of the Bidder's
refusal or failure to do so, the City may award the Contract to the next lowest responsible
bidder, and the cash, check, or Bond (as applicable) of the lowest Bidder shall be forfeited to the
City to the extent permitted by law. No Bid Bond will be accepted unless it conforms
substantially to the form provided in these Contract Documents.
QUANTITIES APPROXIMATE. Any quantities shown in the Bid form or elsewhere herein shall
be considered as approximations listed to serve as a general indication of the amount of Work
or materials to be performed or furnished, and as basis for the Bid comparison. The City does
not guarantee that the actual amounts required will correspond with those shown. As deemed
necessary or convenient, the City may increase or decrease the amount of any item or portion
of Work or material to be performed or furnished or omit any such item or portion, in accordance
with the Contract Documents.
ADDENDA. The City may, from time to time, issue Addenda to the Contract Documents.
Bidders are responsible for ensuring that they have received any and all Addenda. Each Bidder
is responsible for verifying that it has received all Addenda issued, if any. Bidders must
acknowledge receipt of all Addenda, if any, in their bids. Failure to acknowledge receipt of all
Addenda may cause a Bid to be deemed incomplete and non-responsive.
82000-0016\1800815v4.doc I-1 1 7 0
DISCREPANCIES IN BIDS. Each bidder shall set forth as to each item of Work, in clearly
legible words and figures, a unit or line item Bid amount for the item in the respective spaces
provided for this purpose.
In case of discrepancy between the unit price and the extended amount set forth for the item,
the unit price shall prevail. However, if the amount set forth as a unit price is ambiguous,
unintelligible or uncertain for any cause, or is omitted, or if the unit price is the same amount as
the entry in the "extended amount" column, then the amount set forth in the "extended amount"
column for the item shall prevail in accordance with the following:
(1) As to lump sum items, the amount set forth in the"extended amount"column shall be
the unit price.
(2) As to unit price items, the amount set forth in the"extended amount" column shall be
divided by the estimated quantity for the item set forth in the Bid documents, and the
price thus obtained shall be the unit price.
In case of discrepancy between words and figures, the words shall prevail.
COMPETENCY OF BIDDERS. In evaluating Bidder responsibility, consideration will be given
not only to the financial standing, but also to the general competency of the Bidder for the
performance of the Project. Each Bidder shall set forth in the designated area of the Bid form a
statement of its experience. No Contract will be executed with a Bidder that is not licensed and
registered with the DIR in accordance with State law, and with any applicable specific licensing
requirements specified in these Contract Documents. These licensing and registration
requirements for Contractors shall also apply to all Subcontractors.
BIDDER'S EXAMINATION OF SITE AND CONTRACT DOCUMENTS. Each Bidder must
carefully examine the Project site and the entirety of the Contract Documents. Upon submission
of a Bid, it will be conclusively presumed that the Bidder has thoroughly investigated the Work
and is satisfied as to the conditions to be encountered and the character, quality, and quantities
of Work to be performed and materials to be furnished. Upon Bid submission, it also shall be
conclusively presumed that the Bidder is familiar with and agrees to the requirements of the
Contract Documents, including all Addenda. It will also be assumed that Bidder has
familiarized themselves with the requirements for insurance from the City of Moorpark,
the Ventura County Transportation Commission, and the Southern California Regional
Rail Authority, as outlined in the bid documents. Failure to provide the required
insurance will result in forfeiture of the Bid Bond. No information derived from an
inspection of records or investigation will in any way relieve the Contractor from its obligations
under the Contract Documents nor entitle the Contractor to any additional compensation. The
Contractor shall not make any claim against the City based upon ignorance or
misunderstanding of any condition of the Project site or of the requirements set forth in the
Contract Documents. No claim for additional compensation will be allowed which is based on a
lack of knowledge of the above items. Bidders assume all risks in connection with performance
of the Work in accordance with the Contract Documents, regardless of actual conditions
encountered, and waive and release the City with respect to any and all claims and liabilities in
connection therewith, to the extent permitted by law.
DISQUALIFICATION OF BIDDERS. No Person shall be allowed to make, file or be interested
in more than one Bid for the Project, unless alternate Bids are specifically called for. A Person
that has submitted a sub-bid to a Bidder, or that has quoted prices of materials to a Bidder, is
82000-0016\1800815v4.doc 1-2 171
not thereby disqualified from submitting a sub-proposal or quoting prices to other Bidders or
from making a prime Bid. If there is a reason to believe that collusion exists among the Bidders,
all affected Bids will be rejected.
RETURN OF BID SECURITY. The successful Bidder's Bid security shall be held until the
Contract is executed. Bid security shall be returned to the unsuccessful Bidders within a
reasonable time, which in any case shall not exceed sixty (60) Days after the successful Bidder
has signed the Contract.
AWARD OF CONTRACT. The City reserves the right to reject any or all Bids or any parts
thereof or to waive any irregularities or informalities in any Bid or in the bidding. The Contract
award, if made, will be to the lowest responsible, responsive Bidder and is anticipated to occur
within sixty(60) Days after the Bid opening. The Contract award may be made after that period
if the selected Bidder has not given the City written notice of the withdrawal of its Bid.
ADDITIVE OR DEDUCTIVE ITEMS. In accordance with Public Contract Code Section 20103.8,
the lowest Bid shall be determined as follows: The lowest bid shall be the lowest bid price on
the base contract without consideration of the prices on the additive or deductive items.
LISTING SUBCONTRACTORS. Each Bidder shall submit a list of the proposed Subcontractors
on the Project, as required by the Subletting and Subcontracting Fair Practices Act (Public
Contract Code Section 4100, et seq.). Contractor shall self-perform not less than fifty
percent (50%) of the Work, as determined by the percentage of Work to be performed by
listed Subcontractors.
EXECUTION OF CONTRACT. The selected Bidder shall execute the Contract in the form
included in these Contract Documents within fifteen (15) Days from the date of delivery of the
Contract Documents to the Bidder. Additionally, the selected Bidder shall also secure all
insurance and Bonds as herein specified, and provide copies to the City, within fifteen
(15) Days from the date of delivery of the Contract Documents to the Bidder. Failure or
refusal to execute the Contract or to conform to any of the stipulated requirements shall
be just cause for the annulment of the award and forfeiture of the Bidder's security. In
such event, the City may declare the Bidder's security forfeited to the extent permitted by law,
and the City may award the Contract to the next lowest responsible Bidder or may reject all
bids.
SIGNATURES. The Bidder shall execute all documents requiring signatures, and shall cause to
be notarized all documents that indicate such a requirement. The Bidder shall provide evidence
satisfactory to the City, such as an authenticated resolution of its board of directors or a power
of attorney, indicating the capacity of the person(s) signing the Bid to bind the Bidder to the Bid
and any Contract arising therefrom.
INSURANCE AND BONDS. The Contractor shall not begin Work until it has given the City
evidence of all required insurance coverage (including all additional insured endorsements), a
Bond guaranteeing the Contractor's faithful performance of the Contract, and a Bond securing
the payment of claims for labor and materials.
TELEPHONES. Bidders are hereby notified that the City will not provide telephones for their
use at the time of Bid submission.
82000-0016\1800815v4.doc 1-3 1 7 2
INTERPRETATION OF CONTRACT DOCUMENTS. Any Bidder that is in doubt as to the
intended meaning of any part of the Contract Documents, or that finds discrepancies in or
omissions from the Contract Documents, may submit to the City a written request for an
interpretation or correction not later than 96 hours prior to the Bid submission deadline.
Requests for clarification received after the 96 hour deadline will be disregarded. Please
indicate the Project and identification number in the request for clarification. Telephonic
requests will not be taken. Any interpretation or correction of the Contract Documents will be
made only by a written Addendum. No oral interpretation of any provision in the Contract
Documents shall be binding.
TAXES. Except as may be otherwise specifically provided herein, all sales and/or use taxes
assessed by federal, State or local authorities on materials used or furnished by the Contractor
in performing the Work shall be paid by the Contractor. The Bidder shall calculate payment for
all sales, unemployment, pension and other taxes imposed by federal, State, and local law and
shall include these payments in computing the Bid.
82000-0016\1800815v4.doc 1-4 1 7 3
CHECKLIST FOR BIDDERS
The following information is required of all Bidders at the time of Bid submission:
Completed and Signed Bid Cover Form
Completed and Signed Bid Sheets
Completed, Signed and Notarized Questionnaire
Completed References Form
Resume of General Construction Superintendent/On-Site Construction
Manager
Completed Subcontractor Designation Form
Completed and Signed Industrial Safety Record Form
Completed, Signed and Notarized Bid Bond or Other Security Form
Signed and Notarized Noncollusion Declaration Form
Completed and Signed Addenda Acknowledgement Form
Signed Environmental, Health and Safety Standards Compliance Form
Signed Workers' Compensation Insurance Certificate
Completed and Signed Agreement to Comply with California Labor Law
Requirements Form
Evidence satisfactory to the City indicating the capacity of the person(s)
signing the Bid to bind the Bidder
Failure of the Bidder to provide all required information in a complete and accurate manner may
cause the Bid to be considered non-responsive.
82000-0016\1800815v4.doc 1-0 1 7 4
BID
CITY OF MOORPARK
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
TO THE HONORABLE MAYOR AND CITY COUNCIL OF THE CITY OF MOORPARK:
The undersigned, as Bidder, declares that: (1) this Bid is made without collusion with any other
person and that the only persons or parties interested as principals are those named herein;
(2)the undersigned has carefully examined the Contract Documents (including all Addenda)
and the Project site; and (3)the undersigned has investigated and is satisfied as to the
conditions to be encountered, the character, quality and quantities of Work to be performed, and
the materials to be furnished. Furthermore, the undersigned agrees that submission of this Bid
shall be conclusive evidence that such examination and investigation have been made and
agrees, in the event the Contract be awarded to it, to execute the Contract with the City of
Moorpark to perform the Project in accordance with the Contract Documents in the time and
manner therein prescribed, and to furnish or provide all materials, labor, tools, equipment,
apparatus and other means necessary so to do, except as may otherwise be furnished or
provided under the terms of the Contract Documents, for the following stated unit prices or
lump-sum price as submitted on the Bid herein.
The undersigned submits as part of this Bid a completed copy of its Industrial Safety Record.
This Safety Record includes all construction Work undertaken in California by the undersigned
and any partnership, joint venture or corporation that any principal of the undersigned
participated in as a principal or owner for the last five (5) calendar years and the current
calendar year before the date of Bid submittal. Separate information is being submitted for each
such partnership, joint venture, or corporate or individual Bidder. The undersigned may attach
any additional information or explanation of data that it would like to be taken into consideration
in evaluating the Safety Record. An explanation of the circumstances surrounding any and all
fatalities is attached.
Accompanying this Bid is cash, a cashier's check, a certified check or a Bid Bond in an amount
equal to at least ten percent (10%) of the total aggregate Bid price based on the quantities
shown and the unit prices quoted. The undersigned further agrees that, should it be
awarded the Contract and thereafter fail or refuse to execute the Contract and provide
the required evidence of insurance and Bonds within fifteen (15) Days after delivery of
the Contract to the undersigned, then the cash, check or Bid Bond shall be forfeited to
the City to the extent permitted by law.
The undersigned certifies to have a minimum of five(5) consecutive years of current experience
in the type of Work related to the Project and that this experience is in actual operation of the
firm with permanent employees performing a part of the Work as distinct from a firm operating
entirely by subcontracting all phases of the Work. The undersigned also certifies to be properly
licensed by the State as a contractor to perform this type of Work. The undersigned possesses
California Contractor's License
Number , Class , which expires on
Bidder's Name:
Signature: Date:
Signature: Date:
82000-0016\1800815v4.doc B-1 1 7 5
CITY OF MOORPARK
BID SHEETS FOR
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
Bidder's Name:
To the Honorable Mayor and Members of the City Council:
In compliance with the Notice Inviting Bids, the undersigned hereby agrees to execute the
Contract to furnish all labor, materials, equipment and supplies for the Project in accordance
with the Contract Documents to the satisfaction and under the direction of the Parks and
Recreation Director, at the following prices:
BASE AMOUNT:
ITEM NO. DESCRIPTION UNIT AMOUNT
1. Right-Of-Entry/ Permits/Insurance LS $
2. Asbestos Abatement LS $
3 Demolition/Disposal—Granary LS $
Buildings
4 Demolition/Disposal—Restaurant LS $
Building
TOTAL BASE AMOUNT $
Note: Items may be adjusted or modified. Any changes to the quantities for these items shall
not constitute a substantial change as referenced in Section 3-2.2.1 of the Standard
Specifications. Therefore, regardless of total actual volume (percentage) compared to
estimated quantities, the unit prices provided above by the Bidder shall be applied to the final
quantity when payment is calculated for these items. No adjustment in the unit prices will be
allowed. The City reserves the right to not use any of the estimated quantities; and if this right is
exercised, the Contractor will not be entitled to any additional compensation. Cost of all export
of material shall be included in the above unit costs; no additional compensation will be granted
for such expenses.
TOTAL BID PRICE IN DIGITS: $
TOTAL BID PRICE IN WORDS:
Signature: Title: Date:
Signature: Title: Date:
82000-0016\1800815v4.doc B-2 1 7 6
QUESTIONNAIRE FORM
Fill out all of the following information. Attach additional sheets if necessary.
(1) Bidder's Name:
(2) If the Bidder's name is a fictitious name, who or what is the full name of the registered
owner? If the Bidder's name is not a fictitious name, write "N/A" in the response to this
question. If you are doing business under a fictitious name, provide a copy of the filed
valid Fictitious Business Name Statement.
(3) Business Address:
(4) Telephone: Facsimile:
(5) Type of Firm— Individual, Partnership, LLC or Corporation:
(6) Corporation organized under the laws of the State of:
(7) California State Contractor's License Number and Class:
Original Date Issued: Expiration Date:
(8) DIR Contractor Registration Number:
(9) List the name and title of the person(s) who inspected the Project site for your firm:
(10) List the name and title of the person(s) who attended the mandatory pre-Bid meeting
and site walk for your firm:
(11) Number of years experience the company has as a contractor in construction work:
(12) List the names, titles, addresses and telephone numbers of all individuals, firm
members, partners, joint venturers, and company or corporate officers having a principal
interest in this Bid:
(13) List all current and prior D.B.A.'s, aliases, and fictitious business names for any principal
having interest in this Bid:
82000-0016\1800815v4.doc B-3 1 7 7
(14) List the dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this Bid:
(15) For all arbitrations, lawsuits, settlements and the like (in or out of court) that the
company or any principal having an interest in this Bid has been involved with in the past
five(5) years:
a. List the names, addresses and telephone numbers of contact persons for the
parties:
b. Briefly summarize the parties' claims and defenses:
c. State the tribunal (e.g., Superior Court, American Arbitration Association, etc.),
the matter number, and the outcome:
(16) Has the company or any principal having an interest in this Bid ever had a contract
terminated by the owner or agency? If yes, explain.
82000-0016\1800815v4.doc B-4 1 7 8
(17) Has the company or any principal having an interest in this Bid ever failed to complete a
project? If yes, explain.
(18) Has the company or any principal having an interest in this Bid ever been terminated for
cause, even if it was converted to a "termination of convenience"? If yes, explain.
(19) For projects that the company or any principal having an interest in this Bid has been
involved with in the last five(5) years, did you have any claims or actions:
a. By you against the owner? Circle one: Yes No
b. .By the owner against you? Circle one: Yes No
c. By any outside agency or individual for labor compliance?
Circle one: Yes No
d. By Subcontractors? Circle one: Yes No
e. Are any of these claims or actions unresolved or outstanding?
Circle one: Yes No
If your answer is "yes" to any part or parts of this question, explain.
•
•
(20) List the last three (3) projects you have worked on or are currently working on for the
City of Moorpark:
82000-0016\1800815v4.doc B-5 179
Upon request of the City, the Bidder shall furnish evidence showing a notarized financial
statement, financial data, construction experience, or other additional information.
Failure to provide truthful answers to the questions above or in the following References Form
may result in the Bid being deemed non-responsive.
The Bidder certifies under penalty of perjury under the laws of the State of California that the
information provided above is true and correct.
Notary Public Company
Subscribed and sworn to me: Signature:
Title:
Signature: Date:
This day of ,20
Title: Signature:
Signature: Title:
Date:
(SEAL)
82000-0016\1800815v4.doc B-6 1 8 0
REFERENCES FORM
For all public agency projects in excess of $15,000 that you are currently working on or have
worked on in the past two (2) years, provide the following information. Particular interest in work
done within a railroad right-of-way in the past:
Project 1 Name/Number
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 2 Name/Number
•
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
82000-0016\1800815v4.doc B-7 1 8 1
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 3 Name/Number
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
82000-0016\1800815v4.doc B-8 1 8 2
Project 4 Name/Number
Project Description
Approximate Project Dates From: To
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor,file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 5 Name/Number
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
82000-0016\1800815v4.doc B-9 183
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
Project 6 Name/Number
Project Description
Approximate Project Dates From: To:
Agency Name:
Contact Person: Telephone:
Address:
Original Contract Amount: $ Final Contract Amount: $
If final amount is different from original amount, please explain (change orders, extra work, etc.).
Did you or any Subcontractor, file any claims against the Agency?
Circle one: Yes No
Did the Agency file any claims against you? Circle one: Yes No
If you answered yes to either of the above two questions, please explain and indicate outcome
of claims.
82000-0016\1800815v4.doc B-10 1 8 4
RESUME
Attach to this Bid the experience resume of the person who will be designated as General
Construction Superintendent or on-site Construction Manager for the Project.
82000-0016\1800815v4.doc B-1 1 1 85
DESIGNATION OF SUBCONTRACTORS
[Public Contract Code Section 4104]
List all Subcontractors who will perform Work or labor or render service to the Contractor in or
about the construction of the Work or improvement, or a Subcontractor licensed by the State of
California who, under subcontract to the Contractor, specially fabricates and installs a portion of
the Work or improvement according to detailed drawings contained in the Plans and
Specifications, in an amount in excess of one-half percent (0.5%) of the Contractor's total Bid
or, in the case of bids or offers for the construction of streets or highways, including bridges, in
excess of one-half percent (0.5%) of the Contractor's total Bid or $10,000, whichever is greater.
If all Subcontractors do not fit on this page, attach another page listing all information for all
other Subcontractors.
Name under which CSLB License DIR Type of Work Percentage
Subcontractor is Number(s)and Contractor Address and Phone (e.g., of Total Bid
Licensed Class(es) Registration Number Asbestos (e.g., 10%)
and Registered Number Abatement)
The percentage of the total Bid shall represent the "portion of the work" for the purposes of
Public Contract Code Section 4104(b).
82000-0016\1800815v4.doc B-12 186
INDUSTRIAL SAFETY RECORD FORM
Bidder's Name
Current
Year of 2016 2015 2014 2013 2012 Total
Record
Number of
contracts
Total dollar amount
of contracts(in
thousands of
dollars)
Number of fatalities
Number of lost
workday cases
Number of lost
workday cases
involving
permanent transfer
to another job or
termination of
employment
The above information was compiled from the records that are available to me at this time and I
declare under penalty of perjury under the laws of the State of California that the information is
true and accurate within the limitations of those records.
Signature: Signature:
Title: Title: ,.
Date: Date:
82000-001611800815v4.doc B-13 187
•
Bond No.
BID BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark ("Public Agency"), has issued an invitation for Bids for the
Work described as follows: Demolition of Structures and Site Clearance at 104 and 192 High
Street
WHEREAS
(Name and address of Bidder)
("Principal"), desires to submit a Bid to Public Agency for the Work.
WHEREAS, Bidders are required to furnish a form of Bidder's security with their Bids.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety"), a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency in the penal sum of
Dollars ($ ), being not less than ten percent
(10%) of the total Bid price, in 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 THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal is
awarded the Contract for the Work by the Public Agency and, within the time and in the manner
required by the bidding specifications, enters into the written form of Contract included with the
bidding specifications, furnishes the required Bonds (one to guarantee faithful performance and
the other to guarantee payment for labor and materials), and furnishes the required insurance
coverage, then this obligation shall become null and void; otherwise, it shall be and remain in
full force and effect.
In case suit is brought upon this instrument, Surety further agrees to pay all court costs incurred
by the Public Agency in the suit and reasonable attorneys' fees in an amount fixed by the court.
Surety hereby waives the provisions of Civil Code Section 2845.
82000-0016\1800815v4.doc B-14 188
IN WITNESS WHEREOF, this instrument has been duly executed by Principal and Surety, on
the date set forth below, the name of each corporate party being hereto affixed and these
presents duly signed by its undersigned representative(s) pursuant to authority of its governing
body.
Dated:
"Principal" "Surety"
By: By:
Its: Its:
By: By:
Its: Its:
Note: This Bond must be dated, all signatures must be notarized,and evidence of the authority of any person
signing as attorney-in-fact must be attached.
82000-0016\1800815v4.doc B-15 189
NONCOLLUSION DECLARATION FORM
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Public Contract Code Section 7106]
In accordance with Public Contract Code Section 7106, the undersigned declares:
I am the of , the party making the
foregoing Bid.
The Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The Bid is genuine and not collusive or
sham. The Bidder has not directly or indirectly induced or solicited any other Bidder to put in a
false or sham Bid. The Bidder has not directly or indirectly colluded, conspired, connived, or
agreed with any Bidder or anyone else to put in a sham Bid, or to refrain from bidding. The
Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or
conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any
overhead, profit, or cost element of the Bid price, or of that of any other Bidder. All statements
contained in the Bid are true. The Bidder has not, directly or indirectly, submitted his or her Bid
price or any breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, to any corporation, partnership, company, association, organization, Bid depository, or
to any member or agent thereof, to effectuate a collusive or sham Bid, and has not paid, and will
not pay, any Person or entity for such purpose.
Any person executing this declaration on behalf of a Bidder that is a corporation, partnership,
joint venture, limited liability company, limited liability partnership, or any other entity, hereby
represents that he or she has full power to execute, and does execute, this declaration on
behalf of the Bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct and that this declaration is executed on [date], at
[city], _ [state].
Signature: Signature:
Printed Name: Printed Name:
Date: Date:
This form must be notarized.
82000-0016\1800815v4.doc B-16 1 9 0
ADDENDA ACKNOWLEDGMENT FORM
Bidder's Name:
The Bidder shall signify receipt of all Addenda here, if any:
Addendum Number Date Received Signature
If there are more Addenda than there is room in the chart above, attach another page
acknowledging receipt of the Addenda.
82000-0016\1800815v4.doc B-1 7 1 9 1
COMPLIANCE WITH ENVIRONMENTAL, HEALTH
AND SAFETY STANDARDS
TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
The Safe Drinking Water and Toxic Enforcement Act of 1986 (Proposition 65) prohibits
employers from knowingly discharging or releasing a chemical known to the State of
California to cause concern, birth defects or other reproductive harm into water or onto
land where such chemical passes or, in all probability, will pass into any source of
drinking water. Notwithstanding any provision in this Act exempting Contractor,
Contractor hereby agrees to comply with all provisions of the Act relating to the
discharge of hazardous chemicals on the job site.
Contractor fully agrees that Contractor, Contractor's employees and subcontractors
shall not discharge such chemicals on the job site which will result in the discharge of
such chemicals, and shall, upon completion of performance of all other duties under this
contract, remove all supplies, materials and waste remaining on the job site which if
exposed, could result in the discharge of such chemicals. Contractor shall be financially
responsible for compliance with Proposition 65.
Contractor shall also comply with state of California anti-smoking laws which, in part,
prohibit smoking in the workplace and enclosed areas.
Should Contractor, Contractor's employees, or subcontractors or their employees fail to
comply, within 24 hours from the time City issues and Contractor receives a written
notice of noncompliance or within the time of an abatement period specified by any
government agency, whichever period is shorter, City may give notice of default to
Contractor, and at the City's option, elect any and all rights or remedies set forth in this
agreement.
Approved by Contractor:
Title
Date
82000-0016\1800815v4.doc B-18 1 9 2
WORKERS' COMPENSATION INSURANCE CERTIFICATE
TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID
Sections 1860 and 1861 of the California Labor Code require every contractor to whom a public
works contract is awarded to sign and file with the awarding body the'following statement:
"I am aware of the Provisions of Section 3700 of the Labor Code which requires 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."
By
Title: Date:
82000-001611800815v4.doc B-19 1 9 3
AGREEMENT TO COMPLY WITH CALIFORNIA LABOR LAW REQUIREMENTS
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID
[Labor Code§§ 1720, 1775, 1776, 1777.5, 1810, 1813, 1860, 1861, 3700]
The undersigned Contractor certifies that it is aware of and hereby agrees to fully comply with the
following provisions of California law:
1. Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7,
Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works and the
awarding Owner("Owner") and agrees to be bound by all the provisions thereof as though set forth in full
herein.
2. Contractor agrees to comply with the provisions of California Labor Code Sections 1774 and
1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay
prevailing wages. Contractor shall, as a penalty to Owner,forfeit not more than fifty dollars($50)for each
calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the
Director of Industrial Relations for the work or craft in which the worker is employed for any public work
done under the contract by Contractor or by any subcontractor.
3. Contractor agrees to comply with the provisions of California Labor Code Section 1776 which
require Contractor and each subcontractor to(1)keep accurate payroll records, (2)certify and make such
payroll records available for inspection as provided by Section 1776, and (3) inform Owner of the location
of the records. Contractor is responsible for compliance with Section 1776 by itself and all of its
subcontractors.
4. Contractor agrees to comply with the provisions of California Labor Code Section 1777.5
concerning the employment of apprentices on public works projects, and further agrees that Contractor is
responsible for compliance with Section 1777.5 by itself and all of its subcontractors.
5. Contractor acknowledges that eight (8) hours of labor shall constitute a legal day's work for all
workmen employed in the execution of this contract, and the Contractor and any subcontractor under him
shall comply with and be governed by the laws of the State of California having to do with working hours
set forth in Division 2, Part 7, Chapter 1, Article 3 of the Labor Code of the State of California as
amended.
6. Contractor agrees to comply with the provisions of California Labor Code Section 1813
concerning penalties for workers who work excess hours. Contractor shall, as a penalty to Owner, forfeit
twenty-five dollars ($25) for each worker employed in the execution of the contract by Contractor or by
any subcontractor for each calendar day during which such worker is required or permitted to work more
than 8 hours in any one calendar day and 40 hours in any one calendar week in violation of the provisions
of Division 2, Part 7, Chapter 1,Article 3 of the California Labor Code.
7. California Labor Code Sections 1860 and 3700 provide that every contractor will be required to
secure the payment of compensation to its employees. In accordance with the provisions of California
Labor Code Section 1861, Contractor hereby certifies as follows:
"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."
Signature Date
Printed Name
Company
Title
82000-0016\1800815v4.doc B-20 1 9 4
SAMPLE CONTRACT
AGREEMENT BETWEEN THE CITY OF MOORPARK AND
, FOR DEMOLITION OF STRUCTURES AND SITE
CLEARANCE AT 104 AND 192 HIGH STREET
THIS AGREEMENT, executed as of this day of
2017, between the City of Moorpark, a municipal corporation ("City") and
, a ("Contractor"). In consideration of the
mutual covenants and conditions set forth herein, the parties agree as follows:
WHEREAS, City has the need for construction services related to demolition of
structures and appurtenances and site clearing at 104 and 194 High Street; and
WHEREAS, Contractor specializes in providing such services and has the proper work
experience, certifications, and background to carry out the duties involved; and
WHEREAS, on , 2017, the City Council of the City of Moorpark
authorized the City Manager to enter into this Agreement after public bidding in accordance with
California Public Contract Code Section 20160, et seq.
NOW, THEREFORE, in consideration of the mutual covenants, benefits, and premises
herein stated, the parties hereto agree as follows:
1. TERM
The term of the Agreement shall be from the date of City Council approval on
, 2017 until completion of the work identified in the Scope of Services and in
conformance with Exhibit , unless this Agreement is terminated or suspended consistent
with Section 6 of this Agreement.
2. SCOPE OF SERVICES
City does hereby retain Contractor in a contractual capacity to provide construction
services related to demolition of structures and appurtenances and site clearing at 104 and 194
High Street, as set forth in Exhibit : Contractor's Bid Proposal, dated
, 2017, which exhibit is attached hereto and incorporated herein by this
reference as though set forth in full and hereinafter referred to as the "Proposal"and as set forth
in Exhibit , which include (i) Standard Specifications; (ii) Special Provisions; (iii) Workers'
Compensation Insurance Certificate (Labor Code 1860 and 1861); (iv) Payment and
Performance Bonds; and (v) Insurance Certificate for General Liability and Automobile Liability,
attached hereto and incorporated herein by this reference as though set forth in full and
hereinafter referred to as Exhibit_. Where said Scope of Services as set forth in Exhibit_
and Exhibit _ is modified by this Agreement, or in the event there is a conflict between the
provisions of said Scope of Services and this Agreement, the language contained in this
Agreement shall take precedence.
Contractor shall perform the tasks described and set forth in Exhibit_and Exhibit
Contractor shall complete the tasks according to the schedule of performance which is also set
82000-001611800815v4.doc C-21 195
forth in Exhibit
Compensation for the services to be performed by Contractor shall be in accordance
with Exhibit Compensation shall not exceed the rates or total value of
dollars ($XXXXX) as stated in Exhibit , without a written
amendment to the agreement executed by both parties. Payment by City to Contractor shall be
as referred to in this Agreement.
City and Contractor acknowledge that this project is a public work to which prevailing
wages apply, and that a public work project is subject to compliance monitoring and
enforcement by the California Department of Industrial Relations (DIR). Contractor agrees to
comply with and be bound by all the terms, rules and regulations described in (a) Division 2,
Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, including
without limitation Labor Code Section 1771 and (b) the rules and regulations established by the
DIR implementing such statutes, as though set forth in full herein, including any applicable
amendments made thereto during the term of this Agreement. For every subcontractor who will
perform work on this project, Contractor shall be responsible for subcontractor's compliance
with (a) and (b) and Contractor shall take all necessary actions to ensure subcontractor's
compliance. Labor Code Section 1725.5 requires all contractors and subcontractors to annually
register with the DIR before bidding or performing on any public work contract.
3. PERFORMANCE
Contractor shall at all times faithfully, competently, and to the best of Contractor's ability,
experience, and talent, perform all tasks described herein. Contractor shall employ, at a
minimum, generally accepted standards and practices utilized by persons engaged in providing
similar services as are required of Contractor hereunder in meeting its obligations under this
Agreement.
4. MANAGEMENT
The individual directly responsible for Contractor's overall performance of the Agreement
provisions herein above set forth and to serve as principal liaison between City and Contractor
shall be [CONTRACTOR'S DESIGNEE], and no other individual may be substituted without the
prior written approval of the City Manager.
The City's contact person in charge of administration of this Agreement, and to serve as
principal liaison between Contractor and City, shall be the City Manager or the City Manager's
designee.
5. PAYMENT
The City agrees to pay Contractor monthly, in accordance with the terms and the
schedule of payment as set forth in Exhibit_, attached hereto and incorporated herein by this
reference as though set forth in full, based upon actual time spent on the above tasks. This
amount shall not exceed dollars ($X)0X(X) for the total term of the
Agreement unless additional payment is approved as provided in this Agreement.
Contractor shall not be compensated for any additional services rendered in connection
with its performance of this Agreement, unless such additional services and compensation are
authorized, in advance, in a written amendment to this Agreement executed by both parties.
82000-0016\1800815v4.doc C-22 196
The City Manager, if authorized by City Council, may approve additional work not to exceed ten
percent (10%) of the amount of the Agreement.
Contractor shall submit invoices monthly for actual services performed. Invoices shall be
submitted on or about the first business day of each month, or as soon thereafter as practical,
for services provided in the previous month. Payment shall be made within thirty (30) days of
receipt of each invoice as to all non-disputed fees. If the City disputes any of Contractor's fees it
shall give written notice to Contractor within thirty (30) days of receipt of any disputed fees set
forth on the invoice. Contractor shall provide appropriate documentation, as determined by
the City, for all reimbursable expenses.
6. TERMINATION OR SUSPENSION WITHOUT CAUSE
The City may at any time, for any reason, with or without cause, suspend, or terminate
this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days
prior written notice. Upon receipt of said notice, the Contractor shall immediately cease all work
under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a
portion of this Agreement such suspension or termination shall not make void or invalidate the
remainder of this Agreement.
The Contractor may terminate this Agreement only by providing City with written notice
no less than thirty (30) days in advance of such termination. In the event of such termination,
Contractor shall be compensated for such services up to the date of termination. Such
compensation for work in progress shall be prorated as to the percentage of progress
completed at the date of termination.
If the City Manager or the City Manager's designee determines that the Contractor is in
default in the performance of any of the terms or conditions of this Agreement, the City may
proceed in the manner set forth in Section 6-4 of the Greenbook.
7. DEFAULT OF CONTRACTOR
The Contractor's failure to comply with the provisions of this Agreement shall constitute
a default. In the event that Contractor is in default for cause under the terms of this Agreement,
City shall have no obligation or duty to continue compensating Contractor for any work
performed after the date of default and can terminate this Agreement immediately by written
notice to the Contractor. If such failure by the Contractor to make progress in the performance
of work hereunder arises out of causes beyond the Contractor's control, and without fault or
negligence of the Contractor, it shall not be considered a default.
If the City Manager or the City Manager's designee determines that the Contractor is in
default in the performance of any of the terms or conditions of this Agreement, he/she shall
cause to be served upon the Contractor a written notice of the default. The Contractor shall
have five (5) working days after service upon it of said notice in which to cure the default by
rendering a satisfactory performance. In the event that the Contractor fails to cure its default
within such period of time, the City shall have the right, notwithstanding any other provision of
this Agreement, to terminate this Agreement without further notice and without prejudice to any
other remedy to which it may be entitled at law, in equity or under this Agreement.
82000-0016\1800815v4.doc C-23 1 9 7
8. LIQUIDATED DAMAGES
If the Contractor fails to complete the work, or any portion thereof, within the time period
required by this Agreement or as duly extended in writing by the City Manager, Contractor shall
forfeit and pay to the City, as liquidated damages, the sum of two hundred fifty dollars ($250.00)
per day for each calendar day the work, or portion thereof, remains uncompleted after the above
specified completion date. Liquidated damages shall be deducted from any payments due or to
become due to the Contractor under the terms of this Agreement [Government Code Sec.
53069.85]. Progress payments made by the City after the above specified completion date shall'
not constitute a waiver of liquidated damages by the City.
9. OWNERSHIP OF DOCUMENTS
Contractor shall maintain complete and accurate records with respect to sales, costs,
expenses, receipts, and other such information required by City that relate to the performance of
services under this Agreement. Contractor shall maintain adequate records of services provided
in sufficient detail to permit an evaluation of services. All such records shall be maintained in
accordance with generally accepted accounting principles and shall be clearly identified and
readily accessible. Contractor shall provide free access to the representatives of City or its
designees at reasonable times to such books and records; shall give the City the right to
examine and audit said books and records; shall permit City to make transcripts therefrom as
necessary; and shall allow inspection of all work, data, documents, proceedings, and activities
related to this Agreement. Notification of audit shall be provided at least thirty (30) days before
any such audit is conducted. Such records, together with supporting documents, shall be
maintained for a period of ten (10)years after receipt of final payment.
Upon completion of, or in the event of termination or suspension of this Agreement, all
original documents, designs, drawings, maps, models, computer files, surveys, notes, and other
documents prepared in the course of providing the services to be performed pursuant to this
Agreement shall become the sole property of the City and may be used, reused, or otherwise
disposed of by the City without the permission of the Contractor. With respect to computer files,
Contractor shall make available to the City, at the Contractor's office and upon reasonable
written request by the City, the necessary computer software and hardware for purposes of
accessing, compiling, transferring, and printing computer files.
10. INDEMNIFICATION AND HOLD HARMLESS
Contractor shall indemnify, defend with legal counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers from and against all liability, loss,
damage, expense, cost (including without limitation reasonable legal counsels' fees, expert fees
and all other costs and fees of litigation) of every nature arising out of or in connection with
Contractor's negligence, recklessness or willful misconduct in the performance of work
hereunder or its failure to comply with any of its obligations contained in this Agreement, except
such loss or damage which is caused by the sole or active negligence or willful misconduct of
the City. Should conflict of interest principles preclude a single legal counsel from representing
both City and Contractor, or should City otherwise find Contractor's legal counsel unacceptable,
then Contractor shall reimburse the City its costs of defense, including without limitation
reasonable legal counsels fees, expert fees and all other costs and fees of litigation. The
Contractor shall promptly pay any final judgment rendered against the City (and its officers,
officials, employees and volunteers) with respect to claims determined by a trier of fact to have
82000-0016\1800815v4.doc C-24 1 9 8
been the result of the Contractor's negligent, reckless or wrongful performance. It is expressly
understood and agreed that the foregoing provisions are intended to be as broad and inclusive
as is permitted by the law of the state of California and will survive termination of this
Agreement.
Contractor obligations under this section apply regardless of whether or not such claim,
charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil
fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However,
without affecting the rights of City under any provision of this agreement, Contractor shall not be
required to indemnify and hold harmless City for liability attributable to the active negligence of
City, provided such active negligence is determined by agreement between the parties or by the
findings of a court of competent jurisdiction. In instances where City is shown to have been
actively negligent and where City active negligence accounts for only a percentage of the liability
involved, the obligation of Contractor will be for that entire portion or percentage of liability not
attributable to the active negligence of City.
Contractor agrees to obtain executed indemnity agreements with provisions identical to
those set forth here in this Section from each and every subcontractor or any other person or
entity involved by, for, with, or on behalf of Contractor in the performance of this Agreement. In
the event Contractor fails to obtain such indemnity obligations from others as required here,
Contractor agrees to be fully responsible according to the terms of this Section.
Failure of City to monitor compliance with these requirements imposes no additional
obligations on City and will in no way act as a waiver of any rights hereunder. This obligation to
indemnify and defend City as set forth here is binding on the successors, assigns, or heirs of
Contractor and shall survive the termination of this Agreement or Section.
This Indemnity shall survive termination of the Agreement or Final Payment hereunder.
This Indemnity is in addition to any other rights or remedies that the Indemnitees may have
under the law or under any other Contract Documents or Agreements. In the event of any claim
or demand made against any party which is entitled to be indemnified hereunder, City may, in
its sole discretion, reserve, retain, or apply any monies to the Contractor under this Agreement
for the purpose of resolving such claims; provided, however, City may release such funds if the
Contractor provides City with reasonable assurance of protection of the Indemnitees' interests.
City shall, in its sole discretion, determine whether such assurances are reasonable.
11. INSURANCE
Contractor shall maintain prior to the beginning of and for the duration of this Agreement
insurance coverage as specified in Exhibit A attached hereto and incorporated herein by this
reference as though set forth in full.
12. INDEPENDENT CONTRACTOR
Contractor is and shall at all times remain as to the City a wholly independent
Contractor. The personnel performing the services under this Agreement on behalf of
Contractor shall at all times be under Contractor's exclusive direction and control. Neither City
nor any of its officers, employees, or agents shall have control over the conduct of Contractor or
any of Contractor's officers, employees, or agents, except as set forth in this Agreement.
82000-0016\1800815v4.doc C-25 19 9
Contractor shall not at any time or in any manner represent that it or any of its officers,
employees, or agents are in any manner officers, employees, or agents of the City. Contractor
shall not incur or have the power to incur any debt, obligation, or liability against City, or bind
City in any manner.
No employee benefits shall be available to Contractor in connection with the
performance of this Agreement. Except for the fees paid to Contractor as provided in the
Agreement, City shall not pay salaries, wages, or other compensation to Contractor for
performing services hereunder for City. City shall not be liable for compensation or
indemnification to Contractor for injury or sickness arising out of performing services hereunder.
13. LEGAL RESPONSIBILITIES
The Contractor shall keep itself informed of local, state, and federal laws and regulations
which in any manner affect those employed by it or in any way affect the performance of its
service pursuant to this Agreement. The Contractor shall at all times observe and comply with
all such laws and regulations, including but not limited to the Americans with Disabilities Act and
Occupational Safety and Health Administration laws and regulations. The City and Contractor
shall comply with Exhibit B, California Public Contract Code Section 9204, when applicable.
The City, and its officers and employees, shall not be liable at law or in equity occasioned by
failure of the Contractor to comply with this Section.
14. ANTI DISCRIMINATION
•
Neither the Contractor, nor any subcontractor under the Contractor, shall discriminate in
employment of persons upon the work because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, or gender of such person, except
as provided in Section 12940 of the Government Code. The Contractor shall have responsibility
for compliance with this Section [Labor Code Section 1735].
15. UNDUE INFLUENCE
Contractor declares and warrants that no undue influence or pressure is used against or
in concert with any officer or employee of the City in connection with the award, terms, or
implementation of this Agreement, including any method of coercion, confidential financial
arrangement, or financial inducement. No officer or employee of the City will receive
compensation, directly or indirectly from Contractor, or any officer, employee, or agent of
Contractor, in connection with the award of this Agreement or any work to be conducted as a
result of this Agreement. Violation of this Section shall be a material breach of this Agreement
entitling the City to any and all remedies at law or in equity.
16. NO BENEFIT TO ARISE TO LOCAL EMPLOYEES
No member, officer, or employee of the City, or their designees or agents, and no public
official who exercises authority over or responsibilities with respect to the Project during his/her
tenure or for one (1) year thereafter, shall have any interest, direct or indirect, in any agreement
or sub-agreement, or the proceeds thereof, for work to be performed in connection with the
Project performed under this Agreement.
82000-0016\1800815v4.doc C-26 2 0 0
17. CONFLICT OF INTEREST
Contractor covenants that neither they nor any officer or principal of their firm have any
interests, nor shall they acquire any interest, directly or indirectly, which will conflict in any
manner or degree with the performance of their services hereunder. Contractor further
covenants that in the performance of this Agreement, they shall employ no person having such
interest as an officer, employee, agent, or subcontractor. Contractor further covenants that
Contractor has not contracted with nor is performing any services directly or indirectly, with the
developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public
agency(ies) owning property and/or processing an entitlement application for property in the City
or its Area of Interest, now or within the past one (1) year, and further covenants and agrees
that Contractor and/or its subcontractors shall provide no service or enter into any contract with
any developer(s) and/or property owner(s) and/or firm(s) and/or partnership(s) and/or public
agency(ies) owning property and/or processing an entitlement application for property in the City
or its Area of Interest, while under contract with the City and for a one (1) year time period
following termination of this Agreement.
18. NOTICE
Any notice to be given pursuant to this Agreement shall be in writing, and all such
notices and any other document to be delivered shall be delivered by personal service or by
deposit in the United States mail, certified or registered, return receipt requested, with postage
prepaid, and addressed to the party for whom intended as follows:
To: City Manager
City of Moorpark
799 Moorpark Avenue
Moorpark,California 93021
To: CONTRACTOR
COMPANY NAME
ADDRESS
CITY, STATE ZIP CODE
Either party may, from time to time, by written notice to the other, designate a different
address or contact person, which shall be substituted for the one above specified. Notices,
payments and other documents shall be deemed delivered upon receipt by personal service or
as of the third (3rd) day after deposit in the United States mail.
19. CHANGE IN NAME
Should a change be contemplated in the name or nature of the Contractor's legal entity,
the Contractor shall first notify the City in order that proper steps may be taken to have the
change reflected in the Agreement documents.
20. ASSIGNMENT
Contractor shall not assign this Agreement or any of the rights, duties, or obligations
hereunder. It is understood and acknowledged by the parties that Contractor is uniquely
qualified to perform the services provided for in this Agreement.
82000-0016\1800815v4.doc C-27 2 0 1
21. LICENSES
At all times during the term of this Agreement, Contractor shall have in full force and
effect, all licenses required of it by law for the performance of the services in this Agreement.
22. VENUE AND GOVERNING LAW
This Agreement is made, entered into, and executed in Ventura County, California, and
any action filed in any court or for arbitration for the interpretation, enforcement or other action
of the terms, conditions, or covenants referred to herein shall be filed in the applicable court in
Ventura County, California. The City and Contractor understand and agree that the laws of the
state of California shall govern the rights, obligations, duties, and liabilities of the parties to this
Agreement and also govern the interpretation of this Agreement.
23. ENTIRE AGREEMENT
This Agreement contains the entire understanding between the parties relating to the
obligations of the parties described in this Agreement. All prior or contemporaneous
agreements, understandings, representations, and statements, oral or written, are merged into
this Agreement and shall be of no further force or-effect. Each party is entering into this
Agreement based solely upon the representations set forth herein and upon each party's own.
independent investigation of any and all facts such party deems material.
24. CAPTIONS OR HEADINGS
The captions and headings of the various Articles, Paragraphs, Sections, and Exhibits of
this Agreement are for convenience and identification only and shall not be deemed to limit or
define the content of the respective Articles, Paragraphs, Sections, and Exhibits hereof.
25. AMENDMENTS
Any amendment, modification, or variation from the terms of this Agreement shall be in
writing and shall be effective only upon approval by both parties to this Agreement.
26. TIME OF COMPLETION
City and Contractor agree that time is of the essence in this Agreement. City and
Contractor further agree that Contractor's failure to perform on or at the times set forth in this
Agreement will damage and injure City, but the extent of such damage and injury is difficult or
speculative to ascertain. Consequently, City and Contractor agree that any failure to perform by
Contractor at or within the times set forth herein shall result in liquidated damages as defined in
this Agreement for each and every day such performance is late. City and Contractor agree that
such sum is reasonable and fair. Furthermore, City and Contractor agree that this Agreement is
subject to Government Code Section 53069.85 and that each party hereto is familiar with and
understands the obligations of said Section of the Government Code.
27. PRECEDENCE
Contractor is bound by the contents of City's Bid Package and Proposal, Exhibit and
Exhibit , attached hereto and incorporated herein by this reference as though set forth in full.
82000-0016\1800815v4.doc C-28 2 0 2
In the event of conflict, the requirements of the City's Bid Package and this Agreement shall
take precedence over those contained in the Proposal.
28. INTERPRETATION OF AGREEMENT
Should interpretation of this Agreement, or any portion thereof, be necessary, it is
deemed that this Agreement was prepared by the parties jointly and equally, and shall not be
interpreted against either party on the ground that the party prepared the Agreement or caused
it to be prepared.
29. WAIVER
No waiver of any provision of this Agreement shall be deemed, or shall constitute, a
waiver of any other provision, whether or not similar, nor shall any such waiver constitute a
continuing or subsequent waiver of the same provision. No waiver shall be binding unless
executed in writing by the party making the waiver.
30. AUTHORITY TO EXECUTE
The person or persons executing this Agreement on behalf of the Contractor warrants
and represents that he/she has the authority to execute this Agreement on behalf of the
Contractor and has the authority to bind Contractor to the performance of obligations hereunder.
IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be
executed the day and year first above written.
CITY OF MOORPARK CONTRACTOR
Steven Kueny, City Manager SIGNATORY
Title:
Attest:
Maureen Benson, City Clerk
82000-0016\1800815v4.doc C-29 203
EXHIBIT A
•
INSURANCE REQUIREMENTS
Prior to the beginning of and throughout the duration of the Work, Contractor will
maintain insurance in conformance with the requirements set forth below. Contractor will use
existing coverage to comply with these requirements. If that existing coverage does not meet
the requirements set forth here, it will be amended to do so. Contractor acknowledges that the
insurance coverage and policy limits set forth in this section constitute the minimum amount of
coverage required. Any insurance proceeds available to City in excess of the limits and
coverage required in this Agreement and which is applicable to a given loss, will be available to
the City.
Contractor shall provide the following types and amounts of insurance:
Commercial General Liability
Commercial General Liability Insurance shall be provided by an Insurance Services
Office "Commercial General Liability" policy form CG 00 01 or the exact equivalent. Defense
costs must be paid in addition to limits. There shall be no cross liability exclusion for claims or
suits by one insured against another. Limits shall be no less than $1,000,000 per occurrence for
all covered losses and no less than $2,000,000 general aggregate.
Contractor's policy shall contain no endorsements limiting coverage beyond the basic
policy coverage grant for any of the following:
a. Explosion, collapse or underground hazard (XCU)
b. Products and completed operations
c. Pollution liability
d. Contractual liability
Coverage shall be applicable to City for injury to employees of contractors,
subcontractors, or others involved in the project. Policy shall be endorsed to provide a separate
limit applicable to this project.
Workers' Compensation
Workers' Compensation insurance shall be provided on a state-approved policy form
providing statutory benefits as required by law with employers' liability limits no less than
$1,000,000 per accident for all covered losses.
Business Auto Coverage
Business Auto Coverage on ISO Business Auto Coverage form CA 00 01 06 92
including symbol 1 (Any Auto) or the exact equivalent shall be provided. Limits shall be no less
than $1,000,000 per accident, combined single limit. If Contractor owns no vehicles, this
requirement may be satisfied by a non-owned auto endorsement to the general liability policy
described above. If Contractor or Contractor's employees will use personal autos in any way on
82000-001611800815v4.doc C-30 2 0 4
this project, Contractor shall provide evidence of personal auto liability coverage for each such
person.
Excess or Umbrella Liability
Excess or Umbrella Liability insurance (Over Primary) if used to meet limit requirements,
shall provide coverage at least as broad as specified for the underlying coverages. Coverage
shall be provided on a "pay on behalf" basis, with defense costs payable in addition to policy
limits. There shall be no cross liability exclusion precluding coverage for claims or suits by one
insured against another. Coverage shall be applicable to City for injury to employees of
contractor, subcontractors, or others involved in the Work. The scope of coverage provided is
subject to the approval of city following receipt of proof of insurance as required herein. Limits
are subject to review.
Insurance procured pursuant to these requirements shall be written by insurers that are
admitted carriers in the state of California and with A.M. Best rating of A- or better and a
minimum financial size of VII.
Contractor and City agrees as follows:
1. Contractor agrees to endorse the third party general liability coverage required herein to
include as additional insureds City, its officials, employees, agents, using standard ISO
endorsement No. CG 2010 with an edition date prior to 1992. Contractor also agrees to
require all contractors, subcontractors, and anyone else involved in any way with the
project contemplated by this Agreement to do likewise.
2. Any waiver of subrogation express or implied on the part of the City to any party involved
in this Agreement or related documents applies only to the extent of insurance proceeds
actually paid. City, having required that it be named as an additional insured to all
insurance coverage required herein, expressly retains the right to subrogate against any
party for sums not paid by insurance. For its part, Contractor agrees to waive
subrogation rights against City regardless of the applicability of any insurance proceeds,
and to require all contractors, subcontractors, or others involved in any way with the
project contemplated by this Agreement to do likewise.
3. All insurance coverage maintained or procured by Contractor or required of others by
Contractor pursuant to this Agreement shall be endorsed to delete the subrogation
condition as to the city, or to specifically allow Contractor or others providing insurance
herein to waive subrogation prior to a loss. This endorsement shall be obtained
regardless of existing policy wording that may appear to allow such waivers.
4. It is agreed by Contractor and City that insurance provided pursuant to these
requirements is not intended by any party to be limited to providing coverage for the
vicarious liability of City, or to the supervisory role, if any, of City. All insurance coverage
provided pursuant to this or any other Agreement (express or implied) in any way
relating to City is intended to apply to the full extent of the policies involved. Nothing
referred to here or contained in any agreement involving City in relation to the project
contemplated by this Agreement is intended to be construed to limit the application of
insurance coverage in any way.
82000-0016\1800815v4.doc C-31 205
5. None of the coverages required herein will be in compliance with these requirements if
they include any limiting endorsement of any kind that has not been first submitted to
City and approved of in writing.
6. All coverage types and limits required are subject to approval, modification, and
additional requirements by the City, as the need arises. Contractor shall not make any
reductions in scope of coverage (e.g. elimination of contractual liability or reduction of
discover period) that may affect City's protection without City's prior written consent.
7. Proof of compliance with these insurance requirements, consisting of binders of
coverage, or endorsements, or certificates of insurance, shall be delivered to City at or
prior to the execution of this Agreement. In the event such proof of insurance is not
delivered as required, or in the event such insurance is canceled or reduced at any time
and no replacement coverage is provided, City has the right, but not the duty, to obtain
any insurance it deems necessary to protect its interests under this or any other
Agreement and to pay the premium. Any premium so paid by City shall be charged to
and promptly paid by Contractor or deducted from sums due Contractor, at City option.
8. Contractor agrees to endorse, and to required others to endorse, the insurance provided
pursuant to these requirements, to require 30 days notice to City and the appropriate
tender prior to cancellation or reduction of such liability coverage and notice of any
material alteration or non-renewal of any such coverage, and to require contractors,
subcontractors, and any other party in any way involved with the project contemplated
by this Agreement to do likewise.
9. It is acknowledged by the parties of this Agreement that all insurance coverage required
to be provided by Contractor or any subcontractor, and any other party involved with the
project who is brought onto or involved in the project by Contractor, is intended to apply
first and on a primary non-contributing basis in relation to any other insurance or self
insurance available to the City.
10. Contractor agrees to ensure that subcontractors, and any other party involved with the
project who is brought onto or involved in the project by Contractor, provide the same
minimum insurance coverage required of Contractor. Contractor agrees to monitor and
review all such coverage and assumes all responsibility for ensuring that such coverage
is provided in conformity with the requirements of this Agreement. Contractor agrees that
upon request, all agreements with subcontractors and others engaged in this project will
be submitted to City for review.
11. Contractor agrees that all layers of third party liability coverage required herein, primary,
umbrella and excess, will have the same starting and expiration date. Contractor agrees
further that all other third party coverages required herein will likewise have concurrent
starting and ending dates.
12. Contractor agrees not to self-insure or to use any self-insured retentions or deductibles
on any portion of the insurance required herein and further agrees that it will not allow
any contractor, subcontractor, architect, engineer, or other entity or person in any way
involved in the performance of Work on the project contemplated by this Agreement to
self-insure its obligations to City. If Contractor's existing coverage includes a deductible
or self-insured retention, the deductible or self-insured retention must be declared to the
City. At that time the City shall review options with the Contractor, which may include
82000-0016\1800815v4.doc C-32 206
reduction or elimination of the deductible or self-insured retention, substitution of other
coverage, or other solutions.
13. The City reserves the right at any time during the term of this Agreement to change the
amounts and types of insurance required by giving the Contractor 90 days advance
written notice of such change. If such change results in substantial additional cost to the
Contractor, the City will negotiate additional compensation proportional to the increased
benefit to City.
14. For purposes of applying insurance coverage only, all contracts pertaining to the project
will be deemed to be executed when finalized and any activity commences in
furtherance of performance under this Agreement.
15. Contractor acknowledges and agrees that any actual or allegedfailure on the part of City
to inform Contractor of non-compliance with any insurance requirement in no way
imposes any additional obligations on City nor does it waive any rights hereunder in this
or any other regard.
16. Contractor will renew the required coverage annually as long as City, or its employees or
agents face an exposure from operations of any type pursuance to this Agreement. This
obligation applies whether or not the Agreement is canceled or terminated for any
reason. The insurance shall include but not be limited to products and completed
operations and discontinued operations, where applicable. Termination of this obligation
is not effective until City executes a written statement to that effect.
17. Contractor agrees to waive its statutory immunity under any workers' compensation
statute or similar statute, in relation to the City, and to require all subcontractors and any
other person or entity involved in the project contemplated by this Agreement to do
likewise.
18. Requirements of specific coverage features are not intended as limitations on other
requirements or as a waiver of any coverage normally provided by any given policy.
Specific reference to a given coverage feature is for purposes of clarification only as it
pertains to a given issue, and is not intended by any party or insured to be all-inclusive.
19. Any provision in any of the construction documents dealing with the insurance coverage
provided pursuant to these requirements, is subordinate to and superseded by the
requirements contained herein. These insurance requirements are intended to be
separate and distinct from any other provision in this Agreement and are intended by the
parties to be interpreted as such.
20. All liability coverage provided according to these requirements must be endorsed to
provide a separate aggregate limit for the project that is the subject of this Agreement
and evidencing products and completed operations coverage for not less than two years
after issuance of a final certificate of occupancy by all appropriate government agencies
or acceptance of the completed work by City.
21. Contractor agrees to be responsible for ensuring that no contract used by any party
involved in any way with the project reserves the right to charge City or Contractor for
the cost of additional insurance coverage required by this Agreement. Any such
provisions are to be deleted with reference to City. It is not the intent of City to reimburse
82000-0016\1800815v4.doc C-33 2 0 7
any third party for the cost of complying with these requirements. There shall be no
recourse against City for payment of premiums or other amounts with respect thereto.
22. Contractor agrees to obtain and provide to City a copy of Professional Liability coverage
for Architects or Engineers on this project through Contractor. City shall determine the
liability limit.
82000-0016\1800815v4.doc C-34 208
EXHIBIT B
PUBLIC CONTRACT CODE SECTION 9204
9204. (a) The Legislature finds and declares that it is in the best interests of the state and its
citizens to ensure that all construction business performed on a public works project in the state
that is complete and not in dispute is paid in full and in a timely manner.
(b) Notwithstanding any other law, including, but not limited to, Article 7.1 (commencing with
Section 10240) of Chapter 1 of Part 2, Chapter 10 (commencing with Section 19100) of Part 2,
and Article 1.5 (commencing with Section 20104) of Chapter 1 of Part 3, this section shall apply
to any claim by a contractor in connection with a public works project.
(c) For purposes of this section:
(1) "Claim" means a separate demand by a contractor sent by registered mail or certified mail
with return receipt requested, for one or more of the following:
(A) A time extension, including, without limitation, for relief from damages or penalties for delay
assessed by a public entity under a contract for a public works project.
(B) Payment by the public entity of money or damages arising from work done by, or on behalf
of, the contractor pursuant to the contract for a public works project and payment for which is
not otherwise expressly provided or to which the claimant is not otherwise entitled.
(C) Payment of an amount that is disputed by the public entity.
(2) "Contractor" means any type of contractor within the meaning of Chapter 9 (commencing
with Section 7000) of Division 3 of the Business and Professions Code who has entered into a
direct contract with a public entity for a public works project.
(3) (A) "Public entity" means, without limitation, except as provided in subparagraph (B), a state
agency, department, office, division, bureau, board, or commission, the California State
University, the University of California, a city, including a charter city, county, including a charter
county, city and county, including a charter city and county, district, special district, public
authority, political subdivision, public corporation, or nonprofit transit corporation wholly owned
by a public agency and formed to carry out the purposes of the public agency.
(B) "Public entity" shall not include the following:
(i) The Department of Water Resources as to any project under the jurisdiction of that
department.
(ii) The Department of Transportation as to any project under the jurisdiction of that department.
(iii) The Department of Parks and Recreation as to any project under the jurisdiction of that
department.
(iv) The Department of Corrections and Rehabilitation with respect to any project under its
jurisdiction pursuant to Chapter 11 (commencing with Section 7000) of Title 7 of Part 3 of the
Penal Code.
(v) The Military Department as to any project under the jurisdiction of that department.
(vi) The Department of General Services as to all other projects.
(vii)The High-Speed Rail Authority.
(4) "Public works project" means the erection, construction, alteration, repair, or improvement of
any public structure, building, road, or other public improvement of any kind.
(5) "Subcontractor" means any type of contractor within the meaning of Chapter 9 (commencing
with Section 7000) of Division 3 of the Business and Professions Code who either is in direct
82000-0016\1800815v4.doc C-35 209
contract with a contractor or is a lower tier subcontractor.
(d) (1) (A) Upon receipt of a claim pursuant to this section, the public entity to which the claim
applies shall conduct a reasonable review of the claim and, within a period not to exceed 45
days, shall provide the claimant a written statement identifying what portion of the claim is
disputed and what portion is undisputed. Upon receipt of a claim, a public entity and a
contractor may, by mutual agreement, extend the time period provided in this subdivision.
(B) The claimant shall furnish reasonable documentation to support the claim.
(C) If the public entity needs approval from its governing body to provide the claimant a written
statement identifying the disputed portion and the undisputed portion of the claim, and the
governing body does not meet within the 45 days or within the mutually agreed to extension of
time following receipt of a claim sent by registered mail or certified mail, return receipt
requested, the public entity shall have up to three days following the next duly publicly noticed
meeting of the governing body after the 45-day period, or extension, expires to provide the
claimant a written statement identifying the disputed portion and the undisputed portion.
(D)Any payment due on an undisputed portion of the claim shall be processed and made within
60 days after the public entity issues its written statement. If the public entity fails to issue a
written statement, paragraph (3) shall apply.
(2) (A) If the claimant disputes the public entity's written response, or if the public entity fails to
respond to a claim issued pursuant to this section within the time prescribed, the claimant may
demand in writing an informal conference to meet and confer for settlement of the issues in
dispute. Upon receipt of a demand in writing sent by registered mail or certified mail, return
receipt requested, the public entity shall schedule a meet and confer conference within 30 days
for settlement of the dispute.
(B) Within 10 business days following the conclusion of the meet and confer conference, if the
claim or any portion of the claim remains in dispute, the public entity shall provide the claimant a
written statement identifying the portion of the claim that remains in dispute and the portion that
is undisputed. Any payment due on an undisputed portion of the claim shall be processed and
made within 60 days after the public entity issues its written statement. Any disputed portion of
the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation,
with the public entity and the claimant sharing the associated costs equally. The public entity
and claimant shall mutually agree to a mediator within 10 business days after the disputed
portion of the claim has been identified in writing. If the parties cannot agree upon a mediator,
each party shall select a mediator and those mediators shall select a qualified neutral third party
to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and
costs charged by its respective mediator in connection with the selection of the neutral mediator.
If mediation is unsuccessful, the parts of the claim remaining in dispute shall be subject to
applicable procedures outside this section.
(C) For purposes of this section, mediation includes any nonbinding process, including, but not
limited to, neutral evaluation or a dispute review board, in which an independent third party or
board assists the parties in dispute resolution through negotiation or by issuance of an
evaluation. Any mediation utilized shall conform to the timeframes in this section.
(D) Unless otherwise agreed to by the public entity and the contractor in writing, the mediation
conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to
mediate after litigation has been commenced.
82000-0016\1800815v4.doc C-36 2 1 0
(E) This section does not preclude a public entity from requiring arbitration of disputes under
private arbitration or the Public Works Contract Arbitration Program, if mediation under this
section does not resolve the parties' dispute.
(3) Failure by the public entity to respond to a claim from a contractor within the time periods
described in this subdivision or to otherwise meet the time requirements of this section shall
result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the
public entity's failure to have responded to a claim, or its failure to otherwise meet the time
requirements of this section, shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
(4) Amounts not paid in a timely manner as required by this section shall bear interest at 7
percent per annum.
(5) If a subcontractor or a lower tier subcontractor lacks legal standing to assert a claim against
a public entity because privity of contract does not exist, the contractor may present to the
public entity a claim on behalf of a subcontractor or lower tier subcontractor. A subcontractor
may request in writing, either on his or her own behalf or on behalf of a lower tier subcontractor,
that the contractor present a claim for work which was performed by the subcontractor or by a
lower tier subcontractor on behalf of the subcontractor. The subcontractor requesting that the _
claim be presented to the public entity shall furnish reasonable documentation to support the
claim. Within 45 days of receipt of this written request, the contractor shall notify the
subcontractor in writing as to whether the contractor presented the claim to the public entity and,
if the original contractor did not present the claim, provide the subcontractor with a statement of
the reasons for not having done so.
(e) The text of this section or a summary of it shall be set forth in the plans or specifications for
any public works project that may give rise to a claim under this section.
(f) A waiver of the rights granted by this section is void and contrary to public policy, provided,
however, that (1) upon receipt of a claim, the parties may mutually agree to waive, in writing,
mediation and proceed directly to the commencement of a civil action or binding arbitration, as
applicable; and (2) a public entity may prescribe reasonable change order, claim, and dispute
resolution procedures and requirements in addition to the provisions of this section, so long as
the contractual provisions do not conflict with or otherwise impair the timeframes and
procedures set forth in this section.
(g)This section applies to contracts entered into on or after January 1, 2017.
(h) Nothing in this section shall impose liability upon a public entity that makes loans or grants
available through a competitive application process, for the failure of an awardee to meet its
contractual obligations.
(i) This section shall remain in effect only until January 1, 2020, and as of that date is repealed,
unless a later enacted statute, that is enacted before January 1, 2020, deletes or extends that
date.
(Added by Stats. 2016, Ch. 810, Sec. 1. (AB 626) Effective January 1, 2017. Repealed as of
January 1, 2020, by its own provisions.)
82000-0016\1800815v4.doc C-37 21 1
Bond No.
PAYMENT BOND
(LABOR AND MATERIALS)
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark("Public Agency"), State of California, has awarded to
("Principal")
(Name and address of Contractor)
a contract(the"Contract") for the Work described as follows:
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
(Project name)
WHEREAS, under the terms of the Contract, the Principal is required before entering upon the
performance of the Work, to file a good and sufficient payment Bond with the Public Agency to
secure the claims to which reference is made in Title 3 (commencing with Section 9000) of
Part 6 of Division 4 of the Civil Code.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency and all contractors, subcontractors, laborers,
material suppliers, and other persons employed in the performance of the Contract and referred
to in Title 3 (commencing with Section 9000) of Part 6 of Division 4 of the Civil Code in the penal
sum of
Dollars ($ ), for materials furnished or labor thereon of any
kind, or for amounts due under the Unemployment Insurance Act with respect to this Work or
labor, that the Surety will pay the same in an amount not exceeding the amount hereinabove set
forth, and also in case suit is brought upon this Bond, will pay, in addition to the face amount
thereof, costs and reasonable expenses and fees, including reasonable attorneys'fees, incurred
by Public Agency in successfully enforcing this obligation, to be awarded and fixed by the court,
and to be taxed as costs and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this Bond shall inure to the benefit of any and
all persons, companies, and corporations entitled to file claims under Title 3 (commencing with
Section 9000) of Part 6 of Division 4 of the Civil Code, so as to give a right of action to them or
their assigns in any suit brought upon this Bond.
Upon expiration of the time within which the California Labor Commissioner may serve a civil
wage and penalty assessment against the principal, any of its subcontractors, or both the
principal and its subcontractors pursuant to Labor Code Section 1741, and upon expiration of
the time within which a joint labor management committee may commence an action against the
principal, any of its subcontractors, or both the principal and its subcontractors pursuant to
Labor Code Section 1771.2, if the condition of this Bond be fully performed, then this obligation
shall become null and void; otherwise, it shall be and remain in full force and effect.
82000-0016\1800815v4.doc C-38 21 2
The Surety hereby stipulates and agrees that no change, extension of time, alteration, or
addition to the terms of the Contract or the Specifications accompanying the same shall in any
manner affect its obligations on this Bond, and it does hereby waive notice of any such change,
extension, alteration, or addition.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and
Surety, on the date set forth below, the name of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative(s) pursuant to authority of its
governing body.
Dated:
"Principal" "Surety"
By: By:
Its Its
By: By:
Its Its
(Seal) (Seal)
Note: This Bond must be executed in duplicate and dated,all signatures must be notarized,and evidence of the authority of
any person signing as attorney-in-fact must be attached. DATE OF BOND MUST NOT BE BEFORE DATE
OF CONTRACT. Surety companies executing Bonds must appear on the Treasury Department's most current list
(Circular 570 as amended)and be authorized to transact business in the State where the project is located.
82000-0016\1800815v4.doc C-39 213
Bond No.
PERFORMANCE BOND
KNOW ALL PERSONS BY THESE PRESENTS that:
WHEREAS the City of Moorpark("Public Agency"), has awarded to
("Principal")
(Name and address of Contractor)
a contract (the"Contract") for the Work described as follows:
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
(Project name)
WHEREAS, Principal is required under the terms of the Contract to furnish a Bond for the
faithful performance of the Contract.
NOW, THEREFORE, we, the undersigned Principal, and
(Name and address of Surety)
("Surety") a duly admitted surety insurer under the laws of the State of California, as Surety, are
held and firmly bound unto the Public Agency in the penal sum of
Dollars ($ ), this amount being not less than
the total Contract Price, in 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, successors executors and
administrators,jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the hereby bounded Principal, his,
her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and
abide by, and well and truly keep and perform the covenants, conditions and provisions in the
Contract and any alteration thereof made as therein provided, on the Principal's part, to be kept
and performed at the time and in the manner therein specified, and in all respects according to
their true intent and meaning, and shall indemnify and save harmless the Public Agency, its
officers, agents and employees, as therein stipulated, then this obligation shall become null and
void; otherwise, it shall be and remain in full force and effect.
As a part of the obligation secured hereby and in addition to the face amount specified therefor,
there shall be included costs and reasonable expenses and fees, including reasonable
attorneys' fees, incurred by Public Agency in successfully enforcing such obligation, all to be
taxed as costs and included in any judgment rendered. Surety hereby waives any statute of
limitations as it applies to an action on this Bond.
The Surety hereby stipulates and agrees that no change, extension of time, alteration or
addition to the terms of the Contract or of the Work to be performed thereunder or the
specifications accompanying the same shall in anywise affect its obligations under this Bond,
and it does hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract or to the Work or to the specifications. Surety hereby waives the
82000-0016\1800815v4.doc C-40 2 1 4
provisions of California Civil Code Sections 2845 and 2849. The City is the principal beneficiary
of this Bond and has all rights of a party hereto.
IN WITNESS WHEREOF, two (2) identical counterparts of this instrument, each of which shall
for all purposes be deemed an original hereof, have been duly executed by Principal and
Surety, on the date set forth below, the name of each corporate party being hereto affixed and
these presents duly signed by its undersigned representative(s) pursuant to authority of its
governing body.
Dated:
"Principal" "Surety"
By: _ By:
Its Its
By: By:
Its Its
(Seal) (Seal)
Note: This Bond must be executed in duplicate and dated, all signatures must be notarized, and evidence of
the authority of any person signing as attorney-in-fact must be attached. DATE OF BOND MUST NOT
BE BEFORE DATE OF CONTRACT. Surety companies executing Bonds must appear on the
Treasury Department's most current list (Circular 570 as amended) and be authorized to transact
business in the State where the project is located.
82000-0016\1800815v4.doc C-41 215
PLEASE PROVIDE CONTACT INFORMATION FOR THE SURETY AND THE
BROKER IN THE SPACE PROVIDED BELOW
SURETY—Contact Information BROKER—Contact Information
Attn: Attn:
Address: Address:
City State Zip City State Zip
Phone#: - Phone#
82000-001611800815v4.doc C-42 216
CHECKLIST FOR EXECUTION OF CONTRACT
TO BE SUBMITTED BY SUCCESSFUL BIDDER:
Two (2) executed and notarized copies of the Contract
Payment Bond in amount of the Contract
Performance Bond in amount of the Contract
Workers' Compensation Certificate
Liability insurance certificate in the amount of one million dollars
($1,000,000) per occurrence, naming the City as a co-insured
General aggregate insurance certificate in the amount of two million
dollars ($2,000,000), naming the City as a co-insured
Automobile insurance certificate in the amount of one million dollars
($1,000,000), naming the City as a co-insured
Proof of Railroad Liability Insurance and other insurance required for work
on the Railroad Property
Additional insured endorsement (ongoing and completed operations) —
comprehensive general liability
Additional insured endorsement—automobile liability
Additional insured endorsement—excess liability (if applicable)
Copy of City business license
82000-0016\1800815v4.doc C-43 21 7
GENERAL PROVISIONS
SECTION 0. GENERAL PROVISIONS DEFINED
0-1 STANDARD SPECIFICATIONS
The Work described herein shall be done in accordance with the provisions of the 2015 edition
of the Standard Specifications for Public Works Construction (SSPWC), and all supplements
thereto, prepared and promulgated by the Greenbook Committee of Public Works Standards
Inc., formerly the Southern California Chapter of the American Public Works Association and the
Associated General Contractors of America, and the following modifications thereto are
established as the Standard Specifications for the City, except for those provisions that are
expressly not incorporated by a provision in the Contract Documents.
0-2 NUMBERING OF SECTIONS
The number of sections and subsections in these General Provisions are compatible with the
numbering in the Standard Specifications. The Special Provisions will be numbered as Sections
700 through 799. Subsections of architectural and/or other work may be numbered according to
the Construction Specifications Institute (CSI) format.
0-3 SUPPLEMENTATION OF STANDARD SPECIFICATIONS
The Sections that follow supplement, but do not replace, the Standard Specifications, except as
otherwise indicated herein. In the event of any conflict between the Standard Specifications and
these General Provisions, these General Provisions shall control.
SECTION 1. TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND
SYMBOLS
The provisions below shall supplement, but not replace, those provisions in Section 1 of the
Standard Specifications.
1-2 TERMS AND DEFINITIONS
Whenever in the Standard Specifications or in the Contract Documents the following terms are
used, they shall be understood to mean the following:
Agency—The City of Moorpark.
Board—The City Council of the City of Moorpark.
Contract Documents — As defined in Standard Specifications Section 1-2, but also
including the General Provisions.
County—County of Ventura, California
Inspector — An authorized representative of the City, assigned by the City to make
inspections of Work performed by or materials supplied by the Contractor.
Laboratory—A laboratory authorized by the City to test materials and Work involved
in the Contract.
82000-0016\1800815v4.doc GP-1 2 1 8
Project—See Work.
Submittal —Any drawing, calculation, specification, product data, samples, manuals,
requests for substitutes, spare parts, photographs, survey data, traffic control plans,
record drawings, Bonds or similar items required to be submitted to the City under
the terms of the Contract.
1-3.3 Institutions
The institutions listed in Section 1-3.3 of the Standard Specifications shall be supplemented by
the list below:
Abbreviation Word or Words
AAN American Association of Nurserymen
ACI American Concrete Institute
AGCA Associated General Contractors of America
APWA American Public Works Association
ASME American Society of Mechanical Engineers
CRSI Concrete Reinforcing Steel Institute
CSI Construction Specifications Institute
IEEE Institute of Electric and Electronic Engineers
NEC National Electric Code
NEMA National Electrical Manufacturers Association
NFPA National Fire Protection Association
SSS State of California Standard Specifications,
Latest edition, Department of Transportation
SSP State of California Standard Plans,
Latest edition, Department of Transportation
SECTION 2. SCOPE AND CONTROL OF THE WORK
The provisions below shall supplement but not replace those provisions in Section 2 of the
Standard Specifications.
2-2 ASSIGNMENT
Any purported assignment without written consent of the City shall be null, void, and of no
effect, and the Contractor shall hold harmless, defend and indemnify the City and its officers,
officials, employees, agents and representatives with respect to any claim, demand or action
arising from or relating to any unauthorized assignment.
If the City opts to consent to assignment, the City's consent shall be contingent upon: (1) a
letter from the Surety agreeing to the assignment and assigning all of the Bonds to the assignee
without any reduction, or the assignee supplying all new Bonds in the amounts originally
required under the Contract Documents; and (2) the assignee supplying all of the required
insurance in the amounts required in the Contract Documents. Until the Surety assigns all of
the Bonds or the assignee supplies all of the new Bonds, and until the assignee supplies all of
the required insurance, an assignment otherwise consented to in writing by the City shall not be
effective. Even if the City consents to assignment, no assignment shall relieve the Contractor of
liability under the Contract.
82000-0016\1800815v4.doc GP-2 2 1 9
2-4 CONTRACT BONDS
The Faithful Performance Bond shall remain in force until the date of recordation of the Notice of
Completion. The Material and Labor Bond shall remain in force until expiration of the time
within which the California Labor Commissioner may serve a civil wage and penalty assessment
against the principal, any of its subcontractors, or both the principal and its subcontractors
pursuant to Labor Code Section 1741, and until the expiration of the time within which a joint
labor management committee may commence an action against the principal, any of its
subcontractors, or both the principal and its subcontractors pursuant to Labor Code
Section 1771.2.
Before acceptance of the Project, the Contractor shall submit a warranty or maintenance Bond
that is valid for one year from date of recordation of Notice of Completion by the County
Recorder, in the amount of one hundred percent (100%) of the Contract Price. In lieu of the
warranty or maintenance Bond, Contractor may submit proof from the Surety that the
performance Bond has been extended for the appropriate duration of time. Other than the
details listed herein, the warranty or maintenance Bond shall adhere to the requirements for
Bonds in Section 2-4 of the Standard Specifications. Nothing herein shall abridge or amend
Section 6-8.3 of the Standard Specifications or the related provisions in these Contract
Documents..
All Bonds must be submitted using the required forms, which are in the Contract Documents, or
on any other form approved by the City Attorney.
2-5 PLANS AND SPECIFICATIONS
2-5.1 General
In addition to the requirements under Section 2-5.1 in the Standard Specifications, the
Contractor shall maintain a control set of Plans and Specifications on the Project site at all
times. All final locations determined in the field, and any deviations from the Plans and
Specifications, shall be marked in red on the control set to show the as-built conditions. This
control set of Plans shall also be edited for all Addenda, Requests for Information, Change
Orders, field changes not involving cost, and any other variation that occurred during
construction. Upon completion of all Work,the Contractor shall return the control set to the City.
Final payment will not be made until this requirement is met.
Where a work feature is shown on the drawings or identified in the Specifications but is not
specifically indicated as an item in the Bid sheets, and there is no ambiguity regarding the
requirement to construct, install, or construct and install that work feature, the Contractor is
required to complete the work feature. All costs to the Contractor for constructing, installing, or
both constructing and installing such a work feature shall be included in the Bid.
2-5.2 Precedence of the Contract Documents
With regard to Section 2-5.2 in the Standard Specifications, the General Provisions shall control
over the Special Provisions, and the Notice Inviting Bids and Instructions to Bidders (in that
order) shall control over the Bid, such that the order of precedence shall be as follows:
1. Permits issued by regulatory agencies with jurisdiction.
2. Change Orders and Supplemental Agreements, whichever occurs last.
82000-0016\1800815v4.doc GP-3 2 2 0
3. Contract/Agreement.
4. Addenda.
5. Notice Inviting Bids.
6. Instructions to Bidders.
7. Bid/Proposal.
8. General Provisions.
9. Special Provisions.
10. Plans.
11. Standard Plans.
12. Standard Specifications.
13. Reference Specifications. •
2-7 SUBSURFACE DATA
If the City or its consultants have made investigations of subsurface conditions in areas where
the Work is to be performed, such investigations shall be deemed made only for the purpose of
study and design. If a geotechnical or other report has been prepared for the Project, the
Contractor may inspect the records pertaining to such investigations subject to and upon the
conditions hereinafter set forth. The inspection of the records shall be made in the office of the
City. It is the Contractor's sole responsibility to determine whether such investigations exist,
and the City makes no affirmative or negative representation concerning the existence of such
investigations.
The records of any such investigations are made available solely for the convenience of the
Contractor. It is expressly understood and agreed that the City, its agents, consultants or
employees assume no responsibility whatsoever with respect to the sufficiency or accuracy of
any investigations, the records thereof, and the interpretations set forth therein. No warranty or
guarantee is expressed or implied that the conditions indicated by any such investigations or
records are representative of those existing in the Project area. The Contractor agrees to make
such independent investigations and examination as necessary to be satisfied of the conditions
to be encountered in the performance of the Work.
The Contractor represents that it has studied the Plans, Specifications and other Contract
Documents, and all surveys and investigation reports of subsurface and latent physical
conditions, has made such additional surveys and investigations as necessary for the
performance of the Work at the Contract Price in accordance with the requirements of the
Contract Documents, and that it has correlated the results of all such data with the requirements
of the Contract Documents. No claim of any kind shall be made or allowed for any error,
omission or claimed error or omission, in whole or in part, of any geotechnical exploration or any
other report or data furnished or not furnished by the City.
2-9 SURVEYING
The Contractor shall verify all dimensions on the drawings and shall report to the City any
discrepancies before proceeding with related Work. The Contractor shall perform all survey and
layout Work per the benchmark information on the Project Plans. All surveying Work must
conform to the Professional Land Surveyors' Act (Business and Professions Code Section 8700
et seq). All Project surveying notes and "cut-sheets" are to be provided to the City after the
completion of each surveying activity and all final surveying notes shall be provided before final
payment to the Contractor.
82000-0016\1800815v4.doc GP-4 2 2 1
Construction stakes shall be set and stationed by Contractor at its expense. Unless otherwise
indicated in the Special Provisions, surveying costs shall be included in the price of items bid.
No separate payment will be made. Re-staking and replacement of construction survey
markers damaged as a result of the Work, vandalism, or accident shall be at the Contractor's
expense.
2-10 INSPECTION
The Contractor shall arrange and pay for all off-site inspection of the Work required by any
ordinance or governing authorities. The Contractor shall also arrange and pay for other
inspections, including tests in connection therewith, as may be assigned or required.
SECTION 3. CHANGES IN WORK
The provisions below shall supplement but not replace those provisions in Section 3 of the
Standard Specifications.
3-2 CHANGES INITIATED BY THE AGENCY
The City reserves the right, without notice to the Surety, to increase or decrease the quantity of
any item or portion of the Work described in the Contract Documents or to alter or omit portions
of the Work so described, as may be deemed necessary or expedient by the City, without in any
way making the Contract void. Such increases, alterations or decreases of Work shall be
considered and treated as though originally contracted for, and shall be subject to all the terms,
conditions and provisions of the original Contract. The Contractor shall not claim or bring suit
for damages, whether for loss of profits or otherwise, on account of any decrease, alteration or
omission of any kind of Work to be done.
3-3 EXTRA WORK
New and unforeseen work will be classified as Extra Work only when the Work is not covered
and cannot be paid for under any of the various items or combination of items for which a Bid
price appears on the Bid. The Contractor shall not do any Extra Work except upon written order
from the City.
SECTION 4. CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
The provisions below shall supplement but not replace those provisions in Section 4-1 of the
Standard Specifications.
The Contractor and all Subcontractors, suppliers, and vendors shall guarantee that the Work will
meet all requirements of this Contract as to the quality of materials, equipment, and
workmanship.
4-1.1 Test of Materials
Except as elsewhere specified, the City shall bear the cost of testing materials and
workmanship that meet or exceed the requirements indicated in the Standard Specifications and
82000-0016\1800815v4.doc GP-5 2 2 2
the Special Provisions. The cost of all other tests, including the retesting of material or
workmanship that fails to pass the first test, shall be borne by the Contractor.
If the Contractor requests to substitute an equivalent item for a brand or trade name item, the
burden of proof as to the comparative quality and suitability of alternative equipment or articles
or materials shall be upon the Contractor, and the Contractor shall furnish, at its own expense,
all information necessary or related thereto as required by the City. All requests for substitution
shall be submitted, together with all documentation necessary for the City to determine
equivalence, no later than five (5) Days before the Bid submission deadline, unless a different
deadline is listed in the Special Provisions.
SECTION 5 UTILITIES
The provisions below shall supplement but not replace those provisions in Section 5 of the
Standard Specifications.
5-1 LOCATION
The location and existence of any underground Utility or substructure has not been obtained.
The methods used and costs involved to locate existing elements, points of connection and-all
construction methods are the Contractor's sole responsibility. There are additional requirements
imposed by SCRRA for locating utilities within the railroad right-of-way. Please see Appendix
_ for more information. Accuracy of information furnished, as to existing conditions, is not
guaranteed by the City. The Contractor, at its sole expense, must make all investigations
necessary to determine locations of existing elements, which may include contacting
Underground Service Alert and other private underground locating firm(s), utilizing specialized
locating equipment, hand trenching, or both. For every Dig Alert Identification Number issued
by Underground Service Alert during the course of the Project, the Contractor must submit to
the City the following form. The Contractor shall be responsible for preserving the integrity of
the existing underground utilities at the site.
82000-0016\1800815v4.doc G P-6 2 2 3
UNDERGROUND SERVICE ALERT IDENTIFICATION NUMBER FORM
No excavation will be permitted until this form is completed and returned to the City.
Government Code Section 4216 et seq. requires a Dig Alert Identification Number to be issued
before a permit to excavate will be valid.
To obtain a Dig Alert Identification Number, call Underground Service Alert at 811 a minimum of
three (3) Working Days before scheduled excavation. For best response, provide as much
notice as possible up to ten (10)Working Days.
Dig Alert Identification Number:
Dated:
("CONTRACTOR") _
By:
Printed Name:
Title:
By:
Printed Name:
Title:
Note: This form is required for every Dig Alert Identification Number issued by Underground
Service during the course of the Work. Additional forms may be obtained from the City upon
request.
82000-0016\1800815v4.doc GP-7 2 2 4
5-1.3 Entry by Utility Owners
The right is reserved to the owners of public Utilities or franchises to enter the Project site for
the purpose of making repairs or changes in their property that may be necessary as a result of
the Work as well as any other reason authorized by the City. When the Contract Documents
provide for the Utility owners to alter, relocate or reconstruct a Utility, or when the Contract
Documents are silent in this regard and it is determined by the City that the Utility owners must
alter, relocate or reconstruct a Utility, the Contractor shall schedule and allow adequate time for
those alterations, relocations or reconstructions by the respective Utility owners. City
employees and agents shall likewise have the right to enter upon the Project site at any time
and for any reason or no reason at all.
5-2 PROTECTION
If Contractor damages or breaks the Utilities, it will be the Contractor's responsibility to repair
the Utility at no cost to the Utility or the City.
5-3 REMOVAL
Facilities encountered during the prosecution of the Work that are determined to be abandoned
shall be removed by the Contractor as required for the Work, unless directed otherwise by the
City. The remaining portion of the existing Utility which is left in place shall be accurately
recorded, in elevation and plan, on the control set of Contract Drawings.
5-4 RELOCATION
The Contractor shall cooperate fully with all Utility forces of the City or forces of other public or
private agencies engaged in the relocation, altering, or otherwise rearranging of any facilities
that interfere with the progress of the Work. The Contractor shall schedule the Work so as to
minimize interference with the relocation, altering, or other rearranging of facilities.
5-6 COOPERATION
The Contractor's attention is directed to the fact that Work may be conducted at or adjacent to
the site by other contractors during the performance of the Work under this Contract. The
Contractor shall conduct its operations so as to cause a minimum of interference with the work
of such other contractors, and shall cooperate fully with such contractors to provide continued
safe access to their respective portions of the site, as required to perform work under their
respective contracts. Compensation for compliance shall be included in the various items of the
Work, and no additional compensation shall be allowed therefor.
5-7 NOTIFICATION
The Contractor shall notify the City and the owners of all Utilities and substructures not less than
forty-eight (48) hours before starting construction. The following list of names and telephone
numbers is intended for the convenience of the Contractor and is not guaranteed to be complete
or accurate:
2 2 5
82000-0016\1800815v4.doc GP-8
CITY ENGINEER TIME WARNER
(805)517-6285 (888)892-2253
TRAFFIC ENGINEER AT&T
(805)517-6285 (800)310-2355
CITY POLICE DEPARTMENT UNDERGROUND SERVICE ALERT
(805)532-2700 1-800-422-4133
CALIFORNIA HIGHWAY PATROL UNION PACIFIC RAILROAD CO.
(805)553-0800 (800)336-9193
MOORPARK TRANSIT DIVISION MOORPARK UNIFIED SCHOOL DIST.
(805)517-6257 (805)378-6300
VENTURA COUNTY WATERWORKS VENTURA COUNTY FIRE PROTECTION DISTRICT
DISTRICT NO.1 (805)389-9710
(805)378-3000
U.S.POST OFFICE
CALLEGUAS MUNICIPAL WATER (805)529-3596
DISTRICT
(805)526-9323 WASTE MGMT/GI RUBBISH
(805)522-9400
SO.CALIFORNIA EDISON COMPANY
(800)655-4555 ANDERSON RUBBISH
(805)526-1919
THE GAS COMPANY
(800)427-2200 CALTRANS
(805)653-2584
MED TRANS AMBULANCE
(805)495-4668 SUNESYS
California Sales/Operations
(951)278-0400
SECTION 6. PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK
The provisions below shall supplement but not replace those provisions in Section 6 of the
Standard Specifications.
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK
6-1.1 Construction Schedule
In addition to the construction schedule required pursuant to Section 6-1.1 of the Standard
Specifications after notification of the Contract award and before any start of the Project, as well
as the revised construction schedule in advance of beginning revised operations, the Contractor
shall submit an updated construction schedule with its monthly invoice every month. Progress
payments shall be contingent upon the receipt of monthly updated construction schedules.
82000-0016\1800815v4.doc GP-9 - 2 2 6
One (1) week before the scheduled pre-construction meeting, the Contractor must submit a
construction schedule to the City for review and approval. The Contractor shall make revisions
as required by the City. The schedule must account for all subcontract work, as well as the
work of the Contractor, submittals, coordination with the other contractors performing concurrent
work and the Traffic Control Plan. The Contractor shall update this Construction Schedule
when directed by the City, or when:
a. A Change Order significantly affects the Contract completion date or the
sequence of construction approach or activities; or
b. The actual sequence of the Work, or the planned sequence of the Work, is
changed and does not conform to the Contractor's current accepted Project construction
schedule.
6-1.1.1 Pre-Construction Meeting
Approximately ten (10) Days before the commencement of Work at the site, a pre-construction
meeting will be held at the City and shall be attended by the Contractor's Project manager, its
on-site field superintendent, and any Subcontractors that the Contractor deems appropriate.
Attendance by the Contractor and any Subcontractors designated is mandatory.
Contractor shall submit its twenty-four (24) hour emergency telephone numbers to the City for
approval a minimum of two (2) Working Days before the pre-construction meeting. Unless
previously submitted to the City, the Contractor shall bring to the pre-construction conference
copies of each of the following:
1) Construction Schedule.
2) Procurement schedule of major equipment and materials and items requiring
long lead time.
3) Shop drawing/sample submittal schedule.
4) Preliminary schedule of values (lump sum price breakdown) for progress
payment purposes.
5) Written designation of the on-site field superintendent and the Project manager.
Both daytime and emergency telephone numbers shall be included in the written
designation.
The purpose of the meeting is to designate responsible personnel and establish a working
relationship. The parties will discuss matters requiring coordination and establish procedures
for handling such matters. The complete agenda will be furnished to the Contractor before the
meeting date. The Contractor shall be prepared to discuss all of the items listed below.
1) The Contractor's construction schedule.
2) Notification of local residents before starting any Work and keeping them
informed throughout the Project.
3) Procedures for transmittal, review, and distribution of the Contractor's submittals.
4) Processing applications for payment.
5) Maintaining record documents.
6) Critical Work sequencing.
7) Maintaining sewage service during construction, including proposed by-passes.
8) NPDES requirements, if any.
9) Field decisions and Change Orders.
82000-0016\1800815v4.doc GP-10 2 2 7
10) Use of Project site, office and storage areas, security, housekeeping, and the
City's needs.
11) Major equipment deliveries and priorities.
12) Traffic control.
13) Any other item that the City representative states is relevant to the meeting.
6-1.1.2 Weekly Progress Meetings
Progress meetings will be held each week during the course of the Project. The meeting
location, day of the week and time of day will be mutually agreed to by the City and the
Contractor. The Contractor shall provide a two (2) week "look ahead" schedule for each
meeting. The construction manager will preside at these meetings and will prepare the meeting
agenda, meeting minutes and will distribute minutes to all persons in attendance. As the Work
progresses, if it is determined by agreement of the attendees, that weekly meetings are not
necessary, the weekly progress meetings may be changed to bi-weekly progress meetings.
6-5 TERMINATION OF THE CONTRACT FOR CONVENIENCE
In addition to the reasons for termination listed in Section 6-5 of the Standard Specifications,
which allow termination upon any written notice, the City may cancel the Contract for any other
reason or for no reason upon thirty (30) Days'written notice. The rest of the procedure outlined
in Section 6-5 shall apply to such situation, including the Contractor's required immediate
notification of Subcontractors and suppliers and the payment. In no event (including termination
for impossibility or impracticability, due to conditions or events beyond the control of the City, for
any other reason or for no reason) shall the total amount of money to Contractor exceed the
amount which would have been paid to Contractor for the full performance of the services
described in the Contract.
Furthermore, some of the City's projects are funded in whole or in part by funds other than the
City's General Fund. If this Project is funded by such external funds in whole or in part, or if
those external funds are terminated or reduced at any time and for any reason or for no reason
at all, and the City determines at its discretion that no other funding is available for continuation
of this Project, the City will not be obligated to continue funding for the services contained in
these Contract Documents and may terminate the Project immediately. The City shall
reimburse the Contractor for its work satisfactorily completed until the termination date. In no
event shall the total amount of money to the Contractor exceed the amount which the City has
received in funding from its external source. The Special Provisions may include further details
in this regard.
6-6 DELAYS AND EXTENSIONS OF TIME
Unless otherwise agreed in writing, an adjustment to the Contract time by reason of a Change
Order shall be agreed to at the time the Change Order is issued and accepted by Contractor. If
the Change Order does not reserve the right of the parties, or either of them, to seek an
adjustment to the Contract time, then the parties forever relinquish and waive such right and
there shall be no further adjustments to the Contract time.
6-6.1 Extensions of Time
In the event it is deemed appropriate by the City to extend the time for completion of the Work,
any such extension shall not release any guarantee for the Work required by the Contract
82000-0016\1800815v4.doc GP-11 228
Documents, nor shall any such extension of time relieve or release the Sureties on the Bonds
executed. In executing such Bonds, the Sureties shall be deemed to have expressly agreed to
any such extensions of time. The amount of time allowed by an extension of time shall be
limited to the period of the delay giving rise to the same as determined by the City.
Notwithstanding any dispute which may arise in connection with a claim for adjustment of the
Contract time, the Contractor shall promptly proceed with the Work.
6-6.2 Payment for Delays
Notwithstanding any other terms and conditions of the Contract Documents, the City shall have
no obligation whatsoever to increase the Contract Price or extend the time for delays.
Unless compensation and/or mark up is agreed upon by the City, the Contractor agrees that no
payment of compensation of any kind shall be made to the Contractor for damages or increased
overhead costs caused by any delays in the progress of the Contract, whether such delays are
avoidable or unavoidable or caused by any act or omission of the City or its agents. Any
accepted delay claim shall be fully compensated for by an extension of time to complete the
performance of the Work.
This Section shall not apply to compensable delays caused solely by the City. If a compensable
delay is caused solely by the City, the Contractor shall be entitled to a Change Order that:
(1) extends the time for completion of the Contract by the amount of delay caused by the City;
and (2) provides equitable adjustment, as determined by the City, to the Contractor.
6-8 COMPLETION, ACCEPTANCE AND WARRANTY
The Contractor shall complete all Work under the Contract within thirty (30) Working Days from
the Notice to Proceed. The Contractor shall not be allowed to begin any construction activity at
the site before the issuance of the Notice to Proceed. Between the period of the Notice of
Award and Notice to Proceed, the Contractor shall process Shop Drawings and begin procuring
equipment and materials.
6-8.2 Acceptance
The Project will not be considered complete and ready for City Council direction to staff
regarding recordation of the Notice of Completion until all required Work is completed, the Work
site is cleaned up in accordance with Section 7-8 of the Standard Specifications, the General
Provisions, and the Special Provisions, and all of the following items have been received by the
City:
1. A form of Notice of Completion, with all information required by the California Civil Code;
2. All written guarantees and warranties;
3. All "as-builts";
4. The warranty or maintenance Bond or proof from the Surety of the extension of the
performance Bond, as more specifically detailed in Section 2-4 of these General Provisions; and
5. Duplicate copies of all operating instructions and manufacturer's operating catalogs and
data, together with such field instructions as necessary to fully instruct City personnel in correct
82000-0016\1800815v4.doc GP-12 2 2 9
operation and maintenance procedures for all equipment installed listed under the electrical, air
conditioning, heating, ventilating and other trades. This data and instructions shall be furnished
for all equipment requiring periodic adjustments, maintenance or other operation procedures.
The Contractor shall allow at least seven (7) Working Days notice for final inspection. Such
notice shall be submitted to the City in writing.
6-8.3 Warranty
For the purposes of the calculation of the start of the warranty period, the Work shall be deemed
to be completed upon the date of recordation of the Notice of Completion. If that direction is
contingent on the completion of any items remaining on a punchlist, the Work shall be deemed
to be completed upon the date of the City's acceptance of the final item(s)on that punchlist.
The Contractor shall repair or replace defective materials and workmanship as, required in
Section 6-8.3 of the Standard Specification at its own expense. Additionally, the Contractor
agrees to defend, indemnify and hold the City harmless from claims of any kind arising from
damage, injury or death due to such defects.
The parties agree that no certificate given shall be conclusive evidence of the faithful
performance of the Contract, either in whole or in part, and that no payment shall be construed
to be in acceptance of any defective Work or improper materials. Further, the certificate or final
payment shall not terminate the Contractor's obligations under the warranty herein. The
Contractor agrees that payment of the amount due under the Contract and the adjustments and
payments due for any Work done in accordance with any alterations of the same, shall release
the City, the City Council and its officers and employees from any and all claims or liability on
account of Work performed under the Contract or any alteration thereof.
6-9 LIQUIDATED DAMAGES
For the purposes of the calculation of the start of the liquidated damages, the Work shall be
deemed to be completed when the same has been completed in accordance with the Plans and
Specifications therefor and to the satisfaction of the City, and the City has certified such
completion in accordance with Section 6-8.1 of the Standard Specifications.
SECTION 7. RESPONSIBILITIES OF THE CONTRACTOR
The first paragraph of Section 7-3.1 of the Standard Specifications shall not be incorporated and
shall instead be replaced with the following:
The Contractor shall provide and maintain insurance naming the City, its elected
and appointed officials, officers, employees, attorneys, agents, designated
volunteers, and independent contractors in the role of City officials as insureds or
additional insureds regardless of any inconsistent statement in the policy or any
subsequent endorsement whether liability is attributable to the Contractor or the
City. The insurance provisions shall not be construed to limit the Contractor's
indemnity obligations contained in the Contract. The City will not be liable for any
accident, loss, or damage to the Work before completion, except as otherwise
specified in Section 6-10.
82000-00161180'0815v4.doc GP-13 230
The first sentence of Section 7-8.4.2 shall not be incorporated, and shall instead be replaced
with the following:
Construction materials and equipment shall not be stored in Streets, roads, or
highways unless otherwise specified in the Special Provisions or approved by the
City.
The first sentence of the second paragraph of Section 7-9 of the Standard Specifications shall
not be incorporated, and shall instead be replaced with the following:
The Contractor shall relocate, repair, replace, or reestablish all existing
improvements within the Project limits which are not designated for removal (e.g.,
curbs, sidewalks, driveways, signal loops, fences, walls, sprinkler systems, signs,
Utility installations, pavements, structures, etc.) which are damaged or removed
as a result of the Contractor's or the Subcontractors' operations or as required by
the Plans and Specifications.
The last paragraph of Subsection 7-9 of the Standard Specifications shall not be incorporated,
and shall instead be replaced with the following:
All costs to the Contractor for protecting, removing, restoring, relocating,
repairing, replacing, or reestablishing existing improvements shall be included in
the Bid.
Section 7-12 of the Standard Specifications shall not be incorporated, and shall instead be
replaced with the following:
The names, addresses and specialties of the Contractor, Subcontractors,
architects or engineers may not be displayed on any signage within the public
right-of-way. This signage prohibition includes advertising banners hung from
truck beds or other equipment.
Otherwise, the provisions below shall supplement but not replace those provisions in Section 7
of the Standard Specifications.
7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES
A noise levels shall be limited to a reasonable level shall apply to all construction equipment on
or related to the job whether owned by the Contractor or not. The use of excessively loud
warning signals shall be avoided, except in those cases required for the protection of personnel.
7-2 LABOR
7-2.2.1 Public Work
The Contractor acknowledges that the Project is a "public work" as defined in Labor Code
Section 1720 et seq. ("Chapter 1"), and that this Project is subject to (a) Chapter 1, including
without limitation Labor Code Section 1771 and (b) the rules and regulations established by the
Director of Industrial Relations ("DIR") implementing such statutes. The Contractor shall
perform all Work on the Project as a public work. The Contractor shall comply with and be
82000-0016\1800815v4.doc GP-14 2 31
bound by all the terms, rules and regulations described in (a) and (b) as though set forth in full
herein.
7-2.2.2 Copies of Wage Rates
Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages for
each craft, classification, or type of worker needed to perform the Project are on file at City Hall
and will be made available to any interested party on request. By initiating any Work on this
Project, the Contractor acknowledges receipt of a copy of the DIR determination of such
prevailing rate of per diem wages, and the Contractor shall post such rates at each job site
covered by these Contract Documents.
7-2.2.3 Job Site Notices
The Contractor is required to post job site notices, as prescribed by regulation.
7-2.2.4 Failure to Pay Prevailing Rates
The Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774
and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for
failure to pay prevailing wages. The Contractor shall, as a penalty paid to the City, forfeit two
hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than
the prevailing rates as determined by the DIR for the work or craft in which the worker is
employed for any public work done pursuant to these Contract Documents by the Contractor or
by any Subcontractor.
7-2.2.5 Apprentices
The Contractor shall comply with and be bound by the provisions of Labor Code Sections
1777.5, 1777.6 and 1777.7 and California Code of Regulations Title 8, Section 200 et seq.
concerning the employment of apprentices on public works projects. The Contractor shall be
responsible for compliance with these Sections for all apprenticeable occupations. Before
commencing Work on this Project, the Contractor shall provide the City with a copy of the
information submitted to any applicable apprenticeship program. Within sixty (60) Days after
concluding Work, Contractor and each of its Subcontractors shall submit to the City a verified
statement of the journeyman and apprentice hours performed under this Contract.
7-2.2.6 Debarment or Suspension
The Contractor shall not perform Work with any Subcontractor that has been debarred or
suspended pursuant to California Labor Code Section 1777.1 or any other federal or State law
providing for the debarment of contractors from public works. The Contractor and
Subcontractors shall not be debarred or suspended throughout the duration of this Contract
pursuant to Labor Code Section 1777.1 or any other federal or State law providing for the
debarment of contractors from public works. If the Contractor or any Subcontractor becomes
debarred or suspended during the duration of the Project, the Contractor shall immediately
notify the City.
82000-0016\1800815v4.doc GP-15 2 3 2
7-2.3 Payroll Records
The Contractor shall comply with and be bound by the provisions of Labor Code Section 1776,
which requires the Contractor and each Subcontractor to (1) keep accurate payroll records and
verify such records in writing under penalty of perjury, as specified in Section 1776, (2) certify
and make such payroll records available for inspection as provided by Section 1776, and
(3) inform the City of the location of the records. The Contractor has ten (10) days in which to
comply subsequent to receipt of a written notice requesting these records, or as a penalty to the
City, the Contractor shall forfeit one hundred dollars ($100) for each Day, or portion thereof, for
each worker, until strict compliance is effectuated. Upon the request of the Division of Labor
Standards Enforcement, these penalties shall be withheld from progress payments then due.
7-2.4 Hours of Labor
The Contractor acknowledges that eight (8) hours labor constitutes a legal day's work. The
Contractor shall comply with and be bound by Labor Code Section 1810. The Contractor shall
comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties
for workers who work excess hours. The Contractor shall, as a penalty paid to the City, forfeit
twenty-five dollars ($25) for each worker employed in the performance of this Project by the
Contractor or by any Subcontractor for eacli calendar day during which such worker is required
or permitted to work more than eight (8) hours in any one (1) calendar day and forty (40) hours
in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3
of the Labor Code. Pursuant to Labor Code Section 1815, work performed by employees of the
Contractor in excess of eight (8) hours per day, and forty (40) hours during any one week shall
be permitted upon public work upon compensation for all hours worked in excess of eight (8)
hours per day at not less than one and one-half(1-1/2)times the basic rate of pay.
7-2.5 Registration with the DIR
In accordance with Labor Code Sections 1725.5 and 1771.1, no contractor or subcontractor
shall be qualified to bid on, be listed in a bid proposal, subject to the requirements of
Section 4104 of the Public Contract Code, or engage in the performance of any contract for
public work, unless currently registered and qualified to perform public work pursuant to
Section 1725.5.
7-2.6 Compliance Monitoring and Posting Job Sites
This Project is subject to compliance monitoring and enforcement by the DIR. The Contractor
shall post job site notices, as prescribed by regulation.
7-2.7 Subcontractors
For every Subcontractor who will perform Work on the Project, the Contractor shall be
responsible for such Subcontractor's compliance with Chapter 1 and Labor Code Sections 1860
and 3700, and the Contractor shall include in the written Contract between it and each
Subcontractor a copy of the provisions in this Section 7-2 of the General Provisions and a
requirement that each Subcontractor shall comply with those provisions. The Contractor shall
be required to take all actions necessary to enforce such contractual provisions and ensure
Subcontractor's compliance, including without limitation, conducting a periodic review of the
certified payroll records of the Subcontractor and upon becoming aware of the failure of the
•
82000-0016\1800815v4.doc GP-16 233
Subcontractor to pay its workers the specified prevailing rate of wages. The Contractor shall
diligently take corrective action to halt or rectify any failure.
7-2.9 Prevailing Wage Indemnity
To the maximum extent permitted by law, the Contractor shall indemnify, hold harmless and
defend (at the Contractor's expense with counsel reasonably acceptable to the City)the City, its
officials, officers, employees, agents and independent contractors serving in the role of City
officials, and volunteers from and against any demand or claim for damages, compensation,
fines, penalties or other amounts arising out of or incidental to any acts or omissions listed in
Section 7-2 of the General Provisions by any Person (including the Contractor, its
Subcontractors, and each of their officials, officers, employees and agents) in connection with
any Work undertaken or in connection with the Contract Documents, including without limitation
the payment of all consequential damages, attorneys' fees, and other related costs and
expenses. All duties of the Contractor under this Section 7-2.9 shall survive expiration or
termination of the Contract.
7-3 LIABILITY INSURANCE
The Contractor shall at all times during the term of the Contract carry, maintain, and keep in full
force and effect the insurance referenced in Section 7-3 of the Standard Specifications, as
modified below.
7-3.1.1 Additional Insureds
The City, its elected and appointed officials, officers, employees, attorneys, agents, designated
volunteers, and independent contractors in the role of City officials, shall be the insured or
named as additional insureds covering the Work, regardless of any inconsistent statement in the
policy or any subsequent endorsement, whether liability is attributable to the Contractor or the
City.
7-3.1.2 No Limitation on Indemnity
The insurance provisions shall not be construed to limit the Contractor's indemnity obligations
contained in these Contract Documents.
7-3.1.3 Replacement Insurance
The Contractor agrees that it will not cancel, reduce or otherwise modify the insurance
coverage. The Contractor agrees that if it does not keep the required insurance in full force and
effect, and such insurance is available at a reasonable cost, the City may take out the
necessary insurance and pay the premium thereon, and the repayment thereof shall be deemed
an obligation of the Contractor and the cost of such insurance may be deducted, at the option of
the City, from payments due the Contractor. This shall be in addition to all other legal options
available to the City to enforce the insurance requirements.
7-3.1.4 Certificates of Insurance with Original Endorsements
The Contractor shall submit to the City certificates of insurance with the original endorsements,
both of which reference the same policy number, for each of the insurance policies that meet
the insurance requirements, not less than one (1) day before beginning of performance under
82000-0016\1800815v4.doc GP-17 2 3 4
the Contract. The endorsements are to be signed by a person authorized by that insurer to bind
coverage on its behalf. Endorsements may be executed on the City's standard forms titled
"Additional Insured Endorsement," copies of which are provided in the Contract Documents, or
on any other form that contains substantially the same terms and is approved by the City's Risk
Manager. In any case, the endorsements must specifically name the City of Moorpark and its
elected and appointed officials, officers, employees, attorneys, agents, designated volunteers,
and independent contractors in the role of City officials as insureds or additional insureds.
Current insurance certificates and endorsements shall be kept on file with the City at all times
during the term of this Contract. The City reserves the right to require complete, certified copies
of all required insurance policies at any time.
7-3.1.5 Subcontractors
The Contractor shall ensure all Subcontractors and their employees are listed as additional
insureds on all of the Contractor's insurance.
7-4 INDEMNIFICATION
The following indemnity provisions shall supersede the indemnity in Section 7-3.1 of the
Standard Specifications.
7-4.1 Contractor's Duty
To the maximum extent permitted by law, the Contractor hereby agrees, at its sole cost and
expense, to defend with competent defense counsel approved by the City Attorney, protect,
indemnify, and hold harmless the City, its elected and appointed officials, officers, employees,
volunteers, attorneys, agents (including those City agents serving as independent contractors in
the role of City representatives), successors, and assigns (collectively "Indemnitees") from and
against any and all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, charges, obligations, damages, causes of action, proceedings, suits,
losses, stop payment notices, judgments, fines, liens, penalties, liabilities, costs and expenses
of every kind and nature whatsoever, in any manner arising out of, incident to, related to, in
connection with or resulting from any act, failure to act, error or omission of the Contractor or
any of its officers, agents, attorneys, servants, employees, Subcontractors, material suppliers or
any of their officers, agents, servants or employees, and/or arising out of, incident to, related to,
in connection with or resulting from any term, provision, image, plan, covenant, or condition in
the Contract Documents; including, without limitation, the payment of all consequential
damages, attorneys' fees, experts' fees, and other related costs and expenses (individually, a
"Claim," or collectively, "Claims"). The Contractor shall promptly pay and satisfy any judgment,
award or decree that may be rendered against any of the Indemnitees as to any such Claim.
The Contractor shall reimburse Indemnitees for any and all legal expenses and costs incurred
by each of them in connection therewith or in enforcing the indemnity herein provided. The
Contractor's obligation to indemnify shall not be restricted to insurance proceeds, if any,
received by the Contractor or Indemnitees. This indemnity shall apply to all Claims regardless
of whether any insurance policies are applicable or whether the Claim was caused in part or
contributed to by an Indemnitees.
7-4.2 Civil Code Exception
Nothing in this Section 7-4 shall be construed to encompass Indemnitees' sole negligence or
willful misconduct to the limited extent that the underlying Contract is subject to Civil Code
82000-0016\1800815v4.doc GP-1 8 235
Section 2782(a) or the City's active negligence to the limited extent that the underlying Contract
Documents are subject to Civil Code Section 2782(b), provided such sole negligence, willful
misconduct or active negligence is determined by agreement between the parties or by the
findings of a court of competent jurisdiction.
7-4.3 Nonwaiver of Rights
Indemnitees do not and shall not waive any rights that they may possess against the Contractor
because the acceptance by the City, or the deposit with the City, of any insurance policy or
certificate required pursuant to these Contract Documents. This indemnity provision is effective
regardless of any prior, concurrent, or subsequent active or passive negligence by Indemnitees
and shall operate to fully indemnify Indemnitees against any such negligence.
7-4.4 Waiver of Right of Subrogation.
The Contractor, on behalf of itself and all parties claiming under or through it, hereby waives all
rights of subrogation and contribution against the Indemnitees, while acting within the scope of
their duties, from all Claims arising out of or incident to the activities or operations performed by
or on behalf of the Contractor regardless of any prior, concurrent or subsequent active or
passive negligence by Indemnitees. -
7-4.5 Survival.
The provisions of this Section 7-4 shall survive the term and termination of the Contract, are
intended to be as.broad and inclusive as is permitted by the law of the State, and are in addition
to any other rights or remedies that Indemnitees may have under the law. Payment is not
required as a condition precedent to an Indemnitee's right to recover under this indemnity
provision, and an entry of judgment against the Contractor shall be conclusive in favor of the
Indemnitee's right to recover under this indemnity provision.
7-5 PERMITS
Before starting any construction work, the Contractor will be required to obtain all necessary
permits from the City, which may include obtaining a no fee encroachment permit for Work
within the public right-of-way, and from SCRRA and VCTC, as well as all other permits required
from all other agencies. Should this Project require construction of trenches or excavations
which are five (5) feet or deeper and into which a person is required to descend, the Contractor
shall obtain a Cal/OSHA permit and furnish the City with a copy before Work can commence on
this Project. Contractor shall bear all 'cost for fees for all agencies except for the City's permit
fees.
7-7 COOPERATION AND COLLATERAL WORK
The Contractor shall be responsible for coordinating all Work with the City's street sweeping,
trash pick-up, and street maintenance contractors, emergency services departments, utility
companies' crews, and others when necessary. Payment for conforming to these requirements
shall be included in other items of Work, and no additional payment shall be made thereof.
82000-0016\1800815v4.doc GP-19 236
7-8 WORKSITE MAINTENANCE
Clean-up shall be done as Work progresses at the end of each day and thoroughly before
weekends. The Contractor shall not allow the Work site to become littered with trash and waste
material, but shall maintain the same in a neat and orderly condition throughout the construction
operation. Materials which need to be disposed shall not be stored at the Project site, but shall
be removed by the end of each Working Day. If the job site is not cleaned to the satisfaction of
the City, the cleaning will be done or contracted by the City and shall be back-charged to the
Contractor and deducted from the Contract Price.
The Contractor shall make arrangements for storing its equipment and materials. The
Contractor shall make its own arrangements for any necessary off-site storage or shop areas
necessary for the proper execution of the Work. Approved areas within Work site may be used
for temporary storage; however, the Contractor shall be responsible for obtaining any necessary
permits from the City. In any case, the Contractor's equipment and personal vehicles of the
Contractor's employees shall not be parked on the traveled way or on any section where traffic
is restricted at any time.
The Contractor shall deliver, handle, and store products in accordance with the manufacturer's
written recommendations and by methods and means that will prevent damage, deterioration,
and loss including theft. Delivery schedules shall be controlled to minimize long-term storage of
products at the Project site and overcrowding of construction spaces. In particular, the
Contractor shall provide delivery and installation coordination to ensure minimum holding or
storage times for products recognized to be flammable, hazardous, easily damaged,or sensitive
to deterioration, theft, and other sources of loss.
Storage shall be arranged to provide access for inspection. The Contractor shall periodically
inspect to assure products are undamaged and are maintained under required conditions.
The Contractor shall promptly remove from the vicinity of the completed Work, all rubbish,
debris, unused materials, concrete forms, construction equipment, and temporary structures
and facilities used during construction. Final acceptance of the Work by the City will be withheld
until the Contractor has satisfactorily complied with the foregoing requirements for final clean-up
of the Project site.
All costs associated with the clean-up and storage required to complete the Project shall be the
sole responsibility of the Contractor.
Contractor will be required to follow any additional worksite maintenance conditions placed on it
by SCRRA or VCTC.
7-10 SAFETY
The provisions below shall supplement but not replace those provisions in Subsection 7-10 of
the Standard Specifications.
7-10.2 Haul routes
Subsection 7-10.3 of the Standard Specifications shall be deleted and replaced as follows:
82000-0016\1800815v4.doc GP-20 237
The Contractor must obtain the City's approval before using any haul routes.
Further detail requirements for haul traffic are delineated in the Special
Provisions.
7-10.5.3 Steel Plate Covers
The Contractor shall cover all openings, trenches and excavations at the end of each Work Day
with steel plate covers.
7-15 RECYCLING OF MATERIALS
Subsection 7-15 is hereby added to the Standard Specifications as follows:
7-15.1 Construction and Demolition Ordinance
The City of Moorpark has adopted a Construction and Demolition (C&D) ordinance requiring all
demolition and city-sponsored projects, regardless of cost; new construction projects valued over
$500,000; or renovation projects valued over $100,000 to divert a minimum of 65% of material
generated during the project from disposal in a landfill (through reuse or recycling). The City has
created a Construction and Demolition Materials Management Plan (C&DMMP) form to assist
applicants to meet these diversion requirements. You will be required to submit a Diversion
Security Deposit of 3% of the project valuation to the City to ensure compliance with the ordinance.
The deposit<will.be returned upon verification that you met the 65% diversion requirement. Also, a
one-time fee for staff time associated with processing your C&D plan will be charged. You have
two options to meet this requirement. You may use one of the City's franchised haulers (Waste
Management or Moorpark Rubbish Disposal, dependent upon the location of the project) who can
provide temporary bins and will dispose of your waste at a city authorized facility. Or you may self-
haul your waste to a city authorized certified C&D processing facility. If you self- haul your waste
you must use proper hauling vehicles and bins owned by your company and those vehicles must
be driven by your employees. Please remember that because this project is a prevailing wage
project, the driver of the self-haul vehicle will need to be paid a prevailing wage rate for driving the
C&D materials to the authorized facility. You will need to submit itemized weigh tickets from
each facility documenting your C&D recycling and disposal that indicates the weight and
type of material recycled or disposed. These weigh tickets will need to be turned in to the Solid
Waste Division and verified prior to final payment release for the job and refund of your C&D
diversion security deposit. If diversion requirements are not met, the City will retain the deposit.
Please contact the Solid Waste Division at 805-517-6247 with questions about the C&D ordinance
or about how to obtain the forms and documentation requirements.
SECTION 8. FACILITIES FOR AGENCY PERSONNEL
The provisions of Section 8 of the Standard Specifications shall apply except as modified
herein. No field offices for City personnel shall be required; however, City personnel shall have
the right to enter upon the Project at all times and shall be admitted to the offices of the
Contractor to use the telephone, desk and sanitary facilities provided by the Contractor for its
own personnel.
82000-001611800815v4.doc GP-21
238
SECTION 9. MEASUREMENT AND PAYMENT
The provisions below shall supplement but not replace those provisions in Section 9 of the
Standard Specifications.
9-1.2 Methods of Measurement
The Contract Price shall constitute full compensation for all labor, equipment, materials, tools
and incidentals required to complete the Project as outlined in these Contract Documents and
as directed by the City.
9-3 PAYMENT
9-3.1 General
In accordance with Public Contract Code Section 7107, if no claims have been filed and are still
pending, the amount deducted from the final estimate and retained by the City will be paid to the
Contractor except such amounts as are required by law to be withheld by properly executed and
filed notices to stop payment, or as may be withheld for any other lawful purposes.
9-3.2 Partial and Final Payment
9-3.2.1 Monthly Closure Date and Invoice Date
In accordance with Section 9-3.2 of the Standard Specifications, the monthly closure date shall
be the last Day of each month. A measurement of Work performed and a progress estimate of
the value thereof based on the Contract and of the monthly payment shall be prepared by the
Contractor and submitted to the City before the tenth (10th) Day of the following month for
verification and payment consideration.
9-3.2.2 Payments
The City shall make payments within thirty (30) Days after receipt of the Contractor's undisputed
and properly submitted payment request, including an updated construction schedule pursuant
to Section 6-1.1 of the General Provisions. The City shall return to the Contractor any payment
request determined not to be a proper payment request as soon as practicable, but not later
than seven (7) Days after receipt, and shall explain in writing the reasons why the payment
request is not proper.
9-3.2.3 Retention
The City shall withhold not less than five percent (5%) from each progress payment. However,
at any time after fifty percent (50%) of the Work has been completed, if the City Council finds
that satisfactory progress is being made, it may, at its discretion, make any of the remaining
progress payments in full for actual Work completed. The City shall withhold not less than five
percent (5%) of the Contract Price from the Final Payment Amount (defined in Section 9-3.2.4)
until at least thirty-five (35) days after recordation of the Notice of Completion, or recordation of
a notice of completion or cessation, but not longer then the period permitted by Public Contract
Code Section 7107.
82000-001611800815v4.doc GP-22 - 239
9-3.2.4 Final Invoice and Payment
Whenever the Contractor shall have completely performed the Contract in the opinion of the
City, the City shall notify the City Clerk that the Contract has been completed in its entirety. The
Contractor shall then submit to the City a written statement of the final quantities of Contract
items for inclusion in the final invoice. Upon receipt of such statement, the City shall check the
quantities included therein and shall authorize a payment amount, which in the City's opinion
shall be just and fair, covering the value of the total amount of Work done by the Contractor,
less all previous payments and all amounts to be retained under the provisions of the Contract
Documents ("Final Payment Amount"). The City shall then request that the City accept the
Work and that the City Clerk be authorized to file, on behalf of the City in the office of the
County Recorder, a Notice of Completion of the Work herein agreed to be done by the
Contractor. In addition, the final payment will not be released until the Contractor returns the
control set of Plans and Specifications showing the redlined as-built conditions.
9-3.2.5 Substitute Security
In accordance with Public Contract Code Section 22300, the Contractor may request that it be
permitted to substitute securities in lieu of having retention withheld by the City from progress
payments when such payments become due or, in the alternative, the Contractor may request
that the City make payments of earned retentions directly to an agreed upon designated escrow
agent at the Contractor's expense. If the Contractor selects either one of these alternatives, the
following shall control.
9-3.2.5.1 Substitution of Securities for Performance Retention
At some reasonable time before any progress payment would otherwise be due and payable to
the Contractor in the performance of Work under these Contract Documents, the Contractor
may submit a request to the City in writing to permit the substitution of retentions with securities
equivalent to the amount estimated by the City ("estimated amount of retention") to be withheld.
The Contractor shall deposit such securities with the City or may, in the alternative, deposit such
securities in escrow with a State or federally chartered bank in California, as the escrow agent,
at the Contractor's expense. Such securities will be the equivalent or greater in value of the
estimated amount of retention. If the Contract is modified by written Modifications or Change
Orders or the Contractor otherwise becomes entitled to receive an amount more than the
Contract Price at the time the securities are deposited, the Contractor shall, at the request of the
City, deposit with the City or escrow agent, whichever is applicable, additional securities within a
reasonable time so that the amount of securities on deposit with the City or escrow agent is
equivalent or greater in value than the amount of retention the City would otherwise be entitled
to withhold from progress payments due or to become due to the Contractor as the Work
progresses. The City shall withhold any retention amount that exceeds the security amount until
the additional securities are deposited and, if the deposit is with an escrow agent, the City has
confirmation from that escrow agent of the new total value of securities. Upon satisfactory
completion of the Contract, which shall mean, among other things, that the City is not otherwise
entitled to retain proceeds from progress payments as elsewhere provided in the Contract or.
under applicable law, the securities shall be returned to the Contractor. The City shall, within its
sole discretion, determine whether the amount of the securities on deposit with the City or
escrow agent is equal to or greater than the amount of estimated retention of progress
payments that could otherwise be held by the City if the Contractor had not elected to substitute
same with securities.
82000-001611800815v4.doc GP-23 2 4 0
9-3.2.5.2 Deposit of Retention Proceeds with an Escrow Agent
As an alternative to the substitution of securities, as provided above, or the City otherwise
retaining and holding retention proceeds from progress payments, the Contractor may request
the City to make payments of retentions earned directly to an escrow agent with the same
qualifications as required in Section 9-3.2.5.1 above and at the expense of the Contractor. At its
sole expense, the Contractor may direct the investment of such retention payments into only
such securities as mentioned in Section 9-3.2.5.3 below and shall be entitled to interest earned
on such investments on the same terms provided for securities deposited by the Contractor.
Upon satisfactory completion of the Contract, which shall mean when the City would not
otherwise be entitled to withhold retention proceeds from progress payments had the Contractor
not elected to have such proceeds deposited into escrow, the Contractor shall be allowed to
receive from the escrow agent all securities, interest and payments deposited into escrow
pursuant to the terms of this Section. The Contractor shall pay to each Subcontractor, not later
than ten (10) Days of receipt of payment, the respective amount of interest earned, net of costs
attributed to retention withheld from each Subcontractor, on the amount withheld to ensure
performance of the Contractor.
9-3.2.5.3 Subcontractor Entitlement to Interest
If the Contractor elects to receive interest on any moneys withheld in retention by the City, then
the Subcontractor shall receive the identical rate of interest received by the Contractor on any
retention moneys withheld from the Subcontractor by the Contractor, less any actual pro rata
costs associated with administering and calculating that interest. In the event that the interest
rate is a fluctuating rate, the rate for the Subcontractor shall be determined by calculating the
interest rate paid during the time that retentions were withheld from the Subcontractor. If the
Contractor elects to substitute securities in lieu of retention, then, by mutual consent of the
Contractor and the Subcontractor, the Subcontractor may substitute securities in exchange for
the release of moneys held in retention by the Contractor. The Contractor shall pay each
Subcontractor, not later than ten (10) Days after receipt of escrow moneys, the amount owed to
each Subcontractor from the moneys plus the respective amount of interest earned, net of costs
attributed to the retention held from each Subcontractor, on the amount of retention withheld to
ensure performance of the Subcontractor.
9-3.2.5.4 Securities Eligible for Investment
Securities eligible for investment shall include those listed in Government Code Section 16430,
bank or savings and loan certificates of deposit, interest-bearing demand deposit accounts,
standby letters of credit, or any other security mutually agreed upon between the Contractor and
the City. The Contractor shall be the beneficial owner of any securities substituted for any
monies withheld and shall receive any interest thereon.
9-3.2.5.5 Escrow Agreement for Security Deposits in Lieu of Retention
The escrow agreement that shall be used for the deposit of securities in lieu of retention shall
substantially conform to the form prescribed in Public Contract Code Section 22300(f).
9-3.2.5.6 Inconsistencies with Prevailing Statutory Requirements
If there is any inconsistency between or differences in Public Contract Code Section 22300 and
the terms of this provision, or any future amendments thereto, Section 22300 shall control.
82000-0016\1800815v4.doc GP-24 2 41
9-4 AUDIT
The City or its representative shall have the option of inspecting and/or auditing all records and
other written materials used by the Contractor in preparing its billings to the City as a condition
precedent to any payment to the Contractor or in response to a construction claim or a Public
Records Act (Government Code Section 6250 et seq.) request. The Contractor will promptly
furnish documents requested by the City at no cost. Additionally, the Contractor shall be subject
to State Auditor examination and audit at the request of the City or as part of any audit of the
City, for a period of three (3) years after final payment under the Contract. The Contractor shall
include a copy of this Section 9-4 in all contracts with its Subcontractors, and the Contractor
shall be responsible for immediately obtaining those records or other written material from its
Subcontractors upon a request by the State Auditor or the City. If the Project includes other
auditing requirements, those additional requirements will be listed in the Special Provisions.
SECTION 10. ADDITIONAL TERMS
10-1 NONDISCRIMINATORY EMPLOYMENT
The Contractor shall not unlawfully discriminate against any individual based on race, religious
creed, color, national origin, ancestry, physical disability, mental disability, medical condition,
genetic information, marital status, sex, gender, gender identity, gender expression, age, sexual
orientation or military and veteran status. The Contractor understands and agrees that it is
bound by and will comply with the nondiscrimination mandates of all statutes and local
ordinances and regulations.
10-2 NOTICE TO PROCEED
Upon award of this Contract and signing the Contract Documents, the City shall issue the
Contractor a Notice to Proceed. The City will not authorize any Work to be done under these
Contract Documents before the Contract has been fully executed. Any Work that is done by the
Contractor in advance of such time shall be considered as being done at the Contractor's own
risk and responsibility, and as a consequence will be subject to rejection.
10-3 CONTRACTOR'S RESPONSIBILITY FOR WORK
Until the final acceptance of the Work by the City as defined in Section 6-8.2 of the General
Provisions, by written action of the City, the Contractor shall have the charge and care thereof
and shall bear the risk of injury or damage to any part of the Work by the action of the elements,
criminal acts, or any other cause. The Contractor shall rebuild, repair, restore and make good
all injuries or damages to any portion of the Work occasioned by any cause before its
completion and acceptance and shall bear the expense thereof, except for such injuries or
damages arising from the sole negligence or willful misconduct of the City, its officers, agents or
employees. In the case of suspension of Work from any cause whatever, the Contractor shall
be responsible for all materials and the protection of Work already completed, shall properly
store and protect them if necessary, and shall provide suitable drainage and erect temporary
structures where necessary.
10-4 PROCEDURE IN CASE OF DAMAGE TO PUBLIC PROPERTY
Any portions of curb, gutter, sidewalk or any other City improvement damaged by the Contractor
during the course of construction shall be replaced by the Contractor at its own cost. The cost
82000-0016\1800815v4.doc GP-25 2 4 2
of additional replacement of curb, gutter or sidewalk in excess of the estimated quantities shown
in the Bid form and Specifications, and found necessary during the process of construction (but
not due to damage resulting from carelessness on the part of the Contractor during its
operation), shall be paid to the Contractor at the unit prices submitted in his or her Bid.
10-5 REMOVAL OF INTERFERING OBSTRUCTIONS
The Contractor shall remove and dispose of all debris, abandoned structures, tree roots and
obstructions of any character encountered during the process of excavation. It is understood
that the cost of any such removals are made a part of the unit price bid by the Contractor under
the item for excavation or removal of existing Work.
10-6 SOILS ENGINEERING AND TESTING
A certified materials testing firm may be retained by the City to perform materials tests during
the Contractor's entire operation to ascertain compliance with the Contract requirements. The
City shall be responsible for the first series of tests. If the initial tests do not meet the Contract
requirements, the Contractor shall bear the cost of all subsequent tests.
If the City requires other tests or more specific requirements for testing regarding this Project,
those details will be included in the Special Provisions.
10-7 ACCESS TO PRIVATE PROPERTY
Unless otherwise stated in the Special Provisions, the Contractor shall be responsible for all
fees and costs associated with securing permission to access private property for any portion of
the Project.
10-8 WORKING DAYS AND HOURS
The Contractor shall do all Work between the hours of 7:00 a.m. to 7:00 p.m., Monday through
Saturday. No Work will be allowed on Sunday or City holidays, which are as follows: (see
Appendix VIII).
In addition, no Work will be allowed on any special election Day that may be declared. Should a
special election Day be declared, a time extension of one (1) Working Day will be granted for
each such Day.
A permit may have other hours or Days for the Contractor to do the Work, and those hours and
Days shall supersede any hours and Days written in this Section.
Whenever the Contractor is permitted or directed to perform night Work or to vary the period
during which Work is performed during the Working Day, the Contractor shall give twelve (12)
hours' notice to the City so that inspection may be provided. Also, a charge may be made to the
Contractor for approved overtime or weekend inspections requested by the Contractor.
10-9 CLAIM DISPUTE RESOLUTION
In the event of any dispute or controversy with the City over any matter whatsoever, the
Contractor shall not cause any delay or cessation in or of Work, but shall proceed with the
performance of the Work in dispute. The Contractor shall retain any and all rights provided that
82000-0016\1800815v4.doc GP-26 2 4 3
pertain to the resolution of disputes and protests between the parties. The Disputed Work will
be categorized as an "unresolved dispute" and payment, if any, shall be as later determined by
mutual agreement or a court of law. The Contractor shall keep accurate, detailed records of all
Disputed Work, claims and other disputed matters.
All claims arising out of or related to the Contract Documents or this Project, and the
consideration and payment of such claims, are subject to the Government Claims Act
(Government Code Section 810 et seq.)with regard to filing claims and to Public Contract Code
Section 20104 et seq. (Article 1.5) regarding the resolution of public works claims of three
hundred seventy-five thousand dollars ($375,000) or less. This Contract hereby incorporates
those provisions as through fully set forth herein. Thus, the Contractor or any Subcontractor
must file a claim in accordance with the Government Claims Act as a prerequisite to filing a
construction claim in compliance with Article 1.5, and must then adhere to Article 1.5.
10-10 THIRD PARTY CLAIMS
The City shall have full authority to compromise or otherwise settle any claim relating to the
Project at any time. The City shall timely notify the Contractor of the receipt of any third-party
claim relating to the Project. The City shall be entitled to recover its reasonable costs incurred
in providing this notice.
10-11 COMPLIANCE WITH LAWS
The Contractor shall comply with all applicable federal, State and local laws, ordinances, codes
and regulations in force at the time the Contractor performs pursuant to the Contract
Documents.
10-12 CONTRACTOR'S REPRESENTATIONS
By signing the Contract, the Contractor represents, covenants, agrees, and declares under
penalty of perjury under the laws of the State of California that: (a) the Contractor is licensed,
qualified, and capable of furnishing the labor, materials, and expertise necessary to perform the
services in accordance with the terms and conditions set forth in the Contract Documents;
(b) there are no obligations, commitments, or impediments of any kind that will limit or prevent
its full performance under the Contract Documents; (c) there is no litigation pending against the
Contractor that could adversely affect its performance of the Contract, and the Contractor is not
the subject of any criminal investigation or proceeding; and (d) to the Contractor's actual
knowledge, neither the Contractor nor its personnel have been convicted of a felony.
10-13 CONFLICTS OF INTEREST
The Contractor agrees not to accept any employment or representation during the term of the
Contract or within twelve (12) months after acceptance as defined in Section 6-8.2 of the
General Provisions that is or may likely make the Contractor"financially interested," as provided
in Government Code Sections 1090 and 87100, in any decisions made by the City on any
matter in connection with which the Contractor has been retained pursuant to the Contract
Documents.
82000-001611800815v4.doc GP-27 2 4 4
10-14 APPLICABLE LAW
The validity, interpretation, and performance of these Contract Documents shall be controlled by
and construed under the laws of the State of California, excluding California's choice of law
rules. Venue for any such action relating to the Contract shall be in the Ventura County
Superior Court.
10-15 TIME
Time is of the essence in these Contract Documents.
10-16 INDEPENDENT CONTRACTOR
The Contractor and Subcontractors shall at all times remain, as to the City, wholly independent
contractors. Neither the City nor any of its officials, officers, employees or agents shall have
control over the conduct of the Contractor, Subcontractors, or any of their officers, employees,
or agents, except as herein set forth, and the Contractor and Subcontractors are free to dispose
of all portions of their time and activities that they are not obligated to devote to the City in such
a manner and to such Persons that the Contractor or.Subcontractors wish except as expressly
provided in these Contract Documents. The Contractor and Subcontractors shall have no
power to incur any debt, obligation, or liability on behalf of the City, bind the City in any manner,
or otherwise act on behalf of the City as agents. The Contractor and Subcontractors shall not,
at any time or in any manner, represent that they or any of their agents, servants or employees,
are in any manner agents, servants or employees of the City. The Contractor and
Subcontractors agree to pay all required taxes on amounts paid to them under the Contract, and
to indemnify and hold the City harmless from any and all taxes, assessments, penalties, and
interest asserted against the City by reason of the independent contractor relationship created
by the Contract Documents. The Contractor shall include this provision in all contracts with all
Subcontractors.
10-17 CONSTRUCTION
In the event of any asserted ambiguity in, or dispute regarding the interpretation of any matter
herein, the interpretation of these Contract Documents shall not be resolved by any rules of
interpretation providing for interpretation against the party who causes the uncertainty to exist or
against the party who drafted the Contract Documents or who drafted that portion of the
Contract Documents.
10-18 NON-WAIVER OF TERMS, RIGHTS AND REMEDIES
Waiver by either party of any one (1) or more of the conditions of performance under these
Contract Documents shall not be a waiver of any other condition of performance under these
Contract Documents. In no event shall the making by the City of any payment to the Contractor
constitute or be construed as a waiver by the City of any breach of covenant, or any default that
may then exist on the part of the Contractor, and the making of any such payment by the City
shall in no way impair or prejudice any right or remedy available to the City with regard to such
breach or default.
82000-0016\1800815v4.doc GP-28 2 4 5
10-19 TERM
The Contract is effective as of the Effective Date listed, and shall remain in full force and effect
until the Contractor has fully rendered the services required by the Contract Documents or the
Contract has been otherwise terminated by the City. However, some provisions may survive
the term listed within this Section, as stated in those provisions.
10-20 NOTICE
Except as otherwise required by law, any notice or other communication authorized or required
by these Contract Documents shall be in writing and shall be deemed received on (a)the day of
delivery if delivered by hand or overnight courier service during the City's regular business
hours or (b) on the third (3rd) business day following deposit in the United States mail, postage
prepaid, to the addresses listed on the Contractor's Bid and City Hall, or at such other address
as one party may notify the other.
10-21 SEVERABILITY
If any term or portion of these Contract Documents is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of these Contract-
Documents shall continue in full force and effect.
82000-0016\1800815v4.doc GP-29 2 4 6
SPECIAL PROVISIONS
Railroad Right-of-Way Work
A portion of the project is located on property owned by the Ventura County Transportation
Commission (VCTC), and sits alongside the Southern California Regional Rail Authority
(Metrolink) operating corridor. Prior to commencing work on site, contractor shall obtain a
Right-Of-Entry Agreement with VCTC (Appendix III), which will also require obtaining a
Metrolink Temporary Right-Of-Entry Agreement (SCRRA Form No. 6 — Appendix IV) and
Railroad Liability Insurance. Contractor is responsible for coordinating all VCTC and Metrolink
right-of-entry requirements and paying all associated costs and fees, including, but not limited
to, deposit, administration, plan review, insurance, safety training, signal and communications
line locations, flagging and inspection fees. Metrolink instructions, standards and forms are
available on the Metrolink website at www.metrolinktrains.com (About Us / Engineering and
Construction). VCTC Right-Of-Entry information can be obtained by contacting Ellen Talbo at
VCTC at 805-642-1591 or etalb@goventura.org
Contractor is responsible for reviewing Appendices 3, 4, 5, and 6 attached, for ALL relevant
information, including safety training and insurance requirements for SCRRA and VCTC.
Contractor will be required to provide proof that they can obtain a policy of- Railroad Liability
Insurance. This WILL BE A SEPARATE POLICY. Traditional Commercial General Liability
policies do not contain coverage for railroad liability and often specifically EXCLUDE it.
Submission of the bid documents indicates that Contractor has completed all research into the
requirements to work within the Railroad Right-of-way and that Contractor's bid costs include all
additional costs for special insurance requirements, permitting, safety training etc. as required
by Metrolink and VCTC.
82000-0016\1800815v4.doc SP-1 2 4 7
APPENDIX I
TECHNICAL SPECIFICATIONS
For the Demolition of Structures and Appurtenances at
104 and 192 High Street
1. The City has obtained the services of a licensed laboratory to verify a presence or
absence or asbestos containing materials (ACM) on the Property. Based on the licensed
laboratories report, the both sites tested positive for a small amount of non-friable ACM. The
pre-demolition survey reports are attached to this bid document as Appendix II, with estimated
square footage removal amounts for reference. The Contractor is responsible for coordinating
the hazardous materials remediation, including applicable permits and noticing requirements
with Ventura County Air Pollution Control District (VCAPCD), on the property prior to
commencement of demolition work. All ACM must be removed by a licensed asbestos
abatement contractor using appropriate controls to prevent fiber emissions during the removal
process. All asbestos abatement work must be monitored by a Certified Asbestos Consultant
(CAC) or a Certified Site Surveillance Technician (CSST) working under the supervision of a
CAC, when required. This should include area monitoring and final air clearance testing upon
conclusion of field work to ensure compliance with the EPA's recommended clearance level. If a
Contractor proposes to perform this work with their own forces, proof of the Contractor's valid
DOSH registration number must be submitted with the bid documents. If the Contractor does
not have a valid DOSH registration number for Asbestos removal, a subcontractor must be
listed to perform this work. Failure to comply with either of these requirements, may lead to the
bid being rejected as non-responsive.
2. Demolish and remove the structures, grain elevators, hardscape, trash, debris,
landscaping, shrubs, organic material, large boulders, bricks, blocks, and miscellaneous
abandoned items, inside of the property lines at 104 and 192 High Street, including all concrete
driveways, walkways, foundations etc. Only the trees noted on the demolition/site plan included
are to be removed. All other trees will remain. Contractor is responsible for procuring all
permits for this work including those needed from the City of Moorpark Planning
Department, Building and Safety Office, City Engineering, Ventura County Air Pollution
Control District, Ventura County Transportation Commission and Southern California
Regional Rail Authority(Metrolink).
3. The City of Moorpark has adopted a Construction and Demolition (C&D) ordinance
requiring all demolition projects, regardless of cost; to divert a minimum of 65% of material
generated during the project from disposal in a landfill (through reuse or recycling). The City has
created a Construction and Demolition Materials Management Plan (C&DMMP) form to assist
applicants to meet these diversion requirements. You will be required to submit a Diversion
Security Deposit of 3% of the project valuation to the City to ensure compliance with the ordinance.
The deposit will be returned upon verification that you met the 65% diversion requirement. Also, a
one-time fee for staff time associated with processing your C&D plan will be.charged. You have
two options to meet this requirement. You may use one of the City's franchised haulers (Waste
Management or Moorpark Rubbish Disposal, dependent upon the location of the project) who can
provide temporary bins and will dispose of your waste at a city authorized facility. Or you may self-
haul your waste to a city authorized certified C&D processing facility. If you self- haul your waste
you must use proper hauling vehicles and bins owned by your company and those vehicles must
be driven by your employees. Please remember that because this project is a prevailing wage
project, the driver of the self-haul vehicle will need to be paid a prevailing wage rate for driving the
82000-0016\1 80081 5v4.doc Appendix I 2 4 8
C&D materials to the authorized facility. You will need to submit itemized weigh tickets from
each facility documenting your C&D recycling and disposal that indicates the weight and
type of material recycled or disposed. These weigh tickets will need to be turned in to the Solid
Waste Division and verified prior to final payment release for the job and refund of your C&D
diversion security deposit. If diversion requirements are not met, the City will retain the deposit.
Please contact the Solid Waste Division at 805-517-6247 with questions about the C&D ordinance
or about how to obtain the forms and documentation requirements.
4. Remove all underground electrical conduits, gas lines, waterlines, sewer lines, irrigation
lines, and associated lines and all other underground utilities and cap off same two (2) feet from
the property line. Capped sewer utility should also be brought to grade. Prior to commencing
any demolition work, the Contractor shall contact "Dig Alert" and all serving utilities and
make all arrangements necessary to insure that all utilities are properly located, removed
and capped at the property line, as required. All necessary fees, permits and requirements of
the serving utilities and authorities having jurisdiction will be secured and paid for by the
contractor. Contractor will coordinate all utility disconnections and removals necessary to
proceed with the work in a timely manner. City Staff can provide a listing of affected utilities
upon request.
5. Verify that areas to remain unaltered adjacent to areas of demolition, alteration or cutting
are completely secured and properly barricaded to ensure separation of such operations with
anybody other than who is authorized to be in construction area before beginning such work.
Provide barricades and maintenance thereof, in accordance with applicable Federal, State and
local codes and their respective requirements. Install temporary barricades, enclosures and
protections before demolition work is started.
•
6. Contractor will be responsible for provision of a permanent fence along the south
perimeter of the demolition site. The approximate linear footage is 267 feet. Actual site will be
field located. The fence will be required to comply with Metrolink Engineering Standards for the
welded wire mesh right of way fencing. Engineering Standards are available on the SCRRA
website at
http://www.metrolinktrains.com/pdfs/EnqineerinqConstruction/EngineeringStandards/ES5000 Ri
ghtofWay.pdf
7. Contractor is responsible for provision of water to the site, whether it is through the use
of a water meter on a hydrant, a watering truck, or other method. The City of Moorpark falls
within Ventura County Waterworks District No. 1, (805) 378-3000 and water meters can be
procured through them.
8. During demolition, take all precautions necessary to mitigate blowing dust and dirt. Use
water sprinkling, temporary enclosures, and other methods to limit dust and dirt migration.
Contractor must comply with governing regulations and Ventura County Air Pollution Control
District pertaining to environmental protection. Do not use water when it may create hazardous
or objectionable conditions such as flooding and pollution. Do not allow demolished material to
accumulate on site. Have debris hauled off at regular intervals using appropriate City franchise
waste hauler. (See requirements within item 4.)
9. Perform demolition exercising proper care to prevent injury to the public, workmen and
adjoining property. Repair or replace existing work scheduled to remain, which is damaged by
these operations. Return elements of construction and surfaces to remain to existing condition
82000-0016\1800815v4.doc Appendix I 2 4 9
prior to start of operations. Repair adjacent construction or surfaces soiled or damaged by
demolition work.
10. Limit demolition operations to the immediate property on which the work is to be
performed, do not infringe upon the adjoining roads or rights-of-way. Keep all access routes and
adjoining roads and rights-of-way clean at all times. The tracking of mud, dirt or any other debris
onto the adjacent and surrounding roads will not be permitted at any time. If there is debris
tracked onto roads, at no time will the use of water be an acceptable clean-up method.
11. Limit noise to a reasonable level as related to specific items of equipment used and their
hours of use. This does not preclude use of mechanical equipment, i.e. jack hammers, heavy
equipment.
12. No blasting will be permitted and burning of rubbish at the site is not allowed.
13. Site and surrounding areas to be left clean and free of any demolition debris or other
unsuitable materials.
14. Except as otherwise specified, in the event the contractor encounters on the project site
material reasonably believed to be Asbestos, Polychlorinated biphenyl (PCB) or other
hazardous materials which have not been rendered harmless by Contractors remediation efforts
as required by this contract, Contractor shall immediately stop work in the affected area and
report the condition to the City's Representative in writing.
15. Submit schedule for approval by the City's Representative indicating proposed methods
and sequence of operations for demolition work. Include coordination for shutoff, capping and
continuation of utility services as required, together with details for dust and noise control
protection. Provide detailed sequence of demolition and removal operations.
16. Contractor will provide a competent English-speaking Superintendent to oversee the
complete project. The Superintendent shall be present at all times work is being performed. The
Superintendent shall have the authority to bind Contractor through Superintendents acts. The
Superintendent shall represent the Contractor; communications given to the Superintendent
shall be binding on the Contractor.
17. Contractor will be responsible for the security of the site. Contractor shall be responsible
for all damages to persons or property that occur as a result of its fault or negligence in the
performance of this contract and shall be responsible for the protection of the project site until
final acceptance by the City. Contractor shall take all necessary precautions for the safety of
workers on the project and shall comply with all applicable federal, state, local and other safety
laws, standards, orders, rules, regulations, and building codes to prevent accidents or injury to
persons on, about, or adjacent to the premises where work is being performed and to provide a
safe and healthful place of employment.
18. It is Contractor's responsibility to comply with all applicable storm water and urban runoff
permits, regulations, codes or laws. Contractor will be responsible for implementing a
Stormwater Pollution Control Plan (SWPCP) and completing and maintaining all supporting
documentation, as detailed in Appendix V. If there are questions, Contractor may contact the
NPDES Coordinator in the Public Works Department at 805-517-6257.
82000-001611800815v4.doc Appendix I
250
a.
N
g Demolition/Site Plan (not to scale)
O
0
xti ° 94
{1I 1.
it 4
i, fI iii_ $ 4
I. Ilk �' a �..: . .
III
on f
GI „� ,� ° `. . i1I11 III 105 l j� 1 169 p q97 r`, , 1
in
n .° .. III C 4,I,nr,;7M 1 l' : 7 • �,.
' w.
T d �
r „m ,
IMIniiii PII'lUu
•:.. ,
II • -':,w�.rmn�, - ,.w,�mm� nun —— .
K
'I I i�I Ib10u1 VIVhies,i 4Ml a IM I 1, Ir.
Ito
0
b4Hui W I [1:r.'f,,, _ ` .,1
M �4I Nw.
r'r
II��mIDEMO D , ..
P. IMII1 __ CE '011,1,,t'',;',17::::17:7:
� u Itl. Vn O- J4 III I I I11111h a„ r
CD I 'll I till!,
�( n
a °�1IIM G!II lb lIPIIh'IIIII1O NA \—
ill I Z
11 I.
l �
(/)
aw
u wIM '�al
ou�"w�l I@id.a �wlWuia ,,,..ii'I 91I MINK p'Iablll Id I nM r HIM„wq w` ..� IG.z ;1 rIIT}1ERN PACIF C'RR w µ H
ulM
:411
cul
IWu 7C--TO".–.RR^� OPERTY ....... .i, ° : 1
I AMM mM
�1WNg
w
MIIIM
; � , . ”. '.-..- . 1m , 1011
+ alitlitii ,
r, _ LIMITS OF WORK IS�IIMlaI �..
3
=FENCE INSTALLATION 'l i Z
I {
III 11 mIIII� f ill II 1 ,�y Nl'11,1 n r:IIM�Ii 1
1 � ...4.,
� �N'h 1 ,q�l u•""""" � =PROTECT N PLACE
1u Iml1 lit u q lull IIVIII IIII I I N�l11611 MryIl1 a 11p11 ISI
II w •• IIII �,° a f
.,- - magi
IIII rp .. I�.
��y�y� �y I it
r ,
1 IS+ 'a I„' illi ,-w..1. ' •ei• ,-I aIS° 3 I'' ,. 7 „,..1, •
7 milk
Ij,IP1570 l w 65 p 87,.,Y” '910'1 I, ` t 167 173 f E A ..:
IIII r it 113 777 1,15
101' MM car I �, ——:..
�i� '.I MII i Ii I1 I:.,, II IuII II ' �� .� .�.. �. H7
M � 711 1 IIII 4III • 1 1 I�II�_ illi�I .7 J n ,u �. I IIS' 503
11 I u h I ,r 1 1 1 "' I I pl.�. • r
pill
I ii
�_,,� '1 .' f u J: . :, j, ,'.' ' ,i, I r. . : �R ..190 `
N
Ui
APPENDIX II
PRE-DEMOLITION ASBESTOS AND LEAD SURVEY REPORTS
104 and 192 High Street
82000-0016\1800815v4.doc Appendix II 2 5 2
fC Environmental Consulting Services
Asbestos•Mold•Lead•Property Assessment
FCG Environmental
February 8, 2017
Ms. Jessica Sandifer, Program Manager
Parks, Recreation and Community Services Department
City of Moorpark
799 Moorpark Avenue
Moorpark, CA 93021
Subject: Pre-Demolition Asbestos & Lead Survey
Maria's Restaurant Building
104 East High Street
Moorpark, CA 93021
FCG Project Code:City of Moorpark-33
Dear Ms. Sandifer:
FCG Environmental (FCG) performed a hazardous materials survey at the above-referenced
property, which included asbestos bulk sampling and lead-based paint testing. The
investigation was performed on January 10, 2017 by Dana Stephens, a CA Certified Lead
Sampling Technician (No. 19714); and Blake Forbess, AHERA-trained Asbestos Building
Inspector; and Alan Forbess, a CA Certified Asbestos Consultant(No. 94-1549) and CA
Certified Lead Inspector/Assessor(No. 17425). This report documents the findings of our
survey, which was conducted to identify proper handling of hazardous materials prior to
demolition of the structure.
1.0 Background Information/Scope of Project
Background/Site Description:The subject site is developed with a one-story structure that
was recently operated as a Mexican restaurant(Maria's). The structure was reportedly built in
the 1950-60s, with a main dining area on the northeast side, kitchen, lobby/bar, pantry and
small dining area on the west side. The structure totals approximately 2,700 square feet. The
building consists of wood-framing on a concrete slab foundation, with painted wood siding or
stucco exterior walls, and a flat, built-up roof. Interior finishes include painted drywall walls and
ceilings, acoustic ceiling texture, and bare concrete or ceramic tile flooring. FCG was asked to
perform a survey of interior and exterior building materials in order to identify hazardous
materials concerns in accordance with federal, state and local regulations prior todemolition of
the structures.
Scope of Project: The following services were conducted in order to define asbestos and lead
concerns at the subject site:
• A visual inspection of representative interior and exterior building materials was
conducted to identify suspect asbestos and lead paint materials.
• Bulk samples were collected from representative suspect materials for submittal to a
qualified laboratory for asbestos analysis. All bulk samples were analyzed by Forensic
Analytical, a state-certified laboratory located in Rancho Dominguez, CA. All samples
1009 Mercer Ave. Tel:805.646.1995 I Fax:805.669.3538
Ojai,CA 93023 Info@fcgenviro.com I www.fcgenviro.com
253
FCG Environmental Pre-Demolition Asbestos & Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
were analyzed by polarized light microscopy(PLM), to determine asbestos fiber
concentrations in bulk building material samples. PLM is applicable for the analysis of
building survey submissions and other bulk materials.
• A survey for lead-based paint was conducted using an X-Ray Fluorescence (XRF) paint
analyzer to screen representative surfaces and materials suspected of being coated with
lead-based paint.
• All field observations, laboratory analytical data, XRF readings and other findings have
been evaluated, with this written report summarizing our findings and providing
recommendations as necessary.
2.0 Asbestos Survey Findings
Suspect Materials: After a visual inspection at the subject buildings was completed, the
following suspect asbestos containing materials were noted:
• Acoustic ceiling texture- Large & small dining room areas
• Drywall/joint compound-throughout
• 12" Vinyl Floor Tile & Mastic-Stock room, kitchen
• Roofing layers-Main structure
• Exterior stucco
• Roofing penetration mastic
Bulk Sampling Results: FCG collected 28 bulk samples from suspect asbestos containing
materials, which were forwarded to Forensic Analytical, a certified asbestos laboratory located
in Rancho Dominguez, CA. All samples were analyzed by Polarized Light Microscopy(PLM)
using EPA Method 600/R-93-116, Visual Area Estimation. Table 1 below provides a summary of
those materials which tested positive for asbestos based on laboratory analytical data. Please
refer to the Attachments for a complete copy of the laboratory analytical results.
Table 1: List of Identified Asbestos Containing Materials
AsbeSample Containing Location %tos Ash F t`llityA&
ID Material (Chrysc r7e) Condition
9-11 Acoustic Small Dining Room Ceiling Texture=Trace(<1%) Friable,
Ceiling Texture (-350 sf) Paint= ND RACM
Roofing Patches Category I,
23-25 Roofing Mastics Penetrations& Black Tar Mastic=5% Non-friable
(-200 sf) Material
Materials Showing a "Trace" of Asbestos: Acoustic ceiling texture materials located within
the small dining room showed a "trace" or less than 1% asbestos by standard PLM
methodology. Further analysis by a more quantitative method (1,000 Point Count) is currently in
progress to quantify the concentration of asbestos in the ceiling texture in this limited area. We
will amend this report as soon as the point count results area provided by the laboratory.
Materials Testing Negative:The following materials were sampled and tested negative for
asbestos:
• Acoustic ceiling texture-Large dining room (on east side)
- City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 2 2 5 4
FCG Environmental Pre-Demolition Asbestos &Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
• Drywall/joint compound—throughout all areas
• 12" Vinyl Floor Tiles—Stock room, kitchen
• Roofing layers (felts, tars, composite shingles, etc.)—excludes penetration mastics
• Exterior stucco
Notes on Tables and Assessment Terms
1) Asbestos containing material (ACM): Federal and County APCD regulations define ACM as any
material or product that contains more than 1% asbestos.
2) Asbestos containing construction material(ACCM): State regulations define ACCM as any
material with greater than 0.1%asbestos by weight.
3) Asbestos renovation: Defined by NESHAPS as the removal of more than 160 square feet or 260
linear feet of ACM. OSHA requires registration of all contractors removing more than 100 sq. ft.
on any project.
4) Friable ACM: any ACM that when dry can be crumbled, pulverized, or reduced to powder by
normal hand pressure.
5) Non-friable ACM: any ACM that cannot be reduced to powder by normal hand pressure.
6) Category I non-friable ACM: asbestos-containing packings,gaskets, resilient floor covering, and
asphalt roofing products. (typically pliable materials, including sealants and mastics)
7) Category II non-friable ACM: any other ACM that when dry cannot be reduced to powder by
hand pressure. (typically non-pliable/cementitious materials)
8) Regulated Asbestos Containing Material(RACM): any friable ACM that will be removed during a
renovation of a regulated structure. ACM that will become friable due to the removal technique is
also regulated. Note: while linoleum flooring is considered Category II ACM while managed in
place, removal always renders it friable.
9) Presumed Asbestos Containing Materials(PACM): This designation is for those materials which
are normally asbestos containing but were not sampled due to access issues or potential for
irreparable damage. This typically includes transite(asbestos cement) piping or sheeting, or
HVAC insulation materials in walls, under floors, etc.where destructive testing is not
recommended. Regulations allow asbestos inspectors to"presume"that these materials contain
asbestos without laboratory data based on the inspector's experience and knowledge of building
materials.
10) Trace(<1%)Asbestos: Federal and local APCD regulations define an asbestos containing
material(ACM)as any compound with greater than 1%asbestos. The State of California through
Cal-OSHA regulation further defines an asbestos containing material as any compound which
meets or exceeds a concentration of 0.1% asbestos by weight. This definition is primarily for
worker and occupant protection during disturbance work.The polarized light microscopy(PLM)
method does not quantify the concentration asbestos in bulk samples at levels of less than 1%.
Furthermore, PLM methodology will include all fibers with a similar aspect ratio(3:1)to asbestos
fibers, and therefore may count non-asbestos fibers as part of the overall total. PLM analytical
methods must report a"trace"amount where fibers are noted in concentrations of less than 1% of
the total. Further analysis by more quantitative methods such as"Point Count"or transmission
electron microscopy(TEM)are required to quantify the actual concentration of asbestos in"trace"
PLM sample results.
Summary: Our survey has identified Asbestos Containing Materials (ACM) at the site which
may require abatement or special handling as part of proposed demolition activities. Please see
the Conclusions & Recommendations(Section 4.0) below for further discussion regarding the
abatement and proper handling of asbestos containing materials.
City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 3
255
FCG Environmental Pre-Demolition Asbestos & Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
3.0 Lead-Based Paint Survey Findings
FCG was contracted to perform field testing to determine the presence of lead-based paint or
lead components at the subject site. A visual inspection of the site interiors and exteriors was
conducted to identify areas of suspect lead based paint or coatings. Screening for lead was
conducted in the field using XRF methodology in accordance with current state and federal
regulations. All field work was conducted by a Certified Lead Sampling Technician. The results
of this survey will be used by contracting personnel to determine appropriate lead safe work
practices prior to demolition activities.
Background Information on Lead Paint Requirements: Several regulations apply to the
disturbance and possible exposure to lead from paints and other coatings. Title 17 of the
California Code of Regulations(CCR) applies to residences and buildings accessible to the
public that were constructed prior to 1979, and schools constructed before 1993 where lead
paint may exist. Cal-OSHA regulations found within Title 8 of the CCR apply to worker
exposure as stated in the Lead-in-Construction Standard (8-CCR-1532.1).The EPA issued a
final rule to address lead-based paint hazards created by renovation, repair and painting
activities that disturb lead-based paint in target housing and child-occupied facilities.
The EPA's Lead Renovation, Repair and Painting (RRP) Program was passed into regulation
requiring compliance with training and certification requirements per Title 40 of the Code of
Federal Regulations (40 CFR Part 745). The RRP rule states that firms and individuals
conducting renovations of target housing constructed before 1978 must assume that lead is
present in all painted surfaces or coatings unless a written determination has been made by a
Certified Inspector that the components affected by the renovation are free of paint or other
surface coatings that contain lead equal to or in excess of 1.0 milligrams per square centimeter
(mg/cm2) or 0.5% by weight.
Scope of Lead Testing Services: FCG's scope of services involved field testing through use of
X-ray fluorescence (XRF) instrumentation, which provides instantaneous readings in the field.
The XRF instrument is used because of its demonstrated abilities to accurately determine the
amount of lead that is present without disturbing the painted surfaces, as well as their high
speed and relatively low cost per sample. The XRF device is capable of measuring lead in both
deteriorated and intact paint. See the Attachments to this report for more information on XRF
sampling methodology.
Inspection Results: Per EPA and California regulations, paint or coatings are considered to be
lead-based at concentrations at or above 1.0 milligram per square centimeter(mg/cm2) using
XRF technology. FCG tested representative surfaces throughout the subject site. Calibration
tests were performed at the beginning of the survey and again at the end of the survey to
document that the equipment was working properly.
Summary: A lead paint inspection has been completed at the subject site to define lead paint
and lead-based coatings prior to exterior renovation work. Based on the results of our survey
using XRF testing methodology, we conclude the following:
• None of the painted surfaces or coatings tested as part of our survey were found to
contain lead at concentrations above the regulatory level of 1.0 mg/cm2. Based on these
findings, no Lead-Based Paint was found at the site.
City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 4
256
FCG Environmental Pre-Demolition Asbestos &Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
Please refer to the attached data table for a summary of XRF readings collected from the site.
The A side noted in the table is the front (street side) of the subject site and the B, C and D
sides continuing in a clockwise direction around the site.
4.0 Conclusions &Recommendations
An asbestos and lead-based paint survey of the site has been completed per the terms of our
agreement to define hazardous materials issues prior to future demolition activities. Based on
our visual observations and our evaluation of analytical data, we conclude the following:
Asbestos:
1) Identified ACM:The following Asbestos Containing Materials (ACM) contain greater than
1% asbestos and are regulated under current federal, state and local regulations:
o Roofing penetration/patching mastic: Black mastic is found at roofing
penetrations (pipes, vents, etc.) and in random areas for patching purposes.
Roofing mastic is considered a Class I, non-friable material. There is an
estimated quantity of approximately 200 sq.ft. of mastic on the roof.
2) Trace Asbestos Materials:The following materials contain a "trace" or<1% asbestos and
may be managed as an Asbestos Containing Construction Material (ACCM) under
Cal/OSHA requirements unless more quantitative testing is conducted to determine the
actual concentration of asbestos:
o Acoustic ceiling texture:This material is found in the small dining room located
on the west side of the restaurant. This is a friable material that is currently being
further analyzed by more quantitative methods (1,000 Point Count) to determine
the proper handling requirements. Regulated Asbestos Containing Material
(RACM), of which there is approximately 350 sq. ft.
Trace materials must be managed as asbestos containing until further analysis by more
quantitative methods is conducted to quantify the actual concentration of asbestos by
weight. If less than 0.1% total asbestos by weight is found,this material may be
demolished in place with normal dust controls and with no disposal restrictions.
However, if this material shows an asbestos concentration greater than 0.1% by weight,
then the work must be conducted by trained asbestos workers. Waste with less than 1%
total asbestos may be disposed to a normal landfill.
3) All identified asbestos containing materials (ACM) that will be disturbed as part of
demolition activities must be handled in accordance with applicable federal, state and
local regulations. Disturbance activities should be performed only by properly trained
abatement contractors using appropriate controls to prevent fiber emissions during the
removal process. This may include the use of wet methods(water mist), negative
pressure containment, HEPA filtration and other engineering controls to keep fibers from
being dispersed in accordance with current federal, state and local regulations.
4) Workers performing removal should be properly protected to prevent exposure, including
the use of respiratory protection with HEPA filtration, protective suits, etc. Engineering
controls must be in place. Disturbance of greater than 100 sq. ft. of any ACM or ACCM
City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 5
257
FCG Environmental Pre-Demolition Asbestos &Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
must be performed by trained and licensed asbestos contractors that are currently
registered with the Dept. of Occupational Safety& Health (DOSH or Cal/OSHA).
5) Asbestos containing waste materials must be properly contained and transported for off-
site disposal at a permitted landfill or disposal facility. Friable asbestos with greater than
1% asbestos content is considered hazardous waste per current federal and state
regulations and must be transported and disposed using proper manifesting
documentation. Non-friable asbestos is categorized as non-hazardous, asbestos-
containing waste and can typically be disposed to the local Class III landfill with prior
approval. As noted previously, materials with <1% total asbestos can be disposed of as
construction debris.
6) The local enforcement agency for asbestos removal projects in this area is the Ventura
County Air Pollution Control District(APCD). They require notification for removal of
friable, regulated asbestos containing materials in quantities which exceed 100 square
feet or 160 linear feet. Regardless of the quantities found, the survey report should be
submitted for their review along with any required documentation or notifications for their
review and approval. They also require notification for all demolition projects, including
projects where a load-bearing wall is removed. Additional permit requirements may
apply from the local Building Department. We recommend that you contact the local
APCD and appropriate agencies directly for further information regarding permitting and
regulatory requirements.
7) The contractor conducting abatement work is responsible for complying with local, state
and federal standards for worker protection and NESHAPS regulations regarding
asbestos fiber emissions. Proper removal techniques must be followed to prevent the
•
dissemination of asbestos fibers. Notification and permitting is typically the responsibility
of the abatement contractor and/or property owner. If you would like assistance
regarding these matters or would like the names of qualified contractors in your area,
please feel free to contact FCG at(805) 646-1995.
Lead:
1) None of the interior or exterior painted surfaces were found to contain lead at the
regulated level of 1.0 mg/cm2. Therefore, no lead paint was identified on surfaces
testing as part of our survey.
2) A limited number of painted surfaces showed detectable levels of lead at concentrations
below the regulated threshold of 1.0 mg/cm2. These surfaces are not regulated as lead-
based paint but may include worker protection requirements per OSHA regulations
found in Title 29 of the Code of Federal Regulations and Title 8 of the California Code of
Regulations. It is the employer's responsibility to document worker exposure to lead per
OSHA regulations and conduct negative exposure monitoring as necessary.
General Recommendations:
• As our survey was limited to readily accessible areas, there is potential that suspect
materials previously unidentified could be discovered during site demolition work. This
could include suspect materials located inside walls, under floors, above ceilings, etc. If
suspect materials are found during site work, the area should be isolated and any
City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 6
258
FCG Environmental Pre-Demolition Asbestos & Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
suspect materials tested to confirm or deny the presence of asbestos, lead or other
hazards.
• Demolition contractors should properly manage all electronic or universal waste,
including but not limited to: fluorescent light fixtures, light tubes, lamps, batteries,
electronic switches, transformers, computers or other equipment where heavy metals,
PCBs, hydrocarbons or other materials that may be restricted from landfills or require
special handling or disposal. Please visit the California DTSC's website
(www.dtsc.ca.00v) and search for the "Universal Waste Fact Sheet"for additional
information.
City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 7
259
FCG Environmental Pre-Demolition Asbestos & Lead Survey
January 23, 2017 104 E. High Street
Moorpark, CA 93021
Limitations Statement
The data compiled and evaluated as part of this assessment was limited and may not represent
all conditions at the subject site. Asbestos was widely used until the late 1970's in thousands of
building materials (i.e. joint compound, wallboard, thermal system insulation (TSI), acoustical
ceiling, roofing material, etc.), making it difficult to locate all areas of ACM usage. This
assessment reflects the data collected from the specific locations tested to identify Asbestos
Containing Materials (ACM) in those locations and may not be all encompassing. There is
always potential for asbestos containing materials to be missed due to problems with
accessibility, and the broad variety of uses. The presence or absence of lead-based paint or
lead-based paint hazards applies only to the tested or assessed surfaces on the date of the field
visit. It should be understood that conditions noted within this report were accurate at the time
of the inspection and in no way reflect the conditions at the property after the date of the
inspection. All data collection, findings, conclusions and recommendations presented by FCG
within this report are based upon limited data using current standard practices accepted within
the industry. The conclusions and recommendations presented within this report are based on
current regulations and the professional experience of the certified professionals involved in this
project.
The data collected duringthis assessment and any resulting recommendations shall be used
only by the client for the site described in this report. Any use or reliance of this report by a third
party, including any of its information or recommendations, without the explicit authorization of
the client shall be strictly at the risk of the third party.
It should not be misconstrued that this assessment has identified any or all environmental
conditions at the subject site. FCG makes no representations regarding the accuracy of the
enclosed data and will not be held responsible for any incidental or consequential loss or
punitive damages including but not limited to, loss of profits or revenues, loss of use of a facility
or land, delay in construction or action of regulatory agencies.
If you have any questions or concerns regarding the information provided, please do not
hesitate to call us at 805.646.1995.
FCG Environmental
Prepared by: Prepared and Reviewed by:
Dana Stephens, Staff Professional Alan Forbess, Principal Consultant
Certified Lead Sampling Technician #19714 Certified Lead Inspector/Assessor#17425
CA Certified Asbestos Consultant#94-1549
Attachments: 1 - Forensic Analytical Results& Bulk Sampling Log (Asbestos)
2 -XRF Field Readings and XRF Sampling Methodology(Lead Paint)
3 - FCG Inspector Certifications
City of Moorpark-33, 104 E.High St.,Maria's Restaurant,Asb&Lead Survey.doc 8-
260
Attachment 1
Laboratory Analytical Results for
Asbestos Bulk Samples
Bulk Sample Log Sheets/Chain-of-Custody
261
Forensic Analytical0
Final Report
LABORATORIES
Bulk Asbestos Analysis
(EPA Method 600/R-93-116, Visual Area Estimation)
FCG Environmental Client ID: 7238
Alan Forbess Report Number: B233371
1009 Mercer Avenue Date Received: 01/12/17
Date Analyzed: 01/12/17
Ojai,CA 93023 Date Printed: 01/12/17
First Reported: 01/12/17
Job ID/Site: City of Moorpark-33; 104 High St.,Moorpark,Closed down Mexican Restaurant FALI Job ID: 7238
Total Samples Submitted: 28
Date(s)Collected: 01/10/2017 Total Samples Analyzed: 28
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
1 51035844
Layer: Off-White Semi-Fibrous Material Ni)
Layer: Paint ND
Total Composite Values of Fibrous its: Asbestos(ND)
Cellulose(Trace) -
2 51035845
Layer: Off-White Semi-Fibrous Material ND
Layer: Paint ND
Total Composite Values of Fibrous ConvenentK Asbestos{ND)
Cellulose(Trace)
3 51035846
Layer: Off-White Semi-Fibrous Material ND
Layer: Paint ND
Total Vidues.o Farms (ND)
Cellulose(Trace)
4 51035847
Layer: Drywall Backing ND
Layer: Off-White Skimcoat/Joint Compound NI)
Layer: Paint ND
Layer: Off-White Skimcoat/Joint Compound ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(Ni))
Cellulose(2%)
5 51035848
Layer: White Drywall ND
Layer: Beige Skimcoat/Joint Compound ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace) Fibrous Glass(2%)
1of5262
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax (310)763-8684
Report Number: B233371
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
6 51035849
Layer: White Drywall ND
Layer: Grey Plaster ND
Layer: White Plaster ND
Layer: Beige Skimcoat/Joint Compound ND
Layer: Off-White Skimcoat/Joint Compound ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace) Fibrous Glass(2%)
7 51035850
Layer: White Drywall ND
Layer: Off-White Skimcoat/Joint Compound ND
Layer: Paint ND
Total Campsite Values of Fibrous Components: Asbestos(ND)
Cellu los(5`/.) Fibrous Glass(2%)
8 51035851
Layer: White Drywall Ni)
Layer: Off-White Skimcoat/Joint Compound ND
Layer: Paint ND
Layer: Off-White Mastic ND
Layer: Brown Non-Fibrous Material ND
Layer: Paint ND
Taal Oamposite Values of Fibrous' Asbestos(ND)
Ceilidesse ) Fiiroirs Glassav
9 51035852
Layer: Off-White Plaster Chrysotile Trace
Layer: Paint ND
Total-Composite Values of Fibrous Components: Asbestos(Trate)
Cellulase(Trace)
Comment This comment applies to the Off-White Plaster only: Insufficient material for additional analyses.
10 51035853
Layer: Off-White Plaster Chrysotile Trace
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(Trace)
Cellulose(Trace)
Com This cwt applies to the Off-White Plaster only: Insufficient lent material for additional analyses.
11 51035854
Layer: Off-White Plaster Chrysotile Trace
Layer: Paint NI)
Total Composite Values of Fibrous Components: Asbestos(Trace)
Cellulose(Trace)
Comment This comment applies to the Of White Plaster only: Insufficient material for additional analyses.
2 of 52 6 3
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Report Number: B233371
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
12 51035855
Layer: Beige Skimcoat/Joint Compound ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
13 51035856
Layer: Beige Skimcoat/Joint Compound ND
Layer: Paint ND
Total Composite Values of Fibrous Components Asbestos(ND)
Cellulose(Trace)
14 51035857
Layer: White Drywall ND
Layer: Off-White Skimcoat/Joint Compound ND
Layer: Paint ND
Total Composite Values ofFibnsis Cuts: Asbestos(ND)
Cellulose(20%) Fiibructs Glass(2%)
15 51035858
Layer: Off-White Tile ND
Layer: Tan Mastic with Debris ND
Layer: Orange Tile ND
Layer: Grey Non-Fibrous Material ND
TataIC Values Asbestos(ND)
Celkda.. O
16 51035859
Layer: Off-White Tile ND
Layer: Tan Mastic with Debris ND
Layer: Orange Tile ND
Layer: Grey Non-Fibrous Material ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
17 51035860
Layer: Off-White Tile ND
Layer: Tan Mastic with Debris ND
Layer: Orange Tile ND
Layer: Grey Non-Fibrous Material ND
Total:Comte Values of FThrous Components: Asbestos(ND)
Cellulose(Trace)
3 of 5264
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221 /Telephone:(310)763-2374 (888)813-9417/Fax(310)763-8684
Report Number: B233371
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
18 51035861
Layer: Off-White Drywall ND
Layer: Off-White Plaster ND
Layer: Beige Plaster ND
Layer: White Non-Fibrous Material ND
Layer: Paint Ni)
Layer: Off-White Skimcoat/Joint Compound ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(5%)
19 51035862
Layer: Grey Cementitious Material ND
Layer: Off-White Skimcoat/Joint Compound ND
Layer: Dark Grey Cementitious Material ND
Layer: Paint ND
Total Qinposite Values of Fibrous:Com: Asbestos(ND)
Cellulose(Trace)
20 51035863
Layer: 2 White Roof Shingles ND
Layer: Black Felt ND
Layer: Tan Fibrous Material ND
Total Ctssmposte Values offs Asbestos(ND)
C (5%) FilrwsGlass(10 4 )
21 51035864
Layer: 3 White Roof Shingles ND
Layer: Black Felt ND
Total Conicoake Values ofFA3rous k - iv ,`*
Cellulose(Trace) Fibrous Glass(5°A) Synthetic(35'x).
22 51035865
Layer: 2 White Roof Shingles ND
Layer: Black Felt ND
Layer: Tan Fibrous Material ND
Total Composite Values of Fibrous Cants: Asbestos(ND)
Cellulose(5%) Fibrous Glass(10%) Synthetic(30%)
23 51035866
Layer: White Cementitious Material ND
Layer: Paint ND
Layer: White Cementitious Material ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
4 of 5265
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Report Number: B233371
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
24 51035867
Layer: White Cementitious Material ND
Layer: Paint ND
Layer: White Cementitious Material ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
25 51035868
Layer: White Cementitious Material ND
Layer: Paints ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
26 51035869
Layer: Black Semi-Fibrous Tar Chrysotile 5%
Total Composite Values of Fibrous Components: Ams(5%)
Cellulose(Trace)
27 51035870
Layer: Black Semi-Fibrous Tar Chrysotile 5
Total Composite Values of Fibrous Components: Asbestos(5%)
Cellulose(Trace)
28 51035871
Layer: Black Semi-Fibrous Tar Chrysotile 5%
Total Composite Values of Fibrous Components: Asbestos(5%)
Cellulose(Trace)
%Ire 0
Tiffani Ludd,Laboratory Supervisor, Rancho Dominguez Laboratory
Note: Limit of Quantification('LOQ')= 1%. 'Trace'denotes the presence of asbestos below the LOQ. 'ND'='None Detected'.
Analytical results and reports are generated by Forensic Analytical Laboratories Inc.(FALL)at the request of and for the exclusive use of the person or entity(client)named on such
report.Results,reports or copies of same will not be released by FALL to any third party without prior written request from client.This report applies only to the sample(s)tested.
Supporting laboratory documentation is available upon request.This report must not be reproduced except in full,unless approved by FALL.The client is solely responsible for the
use and interpretation of test results and reports requested from FALL. Forensic Analytical Laboratories Inc. is not able to assess the degree of hazard resulting from materials
analyzed.FALI reserves the right to dispose of all samples after a period of thirty(30)days,according to all state and federal guidelines,unless otherwise specified. All samples were
received in acceptable condition unless otherwise noted.
5 of 5266
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Forensic Analytical Laboratories, Inc. Analysis Request Form (COC) •
Client No.: 7238 PO(l1
y� a Date: J
FCG Environmental �%1 rY ci c • tte �k••S3 / -/0 - /7
(Forbess Consulting Group, Inc-) Turn Around Ti Same D 1 Day: 2Dayi/3Day i/413--ay / SDy:
1009 Mercer Avenue CI PCM:D NIOSH 7400A /El NIOSH 74005 la Rotometer
Ojai,CA 93023
111 PLM: B Standard /E7 Point Coun 400, 1000 i/(C]CARE 435 •
Contact: . 0 TEM Air,aAI#RA/D Yamate2 /D NIOSH 7402
Alan Forbess,Bill Miller
D TEM Bulk:In Quantitative I P7 Qualitative / a Chatfield
Phone: g 05 646 1995 Fax: 805 fifi9-3538 0 TEM Water:13 Potable /a Non-Potable /D Weight Y
(805) (805) I3 TEM Microvac:QQual(+/-) /Il 057551str/area) /a D5756(str/mass)
E-mail: c IAQ Particle identification(PLM LAB) o PLM Opaques/Soot
aforbess@fcgenviro.com, bmiiler@fcgenviro.com Ex Particle Identification ITEM LAB/ ❑Special Project
Site: y f b'1 Metals Analysis: Method:
t 17 H 1 L ,y s i l ft.LcJ4
4.4-lc Matrix:
Site Location-
C 1r01r be w MU F Analytes:
Comments: Report Via:
EI Fax O E-Mail Q Verbal
FOR AIR SAMPLES ONLY Sample
Sample ID Date/ Sample Location I Description Area/
Time 1 Time Avg. Total Air
I p Type Ort/Off LPM Time Volume
��C a T"_a ,L I o, A
IA
IX
ca I(C.5 1 — 2-gc --.____
Ltki
•
tc:
?
fA
zr
A'
1
11 Cc;
•
'
I A'
Sampled By: ed.KC Pieties S Date: I_1O_ 17 Time: 2:3 o? .%.
Shipped Via: CI Fed Ex 0 HL c UPS I7 US Mail a Courier ICI Drop Off D Other:
Relinquished By:'-� Relinquished By: Relinquished By:
Date/Time: •fid Date/Time: Date/Time:
i-u- 17 q2,44 Receiv Received By: Received By:
Date/ i 0 Date/Time: Date/Time:
AIP , a- P- /0 07...---' +
Condit: ccept71
Yes IQ No _ Condition Acceptable? 0 Yes D No Condition Acceptable?0 Yes Q No
San Francisco Office:3777 Depot Road,Suite 409,Hayward,California 94545-2761/Ph:1510)887-8828•(800)827-3274/Fax:15101887-4218
Los Angeles Office:2959 Pacific Commerce Drive,Rancho Dominguez,California 90221/Ph:(310)763-2374•(888)813-9417/Fax:(310)763-8684
Las Vegas Office:6765 S.Eastern Avenue,Suite 3,Las Vegas,Nevada 89119/Ph:(702)784-0040/Fak:(702)784-0030
267
FCG Environmental
Asbestos Bulk Sampling Field Log
Date: /. /C/ - j7 Friable: Friability Codes: N=Non-friable; F=Friable
Client: - Cond: Condition Codes:G=Good; F=Fair; P=Poor
Site: l0' y/f hic; //700;r•—•1
Project: / - _.3 3 NA=Not Analyzed
. Inspector(s): =4ND=Detected
Area/Unit:Ark(,eeftwi,.1 N=Negative
» ...34:) .C:.1°.-.a.J.l14: !. :.ti ,..4..;.,.;.,. !III_l•....f .;.._I._.'L..s:,t_I.ai:4.19a..! ,....Jlil.) 4.111JJ.7.'.ls;..
- / + 34.g., at 7a/we, Late ant eo64,,- Zt 2 ' y�S`P s4)
3 st . t , ,t
tf 8c v s.up-b;7 Alf X
4
nevi) R 6;40.s' (zc cc)
. g , mm's fin-- „3
9 . - 4 dk Cet Tot $m a D.)n 64., izx ze' 3rj r-f)
a
/1 \I, , .
/ /-.- __5
N
co
FCC Environmental
Asbestos Bulk Sampling Field Log
Date: AMIINVAIIIIIIMIIMII Friable: Friability Codes: N=-Non-friable; F=Friable
EMZEIRTiIV . , _ Cond:Condition Codes: G=Goad; F=Fair; P=Poor
Pro'ect: Art _,,,aC'3 NA=Not Analyzed
Ins•ecto s;/.''Aigni ND=Detected
war 7 weirri : N=Negative
Cr 't. i j. 1 1 � II �, ,♦ �. `1f ,1 , i_31`7 !.i1f ' !.1 11 1
.,:_S;a J,: �•.t. .�.4..I.::i'a�.�-:'- J✓.�i .. ,._ Al.e s._... ,,L:r.i:J-: :i'. rte. � .."..��::.:7.....:2 .. ......J..a3,.n .._!.•l.' I,,.Nl.
t2 Orpt/ka tjiA1 64t 62 Gl►'!
. 13 It 11 /1 .
7J it It Il (Ji ,
_j5- /z'' ►Fr dc-12 - i' 12420'
(4 ii
17- N Ni
I 5 Prywol Olg ?,.krbi4fr, /*My,
1e
�( It g
ZO •/ �teDirg t L f 7/74(/',/ 6' (7/4) _
Z ft t _
22 le k '
3
N
FCG Environmental
Asbestos Bulk Sampling Field Log
Date: ACIAIF.1111111111� - Friable: Friability Codes: N=Non-friable; F=Friable
1 _ / r. 111 Cond: Condition Codes: G=Good; F=Fair, P=Poor
Project: j wiro"Fr . NA=Not Analyzed
. Inspector(s ,jnt �et. ND=Detected
Area/Unit: -"AV:R /, N=Negative
i.:1, ,,::,1,'. •.:.a.JLll j . ! : 411:),:«! ::r•..Lt...A1. ._..11::'' :l r.:..!L..,'.1:.11 iiL.;:1..J::-_ .'_t.1.,..11! .:n"./.Sl.U�.I.I.d
2 3 EXt S`yet few ch4, Al G'
21 - ();i4eisel - .
25 -N.,/ 1 i
CC". It mztsTc 3" F` p-°4— A/
7-7—
2t gb64 c.-ic..1.".
1 t•
et- 3
N
J
O
Attachment 2
XRF Field Readings from Lead Based Paint Survey
XRF Sampling Methodology
271
XRF Lead Table
104 E. High Street
Moorpark,CA 93021
WALL WOOD A INTACT BEIGE OUTSIDE Negative 0
DOOR CASE WOOD A INTACT GREEN OUTSIDE Negative 0
WINDOW CASE WOOD A INTACT GREEN OUTSIDE Negative 0
FACADE WOOD A INTACT BEIGE OUTSIDE Negative 0
SIDING WOOD A INTACT GREEN OUTSIDE Negative 0
SIDING WOOD D INTACT BEIGE OUTSIDE Negative 0
BEAM WOOD D INTACT BEIGE OUTSIDE Negative 0
FASCIA WOOD D INTACT GREEN OUTSIDE Negative 0
WALL CONCRETE C INTACT GREEN OUTSIDE Negative 0
DOOR METAL C INTACT GREEN OUTSIDE Negative 0.01
DOOR CASE WOOD C INTACT BEIGE OUTSIDE Negative 0.01
WALL CONCRETE B INTACT BEIGE OUTSIDE Negative 0
WALL DRYWALL A INTACT RED ENTRY Negative 0
WALL DRYWALL B INTACT ORANGE ENTRY Negative 0
CEILING DRYWALL B INTACT WHITE ENTRY Negative 0
COUNTER TILE CERAMIC B INTACT WHITE ENTRY Negative 0.07
FLOORBTILE CERAMIC B INTACT WHITE ENTRY Negative 0.07
WALL DRYWALL B INTACT BEIGE DINING Negative 0
WALL DRYWALL C INTACT RED DINING Negative 0
WALL tile ceramic C INTACT TAN BATHROOM 1 Negative 0.01
WALL PLASTER C INTACT TAN BATHROOM 1 Negative 0.02
toilet porcelain A INTACT TAN BATHROOM 2 Negative 0.01
CEILING DRYWALL A INTACT TAN BATHROOM 2 Negative 0.04
WALL DRYWALL C INTACT PINK rear storage Negative 0
BASEBOARD ceramic A INTACT BROWN rear storage Negative 0.01
DOORway WOOD B INTACT RED rear storage Negative 0
WALL WOOD B INTACT RED bar back Negative 0
DOORway WOOD B INTACT RED bar back Negative 0
DOORway WOOD B INTACT GREEN bar back Negative 0
WALL brick B INTACT RED storage rm Negative 0
CALIBRATE Positive 1.1
CALIBRATE Positive 1.1
CALIBRATE Positive 1
272
XRF Sampling Methodology: All inspections include a visual inspection of site surfaces to
identify painted components and general site conditions. Field testing is performed by a CA
Certified Lead Inspector/Assessor using a Niton X-Ray fluorescence (XRF) lead paint analyzer.
The XRF sampling method uses a field instrument (X-Ray Fluorescence or XRF gun)to
characterize suspect painted surfaces and components. XRF equipment is used to sample
materials suspected of being coated with lead-based paint and lead-containing materials by
"reading"the suspect materials through direct contact. The advantage of this method is that it
provides instantaneous results and is a non-destructive method which allows for the collection
of as many samples as time allows for the daily cost of the instrument. This survey method can
also identify lead in ceramic tiles, porcelain or other suspect building materials. The survey
attempts to define the extent of LBP and estimate quantities where possible. Paint is
determined positive using the CA Dept. of Health Services criteria of 1.0 milligrams per square
centimeter(mg/cm2). During the survey, the front or main side of the building is typically
designated as the"A" side, with the remaining sides designated as "B", "C" and "D"continuing in
a clockwise manner. Where appropriate, a field sketch or plot plan is provided.
Instrument Calibration: The calibration of the Niton XLP 300A X-Ray fluorescence (XRF)
instrument is done in accordance with the Performance Characteristic Sheet(PCS)for this
instrument. These XRF instruments are calibrated using a calibration standard block of known
lead content. Three calibration readings are taken before and after each property is tested to
insure manufacturer's standards are met. If the inspection is longer than 4 hours, a set of 3
calibration readings must be taken before the 4 hours expires, and then an additional 3
calibration readings taken at the end of the inspection. If for any reason the instruments are not
maintaining a consistent calibration reading within the manufacturer's standards for
performance on the calibration block supplied by the manufacturer, manufacturer's
recommendations are used to bring the instrument into calibration. If the instrument cannot be
brought back into calibration, it is taken off the site and sent back to the manufacturer for repair
and/or re-calibration.
Inspector Training and Qualifications: All inspectors utilized by FCG are Certified Lead
Inspectors/Assessors, having obtained certification through the California Department of Public
Health (CDPH). All inspectors have taken a State-certified 40-hour Inspector/Assessor course
and passed the State Inspector/Assessor Exam. All FCG field personnel have also been trained
in the use, calibration and maintenance of the X-Ray Fluorescence (XRF) equipment they
currently use, along with necessary principles of radiation safety through a training program
provided by the manufacturer.
Equipment Information:The field instrument used on this project was a Niton Model XLP
300A X-Ray fluorescence (XRF) lead paint analyzer(Serial No. 10106). The Niton instrument
uses a high performance, electrically-cooled, solid-state detector optimized for lead (Pb)
analysis using L-shell and K-shell x-ray detection. This instrument allows for XRF spectrum
analysis in the field with automatic Positive/Negative decision and automatic corrections for
substrate bias and age of source. All negative classifications in all paint-test modes are verified
by negative K-shell x-ray readings. Please see Attachment 2 for a copy of the Performance
Characteristic Sheet provided by Niton for the XLp 300A instrument. This document contains
detailed information regarding the XRF instrument calibration, inconclusive range or thresholds
for various substrates, operating parameters and other information. For more information on the
Niton Model XLP 300A instrument, please visit the following website: www.thermo.com/niton
273
Attachment 3
FCG Inspector Certifications
274
Alan W. Forbess, Certifications
State of California
Division of Occupational Safety and Health
Certified Asbestos Consultant
Alan Wayne Forbess- ;,
_ -- name -
Certification NO 94-.1549
Expires on_01! 2L18
- This certification was,ssued iiy tho.Division of
-_ Occupational Safety and Health as authorized
' by Sections 7180 et'teq:of the Business and
r Professions Cade.
State of California Department of Public Health 1Ins pectoriAssessor 06/1812017
Ptject Monitor 06!18(2017
,.t-
Aian W. Forbess ID #: 17425
#0y foe ACCRED j
d
c'0 gA
ALAN W. FORBESS of
1.1
ACMC %
(. BOARD CERTIFIED
O, #08o4o5i +,itr
Exp. 6/30/2018
�lc� Goo
17Ved Microbe
275
.
i, ,, , ,
State of 'California Depat-r' n-1, , er-1 t r, , f Public Health
t '
...... ,,,„ .
iii a ertifit.. t -
ir,-,
Sampling Technician 0212112017
! - „: , ''': !' •..
;.1 ,1. ,If!,
' hit
, .
, , .. . ..
„ ,„„,,,,,„,,, ,
'
...
. .... . _
Dana
. Stephens
,I
4 14
N.)
CA
fC Environmental Consulting Services
Asbestos•Mold•Lead•Property Assessment
FCG Environmental
February 7, 2017
Ms. Jessica Sandifer, Program Manager
Parks, Recreation and Community Services Department
City of Moorpark
799 Moorpark Avenue
Moorpark, CA 93021
Subject: Pre-Demolition Asbestos &Lead Paint Survey
Old Granary Building and Grain Elevator Façade Building
192 East High Street
Moorpark, CA 93021
FCG Project Code:City of Moorpark-32
Dear Ms. Sandifer:
FCG Environmental (FCG) performed a hazardous materials survey at the above-referenced
property, which included asbestos bulk sampling and lead-based paint testing. The
investigation was performed on January 10, 2017 by Dana Stephens, a CA Certified Lead
Sampling Technician (No. 19714); and Blake Forbess, AHERA Building Inspector; under the
supervision of Alan Forbess, a CA Certified Asbestos Consultant(No. 94-1549) and CA
Certified Lead Inspector/Assessor(No. 17425). This report documents the findings of our
survey, which was conducted to identify proper handling and disposal of hazardous building
materials prior to demolition activities.
1.0 Background Information/Scope of Project
Background/Site Description:The subject site includes a wooden granary building on the
south side of the property adjacent to the railroad line and a grain elevator façade building
located on the north or street side of the property. The façade building was reportedly erected
the 1970's to cover the older Granary Building, which is much older. The two structures are
steel and wood-framed on concrete slab foundations, with wood siding and pitched roofs
covered by composite shingles. Much of the interior areas are unfinished with exposed wood
framing, with interior walls in the façade building including areas of painted drywall. Flooring is
predominantly concrete, with limited areas of vinyl floor tile noted.
FCG was asked to perform a survey of interior and exterior building materials to identify
hazardous materials concerns in accordance with federal, state and local regulations prior to
demolition of the structures.
Scope of Project: The following services were conducted to define asbestos and lead
concerns at the subject site:
• A visual inspection of representative interior and exterior building materials at each
building was conducted to identify suspect asbestos and lead paint materials.
1009 Mercer Ave. Tel:805.646.1995 I Fax:805.669.3538
Ojai,CA 93023 Info@fcgenviro.com I www.fcgenviro.com
277
FCG Environmental Pre-Demolition Asbestos &Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
• Bulk samples were collected from representative suspect materials for submittal to a
qualified laboratory for asbestos analysis. All bulk samples were analyzed by Forensic
Analytical, a state-certified laboratory located in Rancho Dominguez, CA. All samples
were analyzed by polarized light microscopy (PLM), to determine asbestos fiber
concentrations in bulk building material samples. PLM is applicable for the analysis of
building survey submissions and other bulk materials.
• Screening for lead-based paint was conducted using an X-Ray Fluorescence (XRF)
paint analyzer to test representative surfaces and materials in the field suspected of
being coated with lead-based paint.
• All field observations, laboratory analytical data, XRF readings and other findings have
been evaluated, with this written report summarizing our findings and providing
recommendations as necessary.
2.0 Asbestos Survey Findings
Suspect Materials: After a visual inspection at the subject buildings was completed, the
following suspect asbestos containing materials were noted:
North Facade Building
• 12"white vinyl floor tile (VFT)—front office
• Black felt paper(moisture membrane)—throughout
• Drywall with joint compound —throughout
• Tank mastic—2nd level, yellow grain hopper
• Roofing layers (felts, tar, shingles, etc.)—2nd level, interior roof
• Roofing layers—Main roof(west side)
South Granary Building
• 12" brown Vinyl Floor Tile& mastic—office area
• Sealant/mastics—metal silos
• Roofing penetration mastics
• Roofing layers (felts, tars, shingles,etc.)
Bulk Sampling Results: FCG collected 31 bulk samples from suspect asbestos containing
materials, which were forwarded to Forensic Analytical, a certified asbestos laboratory located
in Rancho Dominguez, CA. All samples were analyzed by Polarized Light Microscopy(PLM)
using EPA Method 600/R-93-116, Visual Area Estimation. Table 1 below provides a summary of
those materials which tested positive for asbestos based on laboratory analytical data. Please
refer to the Attachments for a complete copy of the laboratory analytical results.
City of Moorpark-32, 192 High St.Old Granary,Asb&Lead Survey.doc 2
278
FCG Environmental Pre-Demolition Asbestos & Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
Table 1: List of Identified Asbestos Containing Materials
Sample C�onin,ni g Location % Asbestos Friability &
ID (approx.quantity) (Chrysotile) Condition
Material
North Facade Buildarg
Black Mastic Category I,
Front Office Off-White VFT = ND
1 -3 (Under Off-white Non-friable
VFT) (-160 sf) Black Mastic=3% Material
N Building
2"d Level Grey Roof Shingle = ND Category I,
14 16 Roofing Layers Interior Roof Black Tar Layer=3% Non friable
Material
(-1,000 sf)
South Granary Burkalrg
Roofing Roofing ° Category I,
23 -25 Penetration Penetrations Black Tar Mastic =5/° Non-friable
Mastic (<100 sf) Green Roof Shingle = ND Material
Materials Testing Negative: The following materials were sampled and tested negative for
asbestos:
North Facade Building
• Black felt paper-throughout
• Drywall/joint compound-throughout
• Tank mastic-2nd level, yellow hopper
• Roofing layers - Main roof system (upper roof not accessible)
South Granary Building
• 12" brown Vinyl Floor Tile & mastic- office
• Sealant/mastics-metal silos
• Roofing layers on main roofing
Notes on Tables and Assessment Terms
1) Asbestos containing material (ACM): Federal and County APCD regulations define ACM as any
material or product that contains more than 1% asbestos.
2) Asbestos containing construction material (ACCM): State regulations define ACCM as any
material with greater than 0.1%asbestos by weight.
3) Asbestos renovation: Defined by NESHAPS as the removal of more than 160 square feet or 260
linear feet of ACM. OSHA requires registration of all contractors removing more than 100 sq. ft.
on any project.
4) Friable ACM: any ACM that when dry can be crumbled, pulverized, or reduced to powder by
normal hand pressure.
5) Non-friable ACM: any ACM that cannot be reduced to powder by normal hand pressure.
6) Category I non-friable ACM: asbestos-containing packings, gaskets, resilient floor covering, and
asphalt roofing products. (typically pliable materials, including sealants and mastics)
7) Category II non-friable ACM: any other ACM that when dry cannot be reduced to powder by
hand pressure. (typically non-pliable/cementitious materials)
8) Regulated Asbestos Containing Material (RACM): any friable ACM that will be removed during a
renovation of a regulated structure. ACM that will become friable due to the removal technique is
City of Moorpark-32, 192 High St.Old Granary,Asb&Lead Survey.doc 3
279
FCG Environmental Pre-Demolition Asbestos & Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
also regulated. Note:while linoleum flooring is considered Category II ACM while managed in
place, removal always renders it friable.
9) Presumed Asbestos Containing Materials(PACM): This designation is for those materials which
are normally asbestos containing but were not sampled due to access issues or potential for
irreparable damage. This typically includes transite(asbestos cement) piping or sheeting, or
HVAC insulation materials in walls, under floors, etc.where destructive testing is not
recommended. Regulations allow asbestos inspectors to"presume"that these materials contain
asbestos without laboratory data based on the inspector's experience and knowledge of building
materials.
10) Trace(<1%)Asbestos: Federal and local APCD regulations define an asbestos containing
material(ACM)as any compound with greater than 1% asbestos. The State of California through
Cal-OSHA regulation further defines an asbestos containing material as any compound which
meets or exceeds a concentration of 0.1%asbestos by weight. This definition is primarily for
worker and occupant protection during disturbance work. The polarized light microscopy(PLM)
method does not quantify the concentration asbestos in bulk samples at levels of less than 1%.
Furthermore, PLM methodology will include all fibers with a similar aspect ratio (3:1)to asbestos
fibers, and therefore may count non-asbestos fibers as part of the overall total. PLM analytical
methods must report a"trace" amount where fibers are noted in concentrations of less than 1%of
the total. Further analysis by more quantitative methods such as"Point Count"or transmission
electron microscopy(TEM)are required to quantify the actual concentration of asbestos in"trace"
PLM sample results.
Summary: Our survey identified Asbestos Containing Materials (ACM) at the site which will
require abatement or special handling as part of future demolition activities. Please see the
Conclusions & Recommendations (Section 4.0) below for further discussion regarding the
abatement and proper handling of asbestos containing materials.
3.0 Lead-Based Paint Survey Findings
FCG was contracted to perform field testing to determine the presence of lead-based paint or
lead components at the subject site. A visual inspection of the site interiors and exteriors was
conducted to identify areas of suspect lead based paint or coatings. Screening for lead was
conducted in the field using XRF methodology in accordance with current state and federal
regulations. All field work was conducted by a Certified Lead Sampling Technician. The results
of this survey will be used by contracting personnel to determine appropriate lead safe work
practices prior to demolition activities.
Background Information on Lead Paint Requirements: Several regulations apply to the
disturbance and possible exposure to lead from paints and other coatings. Title 17 of the
California Code of Regulations (CCR) applies to residences and buildings accessible to the
public that were constructed prior to 1979, and schools constructed before 1993 where lead
paint may exist. Cal-OSHA regulations found within Title 8 of the CCR apply to worker
exposure as stated in the Lead-in-Construction Standard (8-CCR-1532.1). The EPA issued a
final rule to address lead-based paint hazards created by renovation, repair and painting
activities that disturb lead-based paint in target housing and child-occupied facilities.
The EPA's Lead Renovation, Repair and Painting (RRP) Program was passed into regulation
requiring compliance with training and certification requirements per Title 40 of the Code of
Federal Regulations (40 CFR Part 745). The RRP rule states that firms and individuals
conducting renovations of target housing constructed before 1978 must assume that lead is
present in all painted surfaces or coatings unless a written determination has been made by a
City of Moorpark-32, 192 High St.Old Granary,Asb&Lead Survey.doc 4
280
FCG Environmental Pre-Demolition Asbestos &Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
Certified Inspector that the components affected by the renovation are free of paint or other
surface coatings that contain lead equal to or in excess of 1.0 milligrams per square centimeter
(mg/cm2) or 0.5% by weight.
Scope of Lead Testing Services: FCG's scope of services involved field testing through use of
X-ray fluorescence(XRF) instrumentation, which provides instantaneous readings in the field.
The XRF instrument is used because of its demonstrated abilities to accurately determine the
amount of lead that is present without disturbing the painted surfaces, as well as their high
speed and relatively low cost per sample.The XRF device is capable of measuring lead in both
deteriorated and intact paint. See the Attachments to this report for more information on XRF
sampling methodology.
Inspection Results: Per EPA and California regulations, paint or coatings are considered to be
lead-based at concentrations at or above 1.0 milligram per square centimeter(mg/cm2) using
XRF technology. FCG tested representative surfaces throughout the subject site. Calibration
tests were performed at the beginning of the survey and again at the end of the survey to
document that the equipment was working properly.
Summary:We have listed below those materials/surfaces with lead concentrations greater than
1.0 milligrams per square centimeter(mg/cm2) using XRF equipment, and are therefore
considered positive for lead per current state and federal regulations.
o None of the interior or exterior painted surfaces showed lead concentrations at or
above the 1.0 mg/cm2 level. Therefore, none of the painted surfaces tested as part
of this project scope meet the definition of lead-based paint.
o A white porcelain sink located in the south granary building tested positive for lead in
the glazing compound above the regulated level of 1.0 mg/cm2. Although not
covered by the EPA's RRP rule, disturbance or damage to this component may
create a lead hazard which is regulated under current OSHA and state regulations.
Please refer to the attached data table for a summary of all XRF field readings collected from
the site. The A side noted in the table is the front (street or north side) of the subject site and the
B, C and D sides continue clockwise around the site.
City of Moorpark-32, 192 High St.Old Granary,Asb&Lead Survey.doc 5
281
FCG Environmental Pre-Demolition Asbestos & Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
4.0 Conclusions & Recommendations
An asbestos and lead-based paint survey of the site has been completed per the terms of our
agreement to define hazardous materials issuesprior to future demolition activities. Based on
our visual observations and our evaluation of analytical data, we conclude the following:
4.1 Asbestos:
1) Identified Asbestos Containing Materials (ACM):The following materials were found to
contain greater than 1%total asbestos and are regulated under current federal, state
and local regulations:
North Façade Building:
o Black flooring mastic under Vinyl Floor Tile:This mastic is found under off-white
vinyl floor tile in the front office of the north facade building. There is
approximately 160 sq. ft. of this flooring material, which is considered Class I,
non-friable. As the tiles cannot be separated from the underlying mastics, any
disturbance of the off-white vinyl floor tiles must be conducted by asbestos
workers.
o Roofing layers—(tar on interior roof system):A black tar layer is found on an
older roof section found inside the north façade building. This roofing system is
covered by the larger structure. This roof was accessible from the 2nd level of the
building and has a tar layer with 3% chrysotile asbestos under the composite
roofing layer. This is considered a Class I, non-friable material, with
approximately 1,000 sq. ft. of material.
NOTE: The main roof on the west side of this building was sampled with no asbestos
found in any of the roofing layers(shingles, felts, tars). The upper roof section on the
east side was not accessible due to height, but is presumed to be identical to the west
side. No penetration mastics were found with no vents, conduits or other openings
noted.
South Granary Building:
o Roofing penetration mastics: Black mastics found at roofing penetrations on the
south granary building. Roofing mastic is considered a Class I, non-friable
material.
Please refer to the summary tables and the attached laboratory data for detailed
information.
2) All identified asbestos containing materials (ACM) that will be disturbed as part of
demolition activities must be managed in accordance with applicable federal, state and
local regulations. Disturbance activities should be performed only by properly trained
abatement contractors using controls and methods to prevent fiber emissions during the
removal or disturbance process. This may include the use of wet methods (water mist),
negative pressure containment, NEPA filtration and other engineering controls to keep
fibers from being dispersed in accordance with current federal, state and local
regulations.
City of Moorpark-32,192 High St.Old Granary,Asb&Lead Survey.doc 6
282
FCG Environmental Pre-Demolition Asbestos & Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
3) Workers performing removal should be properly protected to prevent exposure, including
the use of respiratory protection with HEPA filtration, protective suits, etc. Engineering
controls must be in place. Disturbance of greater than 100 sq. ft. of any ACM or ACCM
must be performed by trained and licensed asbestos contractors that are currently
registered with the Dept. of Occupational Safety & Health (DOSH or Cal/OSHA).
4) Asbestos containing waste materials must be properly contained and transported for off-
site disposal at a permitted landfill or disposal facility. Friable asbestos is considered
hazardous waste per current federal and state regulations and must be transported and
disposed using proper manifesting documentation. Non-friable asbestos is categorized
as non-hazardous, asbestos-containing waste and can typically be disposed to the local
Class III landfill with prior approval. As noted previously, materials with <1% total
asbestos can be disposed of as construction debris, including drywall with joint
compound as long as the asbestos is found only on seams,joints, etc. and is not a
surfacing material that covers the entire wall or ceiling.
5) The local enforcement agency for asbestos removal projects in this area is the Ventura
County Air Pollution Control District(APCD). They require notification for removal of
friable, regulated asbestos containing materials in quantities which exceed 100 square
feet or 160 linear feet. Regardless of the quantities found, the survey report should be
submitted for their review along with any required documentation or notifications for their
review and approval. They also require notification for all demolition projects, including
projects where a load-bearing wall is removed. Additional permit requirements may
apply from the local Building Department. We recommend that you contact the local
APCD and appropriate agencies directly for further information regarding permitting and
regulatory requirements.
6) The contractor conducting abatement work is responsible for complying with local, state
and federal standards for worker protection and NESHAPS regulations regarding
asbestos fiber emissions. Proper removal techniques must be followed to prevent the
dissemination of asbestos fibers. Notification and permitting is typically the responsibility
of the abatement contractor and/or property owner. If you would like assistance.
regarding these matters or would like the names of qualified contractors in your area,
please feel free to contact FCG at(805) 646-1995.
4.2 Lead Paint& Lead Components:
1) None of the interior or exterior painted surfaces were found to contain lead at the
regulated level of 1.0 mg/cm2. Therefore, no lead-based paint (LBP) was identified
within the two structures on site that are scheduled for demolition.
2) One white porcelain sink, located in the south granary building, was found to contain
lead concentrations above the regulated level (1.0 mg/cm2 by XRF method) and may
create a lead hazard if disturbed as part of the site demolition work. The sink should be
removed intact if possible. If damage is anticipated, lead safe work practices should be
implemented, including impermeable drop sheets,wet methods and HEPA cleaning by
trained lead workers.
City of Moorpark-32, 192 High St.Old Granary,Asb&Lead Survey.doc 7 -
283
FCG Environmental Pre-Demolition Asbestos & Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
3) A limited number of painted surfaces showed detectable levels of lead at concentrations
below the regulated threshold of 1.0 mg/cm2. These surfaces are not regulated as lead-
based paint but may include worker protection requirements per OSHA regulations
found in Title 29 of the Code of Federal Regulations and Title 8 of the California Code of
Regulations as part of the Lead-in-Construction Standard. It is the employer's
responsibility to document worker exposure to lead per OSHA regulations and conduct
negative exposure monitoring as necessary.
4.3 General Recommendations:
• As our survey was limited to readily accessible areas, there is potential that suspect
materials previously unidentified could be discovered during site demolition work. This
could include suspect materials located inside walls, under floors, above ceilings, etc. If
suspect materials are found during site work, the area should be isolated and any
suspect materials tested to confirm or deny the presence of asbestos, lead or other
hazards.
• Demolition contractors should also properly manage all electronic or universal waste,
including but not limited to: fluorescent light fixtures, light tubes, lamps, batteries,
electronic switches, transformers, computers or other equipment where heavy metals,
PCBs, hydrocarbons or other materials that may be restricted from landfills or require
special handling or disposal. Please visit the California DTSC's website
(www.dtsc.ca.qov) and search for the "Universal Waste Fact Sheet" for additional
information.
City of Moorpark-32,192 High St.Old Granary,Asb&Lead Survey.doc - 8
284
FCG Environmental Pre-Demolition Asbestos & Lead Survey
February 7, 2017 192 E. High Street
Moorpark, CA 93021
Limitations Statement
The data compiled and evaluated as part of this assessment was limited and may not represent
all conditions at the subject site. Asbestos was widely used until the late 1970's in thousands of
building materials (i.e. joint compound, wallboard, thermal system insulation (TSI), acoustical
ceiling, roofing material, etc.), making it difficult to locate all areas of ACM usage. This
assessment reflects the data collected from the specific locations tested to identify Asbestos
Containing Materials (ACM) in those locations and may not be all encompassing. There is
always potential for asbestos containing materials to be missed due to problems with
accessibility, and the broad variety of uses. The presence or absence of lead-based paint or
lead-based paint hazards applies only to the tested or assessed surfaces on the date of the field
visit. It should be understood that conditions noted within this report were accurate at the time
of the inspection and in no way reflect the conditions at the property after the date of the
inspection. All data collection, findings, conclusions and recommendations presented by FCG
within this report are based upon limited data using current standard practices accepted within
the industry. The conclusions and recommendations presented within this report are based on
current regulations and the professional experience of the certified professionals involved in this
project.
The data collected during this assessment and any resulting recommendations shall be used
only by the client for the site described in this report. Any use or reliance of this report by a third
party, including any of its information or recommendations, without the explicit authorization of
the client shall be strictly at the risk of the third party.
It should not be misconstrued that this assessment has identified any or all environmental
conditions at the subject site. FCG makes no representations regarding the accuracy of the
enclosed data and will not be held responsible for any incidental or consequential loss or
punitive damages including but not limited to, loss of profits or revenues, loss of use of a facility
or land, delay in construction or action of regulatory agencies.
If you have any questions or concerns regarding the information provided, please do not
hesitate to call us at 805.646.1995.
FCG Environmental
ØaF
Prepared by: Prepared and Reviewed by:
Dana Stephens, Staff Professional Alan Forbess, Principal Consultant
Certified Lead Sampling Technician #19714 Certified Lead Inspector/Assessor#17425
CA Certified Asbestos Consultant#94-1549
Attachments: 1 - Forensic Analytical Results & Bulk Sampling Log (Asbestos)
2 -XRF Field Readings and XRF Sampling Methodology(Lead Paint)
3- FCG Inspector Certifications
City of Moorpark-32, 192 High St.Old Granary,Asb&Lead Survey.doc _ 9
285
Attachment 1
Laboratory Analytical Results for
Asbestos Bulk Samples
Bulk Sample Log Sheets/Chain-of-Custody
286
Forensic Analytical0
Final Report
LABORATORIES
Bulk Asbestos Analysis
(EPA Method 600/R-93-116, Visual Area Estimation)
FCG Environmental Client ID: 7238
Alan Forbess Report Number: B233364
1009 Mercer Avenue Date Received: 01/12/17
Date Analyzed: 01/12/17
Ojai,CA 93023 Date Printed: 01/12/17
First Reported: 01/12/17
Job ID/Site: City of Moorpark-32; 192 High St.,Moorpark,North& South Grainery Buildings FALI Job ID: 7238
Total Samples Submitted: 31
Date(s)Collected: 01/10/2017 Total Samples Analyzed: 31
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
1 51035813
Layer: Off-White Tile ND
Layer: Black Mastic Chrysotile 3%
Total Composite Values of Fibrous Cents: Asbestos(Trace)
Cellulose(Trace)
2 51035814
Layer: Off-White Tile ND
Layer: Black Mastic Chrysotile 3
Total Composite Values of Fibrous Compote Asbestos(Trace)
Cellulose(Trace)
3 51035815
Layer: Off-White Tile ND
Layer: Black Mastic Chrysotile 3%
Total Composite Values of Fibrous Components: (Trace)
Cellulose(Trace)
4 51035816
Layer: Black Felt ND
Total Composite Values of Fibrous Compos s: Asbestos(ND)
Cellulose(90%)
5 51035817 1
Layer: Black Felt ND
Total Composite Values of Fibrous Component s+ Asbestos(ND)
Cellulose(90%)
6 51035818
Layer: Black Felt ND
Total Composite Values of Fid Components: Asbestos(ND)
Cellulose(90%)
7 51035819
Layer: White Drywall ND
Layer: Drywall Tape ND
Layer: White Skimcoat/Joint Compounds ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(20%) Fibrous Glass(5%)
I of 5287
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221 I Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Report Number: B233364
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
8 51035820
Layer: White Drywall ND
Layer: Drywall Tape ND
Layer: White Skimcoat/Joint Compounds ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(20%) Fibrous Glass(5%)
9 51035821
Layer: White Drywall ND
Layer: Drywall Tape NI)
Layer: White Skimcoat/Joint Compounds ND
Layer: Paint ND
Total Composite Values of Fibrous Comps Asbestos(ND)
Cellulose(20%) Farms Glass(5%)
10 51035822
Layer: White Drywall NI)
Layer: Drywall Tape ND
Layer: White Skimcoat/Joint Compounds ND
Layer: Paint ND
Total Composite Values of Fibrous Qunponett& Asbestos(ND)
Cellulose(20%) farms Glass(5%)
11 51035823
Layer: White Drywall ND
Layer: Drywall Tape NI)
Layer: White Skimcoat/Joint Compounds ND
Layer: Paint ND
Total Composite Values of Minus Components: Asbestos(ND)
Cellulose(20%) Fibrous Glass(5%)
12 51035824
Layer: White Drywall ND
Layer: Drywall Tape ND
Layer: White Skimcoat/Joint Compounds Ni)
Layer: Paint ND
Total Composite Values of Fibrous Components Asbestos(ND)
Cellulose(20%) Fibrous Glass(5%)
13 51035825
Layer: White Non-Fibrous Material ND
Layer: Paint ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
14 51035826
Layer: Grey Roof Shingle ND
Layer: Black Semi-Fibrous Tar Chrysotile 3%
Total Composite Values of Fibrous Components: Asbestos(Trace)
Cellulose(65%)
2of5288
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Report Number: B233364
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
15 51035827
Layer: Grey Roof Shingle ND
Layer: Black Semi-Fibrous Tar Chrysotile 3
Total Composite Values of Fibrous Components: Asbestos(Trace)
Cellulose(65%)
16 51035828
Layer: Grey Roof Shingle ND
Layer: Black Semi-Fibrous Tar Chrysotile 3
Total Composite Values of Fibrous Components: Asbestos(Trace)
Cellulose(65%)
17 51035829
Layer: Brown Tile ND
Layer: Tan Mastic ND
Total Composite Values of Fibrous Cots Asbestos(ND)
Cellulose(Trace)
18 51035830
Layer: Brown Tile NI)
Layer: Tan Mastic ND
Total Comae Values of Fiber Components: A (ND)
Cellulose(Trace)
19 51035831
Layer: Brown Tile ND
Layer: Tan Mastic ND
Total Composite Values ofFibrous s(ND)
Cellulose(Trace)
20 51035832
Layer: White Non-Fibrous Material ND
Total Composite Values of Fibrous Compo enents Asbestos(ND)
Cellulose(Trace)
21 51035833
Layer: White Non-Fibrous Material ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(Trace)
22 51035834
Layer: White Non-Fibrous Material ND
Total Composite Values of FTrbrous Compo: Asbestos(ND)
Cellulose(Trace)
23 51035835
Layer: Black Semi-Fibrous Tar Chrysotile 5%
Layer: Green Roof Shingle ND
Total Composite Values of Fibrous Conmonents: Asbestos(Trace)
Cellulose(55%)
3 of 5289
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Report Number: B233364
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
24 51035836
Layer: Black Semi-Fibrous Tar Chrysotile 5%
Layer: Green Roof Shingle ND
Total Composite Values of Fibrous Components: Asbestos(Trace)
Cellulose(55%)
25 51035837
Layer: Black Semi-Fibrous Tar Chrysotile 5%
Layer: Green Roof Shingle ND
Total Composite Values of Fibrous Contents: Asbestos(Trace)
Cellulose(55%)
26 51035838
Layer: Multi-Color Roof Shingle ND
Layer: Black Felt ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(25%) Fibrous Glass(35%)
27 51035839
Layer: Multi-Color Roof Shingle ND
Layer: Black Felt ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(25%) Fibrous Glass(35%)
28 51035840
Layer: Multi-Color Roof Shingle ND
Layer: Black Felt ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(25%) Fibrous Glass(35%)
29 51035841
Layer: Multi-Color Roof Shingle ND
Layer: Black Felt ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cie(70%)
30 51035842
Layer: Multi-Color Roof Shingle ND
Layer: Black Felt ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(70%)
31 51035843
Layer: Multi-Color Roof Shingle ND
Layer: Black Felt ND
Total Composite Values of Fibrous Components: Asbestos(ND)
Cellulose(70%)
4 of 5 290
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Report Number: B233364
Client Name: FCG Environmental Date Printed: 01/12/17
Asbestos Percent in Asbestos Percent in Asbestos Percent in
Sample ID Lab Number Type Layer Type Layer Type Layer
•
•
Tiffani Ludd,Laboratory Supervisor,Rancho Dominguez Laboratory
Note:Limit of Quantification('LOQ')= 1%.'Trace'denotes the presence of asbestos below the LOQ. 'ND'='None Detected'.
Analytical results and reports are generated by Forensic Analytical Laboratories Inc.(FALI)at the request of and for the exclusive use of the person or entity(client)named on such
report.Results,reports or copies of same will not be released by FALI to any third party without prior written request from client.This report applies only to the sample(s)tested.
Supporting laboratory documentation is available upon request.This report must not be reproduced except in full,unless approved by FALL.The client is solely responsible for the
use and interpretation of test results and reports requested from FALI.Forensic Analytical Laboratories Inc. is not able to assess the degree of hazard resulting from materials
analyzed FALI reserves the right to dispose of all samples after a period of thirty(30)days,according to all state and federal guidelines,unless otherwise specified. All samples were
received in acceptable condition unless otherwise noted.
5 of 5291
2959 Pacific Commerce Drive,Rancho Dominguez,CA 90221/Telephone:(310)763-2374 (888)813-9417/Fax:(310)763-8684
Forensic Analytical Laboratories, Inc. Analysis Request Form(COC)
Client No.: 7238 PO/ �4 Date:
FCG Environmental C p‘ I��ar - 32 I'I�'
ConsultingGroup, Turn Around Time: Same D 1 Dayl ZDayi! 3Day� 4Day /SDay
(Forbess p ,
1009 Mercer Avenue !0 PCM:0 NIOSH 7400A /Q NIOSH 740013 IQ Rotometer
Ojai,CA 93023I
jla PLM: Standard/CI Point Cour 4001 10001/Q CARE 435
Contact: Alan Forbes,Bill Miller . ID TEM Air:Q AHERA /Q Yamate2 /O NIOSH 7402
IQ TEM Bulk: D Quantitative/0 Qualitative / Q Chatfield
Phone: Fax: Ei TEM Water:la Potable I 0 Non-Potable /D Weight.%
(805)646-1995 (805)669-3538 D TEM Microvac: 0 Qual(+/-)/®D5755(str/area)/0 D5756(str/mass)
E-mail: IO IAQ Particle Identification(PLM LAB) 0 PLM Opaques/Soot
aforbess( fcgenviro.com,bmiller@fcgenviro.com la Particle Identification(TEM LAB) 0 Special Project
Site: I R 2. t*5L1 s[ P b Matrix:Metals Analysis: Method:
Site Locption: 1 _ .
NO(ILk t 540„ft, .5r.,wur7 s41►ti-y Analytes:
Comments: J ( I Report Via:
0 Fax 0 E-Mail ®Verbal
• FOR AIR SAMPLES ONLY Sample
Date/Sample ID Time Sample Location/Description Time Avg. Total Ar
Air/
Type On/Off LPM Time Volume
IT
5e e., 0:114OPV ` I oC�—
EA
$,1 k ) L— '3 i f�
1 At
LA
LA:
3-6
I
P1
Sampled By: b]0.ire 6,ks, Date:/....0_n Time•- jz J oa
Shipped Via: is Fed Ex 0 DHL D UPS 0 US Mail 0 Courier 113 Drop Off ID Other:
Relinquished By: / — Relinquished By: Relinquished By:
Date/Time: Date/Time: Date/Time:
f-Il-l7��^^��yy 10191,0..
RefilAy. Fie. Received By. Received By.
D /� 1!f Q Date/Time: Date/Time:
C• •. •n Accep�ab(ed es�IQ Nit,D7TArCondition Acceptable?G Yes Q No -
Condition Acceptable?D Yes p No
San Francisco Office:3777 Depot Road,Suite 409,Hayward,California 94545-2761/Ph:(510)887-8828•(800)827-3274/Fax:(510)887-4218
Los Angeles Office:2959 Pacific Commerce Drive,Rancho Dominguez,California 90221/Ph:(310)763-2374•(888)813-9417/Fax:(310)763-8684
Las Vegas Office:6765 5.Eastern Avenue,Suite 3,Las Vegas,Nevada 89119/Ph:1702)784-0040/Fax:(702)784-0030
•
-
292
FCG Environmental
Asbestos Bulk Sampling Field Log
Date: 1— (0— I/ Friable: Friability Codes: N=Non-friable; F=Friable
Client: 1 tv 0 tioo,rpo-,e Cond: Condition Codes:G=Good; F=Fair; P=Poor
Site: d 92 H i it. c 4 .
Project:(;I.) ,C Mserpar�/ Z. NA=Not Analyzed
Inspector(s): g ND=Detected
Area/Unit:IVof4l. + se►&!. ara,t,,,wy 6,444;,,`,1 N=Negative
titat
- 1 10 Lot;ie V rt 12. gilns+ac Frani 04c;w v4.1 _r605A/ P
. i ‘
3
L
. 4 Q
UI ALK vapor-f.fie- Bei,i.,..1 Dry w&(t no./a. s:oie T"`O -__._..._a P
5 11 " se..F' s:Je. /
41, 1
1 Dry D u /Waoll C.0r.Ps,wn4 561.44(A. corv.6r T f e p P
I. .S..4 IN E.0.54
4 wts4 w411
(0 No—It wes4 •w•.a
•
1 1 Nof-ii, Gs4 r p #
12 Nar4L Wail V w' 41IPS'
N
LCD \
��
W
FCG Environmental
Asbestos Bulk Sampling Field Log
Date: I -10-'17 2 0 c 3 Friable: Friability Codes: N=Non-friable; F=Friable
Client,C;ii 4.aF hoK p..Y.�C Cond: Condition Codes:G=Good; F=Fair; P=Poor
Site: 112 1-1; 1. s! •
Project: C..t ec .neer park - 3Z NA=NOt Analyzed
- lnspector(8� B F ND=Detected
1 Area/Unit:fJor4k,t Sa..lL V." aIA"4,l4.1S N=Negative
. ,tS 1.,. .1.±Q...),i.t.,. �;U:.1.,:' , ,:!!LI:!L 4 __ r 111.11.,t.,' r.!'. i :1:!;. i../..d_'k _ _ f ....l_i:.11 C , s ..r.:.v.1.1,i.11,'.hf1
13 5[a vVlA41.iG/ c`944 e2val F'.' yeiie47 Hoep+r" Nea N P
( if RooC;,,5 ll 2.et Plow- !/otp,. f..•C l O06ftc N P
, , 1 c
I- t
1 ‘,1, Ni,
1 16
I -1 V Fr Ytib 1 { 1-r
I 1 r2i1 gro,,�,. (ov�i M .� O�/':.Ct tit[at �t•i�(Jli 300 ! F
f $ t#
. i 19NIT 1 - i/
ZU SC.a( J ti..4i,._ fGtat citos In CO(Aft. b(61,-) N/a
ZZ ..--- .
23 Roo; PLt e4, ri�s1, - SAL bLk;1e;--� `�''r:r NIq
2 9 4, 4. i i " D,,, .,* J,
N
1/40
to
FCG Environmental
Asbestos Bulk Sampling Field Log
Date: / —10 - 17 3 0 f 3 Friable: Friability Codes: N=Non-friable; F=Friable
Client:C, I.i o C 1140 o e park Cond: Condition Codes: G=Good; F=Fair; P=Poor
Site: t97 u 3t, s1 •
{ Protect:r, l y . ( 1100 cpoo'..'k-32 NA=Not Analyzed
Inspector(s):gF l ND=Detected
Area/Unit: 4,14 .4 S...kL 9"t""7 g,,,((L,,.)s N=Negative
_ t , :.1, ). •i 1 1 1 1 1.I 11 1 t,'.1 7 1. 1 t
;i,.,',!1:+4.:.... ..,ilil.e:2 +...�,:,.aJ�).+.�,i. ,. . _.l.di:d` «:..r.:S.i�.'.1.. _.� ._. •.;,i�.,..,!y.l:i....rrJ:.�A�c,.:_e:1I,S1:i«d.�� ..1.',.a:�.�,.�.lA.�./l}e . 1�.:��.�S..tif . . ..
2 S~- R..J pei,..4n•fb.. Mas1;4So,,4c, b•.;«r..i tl't fid,.,.. /V 4 /V P t"'
24 o,,# i..lit,s N.,41._ bK;16 Ai/ l Al F
2 / .I.
28
2. 9 So 4.A.41.._ bt4;at.v
. t 30
. ! 3$
•
N
Attachment 2
XRF Field Readings from Lead Based Paint Survey
XRF Sampling Methodology
296
XRF Lead Table
192 E. High Street
Moorpark,CA 93021
'0.i itw,pp� } +; j� y�y J ',.,.!:i''''''' ''- :1''''V''''''
x�Vy �x y '
tit� H ,V: y"', :'1 , 'k x.. ..a a k'�'ti s� , a. ' r {'1 u ,1 t'' .
CALIBRATE Positive 1.2
CALIBRATE Positive 1.2
CALIBRATE Positive 1.2
WALL WOOD A INTACT YELLOW FIRST s granary Negative 0
WALL trim WOOD A INTACT RED FIRST s granary Negative 0.01
WALL trim WOOD A INTACT RED FIRST s granary Negative 0
WALL WOOD A INTACT YELLOW FIRST s granary Negative 0
WALL WOOD A INTACT TAN FIRST s granary Negative 0
DOOR slider WOOD A INTACT YELLOW FIRST s granary Negative 0
DOOR slider trim WOOD A INTACT YELLOW FIRST s granary Negative 0
WALL WOOD A INTACT GREY FIRST s granary Negative 0
WALL WOOD A INTACT RED FIRST s granary Negative 0
DOOR trim WOOD A INTACT RED FIRST s granary Negative 0
WALL WOOD D INTACT TAN FIRST s granary Negative 0
WALL METAL D INTACT TAN FIRST s granary Negative -0.25
' WALL WOOD A INTACT YELLOW FIRST n granary Negative 0
WALL trim WOOD A INTACT RED FIRST n granary Negative 0
WINDOW casing WOOD A INTACT RED FIRST n granary Negative 0
WINDOW casing WOOD A INTACT RED FIRST n granary Negative 0
WALL WOOD A INTACT YELLOW FIRST n granary Negative 0
WALL WOOD A INTACT YELLOW FIRST n granary Negative 0
steps WOOD A INTACT RED FIRST n granary Negative 0
porch post WOOD A INTACT RED FIRST n granary Negative 0
WALL WOOD B INTACT YELLOW FIRST n granary Negative 0
WALL trim WOOD B INTACT RED FIRST n granary Negative 0
DOOR METAL B INTACT YELLOW FIRST n granary Negative 0.01
DOOR frame METAL B INTACT YELLOW FIRST n granary Negative 0
WALL WOOD C INTACT TAN FIRST n granary Negative 0
1
N
L
J
XRF Lead Table(Continued) 192 E. High Street
'-0 s a .';';',I'' ''''''','''':' 'x ,., 4 r: k , k a, �.
E, 1 sfi `��
WALL WOOD C INTACT TAN FIRST n granary Negative 0.02
WALL WOOD D INTACT YELLOW FIRST n granary Negative 0
DOOR casing WOOD D INTACT RED FIRST n granary Negative 0
WALL DRYWALL A INTACT WHITE FIRST interior n granary Negative 0
WALL DRYWALL C INTACT TAN FIRST interior n granary Negative 0
WINDOW WOOD A INTACT TAN FIRST interior n granary Negative 0
WINDOW case WOOD A INTACT TAN FIRST interior n granary Negative 0
WINDOW case WOOD B INTACT TAN FIRST interior n granary Negative 0
WINDOW frame WOOD B INTACT TAN FIRST interior n granary Negative 0
WINDOW frame WOOD A INTACT TAN FIRST interior n granary Negative 0
BASEBOARD WOOD C INTACT TAN FIRST interior n granary Negative 0
DOOR WOOD D INTACT YELLOW FIRST interior n granary Negative 0
DOOR WOOD D INTACT YELLOW FIRST interior n granary Negative 0
DOOR frame WOOD D INTACT RED FIRST interior n granary Negative 0
DOOR frame WOOD A INTACT RED FIRST interior n granary s rm Negative 0
DOOR WOOD A INTACT YELLOW FIRST interior n granary s rm Negative 0
DOOR trim WOOD A INTACT YELLOW FIRST interior n granary s rm Negative 0
WALL DRYWALL A INTACT YELLOW FIRST interior n granary s rm Negative 0
WINDOW WOOD A INTACT YELLOW FIRST interior n granary s rm Negative 0
support beam METAL A INTACT YELLOW FIRST interior n granary s rm Negative 0 ,
WALL DRYWALL A INTACT YELLOW FIRST interior n granary s rm Negative 0
WINDOW WOOD A INTACT RED FIRST interior n granary s rm Negative 0
WALL WOOD C INTACT YELLOW FIRST interior n granary s rm Negative 0.01
post METAL C INTACT YELLOW FIRST interior n granary s rm Negative 0
WINDOW WOOD A INTACT RED SECOND n granary Negative 0
WINDOW sill WOOD A INTACT RED SECOND n granary Negative 0
hopper METAL A INTACT YELLOW SECOND n granary Negative 0.01
DOOR WOOD D INTACT YELLOW FIRST interior s granary Negative 0.01
WALL WOOD D INTACT YELLOW FIRST interior s granary Negative 0
2
Ni
oo
XRF Lead Table (Continued) 192 E. High Street
,4 w+ s !:'' a ,4 * y qy +,3 ,,,,,.:,-4,,4 . ° w 7 f H; v 1'14' ' " fs.
a t
LeadComponent Sib t eti 'Slat er *" Arse Rast! s
4z:
",;:*;:k, y04 °, mg/cm2
post METAL D INTACT GREY FIRST interior s granary Negative 0
hopper METAL D INTACT RED FIRST interior s granary Negative 0.01
sink porcelain A INTACT WHITE FIRST interior s granary Positive 39.2
WALL WOOD A INTACT WHITE FIRST interior s granary Negative 0
DOOR WOOD A INTACT WHITE FIRST interior metal bldg Negative 0.26
posts WOOD A INTACT RED FIRST interior metal bldg Negative 0.01
tank METAL A INTACT silver FIRST interior metal bldg Negative 0.06
HOPPER CNTR METAL A INTACT silver FIRST interior metal bldg Negative 0
FASCIA WOOD A INTACT RED FIRST OUTSIDE S BLDG Negative 0
FASCIA WOOD C PEELING RED FIRST OUTSIDE N BLDG Negative 0
3
N
Lo
XRF Sampling Methodology: All inspections include a visual inspection of site surfaces to
identify painted components and general site conditions. Field testing is performed by a CA
Certified Lead Inspector/Assessor using a Niton X-Ray fluorescence(XRF) lead paint analyzer.
The XRF sampling method uses a field instrument(X-Ray Fluorescence or XRF gun) to
characterize suspect painted surfaces and components. XRF equipment is used to sample
materials suspected of being coated with lead-based paint and lead-containing materials by
"reading"the suspect materials through direct contact. The advantage of this method is that it
provides instantaneous results and is a non-destructive method which allows for the collection
of as many samples as time allows for the daily cost of the instrument. This survey method can
also identify lead in ceramic tiles, porcelain or other suspect building materials. The survey
attempts to define the extent of LBP and estimate quantities where possible. Paint is
determined positive using the CA Dept. of Health Services criteria of 1.0 milligrams per square
centimeter(mg/cm2). During the survey, the front or main side of the building is typically
designated as the "A" side, with the remaining sides designated as "B", "C"and "D" continuing in
a clockwise manner. Where appropriate, a field sketch or plot plan is provided.
Instrument Calibration: The calibration of the Niton XLP 300A X-Ray fluorescence (XRF)
instrument is done in accordance with the Performance Characteristic Sheet(PCS) for this
instrument. These XRF instruments are calibrated using a calibration standard block of known
lead content. Three calibration readings are taken before and after each property is tested to
insure manufacturer's standards are met. If the inspection is longer than 4 hours, a set of 3
calibration readings must be taken before the 4 hours expires, and then an additional 3
calibration readings taken at the end of the inspection. If for any reason the instruments are not
maintaining a consistent calibration reading within the manufacturer's standards for
performance on the calibration block supplied by the manufacturer, manufacturer's
recommendations are used to bring the instrument into calibration. If the instrument cannot be
brought back into calibration, it is taken off the site and sent back to the manufacturer for repair
and/or re-calibration.
Inspector Training and Qualifications: All inspectors utilized by FCG are Certified Lead
Inspectors/Assessors, having obtained certification through the California Department of Public
Health (CDPH). All inspectors have taken a State-certified 40-hour Inspector/Assessor course
and passed the State Inspector/Assessor Exam. All FCG field personnel have also been trained
in the use, calibration and maintenance of the X-Ray Fluorescence (XRF)equipment they
currently use, along with necessary principles of radiation safety through a training program
provided by the manufacturer.
Equipment Information:The field instrument used on this project was a Niton Model XLP
300A X-Ray fluorescence (XRF) lead paint analyzer(Serial No. 10106). The Niton instrument
uses a high performance, electrically-cooled, solid-state detector optimized for lead (Pb)
analysis using L-shell and K-shell x-ray detection. This instrument allows for XRF spectrum
analysis in the field with automatic Positive/Negative decision and automatic corrections for
substrate bias and age of source. All negative classifications in all paint-test modes are verified
by negative K-shell x-ray readings. Please see Attachment 2 for a copy of the Performance
Characteristic Sheet provided by Niton for the XLp 300A instrument. This document contains
detailed information regarding the XRF instrument calibration, inconclusive range or thresholds
for various substrates, operating parameters and other information. For more information on the
Niton Model XLP 300A instrument, please visit the following website: www.thermo.com/niton
300
Attachment 3
FCG Inspector Certifications
301
Alan W. Forbess, Certifications
State of California
Division of Occupational Safety and Health
Certified Asbestos Consultant
Alan Wayne Forbess
. Name
.. Certification No.94-1349
Expires on. 01/12/18
This certification:sac i sued 14r the Division of
Occupational$afBty and Healthas authorized
- by Sections 7180 et'see):of the Business and
Professions Code.
State of California Department of Public Health
InspectoriAssessor 06/18/2017
Ptect Monitor 06/1812017
4,t-
I
Alan W. Forbess ID* 17425
�C~
ti fox ACCRED/2,4,i)�'• � ALAN W. FORBESS �vr, ,
r
AIC
M v-^,z
(b BOARD CERTIFIED w
$ #0804051 ti�1,
' ‘.11-'`i'oP Exp. 6/30/2018 y�lied Microbial Go 4
302
iv-
State of California Department of Public Health
,
11.,,,„
Sampling Technician 0212112017
IirVI
1
Pir*
•
* 40
111010 4
46
4r 41. 0
Dana M . sije 1
ens I D #: 1 9 7 1 4
u.)
(..0
State of California Department of Public Health
Sampling Technician 10t3117
(1118.414424__
-4,11 Air
Blake R. Forbess D #: 28474
°tet ( iisi'
U
a,
4
KW.rowhe.4
4
L ' ( )
glair l ort.,
.fir i .+trs .'.pp., 4a
304
APPENDIX III
SAMPLE VENTURA COUNTY TRANSPORTATION COMMISSION (VCTC)
RIGHT-OF-ENTRY AGREEMENT
82000-001611800815v4.doc Appendix III 3 0 5
te��ta Co4„
VCTCV C ! C
rp0''ation C3'
MOORPARK STATION—MOORPARK CONTRACTOR
RIGHT OF ENTRY
#
THIS AGREEMENT, dated , by and between the VENTURA 1
COUNTY TRANSPORTATION COMMISSION, herein called"VCTC", and
, herein called "CONTRACTOR";
E
WHEREAS, CONTRACTOR wishes to temporarily access certain railroad property from
VCTC for[enter time period], specifically[enter area of description]; and
WHEREAS, VCTC has said property available for temporary use and is willing to provide it
to CONTRACTOR.
NOW,THEREFORE,the parties agree as follows:
Section 1 -Obligation
VCTC agrees to allow CONTRACTOR to enter upon the property of VCTC at[enter
property description for the purpose of[enter description of work that will occur] on VCTC
premises by CONTRACTOR tor the period from [enter time of day and dates of
demolition].
CONTRACTOR agrees to:
(a) Notify VCTC at least three (3)working days before commencing work on VCTC
premises and within five (5)working days after such work is completed.
(b) Operate equipment, store materials, operate activities at least fifty(50)feet away
from any operable track; or provide Railroad Liability Insurance on behalf of
Ventura County Transportation Commission with limits no less than $2,000,000 per
occurrence and $6,000,000 annual aggregate, required if work is performed within
50 feet of the railroad tracks.
(c) Keep all equipment, tools and materials stored at least fifty (50)feet from any
operable track. Explosives or other highly inflammable substances will not be
stored on VCTC premises without the prior approval of VCTC's representative.
(d) Remove all of CONTRACTOR's tools, equipment and materials from VCTC
premises promptly upon completion of work, restoring VCTC premises to the same
state and condition as when CONTRACTOR entered thereon.
306
3
Section 2—Indemnity
CONTRACTOR agrees to and shall indemnify, defend, and hold harmless VCTC, its
officers, agents, and employees from and against any and all claims, demands, losses,
damages, causes of action, suits, and liabilities of every kind (including reasonable
attorneys'fees, court costs, and other expenses related thereto)for injury to or death of a
person or for loss of or damage to any property, arising out of or in connection with any
work done, action.taken or permitted out of or in connection with any work done, action
taken or permitted by CONTRACTOR, agents or employees under this contract.
{
VCTC agrees to and shall indemnify,defend, and hold harmless the CONTRACTOR, its
officers, directors, employees, and agents from:and against any and all claims(including
reasonable attorneys'fees, court costs, and other expenses related thereto)for injury to or
death of a person or for loss of or damage to any property, arising out of or in connection
with any work done, action taken or_permitted out of or in connection with any work done,
action taken or permitted by VCTC, agents or employees under this contract.
The indemnification and defense obligations of this Agreement shall survive its expiration
or termination.
Section 3—Insurance
Prior to the start of work or occupancy of premises under this agreement, CONTRACTOR
agrees to procure and maintain,at its sole cost and expense,the following insurance
coverage with an insurer or insurers and form satisfactory to VCTC:
(a) Commercial General Liability(CGL): Insurance Services.Office(ISO)Form CG 00
01 12 07 covering CGL on an "occurrence" basis, including products-completed
operations, personal &:advertising injury, with limits no less than $1,000,000 per
occurrence. If a general aggregate limit applies,eitherthe general aggregate limit shall
apply separately to this project/location or the general aggregate limit shall be twice the
required occurrence lirnit.
(b) Automobile Liability ISO Form Number CA 00 01 covering any auto(Code 1), or if
CONTRACTOR has no owned autos,hired,`(Code 8)and non-owned autos(Code 9),
with limit no less than$1,000,000 per accident for bodily injury and property damage,
required whenever work is performed.
(c) Workers'Compensation:..asrequired by the State of California,with Statutory Limits,
and Employer's Liability Insurance with limit of no less than$1,000,000 per accident
for bodily injury or disease, required whenever work is performed:
If CONTRACTOR maintains higher limits than the minimums shown above,the VCTC requires
and shall be entitled to coverage for the higher limits maintained by the CONTRACTOR.
The insurance policies are to contain, or be endorsed to contain,the following provisions:
(a) Additional Insured Status
307
The VCTC, its officers, officials, employees, and volunteers are to be covered as
additional insureds on the CGL policy 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 at least as broad as ISO Form CG 20 10 11 85 or if
not available, through the addition of both CG 20 10 and CG 20 37 if a later edition
is used).
(b) Primary Coverage
For any claims related to this contract,the CONTRACTOR's insurance coverage
shall be primary insurance as respects the VCTC, its officers, officials, employees,
and volunteers.Any insurance or self-insurance maintained by the VCTC, its
officers, officials, employees, or volunteers shall be excess of the CONTRACTOR's.
insurance and shall not contribute with it.
[ (c) Notice of Cancellation
Each insurance policy required above shall provide that coverage shall not be
canceled, except with notice to the VCTC.
(d) Waiver of Subrogation
The CONTRACTOR hereby grants to VCTC a waiver of any right to subrogation which
any insurer of said CONTRACTOR may acquire against the.VCTC by virtue of the
payment of any loss under such insurance. .CONTRACTOR agrees to obtain any
endorsement that may be necessary to affect this waiver of subrogation, but this
provision applies regardless of whether or not the VCTC has received a waiver of
subrogation endorsement from the insurer.
(e) Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by the
VCTC. The VCTC may require the CONTRACTOR to purchase coverage with a
lower deductible.or retention or provide proof of ability to pay losses and related
investigations, claim administration, and defense expenses within the retention.
(f) Acceptability of Insurers.
Insurance is to be placed with insurers with a current A.M. Best's rating of no less
than A:VII, unless otherwise acceptable to the VCTC.
(g) Verification of Coverage
CONTRACTOR shall furnish the VCTC with original certificates and amendatory
endorsements or copies of the applicable policy language effecting coverage
required by this clause. All certificates and endorsements are to be received and
approved by the VCTC before work commences. However, failure to obtain the
required documents prior to the work beginning shall not waive the
CONTRACTOR's obligation to provide them. The VCTC reserves the right to
require complete, certified copies of all required insurance policies, including
endorsements required by these specifications, at any.time.
308
Section 4—Fees
CONTRACTOR shall deposit with VCTC the sum of[dollar amount to be determined]
representing the right of entry permit fee by VCTC in connection with said work.
Section 5—Independent Contractor
CONTRACTOR's relationship to VCTC in the performance of this Agreement is that of an
independent contractor. CONTRACTOR's personnel performing work and/or participating
under this Agreement shall at all times be under CONTRACTOR's exclusive direction and
control and shall be employees of CONTRACTOR's and not employees of VCTC. At the
request of VCTC, CONTRACTOR:shall remove from VCTC premises any employee of
CONTRACTOR or any subcontractor who fails to conform to the instructions of VCTC's
representative in connection with work on VCTC premises. CONTRACTOR shall indemnify
VCTC against any claim arising from the removal of any such employee from VCTC
premises.
Section 6—Modification of Agreement
VCTC reserves the right to modify theseaequirements, including limits, based on the
nature of the risk, prior experience,.insurer, coverage,or other special circumstances.
No other terms or conditions of the above mentioned contract shall be negated or changed
as a result of this here stated addendum.
IN WITNESS WHEREOF, the parties hereto have cause these presents to be executed
in duplicate the day and year first above written.
VCTC
By
Darren Kettle
Executive Director
CONTRACTOR
By
Name:
Title:
- E
309
Page 4 of 4
(Location Map and Summary Description of Project)
310
THIS PAGE LEFT BLANK
INTENTIONALLY
311
APPENDIX IV
SAMPLE METROLINK TEMPORARY RIGHT-OF-ENTRY AGREEMENT
(SCRRA FORM NO. 6)
SITE SPECIFIC WORK PLAN (SSWP)
82000-0016\1800815v4.doc Appendix IV 312
METROLINICm - _ --
Southern California Regional Rail Authority
TEMPORARY RIGHT-OF-ENTRY AGREEMENT
SCRRA FORM NO. 6
SCRRA File No.
SCRRA Project/Task No.
Subdivision
Mile Post
Thomas Guide Location
This Temporary Right-of-Entry Agreement("Agreement") is between the Southern California Regional
Rail Authority (hereinafter referred to as"SCRRA") and
(hereinafter referred to as "Contractor"). This Agreement is for entry upon, over and under SCRRA
and Member Agency Right-of-Way("Right-of-Way") at or near
in the City of or in the Unincorporated County of
(as such location is more specifically identified above) for the purpose of
(as shown on attached
drawings).
1. Definitions
A. Contractor is an individual, firm, partnership or corporation or combination thereof, private,
municipal or public, including joint ventures, which are referred to throughout this
document by singular number and masculine gender. For purposes of this agreement,
Contractor also includes any subcontractor, supplier, agent or other individual entering the
Right-of-Way during performance of work.
B. Indemnitees are SCRRA, Member Agencies and Operating Railroad and their respective
officers, commissioners, employees, agents, successors and assigns.
C. Operating Railroad is/are any specific passenger or freight-related railroad company(s)
validly operating on SCRRA and Member Agency track(s). Operating Railroads are any
combination(s) of the SCRRA (METROLINK), the National Railroad Passenger
Corporation (AMTRAK), the Union Pacific Railroad Company (UPRR) and the BNSF
Railway Company.
D. Right-of-Way is defined herein to mean the real and/or personal property of SCRRA and/or
Member Agencies.
E. SCRRA is a five-county joint powers authority, created pursuant to State of California
Public Utilities Code Section 130255 and California Government Code Section 6500 et
seq., to build and operate the "Metrolink" commuter train system in the five-county area on
rail rights-of-ways owned by the Member Agencies. The five-county Member Agencies
("Member Agency") are comprised of the following: Los Angeles County Metropolitan
SCRRA FORM NO.6 Page 1 of 14 Rev:02/03/15
313
METROLINI1‹®
Southern California Regional Rail Authority
Transportation Authority (MTA), Ventura County Transportation Commission (VCTC),
Orange County Transportation Authority (OCTA), San Bernardino Associated
Governments (SANBAG), and Riverside County Transportation Commission (RCTC).
F. SCRRA Employee-In-Charge (EIC) is a Southern California Regional Rail Authority
employee or contractor(SCRRA General Code of Operating Rules and Territory Qualified)
providing warning to Public Agency or Contractor personnel of approaching trains or on
track equipment and who has the authority to halt work and to remove personnel from the
Right-of-Way to assure safe work.
G. SCRRA Safety Trainer is a qualified SCRRA employee or contracted employee (SCRRA
General Code of Operating Rules qualified) as authorized by the SCRRA Director of
Engineering and Construction to provide Contractor training.
2. References
When working on the Right-of-Way, the Contractor must comply with the rules and regulations
contained in the current editions of the following documents which are "references"
incorporated in this document as if they were set out in full in this paragraph. The Contractor,
by its signature on this Agreement, acknowledges receipt of these documents and agrees to
abide by said rules and regulations at all times when on the Right-of-Way. The documents are
available on SCRRA's website at www.metrolinktrains.com (About Us, Engineering and
Construction)
A. Rules and Requirements for Construction on SCRRA Property, SCRRA Form No. 37.
B. General Safety Regulations for Third Party Construction and Utility Workers on SCRRA
Property.
3. Entry onto Right-of-Way
No verbal approvals will be granted. The Contractor shall not enter onto the Right-of-Way
unless Contractor has arranged for SCRRA safety training as well as protective services (EIC
and/or other protective services to be determined by SCRRA) and has paid all charges and
fees. A fully executed copy of this Form 6 must be in the possession of the contractor at the
job site and must be produced by Contractor upon request by SCRRA, a law enforcement
officer or Member Agency's representative. If said Agreement is not produced, SCRRA has
the right to suspend work in the Right-of-Way until Contractor demonstrates possession of
Agreement at the job site.
4. Termination of Agreement
SCRRA or Member Agency reserves the right to terminate or revoke this temporary
Agreement at any time upon two hours notice; however, in the event of an unsafe condition on
the Right-of-Way, SCRRA shall have the right to terminate this Agreement immediately,
without any advanced notice. Unless subsequently modified, extended, terminated or revoked
by SCRRA, this temporary Agreement shall extend until access to the Right-of-Way is no
longer necessary. In any event, however, the Agreement shall be automatically terminated if or
when the insurance that the Contractor is required to maintain hereunder lapses or expires.
The Contractor agrees to return the Right-of-Way to a condition substantially the same as
before work, including replacement, repair, or reinstallation of railroad signs and property.
SCRRA FORM NO.6 Page 2 of 14 Rev:02/03/15 3 1 4
M ETI Q I_I NI I‹
Southern California Regional Rail Authority
Railroad signs include but are not limited to "No Trespassing", "Speed Limit", "Milepost",
'Whistle", "Station Stop" and "Fiber Optics". The Contractor agrees to notify SCRRA, in writing
and orally, when use of the Right-of-Way or work is completed. The Contractor shall also
complete and return the Confirmation of Completion form. Under no circumstances shall the
temporary right of entry provided for under this Agreement be construed as granting to the
Contractor or its Subcontractors and agents any right, title or interest of any kind or character
in, on or about any Right-of-Way
At the request of SCRRA or Member Agency, Contractor shall remove from the Right-of-Way
any employee or other individual who has not completed safety training or otherwise fails to
conform to the instructions of SCRRA's or Member Agency's representative in connection with
work on the Right-of-Way. Any right of Contractor to enter upon the Right-of-Way shall be
suspended until such request of SCRRA or Member Agency is met. Contractor shall defend,
indemnify and hold harmless SCRRA and Member Agency against any claim arising from the
removal of any such employee or other individual from the Right-of-Way.
5. Indemnification
Contractor, on behalf of itself and its employees, subcontractors, agents, successors and
assigns, agrees to indemnify, defend, by counsel satisfactory to SCRRA and Member Agency,
and hold harmless "Indemnitees", and each of them to the maximum extent allowed by law,
from and against all loss, liability, claims, demands, suits, liens, claims of lien, damages
(including incidental consequential damages), costs and expenses (including, without
limitation, any fines, penalties, judgments, actual litigation expenses and experts' and actual
attorneys' fees), that are incurred by or asserted against Indemnitees arising out of or
connected in any manner with (i) the acts or omissions of the Contractor or its officers,
directors, affiliates, subcontractors or agents or anyone directly or indirectly employed by them
or for whose acts the foregoing persons are liable (collectively, "Personnel") in connection with
or arising from the presence upon or performance of activities by the Contractor or its
Personnel with respect to the Right-of-Way, (ii) bodily and/or personal injury or death of any
person (including without limitation employees of lndemnitees) or damage to or loss of use of
Right-of-Way resulting from such acts or omissions of the Contractor or its Personnel or (iii)
non-performance or breach by Contractor or its Personnel of any term or condition of this
Agreement, in each case whether occurring during the term of this Agreement or thereafter.
The foregoing indemnity shall be effective regardless of any negligence (whether active,
passive, derivative, joint, concurrent or comparative) on the part of lndemnitees, unless
caused by the sole negligence or willful misconduct of lndemnitees, and is in addition to any
other rights or remedies,which lndemnitees may have under the law or under this Agreement.
Claims against the lndemnitees by the Contractor or its Personnel shall not limit the
Contractor's indemnification obligations hereunder in any way, whether or not such claims
against Indemnitees may result in any limitation of the amount or type of damages,
compensation or benefits payable by or for the Contractor or its Personnel under workers'
compensation acts, disability benefit acts or other employee benefit acts or insurance.
The provisions of this section shall survive the termination or expiration of this Agreement.
6. Assumption of Liability
To the maximum extent allowed by law, the Contractor releases Indemnitees from and
SCRRA FORM NO.6 Page 3 of 14 Rev:02/03/15
315
METZOLINII‹ro
Southern California Regional Rail Authority
assumes any and all risk of loss, damage or injury of any kind to any person or property,
including without limitation, the Right-of-Way and any other property of or under the control or
custody of, the Contractor or its personnel in connection with any acts undertaken under or in
connection with this Agreement. The Contractor's assumption of risk shall include, without
limitation, loss or damage caused by defects in any structure or improvements (including
easement, lease or license agreements for other existing improvements and utilities) on the
Right-of-Way, accident or fire or other casualty on the Right-of-Way or electrical discharge,
noise or vibration resulting from SCRRA, Member Agency and Operating Railroad transit
operations on or near the Right-of-Way and any other persons or companies employed,
retained or engaged by SCRRA or Member Agency. The Contractor, on behalf of itself and its
Personnel (as defined in Section 5, "Indemnification") as a material part of the consideration
for this Agreement, hereby waives all claims and demands against the Indemnitees for any
such loss, damage or injury of the Contractor and/or its Personnel. The Contractor waives the
benefit of California Civil Code Section 1542, which provides as follows: "A general release
does not extend to claims which the creditor does not know or suspect to exist in his favor at
the time of executing the release, which if known by him must have materially affected his
settlement with the debtor."
The provisions of this Section shall survive the termination or expiration of this Agreement.
7. Insurance
The Contractor, at its sole cost and expense, shall obtain and maintain in full force and effect
during the term of this Agreement insurance as required by SCRRA or Member Agency in the
amounts, coverage, and terms and conditions specified, and issued by insurance companies
as described on Exhibit "A". SCRRA or Member Agency reserve the right, throughout the term
of this Agreement, to review and change the amount and type of insurance coverage it
requires in connection with this Agreement. Prior to entering the Right-of-Way or performing
any work or maintenance on the Right-of-Way, the Contractor shall furnish SCRRA with
insurance endorsements or certificates in the form of Exhibit "B", evidencing the existence,
amounts and coverage of the insurance and signed by a person authorized by the insurer to
bind coverage on its behalf. In most instances, SCRRA and Member Agency do not allow self-
insurance; however, if the Contractor can demonstrate assets and retention funds meeting
SCRRA and Member Agency self-insurance requirements, SCRRA and Member Agency may
in SCRRA's sole and absolute discretion permit the Contractor to self-insure. The right to self-
insure with respect to any coverage required hereunder may be granted or revoked at the sole
and absolute discretion of SCRRA or any Member Agency. SCRRA or Member Agency shall
not be liable for the payment of any premiums or assessments for insurance required to be
maintained by the Contractor under this Agreement. Contractor affirms that all subcontractors
covered by this Agreement are insured to the samelimits required of the Contractor or
included in Contractor's policy.
Prior to the expiration of any policy, the Contractor shall furnish SCRRA with certificates of
renewal or "binders" thereof. Each certificate shall expressly state that such policies shall not
be cancelable or otherwise subject to modification except after thirty (30) days prior written
notice to SCRRA and Member Agency.
8. No Assignment
The Contractor shall not assign this Agreement or any right hereunder without SCRRA's and
Member Agency's prior written consent.
SCRRA FORM NO.6 Page 4 of 14 Rev:02/03/15
316
METROLINK® ,
Southern California Regional Rail Authority
9. Compliance by Contractor
The Contractor shall take all steps necessary to assure that its subcontractors comply with the
terms and conditions of this Agreement and applicable laws and regulations. The Contractor
shall assure that no lien is placed against the Right-of-Way arising from performance of work
hereunder by Contractor or any subcontractor, and in the event of such a lien, Contractor shall
immediately remove or cause to be removed such lien.
10. Safety and Protective/Flagging Services Notification
The Contractor and his subcontractors shall be required to attend a SCRRA Safety Orientation
Class prior to receiving permission to enter the Right-of-Way. The Contractor shall request
SCRRA's consultant/contractor for safety training by calling 1-877-452-0205 to arrange for
third party safety training. Allow 72 hours from the request for safety training to arrange the
training. Upon completion of safety training and prior to start of work activities, the Contractor
shall notify SCRRA's consultant/contractor at (714) 920-9037 a minimum of fifteen (15)
working days prior to beginning work on the Right-of-Way and secure any safety EIC services
SCRRA deems necessary. This prior notification does not guarantee the availability of on-track
safety protection for the proposed date of work. In no event shall SCRRA be liable to
Contractor in the event that track safety protection cannot be provided due to force majeure
event or for any other reason. SCRRA will advise Contractor as soon as reasonably
practicable once it is determined that track safety protection will be unavailable on a proposed
date of construction.
11. SCRRA Safety and Protective Services
The Contractor must request and arrange for on-track safety protection satisfactory to SCRRA
in the following circumstances:
A. When the Contractor's work activities are within the right-of-way of SCRRA.
B. When the Contractor's work activities are located over or under a track or tracks.
C. When cranes, pile drivers, drill rigs, concrete pumps, or similar equipment positioned
outside of the right-of-way could foul the track in the event of tip-over or other
catastrophic occurrence.
D. When in the opinion of the SCRRA it is necessary to safeguard the employees, trains,
engines and facilities of SCRRA.
E. When any excavation is performed below the elevation of the track sub-grade, or track or
other railroad facilities may be subject to movement or settlement.
F. When work in any way interferes with the safe operation of trains at timetable speeds.
G. When any hazard is presented to railway track, communications, signal, electrical, or
other facilities either due to persons, material, equipment or blasting in the vicinity.
H. When clearing, grubbing, grading, or blasting is in proximity to the right-of-way which, in
the opinion of SCRRA or representative of an SCRRA Member Agency, may endanger
the right-of-way or operations.
I. When street work and maintenance activities, located within the right-of-way or in the
SCRRA FORM NO.6 Page 5 of 14 Rev:02/03/15
317
Southern Calrfornia Regional Rad Authority
vicinity of the highway-rail grade crossing, requiring temporary work area traffic control,
which may affect or create unsafe conditions for employees, public, trains and vehicles.
The Contractor, and his subcontractors, shall complete SCRRA's Safety Orientation Class, as
instructed in Item 10. Upon completion individuals will received a safety sticker which shall be
adhered to their hardhat while working on railroad Right-of-Way as proof of completion of
safety training.
12. Underground Utilities
Signal, communication, fiber-optic, petroleum, natural gas, electric power and other utilities are
present in SCRRA right-of-way. The Contractor shall contact the Southern California
Underground Service Alert (DigAlert) at 811 to locate underground utilities. SCRRA is not a
member of DigAlert. The Contractor shall call SCRRA at (909) 592-1346 a minimum of five
days prior to beginning work to mark SCRRA's signal and communication cables and conduits.
Delays and disruptions to service may cause business interruptions involving loss of revenue
and profits, danger to train operations, and release of potentially hazardous or flammable
compounds.
13. Reimbursement of Costs and Expenditures
The Contractor agrees to reimburse SCRRA or any Member Agency and/or any Operating
Railroad for all cost and expense incurred by SCRRA or Member Agency in connection with
work and safety services, including without limitation the expense of engineering plan review,
administrative costs to process approvals and agreements, annual overhead rates, safety
training, utility markings, and SCRRA EIC and protective services as SCRRA deems
necessary. Contractor agrees to reimburse SCRRA for all work related services including but
not limited to installation and removal of falsework beneath tracks, restoration of railroad
roadbed and tracks, installation of appropriate protective devices, temporary and permanent
repairs of signal or communication equipment, restoration of the Right-of-Way to a condition
satisfactory to SCRRA's and Member Agency's representative.
The Plan review, administrative, safety training, and utility marking costs and fees paid to
SCRRA as a part of the Right-of-Entry are not refundable. Refer to SCRRA's Schedule of
Fees for more information.
The Contractor agrees to reimburse SCRRA or any Member Agency actual cost and expense
incurred for flagging services and work performed in connection with said work, including
annual overhead rates. SCRRA will charge the Contractor four hours minimum for the
mandatory safety training class and for other services four hours or less in duration. SCRRA
will charge the Contractor for eight hours minimum if the Contractor cancels SCRRA services
after SCRRA EIC or SCRRA Safety Training Officer is on site on the day of the appointment.
The Contractor also agrees to reimburse SCRRA, any Member Agency and/or any Operating
Railroad for any and all cost and expense incurred as a result of Contractor's work which may
result in (i) unscheduled delay to the trains or interference in any manner with the operation of
trains, (ii) unscheduled disruption to normal train operation, (iii) unreasonable inconvenience to
the public or private user of the system, (iv) loss of revenue and (v) alternative method of
transportation for passengers. SCRRA will submit final bills to the Contractor for cost incurred.
SCRRA FORM NO.6 Page 6 of 14 Rev:62/03/15
318
NI QLINJ1<.
Southern California Regional Rail Authority
SCRRA will provide the cost of all SCRRA services based on Contractor's input. Prior to
commencement of work, the Contractor shall provide deposit representing the estimated
expense to be incurred by SCRRA and Member Agency in connection with said work. As the
work progresses, SCRRA may require additional progress payments as the scope of work
changes or becomes clearer. SCRRA may discontinue services to Contractor pending receipt
of progress payments. The deposit and progress payments shall be applied to SCRRA's and
Member Agency's actual costs and expenditures. The Contractor shall be responsible to pay
any amount exceeding the above payments upon receipt of notice or invoice by SCRRA.
SCRRA shall exercise its best efforts to provide final invoicing to Contractor within 90 days
following completion of the work; however, Contractor acknowledges that it shall be
responsible for payment of all expenses incurred by SCRRA and Member Agency in
connection with the work even if the final invoicing is provided to Contractor thereafter. Upon
completion of all work, any payments in excess of SCRRA's and Member Agency's costs and
expenditures shall be returned to the Contractor within a reasonable time.
If the Contractor stop the work in the right-of-way for three months or longer and then plans to
resume the work, he/she shall notify SCRRA as per contact information shown in Section 18
prior to resumption of the work.
14. Temporary Traffic Control
Temporary traffic control shall be used when a maintenance or construction activity is located
on the Right-of-Way or when the activity is located in the vicinity of a highway-rail grade
crossing, which could result in queuing of vehicles across the railroad tracks. Temporary traffic
control will comply with the current editions of the CA MUTCD, WATCH and SCRRA
Engineering Standard ES4301. Refer to SCRRA's "Temporary Traffic Control Guidelines" for
further information on definitions, referenced standards, traffic control plans, submittals, traffic
control elements and responsibility/authority for temporary traffic control at highway-rail grade
crossings. The guidelines provide acceptable alternatives and procedures, which prescribe
appropriate temporary traffic control measures at highway-rail grade crossings.
15. Environmental Health and Safety Plan
Contractor shall immediately notify SCRRA and the appropriate regulatory agency (ies) of any
spill, release, discharge or discovery of any hazardous material or contaminants in, on or
under the Right-of-Way. After providing such notice to SCRRA and the appropriate regulatory
agency (ies), any contaminated soils or hazardous materials which are spilled, released,
discharged or discovered by the Contractor, shall be promptly removed and disposed of by
Contractor in accordance with all the applicable laws at Contractor's sole cost and expense.
To the extent preexisting contamination or hazardous material, which was not caused or
contributed to by Contractor, is discovered or unearthed by Contractor, Contractor shall only
be obligated by this provision to removing and disposing of that portion of the contaminated
soils or hazardous materials that are unearthed or otherwise disturbed during Contractor's
operations. Prior to entry onto the Right-of-Way, Contractor (s) performing trenching,
excavations or soil borings may be required by SCRRA to submit a "Hazardous Materials
Work Plan." If required, said plan shall include Contractor's site-specific health and safety plan
and any other information that SCRRA may require. Contractor shall ensure that all
documentation for transportation or disposal of contaminated soils of hazardous materials is
prepared in the Contractor's name only and that neither SCRRA nor Member Agency shall
have any responsibility or liability therefor. Contractor shall defend and indemnify SCRRA for
SCRRA FORM NO.6 Page 7 of 14 - Rev:02/03/15 3 1 9
ETROLINII‹.
Southern California Regional Rail Authority
any spill, release or discharge of contaminants or hazardous materials by Contractor in
connection with activities hereunder in accordance with Section 5 Indemnification.
16. Warranty for Plan Review
Review and or approval of the plans and calculations by SCRRA shall not relieve the
Contractor of responsibility for full compliance with contract requirements, correctness of
design drawings and details, proper fabrication and construction techniques and coordination
with other government and private permitting agencies, nor shall such review or approval by
SCRRA in any way relieve Contractor from, or otherwise modify, Contractors' indemnity
obligations (Section 5) or assumption of liability obligations (Section 6). Execution of this right
of entry does not imply design warranty or responsible charge on the part of SCRRA
engineering employees. The parties expressly agree that SCRRA makes no warranty of any
kind and assumes no responsibility therefor.
17. Emergency Telephone Numbers
The Contractor must immediately contact SCRRA in case of accidents, personal injury, defect
in track, bridge or signals or any unusual condition that may affect the safe operation of the
railroads. The following are SCRRA's emergency numbers:
Signal Emergencies and Grade Crossing Problems (888)446-9721
Metrolink Chief Dispatcher (909) 596-3584 or(888)446-9715
Metrolink Sheriffs Dispatch Center (323) 563-5280
Signal and Communications Cable Location (909) 592-1346
18. Notices
Except as otherwise provided in this agreement, all notices, statements, demands, approvals
or other communications to be given under or pursuant to this agreement will be in writing,
addressed to the parties at their respective addresses as provided below and will be delivered
in person or by certified or registered mail, postage paid or by telegraph or cable, charges pre-
paid.
SCRRA: Assistant Director, Standards and Design
Southern California Regional Rail Authority (SCRRA)
2558 Supply Street
Pomona, CA 91767
Attn: Mr. Christos Sourmelis - ROW Encroachments Coordinator
E-mail: sourmelisc@scrra.net
Office Number: (909) 392-8463
Contractor: Contractor's address is shown on the next page.
19. California LawNenue
This agreement shall be construed and interpreted in accordance with and governed by the
laws of the State of California. Venue shall be located in courts in Los Angeles County.
SCRRA FORM NO.6 Page 8 of 14 - Rev:02/03/15
320
ME-MOLINI‹m
Southern California Regional Rail Authority
The Contractor hereby agrees to the terms as set forth in this Agreement and hereby acknowledges
receipt of this Agreement and of the insurance certificate forms (Exhibits A& B) herein provided.
(Name of Contractor) (Signature)
(Address) (Print Name)
(Title)
(Telephone) (Contractor's State License No.)
(Fax) (Email)
Receipt of the foregoing agreement and certificated of insurance furnished by the Contractor are
hereby acknowledged on this day of 20
SOUTHERN CALIFORNIA REGIONAL RAIL AUTHORITY
By:
ROW Encroachments Coordinator
By:
Assistant Director, Standards and Design
[Approved As To Form By Legal Counsel]
SCRRA FORM NO.6 - Page 9 of 14 Rev:02/03/15 3 21
METI QLINI<
Southern California Regional Rail Authority
EXHIBIT"A"
INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS
Contractor shall procure and maintain for the duration of the contract insurance against claims for
injuries to persons or damages to Right-of-Way, which may arise from or in connection with the
performance of the work by the Contractor, his agents, representatives, employees or subcontractors.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
❑D Insurance Services Office Commercial General Liability coverage(occurrence form CG 0001).
• Insurance Services Office form No. CA 0001 (Ed. 1/87)covering Auto. Liability, code 1(any auto).
I] Worker's Compensation insurance as required by the State of CA. & Employer's Liability Insurance.
❑ Course of Construction insurance form providing coverage for"all risks"of loss.
❑ Property insurance against all risks of loss to any tenant improvements or betterment.
❑ Contractor's Pollution Liability
2. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
I1 General Liability: $2,000,000 per occurrence for bodily injury, personal injury and Property damage.
❑x 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.
El Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
El Employer's Liability: $1,000,000 per accident for bodily injury or disease.
❑ Course of Construction: Completed value of the project.
❑ Property Insurance: Full replacement cost with no coinsurance penalty provision.
❑ Contractor's Pollution Liability: $1,000,000 per occurrence/$2,000,000 annual aggregate
3. Certificate Holder/Additional Insured
Certificate holder and/or insured will be the following:
Southern California Regional Rail Authority(SCRRA)
Additionally Insured will be the following:
Los Angeles County Metropolitan Trans.Auth. (MTA) Burlington Northern Santa Fe Corp.(BNSF)
Orange County Transportation Authority(OCTA) Union Pacific Railroad Company(UPRR)
Riverside County Transportation Commission(RCTC) National Railroad Passenger Corp.(AMTRAK)
San Bernardino Associated Government(SANBAG)
Ventura County Transportation Commission(VCTC)
4. Railroad Protective Liability Insurance
ElRailroad Protective Liability Insurance
The Contractor shall provide, with respect to the operations they or any of their subcontractors
perform on the Right-of-Way, Railroad Protective Liability Insurance, AAR-AASHTO
(ISO/RIMA) in the name of the SCRRA with additional insured specified in Section 3 above.
The policy shall have limits of liability of not less than $2 million per occurrence, combined
single limit, for coverage and for losses arising out of injury to or death of all persons and for
SCRRA FORM NO.6 Page 10 of 14 Rev:02/03/15 3 2 2
METROLINI<..
Southern California Regional Rail Authority
physical loss or damage to or destruction of Property, including the loss of use thereof. A $6
million annual aggregate shall apply.
If coverage is provided on the London claims-made form, the following provisions shall apply:
A. The limits of liability shall be not less than $3 million per occurrence, combined single
limit. A$9 million aggregate may apply.
B. Declarations item 6, extended claims made date, shall allow an extended claims made
period no shorter than the length of the original policy period plus one year.
C. If equivalent or better, wording is not contained in the policy form, the following
endorsement must be included:
It is agreed that "physical damage to Property" means direct and accidental loss of
or damage to rolling stock and their contents, mechanical construction equipment or
motive power equipment, railroad tracks, roadbed, catenaries, signals, bridges or
buildings.
For certain low-hazard activity, Contractor may request that the SCRRA and Member Agency
waive the requirement to provide the Railroad Protective Liability Insurance. If the exposure to
the track is physically separated by a building, floor or a continuous fence (no thoroughfares)
and the employees of the Contractor are explicitly notified that they are not permitted to have
any contact with the track, the Railroad Protective Liability Insurance requirement may be
waived by SCRRA's Manager Public Projects or his/her designated representative.
5. Deductibles and Self-Insured Retentions
Any deductibles or self-insured retentions must be declared to and approved by SCRRA and
Member Agency. At the option of SCRRA, either: the insurer shall reduce or eliminate such
deductibles or self-insured retentions as respects SCRRA and Member Agency, its officials
and employees or the Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
6. Other Insurance Provisions
The General Liability and Automobile Liability policies are to contain, or be endorsed to
contain, the following provisions:
A. SCRRA and Member Agency, its subsidiaries, officials and employees are to be covered
as additional insureds as respects: liability arising out of activities performed by or on
behalf of the Contractor; premises owned, occupied or used by the Contractor, or
automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall
contain no special limitations on the scope of protection afforded to SCRRA and Member
Agency, its subsidiaries, officials and employees.
B. For any claims related to this work, the Contractor's insurance coverage shall be primary
insurance as respects SCRRA and Member Agency, its subsidiaries, officials and
employees. Any insurance or self-insurance maintained by SCRRA and Member Agency,
its subsidiaries, officials and employees shall be excess of the Contractor's insurance and
shall not contribute with it.
C. Any failure to comply with reporting or other provisions of the policies including breaches
of warranties shall not affect coverage provided to SCRRA and Member Agency, its
subsidiaries, officials and employees.
SCRRA FORM NO.6 Page 11 of 14 Rev:02/03/15
323
MET Q L.I IV l<
Southern California Regional Rail Authority
D. The Contractor insurance shall apply separately to each insured against whom claim is
made or suit is brought, except with respect to the limits of the insurer's liability.
E. Each insurance policy required by this clause shall be endorsed to state that coverage
shall not be suspended, voided, canceled by either party, reduced in coverage or in limits
except after thirty (30) days' prior written notice by certified mail, return receipt requested,
has been given to SCRRA and/or Member Agency.
Course of Construction policies shall contain the following provisions:
A. SCRRA and Member Agency shall be named as loss payee.
B. The insurer shall waive all rights subrogation against SCRRA and Member Agency.
7. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII,
unless otherwise approved by SCRRA and Member Agency.
8. Verification of Coverage
Contractor shall furnish SCRRA with original endorsements evidencing coverage required by
this clause. The endorsements are to be signed by a person authorized by that insurer to bind
coverage on its behalf. The endorsements are to be on forms provided by SCRRA. All
endorsements are to be received and approved by SCRRA before work commences. As an
alternative to SCRRA's forms, the Contractor's insurer may provide complete, certified copies
of all required insurance policies, including endorsements evidencing the coverage required by.
these specifications.
9. 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.
10. Train Services
•
The train traffic information is available on SCRRA's website at www.metrolinktrains.com
(About Us, Engineering and Construction). The following is the direct link to the file.
http://www.metrolinktrains.com/pdfs/EngineeringConstructionlTrainTrafficDensitvExhibitforSC
RRASystem.pdf
11. Submittal
The original insurance policy (s) shall be submitted to:
Assistant Director, Standards and Design
Southern California Regional Rail Authority(SCRRA)
2558 Supply Street
Pomona, CA 91767
Attn: Mr. Christos Sourmelis- ROW Encroachments Coordinator
E-mail: sourmelisc@scrra.net
Office Number: (909) 392-8463
SCRRA FORM NO.6 Page 12 of 14 Rev:02/03/15 3 2 4
METROLINIIk. --
Southern California Regional Rail Authority
EXHIBIT"B"
RAILROAD PROTECTIVE LIABILITY POLICY
DECLARATION
POLICY
Insurance Company:
Policy Number:
Policy Period: From: To:
12:01am Standard time at location
CERTIFICATE HOLDER AND ADDITIONALLY INSURED
Certificate Holder/insured:
Southern California Regional Rail Authority(SCRRA)
2558 Supply Street,Pomona, CA 91767
Additionally Insured:
Los Angeles County Metropolitan Transportation Authority(MTA) Burlington Northern Santa Fe Corporation(BNSF)
Orange County Transportation Authority(OCTA) Union Pacific Railroad Company(UPRR)
Riverside County Transportation Commission(RCTC) National Railroad Passenger Corp. (AMTRAK)
San Bernardino Associated Governments(SANBAG)
Ventura County Transportation Commission(VCTC)
LIMITS OF INSURANCE
Aggregate Limit $6,000,000 Each Occurrence Limit $2,000,000
DESCRIPTION OF WORK AND JOB LOCATION(S)
•
NAME AND ADDRESS OF DESIGNATED CONTRACTOR
NAME AND ADDRESS OF INVOLVED GOVERNMENT AUTHORITY OR OTHER CONTRACTING PARTY
PREMIUM
Contract Cost
Premium Base Rate per 1,000 of Advance Premium
FORM OF ENDORSEMENT
Title Number
COUNTERSIGNATURE
Countersigned by Date
(Authorized Representative)
SCRRA FORM NO.6 Page 13 of 14 Rev:02/03/15
325
ETfZ O L 1 N 1‹.
Southern California Regional Rail Authority
EXHIBIT"B
CERTIRCATEOF'INSURANCE ISSUE DATE(MM/DD/YY)
Southern California Regional Rail Authority(SCRRA)
PRODUCER ' THIS CERTIFICATE OF INSURANCE IS NOT AN INSURANCE POLICY AND DOES NOT AMEND,EXTEND
OR ALTER THIS COVERAGE AFFORDED BY THE POLICY BELOW.
COMPANIES AFFORDING COVERAGE
COMPANY A
LETTER
COMPANY B
LETTER
INSURED COMPANY C
LETTER
COMPANY D
LETTER
COMPANY E
LEITER
COVERAGES
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING
ANY REQUIREMENTS,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. LIMITS SHOWN
MAY HAVF RFFN REDUCED AY PAID CI AIMS
CO TYPE OF INSURANCE POLICY POLICY POLICY LIMITS
LTR NUMBER EFFECTIVE EXPIRATION
DATE(MM/DD/YY) DATE(MM/DD/YY)
GENERAL LIABILITY GENERAL AGGREGATE $
❑COMMERCIAL GENERAL PRODUCTS-COMP/OP AGG. $
UABILITY PERSONAL&ADV.INJURY $
❑CLAIMS MADE 0 OCCUR. EACH OCCURRENCE $
0 OWNER'S&CONTRACTOR'S FIRE DAMAGE(Any one fire) $
PROT. MED.EXPENSE $
❑OTHER (Any one person)
AUTOMOBILE UABILITY COMBINED $
❑ANY AUTO SINGLE LIMIT
0 ALL OWNED AUTO
0 SCHEDULED AUTOS BODILY INJURY $
❑HIRED AUTOS (Per person)
❑NON-OWNED AUTOS
0 GARAGE LIABILITY BODILY INJURY $
(Per accident)
PROPERTY DAMAGE $
EXCESS UABILITY EACH OCCURRENCE $
❑UMBRELLA FORM
❑OTHER THAN UMBRELLA FORM AGGREGATE $
PROPERTY INSURANCE AMOUNT OF INSURANCE $
0 COURSE OF CONSTRUCTION
WORKER'S COMPENSATION STATUARY LIMITS
AND EACH ACCIDENT $
EMPLOYER'S LIABILITY DISEASE-POLICY LIMIT $
DISEASE-EACH EMPLOYEE $
DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS
THE FOLLOWING PROVISIONS APPLY:
1. None of the above-described policies will be canceled,limited in scope of coverage or nonrenewed until after 30 days'written notice has been given to SCRRA at the address
indicated below.
2. As respects operations of the named insured performed on behalf of SCRRA,the following are added as additional insured on all liability insurance policies listed above:SCRRA,
its Member Agencies,Operating Railroads,its subsidiaries,officials and employees.
3. It is agreed that any insurance of self-insurance maintained by SCRRA will apply in excess of and not contribute with,the insurance described above.
4. SCRRA is named a loss payee on the property insurance policies described above,if any.
5. All rights of subrogation under the property insurance policy listed above have been waived against SCRRA
6. Any failure by the insured to comply with reporting or other provisions of the policies including breathes of warranties shall not affect coverage provided to SCRRA,its Member
Agencies,its subsidiaries,offidafs and employees.
7. The worker's compensation insurer named above if any,agrees to waive all rights of subrogation against SCRRA for injuries to employees of the insured resulting from work for
SCRRA or use of Member Agencies premises or facilities.
CERTIFICATE HOLDER AUTHORIZED REPRESENTATIVE
Southern California Regional Rail Authority(SCRRA)
2558 Supply Street,Pomona,CA 91767 SIGNATURE
TITLE
ADDITIONAL INSURED PHONE NO.
MTA,OCTA,RCTC,SANBAG,VCTC,BNSF,UPRR,AMTRAK
SCRRA FORM NO.6 Page 14 of 14 Rev:02/03/15 3 2 6
METROLINK SITE SPECIFIC WORK PLAN (SSWP)
SITE SPECIFIC WORK PLAN (SSWP)
SCOPE OF SSWP
All SSWPs shall be submitted in writing a minimum of 15 calendar days prior to the scheduled
start of work within the SCRRA right-of-way. SCRRA will require a SSWP for all proposed work in
or adjacent to SCRRA right-of-way that affects the operation and safety of Metrolink passengers
and trains. Provide detailed information on each task for SCRRA review and approval. A SSWP
Checklist shall be submitted to SCRRA.
TASK DESCRIPTION
Contractor Provide the name and address of the contractor.
Scope Provide a brief description of the work. Description shall include all
activities necessary to perform construction task within SCRRA right-of-
way, including use of grade crossings, main tracks, siding, stations, and
proposed storage area.
Brief Schedule List the project beginning and end dates, as well as time for the proposed
activities.
Location Identify the city, county, subdivision name, mile post limits, tracks, sidings
of the proposed work activity.
Equipments Identification of all equipment necessary for the successful completion of
the work activities. All equipment shall be inspected, calibrated, and
certified by the contractor for performing work in and around SCRRA
right-of-way. Provide plan illustrating locations of equipment during build-
up of equipment.
Material and Identify all materials required for the completion of the work activity.
Staging Identify the placement of all personnel and material to allow for schedule
adherence. Identify proposed haul roads, methods of separating
construction vehicles from railroad operations, truck staging locations.
Provide crane capacity, locations and positions during hoisting.
Schedule Detailed summary of the work activity. All work with a potential to impact
normal functioning of any part of the operating system shall include a
detailed schedule of events indicating the expected hourly progress of
each activity that has duration of one hour or longer. The schedule shall
include a time at which all activities planned will be completed. Failure of
the contractor to complete the scheduled activities by the planned time or
to put in place an approved contingency plan may adversely impact the
operations of SCRRA.
Haul Routes Identify the routes that will be used by the trucks to deliver materials.
Contractor will communicate with sub-contractors the safety of the
railroad and adherence to safety procedures while delivering materials to
the right-of-way.
Safety Plan Identification of proper personnel protective equipment (PPE) and work
area. Provide plan for safety training, utility notifications, work windows,
and measures to perform work activities to effectively reduce the amount
of time and effort required during the approved work windows identified
and submitted.
Contingency Plan Include back-up or contingency plans for putting the system back in
operation in case of emergency or in case the contractor fails to perform
SCRRA Page 1 April 01,2012
327
. METROLINK SITE SPECIFIC WORK PLAN (SSWP)
and complete the work on time. Contingency plan shall address the
various stages of construction.
Worksite Names, title, phones (office and cellular), e-mail address and date and
Representative time of availability.
Emergency Written procedures for responding to emergencies (phones, contact
Response Plan numbers, addresses and maps) for incident, police, ambulance, fire and
medical (hospitals). Provide First-aid kit and fire extinguisher at the field
location. Name, title and phones (office and cellular) of all responsible
persons who can be contacted for emergency.
Excavation Plan Provide excavation support plans and calculations. Excavation plans
(If necessary) shall meet Caltrans, OSHA, and SCRRA requirements. Refer to
SCRRA's Excavation Support Guidelines.
Boring and Provide plans and profile of casing and carrier pipes. Provide details and
Jacking Plan calculations of boring and excavation. Soil boring data and analysis,
(If necessary) track monitoring plans and pressure grouting plans shall be submitted.
Refer to SCRRA's Engineering Standard ES5001 or ES5002.
Drilling and Pile Provide plans of pile layout and developed elevation of finished
Driving Plan structures.
(If necessary)
Falsework Plan Provide falsework installation, stripping and lowering plans and
(If necessary) calculations for review and approval.
Temporary Traffic Submit temporary traffic control pans for any traffic control affecting
Control Plan grade crossings and disrupting normal operation of grade crossing
(If necessary) protection. Temporary Traffic control plans shall meet CA MUTCD,
WATCH and SCRRA requirements. Refer to SCRRA Temporary Traffic
Control Guidelines and SCRRA Engineering Standard ES4301.
SCRRA Page 2 April 01,2012
328
METROLINK SITE SPECIFIC WORK PLAN (SSWP)
SITE SPECIFIC WORK PLAN (SSWP)
CHECKLIST
ITEM YES NO NIA IF NO, EXPLAIN
Equipment
All equipment necessary for the work is identified?
Procedures for all equipments to be inspected,
calibrated and certified established?
Material and Staging
Materials required for work identified?
Personnel required for work identified?
Plan illustrating locations of materials and equipment
during build-up of equipment and prior to hoisting
submitted?
Plan illustrating crane capacity, locations and positions
during hoisting submitted?
Schedule
A schedule of the work, showing each activity and
where and how it affects normal operation submitted?
Detailed schedule indicating the expected hourly
progress of each activity that has duration of one hour
or longer submitted?
All SCRRA furnished services and time line identified
on the schedule?
Haul Routes
Routes used by the trucks to deliver materials
identified?
Sub-contractors are communicated with haul routes,
safety of the railroad and safety procedures while
delivering materials to the right-of-way?
Truck staging locations identified?
Safety Plan
Proper personnel protective equipment(PPE)
identified?
Safety training scheduled and completed?
SCRRA signal and communication cables located?
Ticket number obtained?
DigAlert ticket number obtained for the project?
Work windows are identified for the constructions?
Measures to perform work activities to effectively
reduce the amount of time and effort required during
the approved work windows identified and submitted?,
Worksite hazards identified?
Contingency Plan
Back-up or contingency plan and necessary resources
(labor, equipment, materials)to assure that all
appropriate measures are available for the return to full
service submitted?
Contingency plan addresses the various stages of
work?
Worksite Representatives
Name,title, phones (office and cellular), e-mail address,
SCRRA Page 3 April 01,2012
329
- METROLINK SITE SPECIFIC WORK PLAN (SSWP)
date and time of availability provided to SCRRA?
Emergency Response Plan
Written procedures for responding to emergencies for
incident, police, ambulance, fire and medical(hospital)
submitted?
First-aid kit and fire extinguisher will be located at field
• location?
Name,title and phones(office and cellular)of all
responsible persons who can be contacted for
emergency provided?
Excavation Plans (If necessary)
Limits of excavation with slope lines indicated?
Excavation support plans including calculations
submitted?
Type and models of equipment proposed for use
submitted?
Operational limits of equipment(including swing radius
or overhang distance submitted?
Plan and elevation illustrating location of equipment
with respect to track submitted?
Stock pile areas?
SCRRA Shoring Submittal Design Checklist as per
SCRRA Excavation Support Guidelines,Appendix A
submitted?
SCRRA Shoring Submittal Review Checklist as per
SCRRA Excavation Support Guidelines,Appendix B
submitted?
Boring and Jacking Plans (If necessary)
Plan and profile of casing and carrier pipe submitted?
Location and size of jacking and receiving pits shown?
Engineering details and calculations submitted?
Soil boring data and analysis submitted for pipes equal
or greater than 48"in diameter?
Track monitoring plans submitted for pipes equal or
greater than 48" in diameter as per Section 9,Track
Monitoring of SCRRA Excavation Support Guidelines?
Boring, tunneling or jacking operation will be continuous
without stoppage when the casing is 20 feet from the
nearest track?
Immediately after completion of jacking operation, the
installation shall be pressure grouted?
Boring and Jacking meet SORRA Engineering Standard
ES5001 or ES5002 requirements?
Drilling and Pile Driving Plans (If necessary)
Plan of pile layout and developed elevation of finished
structure with intermediate excavation levels indicated?
Type, model, location, operation limits of cranes
submitted to SCRRA?
Pick plan for hoisting of large or heavy materials
submitted?
Falsework Plan (If necessary)
Plans of falsework and calculations submitted?
Falsework erection plans submitted?
Plans of stripping and lowering of falsework including
schedule submitted?
SCRRA Page 4 April 01,2012
330
- �. METROLINK SITE SPECIFIC WORK PLAN (SSWP)
Methods of securing beams and stringers to bents
submitted?
SCRRA Falsework Submittal Checklist as per SCRRA
Grade Separation Guidelines submitted?
Temporary Traffic Control Plans(If necessary)
Temporary traffic control plans submitted?
Approval of Temporary traffic control plan obtained from
local authority?
Temporary traffic control plan meet CA MUTCD,
WATCH and SCRRA requirements?
Temporary traffic control plan meet SCRRA guidelines
and Engineering Standard ES4301 requirements?
SCRRA Page 5 April 01,2012
331
APPENDIX V
SAMPLE METROLINK RIGHT OF WAY ENCROACHMENT PROCESS
82000-0016\1800815v4.doc Appendix V 3 3 2
j
METROLINK
SCRRA
RIGHT-OF-WAY ENCROACHMENT
PROCESS
APRIL 2013
333
MICI LIN1<.
SoutnPm caixo...:a rzeq:o.,ei Rani n..enoay
SCRRA Right-of-Way Encroachment Process
SCRRA RIGHT-OF-WAY ENCROACHMENT PROCESS
1.0 General
A. All work activities within the SCRRA operating corridor and right-of-way, or
work activities that affect the operation or safety of trains must be reviewed
and approved by SCRRA. Typical work activities reviewed and approved by
SCRRA include pipelines (water, sewer, gas, oil, stormwater), wirelines
(electrical, traffic, fiber optic cables), surveying, filming, operation and
maintenance activities, and house moving or movement of oversized loads
across railroad tracks.
B. SCRRA instructions, standards and forms are available on its website at
www.metrolinktrains.com (About Us, Engineering and Construction). Links
has been provided for documents necessary for this application in Section
14.0, Application Links, Page 6.
2.0 System Map
A. SCRRA (aka Metrolink) is a five-county joint powers authority, created
pursuant to California Public Utilities Code Section 130255 and California
Government Code Section 6500 et seq., to plan, design, construct, and then
maintain and administer the operation of the regional passenger rail lines
serving the counties of Los Angeles, Orange, Riverside, San Bernardino, and
Ventura. SCRRA plans, designs, builds, operates, and maintains a commuter
rail system in the five-county area on rail rights-of-way owned by the member
agencies. Two major freight rail carriers, BNSF Railway Company(BNSF) and
Union Pacific Railroad (UPRR), and the inter-city passenger carrier Amtrak,
operate on SCRRA tracks through shared track agreements. SCRRA in turn
operates on tracks owned by BNSF, UPRR, and North County Transit District
(NCTD). Figure 1 shows the Metrolink System including stations and
connecting rail transit lines.
3.0 Submittal
A. The general application process is shown on the Encroachment and Right-of-
Entry Submittal and Approval Process Chart, Table 1 and Encroachment and
Right-of-Entry Procedures Flow-Chart, Table 2.
2.0 Application
A. The application package consist of a written statement, Application Form, plan
and profile drawings, schedule, existing license agreement (if applicable), and
application processing fees. The Applicant will submit these documents to
SCRRA review and approval. SCRRA will review the submittal to make sure it
meets all SCRRA requirements. SCRRA will send comments to Applicant if
necessary to revise the application and drawings. Once the submittal is
SCRRA ROW Encroachment Process 1 April 2013
334
NIET1 I 1L.. I 1-41��,
SCRRA Right-of-Way Encroachment Process Se «er Calrtornia Regional Rad Au hor y
acceptable, SCRRA will either request a license agreement from Member
Agencies for permanent facilities or ask the Applicant to submit construction
related documents.
B. The Applicant will complete the interactive Application Form included on
SCRRA's website. The Application Form can be directly sent to SCRRA
representative by e-mail after completion.
3.0 Plans and Drawings
A. Plans and profiles will be submitted with each request. The plans should be
clear, concise, and accurately reflect the design of the project that meets
SCRRA standards and requirements.
B. Drawing submittals shall include typical sections, plans, key maps, profiles,
and cross sections. Drawings will be prepared on 11" x 17" sheets and PDF
files shall be submitted to SCRRA. Drawings scale shall be 1"=200' for
developed and undeveloped areas, 1"=100' in constrained urban areas and
1=50' for stations and crossings.
4.0 SCRRA Review and Fees
A. SCRRA reviews application and plans for compliance to technical and safety
regulations, including location of work, horizontal and vertical clearances to
tracks, shoring, jacking and false work, any issue determined to impact safety
or railroad operations, maintainability, drainage impacts, access to member
agency property, compatibility with future plans for rail improvements or use of
rail roadway, and existing underground railroad facilities.
B. All encroachment requests require fees to be submitted by the Applicant.
There are two types of fees. There is an initial non-refundable review fees
which will be submitted for the review and approval of the initial submittal.
The second is a deposit fees for signal and communication cable locations,
safety training and flagging services. The construction services deposit will be
an estimate only. The Applicant shall reimburse SCRRA the actual cost and
expense incurred by SCRRA and its contractors and consultants for all
services and work performed in connection with the project, including an
allocated overhead representing SCRRA's costs for administration and
management. Prior to approval of construction and prior to issuance of right-
of-entry agreement, the Applicant will provide approximate number of days of
construction and flagging services to SCRRA. SCRRA will estimate the
deposit required from Applicant for signal and communication cable locations,
safety training and flagging services.
C. Please refer to SCRRA's Schedule of Fees for detail on fee schedule. All fees
payments are to be made by check payable to, "Southern California Regional
Rail Authority".
D. SCRRA will charge the Applicant four hours minimum for the mandatory
safety training class and for other services four hours or less in duration.
- SCRRA ROW Encroachment Process 2 April 2013
335
M
Southern Calrforr,ia Reg.onal Rail AutM1ority
SCRRA Right-of-Way Encroachment Process
SCRRA will charge the Applicant for eight hours minimum if the Applicant
cancels SCRRA services after SCRRA Railroad Employee or SCRRA Safety
Training Officer is on site on the day of the appointment.
5.0 Contacts
A. All submittals to SCRRA shall be addressed to the following:
Right-of-Way Encroachments Coordinator
Southern California Regional Rail Authority
279 E Arrow Hwy, Suite 101
San Dimas, California 91773
Phone: (909) 394-3418
6.0 Process Time
A. The time period for review and approval of all encroachment activities is
estimated as shown below. Every effort will be made to complete the process
in a timely manner.
ITEM TIME
(DAYS)
Initial Application Process
Application Processing 5-10
Review and Approval by SCRRA 10-30
Resubmittal by Applicant _ 10-20
Resubmittal Review and Approval by SCRRA 5-30
License Agreement Process
Issuance of Real Estate Agreement by Member Agency 30-90
Construction Submittal Process
Review and Approval by SCRRA 5-10
7.0 Licensing Process
A. Member Agency real estate department will review applications for use of the
right-of way. Right-of-Entry agreement cannot be granted by SCRRA until
Member Agency real estate agreement is complete.
B. Generally, agreement processing time will be between 30 - 90 days. Please
allow sufficient time for document handling to desired construction date.
Before construction begins, real estate agreements must be executed by the
Applicant and the Member Agency. License fees will be submitted to the
Member Agency directly. The application processing and construction
services deposit does not include the license fees.
C. The member agency contacts are as shown below:
SCRRA ROW Encroachment Process 3 April 2013
336
M E-r .1=1 I N
Southern California Regional Rail Authority
SCRRA Right-of-Way Encroachment Process
Member Contacts
Agency
Metro Manager, Property Management
Los Angeles County Metropolitan Transportation Agency(Metro)
P. O. Box 194 (1 Gateway Plaza, 14th Floor)
Los Angeles, CA 90053
Phone:(213) 922-2435
OCTA Right of Way Administrator
Orange County Transportation Authority (OCTA)
P. O. Box 14184 (550 South Main Street)
Santa Ana, CA 92613-1584
Phone:(714)560-5737
RCTC Assistant Director, Planning &Programming
Riverside County Transportation Commission (RCTC)
3560 University Avenue, Suite 100
Riverside, CA 92501
(909) 787-7924
SANBAG Deputy Executive Director
San Bernardino Associated Governments (SANBAG)
420 N. Arrowhead Avenue
San Bernardino, CA 92401
(909)884-8276
VCTC Executive Director
Ventura County Transportation Commission (VCTC)
950 County Square, Suite 207
Ventura, CA 93003
(805)642-1591
8.0 Insurance Requirements
A. SCRRA requires that insurance coverage be provided prior to any entry
and/or work activity within the railroad corridor for permanent and temporary
encroachments. The requirements and insurance limits are shown on the
SCRA's Temporary Right-of-Entry Agreement, SCRRA Form No. 6. Railroad
Protective Liability Insurance, in addition to general liability insurance is
required for permanent and temporary encroachments in the right-of-way.
9.0 Flagging Services
A. The Applicant shall request and arrange for flagging services from SCRRA in
the following circumstances:
1. When the work activities are within the right-of-way of SCRRA.
2. When the work activities are located over or under a track or tracks.
3. When cranes, pile drivers, drill rigs, concrete pumps, or similar
equipment positioned outside of the right-of-way could foul the track in
the event of tip-over or other catastrophic occurrence.
SCRRA ROW Encroachment Process 4 April 2013
337
1
MIETI-20LIN1<.„.
Southern CalrFornia Regional Rail Aulhoriy
SCRRA Right-of-Way Encroachment Process
4. When any excavation is performed below the elevation of the track
sub-grade, or track or other railroad facilities may be subject to
movement or settlement.
5. When work in any way interferes with the safe operation of trains at
timetable speeds.
6. When street construction and maintenance activities, located within the
right-of-way or in the vicinity of the highway-rail grade crossing,
requiring temporary work area traffic control, which may affect or
create unsafe conditions for employees, public, trains and vehicles.
B. Flagging service cannot be provided by any personnel other than SCRRA
authorized consultant/contractor. The Applicant will contact SCRRA's
consultant/contractor for at (714) 920-9037 to arrange for flagging services
after approval of construction agreement by SCRRA. Flagging service is
dependent on the Employee-In-Charge (EIC) availability and may require a
minimum of fifteen working days prior to beginning work. Prior notification of
flagging services does not guarantee the availability of the EIC for the
proposed date of work.
STEP 1 i STEP 2 STEP 3 STEP 4 STEP 5
SCRRA and Request to Applicant 1 SCRRA request Right-of-Entry ; Applicant calls
Member for estimated days of 1 for deposit and agreement i SCRRA
Agency flagging and need for ' Applicant t' (Form No.5 or 1 Consultant to
approval safety training and7.
submittal of 6)issued by request flagging
cable marking deposit SCRRA i and safety training
10.0 Safety Training
A. The Applicant and its contractors are required to attend a SCRRA Safety
Orientation Class prior to receiving permission to enter the right-of-way. The I
Applicant shall notify SCRRA's consultant/contractor for safety and flagging
services at 1-877-452-0205 to arrange for third party safety training. Allow 24
to 72 hours from the request for safety training to arrange the training. Upon
completion of safety training, the Applicant shall notify SCRRA's
consultant/contractor at (714) 920-9037 a minimum of fifteen (15) working
days prior to beginning work on the Right-of-Way and secure any protection
SCRRA deems necessary. This prior notification does not guarantee the
availability of on track safety protection for the proposed date of construction.
B. The Applicant and/or the Contractor shall follow SCRRA rules and regulations,
addressed in "General Safety Regulations for Third Party Construction and
Utility Workers on SCRRA Property” (available of SCRRA website).
11.0 SCRRA Cable Marking and Utilities
A. The Applicant or the Contractor is responsible for the location and protection
of any and all surface, sub-surface, and overhead utilities and structures.
Approval of application by SCRRA does not constitute a representation as to
the accuracy of completeness of location or the existence or non-existence of
SCRRA ROW Encroachment Process 5 April 2013
338
Southern Ca,f€,.,a Regional Rail Authority
SCRRA Right-of-Way Encroachment Process
any utilities or structures within the limits of this project.
B. Before excavating, the Applicant must determine whether any underground
pipe lines, electric wires, or cables, including fiber optic cable systems, are
present and located within the Project work area by calling the Southern
California Underground Service Alert at 811. SCRRA is not a member of
Underground Service Alert (DIGALERT) and SCRRA signal and
communication lines must be located by contacting the SCRRA Signal
Department.
C. SCRRA is not a member of DIGALERT. The Applicant shall call SCRRA's
Signal Department at (909) 592-1346 a minimum of five days prior to
beginning construction to mark signal and communication cables and
conduits. To assure cables and conduits have been marked, no work may
proceed until you have been provided with an SCRRA dig number. The
process to mark SCRRA cables is shown below.
STEP 1 STEP 2 STEP 3 STEP 4 STEP 5_
Right-of-Entry Applicant calls SCRRA E&C will SCRRA C&S SCRRA E&C will
agreement , SCRRA C&S at 0-0-, request location – +i will mark 1-1- provide C&S
(Form No.5 (909)859-4100 from SCRRA cables Authorization
or 6)issued to request cable C&S (3-5 working Dig number to d
by SCRRA location (1-2 days) , days) Applicant
D. In case of signal emergencies or grade crossing problems, the Applicant shall
call SCRRA's 24-hour signal emergency number 1-888-446-9721.
12.0 Construction
A. To comply with Federal requirements, the Applicant's person in charge must
keep a copy of SCRRA's agreement at the job site at all times during the
encroachment on the Property. Failure to provide necessary information and
documents, failure to obtain and produce SCRRA agreements (including not
having SCRRA agreement on the job site), or violation of SCRRA rules and
regulations will result in the removal of the Applicant, the Contractor, their
employees and equipments from the right-of-way.
B. The Applicant and/or the Contractor shall follow SCRRA rules and regulations,
addressed in "Rules and Requirements for Construction on Railway Property".
C. All persons working on, over, or under the SCRRA right-of-way must be
equipped with personal protective equipment meeting applicable OSHA and
ANSI specifications. Employees, contractors, subcontractors, suppliers,
agents or invitees of Applicant shall possess the personal protective
equipment, including safety glasses with side shields, helmets (hard hats),
safety shoes with hardened toes, high visibility ORANGE (and only orange)
retro-reflective work wear, and SCRRA railroad safety training card.
SCRRA ROW Encroachment Process 6 April 2013
339
N4 E-7-1 .111711 I__I
Southern CalNorn;a Regional Rail Authority
SCRRA Right-of-Way Encroachment Process
12.1 Shoring
A. Shoring, cribbing and sheeting designed to support excavations or
embankments shall be designed to support all lateral forces caused by the
earth, vehicular traffic, construction equipment, temporary and permanent
structures, and other surcharge loads in the vicinity of the excavation.
Support or shoring located on the SCRRA right-of-way, or within the zone of
influence from railroad loading, shall conform to the SCRRA Excavation
Support Guidelines (available of SCRRA website). Designs for all temporary
structures supporting tracks, or excavations adjacent to the tracks and within
the zone of influence from railroad loading, shall include railway surcharge
loading imposed by a Cooper E-80 live load. Any excavation adjacent to track
must be covered and provide a uniform path and include with standard
handrails when work is not actively underway.
12.2 Site Specific Work Plan(SSWP)
A. The details of each construction activity affecting the operations, facilities, or
right-of-way of SCRRA, or the operations or facilities of other railroads using
the right-of-way, must be described in a Site Specific Work Plan (SSWP)
prepared by the Applicant and submitted for review by SCRRA. SSWP
requirements are available on SCRRA website.
13.0 As-Built Drawings
A. The Applicant and/or the Contractor shall submit "AS-BUILT" drawings to
SCRRA upon completion of the construction.
SCRRA ROW Encroachment Process 7 April 2013
340
METI�OLINIL
Soutl.e,rn California Regional Rail Autl.ririty
SCRRA Right-of-Way Encroachment Process
14.0 Application Links
Right-of-Way Encroachment Application Form
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/Right of Way Encroac
hment Application.pdf
Schedule of Fees
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/SCRRA ROE Schedul
e of Fees.pdf
SCRRA Form No. 4—Agreement for Moving Oversize Loads
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/SCRRA Form No 4.p
df
SCRRA Form No. 5—Indemnity and Assumption of Liability Agreement
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/SCRRA Form No 5.p
df
SCRRA Form No. 6—Temporary Right-of-Entry Agreement
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/SCRRA Form No 6 E
xhibit.pdf
SCRRA Form No. 37—Rules and Requirements for Construction
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/SCRRA Form No 37.
pdf
Site Specific Work Plan (SSWP)
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/Site Specific Work Pla
n.pdf
Train Traffic Density Exhibit
http://www.metrolinktrains.com/pdfs/EngineerinqConstruction/Exhibit 24A 9 2009
Weekday Train Density.pdf
General Safety Regulations for Third Party Construction
http://www.metrolinktrains.com/pdfs/Eng ineeringConstruction/Rules Regulations Thir
d Party Contractors 2009.pdf
•
SCRRA ROW Encroachment Process 8 April 2013
341
1•,1ET1 OLIN1< _
Sourl�Prn California Regional Rail Aurf,orify
SCRRA Right-of-Way Encroachment Process
Metrolink System Map
Figure 1
A 0�°`
tee*
�°
Q
MAP NOT TO SCALE °\
°
o°�oe�b� Off\°�\O°
`O.Qan��° Ooa°
°�° QQ \50°(t
ke
�°°� °o`a* ...°oma° r r`,� 0,-, eJ o
Cr O'k' ce 4�0 *6 Q ,�°�O °* O off\ o.°°°° �'
- � 8 O (I J��° °°� * tip �¢, .e \� oc o�� k.,-
„_ o °6�
*ate •A'-' Ns • • • • • • • • • • • •
.40 • • 0
* O • • • •
Lam@ Q 4 ,es 4.. __ ..`` ”
LAX Airport jQr `d`%�\ R°��° CT- ell
°° o° �0%
V •° `e"©4 �- ��t,°c l `6 * ,e.
a Via''o
e
Q°o
© .tie- 0
_ mutrolinMrains.cam John Wayne °° _ °o Sgt
Airport
METROLINK °4,,
METROLINK ROUTES
'--- Antelope Valley Line pn5 Rail Transfer Station °*.
-Inland Empire-Orange County Line -"
Orange County Line * Metrolink/Amtrak * / _ SPRINTER
Shared Station
To Escondido
Riuenu Bernardino Line Amtrak Pacific Surf finer f O
San mordine We Metro Rai/Mel Bus l4. ,L}-
Ventura County LineCider.
r 91 Line(Riunrn dn-Fellorton-LA)
* °°'
O
SCRRA ROW Encroachment Process 9 April 2013
342
MET1Z' I=1LIIVI< ,,
Sou herr.kalif orr.ia Ranrr...i Rnl Authority
SCRRA Right-of-Way Encroachment Process
Encroachment and Right-of-Entry
Submittal and Approval Process Chart
Table 1
Item Description Permanent Temporary Survey Operation & House
Facility Encroachment and Maintenance Moving
Filming
Initial Submittal by Applicant
A written statement stating reason, location X X X X
and duration for encroachment
SCRRA Application Form X X X X
Plan and profile drawings X X X X
Schedule X X X X X
Existing License Agreement X
Application Processing Fee to SCRRA X X X X X
Review and Approval of Initial Submittal by SCRRA
File and Project Number by SCRRA X X X X X
SCRRA will verify compliance with SCRRA
Engineering Standards, Guidelines and X X X X X
Design Manuals Requirements
Comments will be provided to the applicant, X X X X X
if necessary
License Agreement by Member Agency
SCRRA will notify the Applicant of SCRRA's X
approval
SCRRA will notify the Member Agency to
prepare a real estate agreement (license, X
lease, easement, or permit)
Issuance of real estate agreement by X
Member Agency
Construction Submittal by Applicant
SCRRA Form No.4 X
SCRRA Form No. 5 _ X
SCRRA Form No. 6 X X
Insurance certificates as described in the
Temporary Right-of-Entry agreement, X X
SCRRA Form No. 6
Site Specific Work Plan (SSWP) X X X
Temporary Traffic Control Plans X X X
Deposit Fees for Signal & Communication
Cable Locations, Safety training, and X X X X X
flagging Services
Review and Approval of Construction Submittal by SCRRA
Construction Safety Services
Safety training request by Applicant X X X X
SCRRA Dig Number is obtained by X X " X
Applicant
Signal and Communication Cable Locations X X X
Flagging Services X X X X X
Work by Applicant
Legend: X= Information to be provided by the Applicant
SCRRA ROW Encroachment Process 10 April 2013
343
M Emr CI I IV I<
Southern Cal.(orna Rcqon�l Rai Avlhority
SCRRA Right-of-Way Encroachment Process
Encroachment and Right-of-Entry
Procedures Flow-Chart
Table 2
STEP 1 1 STEP 4
Initial Submittal by • ► Construction Submittal by
Applicant I Applicant
STfjP 2
Review of Initial ST P 5
Submittal by SCRRA
Review of Construction
Submittal by SCRRA
No
<; Approval
No
Approval
Yes
SCRRA Approval and I Yes
Request for License
Agreement sent to Member Approval of Construction
Agency by SCRRA
STEP 3 STEP 6
License Agreement sent by j Construction Safety
Member Agency to I ► Services
SCRRA
•
STEP 7
Work by Applicant
SCRRA ROW Encroachment Process - 11 April 2013
344
APPENDIX VI
METROLINK—GENERAL SAFETY REGULATIONS FOR THIRD PARTY CONSTRUCTION
AND UTILITY WORKERS
82000-0016\1800815v4.doc Appendix VI 345
Emergency Information Form
Work Location (Subdivision & Milepost)
lei
mETRIDLINK
Nearest highway-grade crossing or if Inaccessible
from roadway nearest city and
directions.
Nearby hospital and directions from job site
Nearest Emergency Services: General Safety
Ambulance: Regulations for Third
Fire: Party Construction and
Police: Utility Workers on
Notify SORRA Contact SCRRA Property
Contact Number:
Emergency Number 2009
Grade Crossing Hotline
Metrolink Operations Center (MOC)
Signals Emergency 888-446-9721
ear
Acknowledgement of Receipt
General Safety Regulations for Third Party Construction participate in Third Party Construction and Utility Workers Safety
and Utility Workers on SCRRA Property Training Program and pass a post test with 80% or better prior to
beginning work. In addition, all Third Party Construction and Utility
• Workers must have a copy of the"General Safety Regulations for
Southern California Regional Rail Authority (SCRRA) is a joint Third Party Construction and Utility Workers on SCRRA Property"
powers authority of five county transportation authorities, organized and understand their application.
under the provisions of the Joint Powers Act, Section 6500 et seq. of
the California Government Code and Section 130255 of the Have a copy of these rules and regulations in their possession while
California Public Utilities Code. SCRRA builds, maintains, and on SCRRA property.
operates the Metrolink commuter railway system within Los Angeles,
Orange, Riverside, San Bernardino and Ventura Counties. Immediately call to the attention of a supervisor any action not in
compliance with these rules and regulations.
The rules published herein are for the benefit of third party contractor
personnel. Attend job briefings prior to beginning work, change in work, and/or
fouling the track.A job briefing will be considered complete when
Third party contractor employees must be knowledgeable of and each employee has acknowledged understanding of the On-Track
obey these rules and instructions at all times. If in doubt as to the Safety Procedures and instructions by signing the Job Briefing Form.
meaning or intent, the employee is responsible for asking for an
explanation from the supervisor or SCRRA. Violation of any of these SCRRA will regularly make observations and advise the contractor to
safety rules subjects the third party contractor to work stoppage until take necessary action(s)to ensure compliance with the"General
compliance is reached. Safety Regulations for Third Party Construction and Utility Workers
on SCRRA Property".
These rules and instructions supersede any previous safety rules
and regulations governing third party contractors working on SCRRA
property.
The intention of these rules is toadvise third party contractor Chief of Safety and Security Officer
personnel working on or adjacent to the SCRRA property on non .
railroad work that safety is of the utmost importance. For this reason This is to certify that I have a copy of"General Safety Regulations for
all third party contractor personnel working on or about SCRRA Third Party Construction and Utility Workers on SCRRA Property"
property must and I understand and agree to abide by the Rules and Regulations
outlined above.
•
Print Employee Signature
Company Date . Sticker 1
Table of Contents
The rules and regulations published herein are ACKNOWLEDGEMENT OF RECEIPT 1
for the benefit of third party contractor personnel TABLE OF CONTENTS 2
and others working on or adjacent to the SCRRA
property on non railroad work. GENERAL RESPONSIBILITIES AND SAFETY 3
THIRD PARTY TRAINING PROGRAM 4
Prior to beginning work all third party contractor PERSONAL PROTECTIVE EQUIPMENT (PPE)
personnel working on or about SCRRA property 4
must participate in a Third Party Construction JOB BRIEFINGS 5
and Utility Workers Safety Training Program and GENERAL SAFETY 6
pass the post test with a score of 80% or better.
RIGHT OF WAY SAFETY 6
These "General Safety Regulations for Third HOUSEKEEPING 8
Party Construction and Utility Workers on
SCRRA Property" must be in your possession ELECTRICAL............................. ... ..............8
any time you are on the right of way. EMERGENCY SITUATIONS 9
HEAVY EQUIPMENT 10
Third Party Contractor's Safety Training can be RAILROAD FLAGGING/PROTECTION 11
requested and scheduled by dialing the toll free TWO METHODS OF ON-TRACK SAFETY
number at (877) 452-0205. (OTS) 12
RAILROAD TERMS 13
ZERO TOLERANCE SAFETY RULES............ 16
Updated January 2009 2
General Responsibilities and Safety assure the work is conducted safely. In all cases
the contractors' employees must comply
immediately with the instructions of the EIC.
Overview Appeals: Right to Challenge
These safety regulations govern activities while on Third party contractor employees may, during the
SCRRA property whether on or off duty. Any work job briefing process, request clarification of the
performed without obtaining proper authorization protection against trains being provided by the
or in non-compliance with these rules will EIC, unless under watchman protection you may
permanently jeopardize your ability to access challenge the role of the watchman. If the third
railroad right-of-way. party contractor employee does not believe that
the protection against trains is sufficient, the
employee may at any time, in good faith,
Employee in Charge (EIC) challenge the EIC's form of protection and must
Duties and Responsibilities: On-Track Safety remain clear of all tracks until the challenge is
resolved. The EIC, Contractor Supervisor and the
SCRRA EICs are trained and qualified and are SCRRA Supervisor must resolve the challenge
knowledgeable about the unique characteristics of before work can begin.
SCRRA territory. No work may begin until the EIC
or Watchman is present at work site and proper Appeals: EIC Decisions
protection is being provided. If the third party contractor has concerns about
instructions from the EIC, the contractor and
The EIC will provide job briefings and protection to contractor employees must immediately comply
assure the contractor a safe work environment with the EIC's instructions. After employees are
and the safe passage of trains. The SCRRA EIC clear of tracks, the contractor may contact the
has the authority to temporarily or permanently EIC's supervisor to resolve any concerns. In other
halt work or to remove contractor employee(s) words, "comply, and then complain."
from the right-of-way in order to
3
w
m
Third Party Training Program Personal Protective Equipment (PPE)
Annually thousands of workers access the SCRRA All employees working on SCRRA property are required
rights-of-way. Each worker must be qualified in "General to wear the following protective equipment (except in
Safety Regulations for Third Party Construction and offices and motor vehicles):
Utility Workers on SCRRA Property" each year.
1. Hard hats that meet the requirements of ANSI Z89.1
Upon completion of the program and passing of the post or ANSI Z89.2, as specified by CAUOSHA and /or
test, each student will be given a sticker to be placed on Fed/OSHA must be worn. Metallic hard hats shall not
their hard hat. The hard hat sticker will expire on be worn on any SCRRA project
December 31st of the calendar year following your
training. You must take the Third Party Construction and 2. Eye protection that meets the requirements of ANSI
Utility Worker Safety Training Program course once a Z87.1 is required on SCRRA property. Eye protection
year in order to remain a qualified Third Party Contractor with side shields which meets the requirements of
on SCRRA property. The hard hat sticker is a proof of ANSI Z89.1 is required for those employees or
training; it is not a right of entry permit. contractors falling under 49CFR 214.
Permission to enter the SCRRA right-of-way must be 3. Safety vest with retro-reflective tape for night work or
obtained through contact with SCRRA staff. These rules at railroad crossing must be worn. A safety T-shirt,
apply to all types of work INCLUDING pre-plan work. All sweatshirt or jacket may be worn during the day.
third party contractors working on or adjacent to SCRRA
property must have, the SCRRA right-of-entry approved Proper attire includes:
forms, a current SCRRA safety sticker on their hard hat,
and an approved picture ID, such as current valid driver • Employees must wear a suitable shirt that
license, and/or other employer issued ID with them at all provides protection from sun insects, abrasions or
times when on property. scratches. Shirts must have a least quarter-length
sleeves and cover the back, shoulders, chest and
Additionally, all individuals working or otherwise entering abdomen. Clothing must not interfere with vision
SCRRA rights-of-way must have a current copy of or hearing and must allow free use of hands and
General Safety Regulations for Third Party Construction feet. Long pants are a must on SCRRA property.
and Utility Workers on SCRRA Property.
4
w
to
• Type of track protection provided by the EIC
PPE continued • Time and limits of the protection
• Track(s) that may be fouled
• Loose or ragged clothing must not be worn at • Status of other track(s) at worksite,
anytime. • A designated place of safety where workers
• Jewelry must not be worn when wearing of clear for trains
such objects presents a hazard. • A designated assembly place in case of an
emergency
Appropriate footwear includes: • Designated work zones
• Specific job(s) to be done or equipment
• Safety boots; soles must give good traction on moves(s) to be made
ballast and be puncture,resistant. • Responsibilities of each worker
• Open toed, lounging or jogging-type shoes, • Method of notification of the approach of trains
unlaced shoes or unbuckled overshoes, badly (i.e. air horn, "hot rail".)
worn with loose sole shoes must not be worn • Further instructions may include an unusual or
on SCRRA property. a specific reminder due to a hazardous
condition or unusual practice.
Job Briefings
Additional job briefings will be given when:
Job briefings are meetings among all of the employees • Working conditions or procedures change,
who are involved or will be involved in a particular task or • Workers arrive late or new workers enter
job at the same work site. The EIC or watchman is working limits
responsible for conducting a job briefing before any task • The main track protection or time allowed to
is performed. foul the track changes
• Visitor(s) enter the work site.
All information related to On-Track-Safety must be given
in the job briefing to any worker who will enter railroad
property. The minimum On-Track Safety information at
each job briefing must include:
A job briefing will be considered complete when each
employee has acknowledged understanding of the On-Track
• Designation of the EIC or Watchman Safety procedures and instructions by signing the Job Briefing
Form.
5
•
cJ
to
General Safety • Firearms or other deadly weapons, including
SAFETY IS PARAMOUNT AND ALWAYS TOP knives with a blade in excess of three (3)
PRIORITY. Safety takes precedence over deadlines, inches are prohibited on SCRRA property.
production schedules, and all other considerations. When • Work on public streets, roadway crossings, and
uncertainty arises, take the safest course. Remember highway bridges should be performed with due
that accidents are a result of carelessness, unsafe regard for the convenience and safety of the
practices, and lack of attention or complacency. All public.
accidents can be avoided.
Please be aware of the following rules at all times: Only authorized employees are allowed on
engines, cars, cabooses, track cars or other
• Using, possessing, or working under the railroad equipment.
influence of alcohol and /or drugs is not
permitted anywhere on railroad property. This Right of Way Safety
includes prescription drugs that cause
drowsiness or otherwise impair one's ability to When on or near the tracks, the following precautions
perform their assigned task. must be taken:
• The use or possession of unauthorized radio • Keep clear of all tracks unless the SCRRA EIC
equipment is forbidden. Use of personal radios indicates that they are protected. No work must
(i.e. IPods', MP3 players), and cell phone ear begin until the EIC is present at work site and a
pieces while working is prohibited. job briefing has been conducted.
• When using cellular phones you must remain • Always look both ways before crossing tracks.
at least 25-feet from the nearest rail.
• Always expect a train on any track at any time.
• Horseplay, physical altercations, running or Expect movement of locomotives, railroad cars or
jumping is forbidden. on-track equipment in either direction at any time.
(Remember, there could be an uncontrolled
movement.)
6
s
Right of Way Safety continued
• Work is not allowed within 50 feet of the track
• Always step over the rails when crossing the centerline while trains are passing the work site.
tracks. Never walk, stand, or sit on the rails. The Always stand as far back as possible to prevent
rail surface can be extremely slippery. injury from flying debris or loose rigging.
• Always face the direction from which the train or ▪ Always visually inspect all passing trains. If you
on-track equipment is approaching. detect a dangerous condition, inform your EIC or
watchman immediately. The EIC or watchman will
• Avoid track switches. The switch points can move notify the train crew.
unexpectedly and with enough force to crush
ballast rock! Stand 150 feet from track switches •
Always stop equipment while a train is passing
when trains are approaching. Stay away from any through your working limits. No movement will be
other railroad device of which you are not familiar. allowed toward an approaching train that would
cause the engineer to believe the track might be
• Always walk single file when crossing the tracks in fouled.
a group.
• Trains travel faster than they appear and are
Never stand between adjacent tracks in multiple relatively quiet. Trains may operate with cab car
• track territory when a train is passing. forward. You should not rely on past experiences
to determine train schedule. Train schedules are
Always cross at least 20 feet away from the end of unpredictable and are subject to changes and/or
• equipment: i.e. engines, railroad cars, or on-track delays.
equipment
• Do not pass between standing locomotives, No job is so urgent it can't be done
railroad cars or on- track equipment when there is
less than 50 feet between the equipment. safely.
• Never cross tracks by going underneath, over or
through cars, engines or on-track equipment.
7
w
01
Housekeeping 7. Contractor is responsible for restoring the property
to its previous condition or better. This includes
The following housekeeping rules apply to everyone. making repairs to drainage facilities, fences, gates,
or buildings damaged or removed by the
1. California Public Utilities Commission (CPUC) Contractor or its forces.
General Order 26-D and 118 require that lateral Electrical
and vertical clearance around a railroad track and
a safe walkway parallel to both sides of the track
be maintained. The EIC will observe construction It is the responsibility of every employee to exercise
and material storage activities and may direct care to avoid injury to themselves or to others. The
contractor employee(s) to correct conditions not in following rules are for the safety of everyone:
compliance with the CPUC General Orders.
1. Electric wires must be considered live at all
2. Material must not be stored closer than 20 feet of times. Employees shall not depend on the
the closest rail. insulation of wires for their safety.
Employees avoid all overhead and
3. Contractor employee(s) must cover areas with underground wires they may come in
spilled oil or grease by applying sand or an contact with.
equivalent approved material to minimize slipping
hazards. 2. When using temporary power cords, cords
must never be placed over the rails. The
4. Contractor employees are responsible for the EIC will work with the contractor for proper
removal of all unused materials and debris created placement.
by the construction project.
3. Employees must not place any metal
5. Clear site immediately of all tripping hazards such objects across rails.
as wire, loose material, etc.
4. Signal cables/conduits may be encountered
6. Flammable materials, petroleum products, paints, while excavating along the right-of-way.
caustics, acids and solvents must be stored in Excavation is not permitted until:
designated areas and in containers which are
provided for them. ✓ Dig Alert (USA) — identification is
complete 1(800) 227-2600
8
01
✓ SCRRA Signals Department has been Employees must be alert and attentive at all
notified and has identified signal times when performing their work.
conduits. (909) 859-4100.
Railroad signals are not covered by Dig Alert (USA) and • In,case of personal injury, loss of life, or
the railroad signals department must be notified. damage to property, the EIC must immediately
document the names, addresses and
Emergency Situations occupation of all persons involved, including all
persons at the scene regardless of whether
Prior to starting work, the EIC will have these emergency these persons give a statement about the
phone numbers available on site; Ambulance, SCRRA incident. This information should be included
and/or its operating contractor's representative, Metrolink in the incident reports.
Operation Center (MOC) Signals emergency number and
the police. In emergency situations the following apply: • If an incident causes personal injury or death,
all tools, machinery and other equipment
• When an injury occurs stop working and involved, including premises where such
ensure everything possible is done for the accident occurred must be promptly inspected
injured person. by the EIC. Tools, equipment and machinery
must be secured until SCRRA EIC or
• If equipment was involved in the injury, it must Watchman, Safety Officer, or other competent
be examined to ensure the equipment was in inspector has completed an inspection. A
proper working condition. Any defective tools, report of such inspection, stating the conditions
machinery and equipment are prohibited from found and names of persons making the
use on SCRRA property. inspection must be promptly forwarded to
SCRRA and the supervising officer of person
Immediately report to the EIC any accidents; making the inspection.
• personal injuries; defects in tracks, bridges,
signals utilities or communication facilities; or, •
Information concerning incidents or personal
any unusual condition that may affect the safe injuries occurring to persons who are not
operation of the railroad. employees, must not be given to anyone
except authorized representatives of the
• Contractor employees must exercise care to SCRRA or an officer of the law.
prevent injury to themselves or others.
9
w
r
Heavy Equipment
• Machines are stopped
When working on or around heavy equipment the • Vehicles are stopped
following precautions must be taken: • Brakes are set
• Buckets and shovels or clams are lowered
1. Equipment operators must be properly trained and to rest position and machine without
qualified before operating equipment on SCRRA buckets must have their load line tightened
right-of-way, and must operate equipment in a to prevent movement
safe, skillful and reliable manner.
7. Unauthorized persons cannot be carried on
2. Operators are responsible for verifying their equipment. Persons qualified to be on equipment
machines are in safe, operating condition before must be properly positioned before movement is
starting and must assure that proper protection is made. Never transport passengers in truck beds
being afforded their operations. The appropriate or on heavy equipment.
equipment must be used and operated for each
task according the manufacturer's instructions. 8. Never allow employees in or on loaders and,
backhoe buckets.
3. Never engage in the reckless operations of
vehicles on the SCRRA right-of-way. The speed 9. Operators of equipment must be aware of the
limit on the right-of-way is not more than 15 mph locations of overhead and underground utilities.
and may be lowered if conditions warrant. Operator must have a clear understanding of how
Offenders may be asked to leave the SCRRA to protect utility lines before operating machinery.
right-of-way by any SCRRA employee or
representative observing unsafe behavior. 10. NEVER move equipment across the tracks except
at established road crossings. Tracked or rubber
4. Audible backup warning devices are required on tire equipment will require the supervision of an
all heavy equipment, at all times. SCRRA EIC any time railroad tracks are crossed.
5. Operator must have the equipment manual on 11. NEVER move tracked or rubber tire equipment
their machine. across railroad bridges or through tunnels
6. While trains, engines or on-track equipment pass,
operators must ensure that:
10
LA)
01
rn
12. When heavy equipment is left unattended: On-track protection must be provided by an SCRRA EIC
when the following work is being performed, but not
limited to:
• Motor must be stopped and ignition must be
locked • When any part of equipment is standing or being
• Parking or hand brake must be securely set operated within 20 feet of the nearest track or has
• Keys must be in possession of operator or the potential to foul the track.
authorized employee, not left on the vehicle
• Wheels must be securely blocked on • When any construction activities are in progress
grades within 20 feet of the nearest track, regardless of
• Equipment must be secured in a highly elevation above or below track.
visible area
• For any excavation in or around the tracks that
Railroad Flagging/Protection may subject the tracks or other property to
The third party contractor's foreman working on the right settlement or movement.
of way is responsible for the safety of their crews and
• Any clearing, grubbing, or demolition in proximity
must guard their crews against impending danger or
injury. They shall bear in mind that safety is the first and to the SCRRA property which, in the opinion of
most important consideration. SCRRA, may endanger the property or operation.
No work can begin until an SCRRA representative is on •
For any street construction and maintenance
site and proper protection is being afforded. activities requiring temporary work area traffic
control. All activities that change the flow of traffic
The third party contractor must request and arrange for across a railroad crossing, (i.e. traffic cones, lane
flagging services a minimum of five (5) working days closures, etc.), must be protected: SCRRA
before the work begins. engineering department must approve traffic
control plans before work can begin.
An SCRRA EIC or Watchman is required for your Good communication between the contractor and the
protection any time you are on SCRRA property (except EIC is imperative! The EIC is responsible for verifying
for utility workers providing short term routine all workers and/or equipment near or on the main
maintenance). track have moved at least 20 feet from the nearest rail
before allowing a train to pass the work site.
w
11
01
Two Methods of On-Track Safety (OTS)
Keeping Us Away From Trains- This method does Form B- Gives the EIC control of a segment of track for a
not physically separate the operation of trains and given period of time. This method of OTS allows trains
equipment from the third party contractor employee. and equipment to pass through the working limits with the
Clearing the track before the arrival of the train protects permission of the EIC. Trains and equipment are required
the third party contractor employee. to pass through the working limits at a speed established
by the EIC.
TAW-Train Approach Warning Track & Time-The dispatcher will authorize men or
Employs a Watchman to visually identify a train or on- equipment to occupy a track or tracks within specified
• limits for a certain time period. Only a qualified EIC may
track equipment and provide warning to a work group
in time to occupy a place of safety 20 seconds prior to establish track & time or joint track & time for a work
train arrival. group of third party contractors.
Keeping Trains Away From Us- This method of OTS
physically separates the operation of trains from the
activities of the third party contractor employee.
• Working limits are used to keep trains away from
work groups. �.-
• Working limits are established to afford third party C► .r1 h
contractor employee the separation.
• Working limits are a segment of track with definite
boundaries upon which trains or equipment move T
only authorized by the EIC.
• Only a qualified EIC designated by SCRRA may ar —4,$L^„
establish or have control over working limits for the
purpose of establishing OTS
12
01
m
Railroad Terms Engine—A unit propelled by any form of energy or more
than one of these units operated from a single control
The following definitions apply to all Third Party typically referred to as a locomotive.
Contractors entering the SCRRA right of way.
Excavation —Any removal of earth. Any excavation
Ballast— The rock that supports the track and ties. This and/or shoring, no matter how large or small require prior
approval from SCRRA Engineer.
rock is groomed to keep the track in place, drain water
away from the track, and to distribute the weight of trains Exclusive Track- Is a method of establishing working
to surrounding soil. DO NOT DISTURB or place soil, limits on controlled track in which movement, occupancy,
sand, or debris on it. or authority of trains and other equipment is withheld by
California Public Utilities Commission (CPUC) - The control operator or restricted by flagman.
state agency that administers certain rules and Fill —A section of earth built up to support the railroad's
regulations of the railroad industry. track structure.
Center Line of Track—An imaginary line, that runs Foul the ballast—Anything that contaminates the ballast
down the center of the two rails of a track. section of the roadbed and inhibits the ballast from
Confined Space —A space that is large enough and so supporting the track, draining water, or suppressing weed
configured that an individual can enter and perform growth. In most cases ballast is fouled by excavated
assigned work. The space has limited or restricted material being placed on the ballast.
means for entry or exit and is not designed for continuous Foul the track— Placement of an individual or a piece of
individual occupancy. This would include but not limited equipment in such a proximity to a track that the
to tanks, vessels, silos, storage bins, hoppers, vaults and individual or equipment could be struck by a moving train
pits. or track equipment. SCRRA fouling distance is defined as
Derailment - A potentially dangerous condition, whereby within 20 feet from the nearest rail.
rail cars or engines leave the tracks. Form B- A method of exclusive track occupancy by
Employee-In-Charge (EIC) —A roadway worker authorizing a roadway worker to foul or occupy track(s)
within limits between two recognizable points as
designated to provide On-Track-Protection for one or determined by railroad timetable within a designated time
more work groups. period using flag protection.
w
13
01
General Code of Operating Rules (GCOR) —The rules safety rules, which govern track occupancy by personnel,
that govern the use of railroad tracks by trains, trains and on track equipment.
maintenance employees, contractors and others.
Right to challenge- If the third party contractor
Hy-rail Vehicle - This vehicle is considered on-track employee does not believe that the protection against
equipment. It is typically driven on highways, but has trains is sufficient, the employee may at any time, in good
specially manufactured attachments that allow the faith, challenge the EIC's form of protection and must
vehicle to travel on railroad tracks. They are viewed as remain clear of all tracks until the challenge is resolved.
trains and only authorized railroad personnel may
operate them. Roadbed -A graded area beneath and on either side of
the track structure that provides support and drainage of
Job Site —Any area where work is performed, where the track.
materials and equipment are stored, or which employees
access during the project. Safety Training -A session conducted by a qualified
SCRRA representative at which On-Track Safety and
Main Track—A track extending through yards and Metrolink right of way rules and regulations are
between stations that must not be occupied without discussed.
authority or protection.
Safety Sticker- An emblem indicating completion of
third party contractor training. The non transferable
Mileposts — Field indicators of approximate distance "Safety Trained' emblem is to be placed on each
from a specific point the railroad system used for individual's hard hat so it is visible when working on the
approximate locations of railroad facilities. They are not Railroad's Right-of Way.
to be used for field surveys.
Siding —A secondary track used for the passing of trains
On-Track Equipment - Maintenance of Way machines on single-track routes.
such as track cars, Hy-rail vehicles, tampers, ballast
regulators, etc. which may be operated on the track. Third Party Contractor—Any contractor working on or
adjacent to the railroad right of way on non railroad
On-Track Safety- On track Safety is a state of freedom related work.
from the danger of being struck by moving trains or on
track equipment that is provided by the operating and
14
w
7-1
rn
Tracks —The rails, ties, and ballast that compose the
traveling surface by trains. Working Limits —A segment of track with definite
boundaries upon which trains and engines may move
Track Structure —The rails, ties ballast, and roadbed only as authorized by the roadway worker having control
that compose the traveling surface used by trains. over that defined segment of track. Working limits may be
established through exclusive track occupancy, foul time
Track and Time- The dispatcher will authorize men or or inaccessible track.
equipment to occupy a track or tracks within specified
limits for a certain time period. Yard- A collection of secondary tracks used to store
equipment (cars, engines, maintenance machines, etc.),
Trains — One or more engines coupled together, with or for assembling or disassembling trains, and/or
without cars, which use the Railroad track. conducting other railroad operations.
Train Approach Warning (provided by Watchmen)-A
method of establishing On-Track Safety, provided by
Watchmen, of warning workers of the approach of trains
in ample time (not less than 20 seconds) for them to
move to or remain in a place of safety. Asking me to condone an unsafe
Train Movement—Any motion of engines and/or cars act is like asking me to jeopardize
over the railroad tracks.
the value of your life.
Watchman-An employee who has been annually trained
and qualified to provide warning to roadway workers of
approaching trains and on track equipment.
Watchman Protection — Employees in a work group
using Train Approach Warning provided by watchmen
lookouts must be provided warning in sufficient time to
enable each employee to move to a previously
determined place of safety, not less than 20 seconds
before a train moving at the maximum speed authorized
on that track would arrive at the employee's location.
15
Zero Tolerance Safety Rules
WORKING ON OR AROUND TRACKS: Contractors
SCRRA has a Zero Tolerance policy. Zero tolerance must be aware of the following:
means that certain actions will absolutely not be tolerated
under any circumstances. Be aware of the following rules 1. All work within 20 feet of the nearest rail must be
at all time: coordinated with the Right-of-Way Encroachment
Administrator so that protection can be provided
• All third party contractors must have a Right-of- for personnel.
Entry or approved document to work on SCRRA
right-of-way. 2. No work can begin until an SCRRA representative
is on site and proper protection is being afforded.
• Drinking alcoholic beverages, being under the
influence of any drug or medication or having them 3. Do not foul the track with any piece of equipment
in your possession at any time on SCRRA without an EIC, job briefing and exclusive track
property will not be tolerated. occupancy.
• All third party contractor personnel must have 4. Do not stand on the track or within 20 feet of the
completed the Third Party Construction and Utility nearest rail.
Worker Safety Training Program and have a valid
SCRRA safety sticker on their hard hat or they will 5. Do not leave open holes or trenches unattended.
not be allowed on SCRRA property.
6. Do not disturb or foul the ballast at any time.
• All third party contractor personnel and utility
workers must wear a hard hat, safety glasses with VIOLATION OF ANY OF THESE RULES WILL RESULT
side shield, safety vest with retro-reflective tape for IN REMOVAL FROM THE PROPERTY AND MAY
night work or at railroad crossing must be worn. A CAUSE THE RIGHT OF WAY ENTRY PERMIT TO BE
safety T-shirt, sweatshirt or jacket may be worn REVOKED.
during the day, long pants, and safety boots.
16
rn
APPENDIX VII
STORMWATER POLLUTION CONTROL PLAN (SWPCP)
•
82000-0016\1800815v4.doc Appendix VII 363
STORMWATER POLLUTION CONTROL PLAN
Less Than One Acre*
1. Contractor shall implement an effective combination of erosion and sediment
control best management practices (BMPs) from Table 1 below to prevent
erosion and sediment loss, and the discharge of construction wastes. The BMPs
listed in Table 1 are taken from the California BMP Handbook, Construction,
January 2003 and the Caltrans Stormwater Quality Handbooks, Construction Site
Best Management Practices (BMPs) Manual, March 2003, and addenda.
Table 1: BMPs at construction sites less than 1 acre
Minimum Set of BMPs for AllConstruction Sites CASQA Caltrans
For Erosion Control
Scheduling EC-1 SS-1
Preservation of Existing Vegetation EC-2 SS-2
Sediment Controls
Silt Fence SE-1 SC-1
Sand Bag Barrier SE-8 SC-8
Stabilized Construction Site Entrance/Exit TC-1 TC-1
Non-Storm Water Management
Water Conservation Practices NS-1 NS-1
Dewatering Operations (Groundwater dewatering NS-2 NS-2
only under NPDES Permit No. CAG994004).*
Waste Management
Material Delivery and Storage WM-1 WM-1
Stockpile Management WM-3 WM-2
Spill Prevention and Control WM-4 WM-4
Solid Waste Management WM-5 WM-5
Concrete Waste Management WM-8 WM-8
Sanitary/Septic Waste Management WM-9 WM-9
*Ponded stormwater may be discharged at a concentration of Total Suspended Solids (TSS) of 100mg/L
or less.
2. A project that includes roadbed or street paving, repaving, patching, digouts, or
resurfacing roadbed surfaces shall include the following BMPs:
A. Restrict paving and repaving activity to exclude periods of rainfall or
predicted rainfall unless required by emergency conditions.
B. Install sand bags or gravel bags and filter fabric at all susceptible storm
drain inlets and at manholes to prevent spills of paving products and tack
coat.
*This SWPCP is required for all projects that disturb less than one acre of soil. If the project disturbs
one or more acres of soil, it is subject to the State General Construction NPDES Permit and related
SWPPP (see p. 68 of Ventura County Municipal Stormwater Permit, Order R4-2010-0108).
One Acre equals 43,560 square feet.
364
C. Prevent the discharge of release agents including soybean oil, other oils,
or diesel to the storm water drainage system or receiving waters.
D. Minimize non storm water runoff from water use for the roller and for
evaporative cooling of the asphalt.
E. Clean equipment over absorbent pads, drip pans, plastic sheeting or other
material to capture all spillage and dispose of properly.
F. Collect liquid waste in a container, with a secure lid, for transport to a
maintenance facility to be reused, recycled or disposed of properly.
G. Collect solid waste by vacuuming or sweeping and securing in an
appropriate container for transport to a maintenance facility to be reused,
recycled or disposed of properly.
H. Cover the "cold-mix" asphalt (i.e. pre-mixed aggregate and asphalt binder)
with protective sheeting during a rainstorm.
I. Cover loads with tarp before haul-off to a storage site, and do not overload
trucks.
J. Minimize airborne dust by using water spray during grinding.
K. Avoid stockpiling soil, sand, sediment, asphalt material and asphalt
grinding materials or-rubble in or near storm water drainage system or
receiving waters.
L. Protect stockpiles with a cover or sediment barriers during a rain.
3. Contractor shall ensure that prior to the start of construction and annually during
construction, all site personnel responsible for installing, inspecting, and
maintaining BMPs shall be trained. Contractor shall use the Trained Contractor
Personnel Log (Exhibit 1) and shall retain original documents with the
Stormwater Pollution Control Plan and submit copies to City.
4. Contractor shall comply with inspection requirements as detailed in the
Construction Site Inspection Checklist (Exhibit 2) and shall retain all inspection
records for City review.
Stormwater Pollution Control Plan for Projects Under One Acre
Page2of4 -
365
EXHIBIT 1
TRAINED CONTRACTOR PERSONNEL LOG
Employees and subcontractors must be trained on the SWPCP prior to start of
construction and annually thereafter. Contractor shall keep original training logs
in the SWPCP and forward a copy to the City Engineer/Public Works Director.
Storm water Management Training Log
Project Name:
Project Number/Location:
Stormwater Management Topic: (check as appropriate)
❑ Erosion Control ❑ Sediment Control
❑ Wind Erosion Control ❑ Tracking Control
❑ Non-stormwater management ❑ Waste Management and Materials Pollution Control
❑ Stormwater Sampling
Specific Training Objective:
Location: Date:
Instructor. Telephone:
Course Length (hours):
Attendee Roster(attach additional forms if necessary)
Name Company Phone
COMMENTS:
Stormwater Pollution Control Plan for Projects Under One Acre
Page 3 of 4
366
EXHIBIT 2
CONSTRUCTION SITE INSPECTION CHECKLIST
Contractor shall complete this checklist and keep a copy with the SWPCP a minimum of:
• Monthly during non-rainy season (April 16 through September 30)
• Weekly during rainy season (Oct. 1 through April 15)
• Before, during and after a significant rain event(.25"or greater)
• All hillside sites or sites that directly discharge to Arroyo Simi must be inspected by a qualified
SWPPP Developer at least weekly during the wet season and once each 24 hour period during a
storm event that generates runoff from the site to identify BMPs that need maintenance to
operate effectively,that have failed or could fail to operate as intended.
DATE OF INSPECTION:
Project Name: Contractor:
Weather Conditions during inspection:
Compliance Date Completed
Item Accomplished
YES NO N/A
1 Is the site entrance stabilization adequate?
2 Are equipment/vehicles parked in designated areas and
free from significant leaks?Are drip pans present as
needed?
3 Are maintenance areas free from stains on the soil?
4 Are all materials stored in bins or covered in plastic and
protected from stormwater?
5 Is construction waste being disposed of in proper trash
containers?
6 Are concrete washout stations present and being utilized
and maintained?
7 Is fugitive dust being controlled and water being used as
needed?
8 Are catch basins, drainage channels, drain inlets/outlets
being protected?
9 Are erosion control measures(BMPs) identified in
SWPCP in place and effective?
10 Are sediment control measures(BMPs) identified in
SWPCP in place and effective?
11 If applicable, are enhanced BMPs identified in#7 on p. 5
of SWPCP being implemented as appropriate?
Comments:
I certify under penalty of law that this inspection is true, and I or a qualified assigned
person has performed the required inspection as stated in the SWPCP.
Inspector Signature Contractor Signature
Stormwater Pollution Control Plan for Projects Under One Acre
Page 4 of 4
367
APPENDIX VIII
CITY HOLIDAYS — 2017
Monday, January 2: New Year's Day
Monday, January 16: Martin Luther King, Jr. Day
Monday, February 20: Presidents Day
Friday, March 31: Cesar Chavez Day Observed
Monday, May 29: Memorial Day
Monday, July 3: Extended 4'h of July
Tuesday, July 4: 4th of July
Monday, September 4: Labor Day
Friday, November 10: Veterans Day
Thursday, November 23: Thanksgiving Day
Friday, November 24: Extended Thanksgiving Holiday
Monday, December 25: Christmas Day
82000-0016\1800815v4.doc Appendix VIII 368
Q PaK C4ia
F°moi= CITYOFMOORPARK
o-�V ��m PARKS,RECREATION&COMMUNITY SERVICES DEPT. I 799 Moorpark Avenue,Moorpark,CA 93021
9'Oo/ Main City Phone Number(805)517-6200 I Fax(805)532-2550 I moorpark@moorparkca.gov
February 28, 2017
ADDENDUM NO. 1
for
Demolition of Structures and Site Clearance at 104 High Street and 192 High Street
Specification No. P&R 2017-1
NOTICE IS HEREBY GIVEN to all bidders and plan holders that the plans and specifications for the above
described project are hereby amended as follows:
1. The requirement to build a permanent Metrolink standard fence is hereby removed. In
place of that, Contractor will be responsible for installing a minimum 6' chainlink fence with
the posts pounded into the ground, that is to be placed around the property as depicted on
the fencing plan included as Attachment 1. The south property line fence will be field
located with City staff. The approximate lineal footage of the fence to be installed is 520
linear feet. The north property line fence is to be removed and is not being replaced.
2. Any roots associated with the California Pepper Trees or Ash Trees that are adjacent to the
limits of the work area or that extend into the work area, over 2" in diameter are to be
evaluated by the City and a certified Arborist before they are cut. Contractor is directed to
immediately contact City staff when such a root is encountered during the construction
process.
3. Asphalt pavement is to be saw cut and removed south of the limit of work line as drawn on
the plan included as Attachment 2. Contractor is instructed to leave asphalt pavement in
place north of the limit of work line to maintain pedestrian walkways along High Street.
Pavement left in place is intended to follow the width and line of the existing concrete
sidewalk to the east and connect with the concrete/wood sidewalk to the west. Wherever
the sawcut and removal of the asphalt leaves an edge of more than four inches (4") ,
Contractor shall soften the pavement edge using base, or other material acceptable to the
City,to prevent pedestrians from tripping on the edge of the pavement.
4. Any structures that are discovered at the south limit of work line that run into the railroad
right-of-way, are to be cut/capped at the limit of workline. Contractor IS NOT to chase and
remove any structures that extend into the railroad right-of-way south of the limit of work
line.
5. City staff has located as-built drawings (Attachment 3) for the project that depict three (3)
elevator pits that extend into the ground up to 10' (5 x 7 x 10). Contractor will be responsible
to excavate and remove these elevator pits up to 10' in depth and import soil, compact and
backfill in accordance with the specifications included as Attachment 4. Contractor will also
be required to comply with any bracing/shoring requirements of the railroad for ANY
excavations that are within the basic safety envelope of the railroad tracks,which is defined
as 25 feet horizontally of the centerline of the nearest track. This requires any engineered
plans for shoring/bracing that may be required by Metrolink and OSHA standards.
Contractor will be required to provide a per cu yd cost for import of soil in the event that
removal of underground improvements exceed 10'. Please see revised cost sheet included
as Attachment 5.
JANICE S.PARVIN ROSEANN MIKOS,Ph.D. KEITH F.MILLHOUSE DAVID POLLOCK MARK VAN DA I6 9
Mayor Councilmember Councilmember Councilmember Councilmember
Demolition of Structures and Site Clearance at 104 High Street and 192 High Street—Addendum No. 1
February 24, 2017
Page 2
6. Contractor is instructed to add the demolition of the sheet metal building, and all associated
foundations, located to the east of the original demolition scope of work to the project, as
shown on the plans included as Attachment 2. The building has been tested for lead based
paint and asbestos and was negative for all materials. This would be an add alternate
option. Please use revised bid sheet included as Attachment 5.
7. Bid due date is extended to March 3,2017 at 4:00 p.m.
'END OF CHANGES'
This addendum shall be made part of the above referenced project. Full compensation for all work and
requirements of this addendum shall be considered as included in the appropriate price bid and no
additional compensation will be allowed therefore.
.401
Jeremy Laurentows i, Parks and Recreation Director
Questions regarding this addendum may be directed to the City's Project Representative Jessica Sandifer,
jsandifer@moorparkca.gov.
PLEASE EMAIL A SIGNED COPY OF ADDENDUM TO JESSICA SANDIFER AT
jsandifer@moorparkca.00v AND INCLUDE WITH BID.
RECEIPT OF THIS ADDENDUM IS HEREBY ACKNOWLEDGED.
Company Name:
Authorized Representative:
Signature of Authorized Representative:
Attachments:
•
370
2
I
I 1
•
71 1 105 139 165 169 197 1-I 213 233 255
va
nciI
Z or
a' '
m
1
i00 Hi GH ST
E High St E Hir
y
SO41T64ERN P4CiFIC RR
_ n
At completion of construction,contractor to install new 6'high chainlink fence `,2,'
as noted on.diagram 4
z
y
520
Ia,, `,, 241
it
65 81 97 101 113 137 145 167 173 187 191N.
1-, 508 , `,_.
0507
.4 (
% Ji \
496
i
1ST SS — H,
1st Std -- 0'
I
487 p'
t gl
(.j 64 80 96 102 112 124 136 146 160 ' 1172 194 484 ,
,1 I - ' 473
ATTACHMENT 2 — LIMIT OF WORK LINE,ADD ALTERNATE WORK
• • h r, a81 .. _ Ie1 1 :._ —.rt r rig
�• A •, �. � rt I '. " f•�1 t
n ^80 t 55 / 6i�e�k 2
t/� q '9� �6 6 ' 36 2'
QI
I.
1
A 4'
•
,� 1 I , ^. ' i, ' i I I.P
.r. I'll'' NIs k TMr �' 1
4 " , App. , w .';' b
3 ,
n
f
e r
#` 'I� 1 J to :9 I• ! it"' 213'` L i'.255
Ate,oirl
.° + 4k 1, .r , �'u: M.
_ F9mily as, 1 h �I "1
Is^_
nimal CII ' '
---
I` �
jails ;.
• r
�Y �+ , ��)).r��''^�4 -C3 f
04, ±d t ,'., X11 ,:', '[" 2'
0. ti �. r�r ��
a t,� u
,-;+� 1-1..T ."l!Itt n s o :." , . .. .. .. r Illyi
..n A
�;lyn 1 ioim I'h,5t fd„ L5,If oih , k5 e .I 1t'jd!i' L"'ihrtt 1",.r..--,T,- ', I,+ ry ,,:�;,
' n F •E'
t,r 1 1
i 1
' - ;'rl Ir 4 1 I or 4.....1� /''' '‘I''
4. .'1 I ,� lip,X4,41 hl 4'i' N „f Mgr,,.' t y - _ - - .... q �I ,"'.ri
l lip,
�t � ii. �k {
., sit,,it M. fir* Jr
.'K� ' , P!. � Lam. �. "�: . ..__ ',r--.� VI'Svq
N " �Vr., , .' 11, I' lPm��, ",�.udnr. pl ^ � 4 Il ,..
III;
a
W M' I -10% ii ,,I,;„aililroJ
; 1'',111 1
uu�1 I1 joI i„ J�!�N!i. I r
d
Ai, L
I 11 I Ii
.i.r�r?_ ,t [
rte. ee, 'ADDA111BRNt T� -
� N
III , — _
.YtlL�41.�1 Mx IvY.41. 1 AIiJ r1r, '.�'"I4-I T a'r"3"-,kill^1., x. 11'—'"
' ,7""1-111.„,..,14„..,-.,,,,,,' :. INYec!41'.I.'I 4F
• Ali
w-1
I
R 1 ..
II Jaye. -5, ' • r^",I !I;.
I' edy 4 ?I, 4. '4 rji- ,00, ,o " I J
{
� .
azw. � ,R z t t 4:4),tf"kv ! t .. '" a� ' � '" n'M Yt....'
,,,,j14•44.4 r n 1 ce i „
/44„pea ` , ,. :HA',,I1N r I 4.N'. tP 1I rI 1ErN— _w , ` ,*, I + - 14,1 ,7:, ,oqt,
y
».''.
31,4 „, It + - ", ,1 ! ,,,. _ 1 v' i37 I ,7117 r'I8,"'+Y ,. tez
'
k �yj' st�dl -/. Jape
'SMI J' Ili"' w 'al; aN�1 fm' lap data 02017{.ogle h agery e._01 i
...A-. 1 l 1 1 T,Dig talGlobe,U: .Geological Survey
M
N
M
` { •
1 •
•
x { �' a�. !--__ifMiw116!' VP i i .g1 r ? t`;' d- t r -w '-,' i fr,4I'{ '. r �- t'
rt..ry r°.. .ry y pn --7! C �i,c�tP %n'y1},,.-e..-..
3-
•1 '41111.0....,:.q.!.:'
kms qq
.1'.:127-:.. 2 - f C \ - �e AF«�iP� �1 - '1f ' 'l�f�e� ' .1 71w. ,t v. 5i i
N r Y —,/,';,"'Iq( /L
r1 f i " u.0 4..�•rI ii' �' j2k.
P ''li•t.. k. ...
..0• r �. ? v F ..�. ��;y i(�4t clam :.2 '\ . .P.► iii ,
« to .."Y 3` • • � ,i�aA, �tiresofi
� £�'PI ry,��-�5-' � 44+�P1•r• a
•
.uF'i\SJR\ 7 :}j 11{ J 1 r.�wN
lip—, . • , • . - i •
1 , !' to. E mac a _ .,r.............e.. 111 �;_ _ .. 4/ ,..›-
4.
-
1 •1T.,. ' • • SSI:::: :1
11 .. I .� ..�_ .� •
en
,• -E.-, c ..4:-4 . CA e(iiii V • •.., • .1 ,.. Lil
A' l
I.
1 r
I.
' , ....... !mac. �_e1 .1 p��� - ' •\ r-� - r .
_ 1/ L
U D1110 _P- I. r Millial e(ll
E-4 I, 11111111111111
al
141 Willi '
11111 III
....sill=
..et ,
I• ......,....... r EA iI
w.:,,,A..".,e, i
ry i;
•
Lfl
11111
�. aGICd NOIP�y�® 101 COO N�►1d el0: NO11-r ® I ',- .
sc •
_
1 lI '' .'P"". r. $ • 1fl ta -,[I. 1 ➢+.I+.n�1�1wY.r•. V.I. •...,1..
d
1
.,
Y •
Y
r ..,„„„,„,,,._ 1_.. ..
i „.,. )
. 6 ''''.k. :: ,
4_II 11 ti
k :4•Trre Kw) t rµayJ6i w ,.:
♦�fr w ♦F♦.Ma
N,.l� i14. 11 TIMI . �K '
M ., �1..5 r
jil ,1111.0.
611t1iY19.V I IFY i• ' :to fM?A' !was 4,mot.114,4'
••% 0•r.••xr 01.00.4 04141 • •'.
8'1- 14 2,IA 90.%46 ax orktfortbnoi"a,re i �,.
FiA rar,,.
•
5•LONr u 9CGn 7x �'9! �i • F• =
•
mroRuor rr --t-7 —..--'---7----------,..----'1,.0 a+rcaec or 1 �soff u�r1"17---'"---'
"'--., i -'--*- L M.mwon 11 '.w,Y.�4 ' }
ww ewT rY ,orr.1y«_ ,kp , !�'r,r wo 611.4 MIR* uc ,v r ,._.e
` 6,lll j ilk X94:9A ff d Yi.�'�F}i'�KM '
noes^ r '.a � ,y ��11 l' t ' R��mac+ :%,, ..,.��...._ '
IGIr II'G - r(Oh :.....,.,� l .� S ~�O�' '[L?D 1tA+ ,.,x � Nw �7r��cr� r
xrax,1nr ., nn sow nor i7-47-1.. ' K.I r
, ,I`x. ea DUIWIt "19 - mUWN6 '� _.tPlTati::� "!`-•'}' ,• :�' �!
,, rfiMle'oro .• Pont* i••I” { 4 -,-":•'(,:‘.'
'�1�� -
I}
•} I ti
Iry . ._ , _'_--._-_ A..._ ir_. ,�.,,— ..'.— --_ I,9„10 -1 r1 , A'
+ rt
014 146,.—.__S:_ la-- Mods WS.. x�: z
_ -- ---- -- , PUIWQ'IA .NtMA _
r.
•
. I'I.OT run ` �'fbRi. rar W7r vs. to d!re eany° r
• I -,- ---- t1)% s ns ww rl a 'Pomo -'pim ar: �j
02444 1.• 00 IR1 % f.Ott6-•I .... 4 ,3 i/
it t 1urr 9:
•
W
•1 •
ATTACHMENT 4
EXCAVATION/REMOVAUAND BACKFILL OF UNDERGROUND PITS
• Submittals
Review by the Engineer shall not relieve the Contractor of the responsibility for
the adequacy of the dewatering, excavation, abandonment of ground
penetrations, or for furnishing all equipment, labor, and materials necessary for
performing the various parts of that Work.
Submit for the City's review, a plan for diverting the seepage/nuisance water from
around the excavations, which shall include the planned method of diversion,
excavation and shoring limits, the location of such diversion collection and
conveyance lines for control of water, and a plan for reuse. Furnish other
information to the City as may be required for the complete understanding and
analysis of the seepage/nuisance water diversion and excavation plan and as
called for to meet all specifications requirements.
Attention is directed to the provisions for "Shoring and Bracing Drawings" in
Section 6705 of the California Labor Code and SSPWC Section 306-1.1.6, as
well as the Metrolink Excavation Standards. Prior to beginning any trench or
structure excavation 5 feet deep or over or within 25' of the centerline of an
active railroad track, submit to the City and Metrolink a detailed plan showing
design of all shoring, bracing, and sloping of the sides of excavation, and other
provisions for worker protection against the hazard of caving ground during the
excavation of such trenches or structure excavation. The plans shall be signed
and stamped by a State of California registered civil engineer. The submittal(s)
shall include a site location map referencing existing features; detailed plans;
elevations, and various sections indicating all excavation slopes, shoring
components and connections and showing all structures and utilities potentially
influenced by the performance of shoring, trenching or structure excavation along
with supporting calculations; notes including sequence of construction, materials,
and other clarification as required by the California Labor Code, SSPWC, and the
Contract Documents. Review of the submittal shall be for confirmation and the
Project files only. Approval of the submittal shall not be provided.
The following list of submittals shall be provided for City review:
1. Shoring, Worker Protection
2. Nuisance/Seepage Water Management
3. Imported Backfill Materials
• Materials
Imported Backfill Material (Select Fill) Requirements
Imported backfill material (Select Fill) shall be free from organic matter, debris, or
deleterious materials. The backfill material shall not contain rocks, blocky
375
ATTACHMENT 4
material, or lumps over 3 inches in maximum dimension or more than 15 percent
material larger than 2 inches. Rock fragments or poorly weathered material
meeting the above criteria may be utilized provided those materials are not in
concentrated pockets. Imported backfill material shall be non-expansive (EI<20),
have less than 40 percent passing the number 200 sieve and have a sand
equivalent of at least 25. Use of imported backfill material shall be subject to the
Engineer's acceptance. All necessary testing and test reports by the Contractor
to verify and demonstrate suitability of materials shall be at no additional expense
to City.
The maximum dry density at optimum moisture content will be determined in
accordance with the latest version of ASTM D 1557. In-place field density tests
will be performed in accordance with ASTM D 1556 (sand cone), and/or ASTM D
6938 (nuclear gauge). The type, number and location of field density tests will be
determined by the Owner. One sand-cone test (ASTM D 1556) will be taken for
every ten nuclear tests (ASTM D 6938). If backfill material is not within two (2)
percentage points of optimal moisture content, the Contractor shall either add
water or dry the soil material by moving the soil to aerate it sufficiently such that
the optimum moisture content is achieved at no additional cost to the District.
All imported backfill material shall be sampled at the Contractor's expense and
shall be subject to acceptance by the Engineer. Where imported backfill material
is required to possess certain gradation, strength, and settlement properties, the
grain size distribution of soils shall be determined using ASTM D 422, the
gradation of concrete aggregate and base materials shall be determined using
ASTM C 136, the sand equivalent of soils shall be determined using ASTM D
2419, the consolidation of soils shall be determined using ASTM D 2435, the
unconfined compressive strength of soils shall be determined using ASTM D
2166, and the expansion index of soils shall be determined using ASTM D 4829
• Imported Backfill Placement
Imported backfill materials shall be evenly placed in uniform horizontal loose lifts
not and compacted by mechanical means to a relative compaction value as
required in these specifications and determined by ASTM Test Method D1557.
Each layer of fill material shall cover the length and width of the area to be filled
before the next layer of material is placed. The moisture content of the material
shall be controlled and water shall be applied as necessary to achieve the
specified compaction at optimum moisture content and for the prevention of dust
nuisance. No fill material shall be placed on standing water in any excavation.
Backfill shall not be dropped directly upon any structure. Backfill shall be placed
in the presence of the Engineer or designated City Representative.
376
ATTACHMENT 5— Revised Bid Sheet
CITY OF MOORPARK
BID SHEETS FOR
DEMOLITION OF STRUCTURES AND SITE CLEARANCE AT 104 AND 192 HIGH STREET
Bidder's Name:
To the Honorable Mayor and Members of the City Council:
In compliance with the Notice Inviting Bids, the undersigned hereby agrees to execute the
Contract to furnish all labor, materials, equipment and supplies for the Project in accordance
with the Contract Documents to the satisfaction and under the direction of the Parks and
Recreation Director, at the following prices:
BASE AMOUNT:
ITEM DESCRIPTION UNIT QTY AMOUNT
NO.
1. Right-Of-Entry/Permits/Insurance LS $
2. Asbestos Abatement LS $
3 Demolition/Disposal—Granary LS $
Buildings
4 Demolition/Disposal—Restaurant LS $
Building
• 5. Post Demo Site Fencing LF 520
TOTAL BASE AMOUNT $
ADDITIVE OR DEDUCTIVE ITEMs:
ITEM NO. DESCRIPTION UNIT AMOUNT
Add: Demolition of the sheet metal building LS1.
$
TOTAL ADDITIVE OR DEDUCTIVE ITEM(s): $
377
ATTACHMENT 5 — Revised Bid Sheet
Note: Items may be adjusted or modified. Any changes to the quantities for these
items shall not constitute a substantial change as referenced in Section 3-2.2.1 of the
Standard Specifications. Therefore, regardless of total actual volume (percentage)
compared to estimated quantities, the unit prices provided above by the Bidder shall be
applied to the final quantity when payment is calculated for these items. No adjustment
in the unit prices will be allowed. The City reserves the right to not use any of the
estimated quantities; and if this right is exercised, the Contractor will not be entitled to
any additional compensation. Cost of all export of material shall be included in the
above unit costs; no additional compensation will be granted for such expenses.
TOTAL BID PRICE IN DIGITS: $
TOTAL BID PRICE IN WORDS:
Contractor also to supply cost to import additional soil for backfill beyond 10' depth.
Cost to import soil for backfill beyond 10' depth = $ per cu/yd (not included in bid
price)
Signature: Title: Date:
Signature: Title: Date:
378
ATTACHMENT 2
RESOLUTION NO. 2017-
A RESOLUTION OF CITY COUNCIL OF THE CITY OF
MOORPARK, CALIFORNIA, AMENDING THE FISCAL YEAR
2016/17 BUDGET BY APPROPRIATING $184,193.00 FROM
THE ENDOWMENT FUND (2018) FOR DEMOLITION OF
PROPERTY ON SOUTH SIDE OF HIGH STREET (APN 512-0-
090-115) (L0007)
WHEREAS on June 15, 2016 the City of Moorpark'adopted the Operating and
Capital Improvement Projects budget for Fiscal Year (FY) 2016/17; and
WHEREAS, the City would like to prepare the property on the South Side of High
Street for disposition; and
WHEREAS, a staff report has been presented to City Council recommending the
award of an Agreement for the demolition of the structures and requesting an
appropriation of $184,193.00 from the Endowment Fund (2018) to fund the demolition
costs; and
WHEREAS, Exhibit "A", attached hereto and made a part hereof, describes said
budget amendment and the resultant impact to the budget line item.
NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF MOORPARK
DOES HEREBY RESOLVE AS FOLLOWS:
SECTION 1. A budget amendment in the amount $184,193.00 from the
Endowment Fund (2018), as more particularly described in Exhibit "A", attached hereto,
is hereby approved.
SECTION 2. The City Clerk shall certify to the adoption of this resolution and
shall cause a certified resolution to be filed in the book of original resolutions.
PASSED AND ADOPTED this 15st day March , 2017.
Janice S. Parvin, Mayor
ATTEST:
Maureen Benson, City Clerk
Exhibit A — Budget Amendment
379
Resolution No. 2016-
Page 2
EXHIBIT A
BUDGET AMENDMENT FOR
Endowment Fund (2018)for
Expenses related to Demolition of Property at 192 High Street(L0007)(APN 512-0-090-115)
FY 2016/17
FUND BALANCE ALLOCATION:
Fund Title Fund-Account Number Amount
ENDOWMENT FUND 2018-000-00000-33990 $ 184,193.00
Total $ 184,193.00
EXPENDITURE APPROPRIATION:
Account,Number Current Budget Revision Amended Budget
2018-172-L0007-55100 $ 470,000.00 $ - $ 470,000.00
2018-172-L0007-55210 $ - $ 184,193.00 $ 184,193.00
$ - $ - $
$ - $ - $
$ - $ - $
Total $ 470,000.00 $ 184,193.00 $ 654,193.00
Finance Approval: (9-71-
380