MEETING DATE: PREPARED BY: Kipp Hefner, INTERIM Frank ...

86
MEETING DATE: June 28. 2017 PREPARED BY: Kipp Hefner, Associate Civil Engineer INTERIM CITY ENGINEER: Frank Belock DEPARTMENT: Development Services CITY MANAGER: Karen P. Brust SUBJECT: NOTICE OF COMPLETION FOR THE LONE JACK RD. EMERGENCY REPAIRS (CX17B) RECOMMENDED ACTION: 1. Accept the public improvements; and 2. Authorize the filing of a Notice of Completion (Attachment 1). STRATEGIC PLAN: The project relates to the Transportation goal of continue planning, management, and maintenance of local transportation infrastructure. FISCAL CONSIDERATIONS: On March 29, 2017, the City Council authorized an appropriation of $447,300 for this project. The total cost of this project is $296,955.89 and is detailed below. The remaining balance of $150,344 will be returned to the General Fund. Construction (TC Construction Company): $283,230.89 Inspection (Geopacifica): $ 13,725.00 TOTAL $296,955.89 BACKGROUND: On the morning of March 1, 2017, engineering staff was made aware of a road failure on Lone Jack Road in the community of Olivenhain. Several weeks of heavy rain had caused the groundwater level to rise up to the surface to the point that pressure forced the groundwater to exit the pavement on Lone Jack Road and Fortuna Ranch Road. Continuous flow of groundwater had been coming out of the pavement, out of water valve covers, and along the edges of manholes on those streets. This significant amount of surface flow along with the over-saturated subgrade, led to a significant road failure on Lone Jack Road. On March 1, 2017, a construction dump truck traveling southbound on Lone Jack Rd. between Bella Collina and Fortuna Ranch Rd. came to an abrupt stop, broke through the asphalt surface and sank 10 inches into the oversaturated subgrade. This incident highlighted the public safety hazard that existed on Lone Jack Road due to the impact of high ground water flows. 2017-06-28 Item 8H 1 of 86

Transcript of MEETING DATE: PREPARED BY: Kipp Hefner, INTERIM Frank ...

MEETING DATE: June 28. 2017

PREPARED BY: Kipp Hefner, Associate Civil Engineer

INTERIM CITY ENGINEER:

Frank Belock

DEPARTMENT: Development Services CITY MANAGER: Karen P. Brust

SUBJECT: NOTICE OF COMPLETION FOR THE LONE JACK RD. EMERGENCY REPAIRS (CX17B) RECOMMENDED ACTION:

1. Accept the public improvements; and 2. Authorize the filing of a Notice of Completion (Attachment 1).

STRATEGIC PLAN: The project relates to the Transportation goal of continue planning, management, and maintenance of local transportation infrastructure. FISCAL CONSIDERATIONS: On March 29, 2017, the City Council authorized an appropriation of $447,300 for this project. The total cost of this project is $296,955.89 and is detailed below. The remaining balance of $150,344 will be returned to the General Fund. Construction (TC Construction Company): $283,230.89 Inspection (Geopacifica): $ 13,725.00 TOTAL $296,955.89 BACKGROUND: On the morning of March 1, 2017, engineering staff was made aware of a road failure on Lone Jack Road in the community of Olivenhain. Several weeks of heavy rain had caused the groundwater level to rise up to the surface to the point that pressure forced the groundwater to exit the pavement on Lone Jack Road and Fortuna Ranch Road. Continuous flow of groundwater had been coming out of the pavement, out of water valve covers, and along the edges of manholes on those streets. This significant amount of surface flow along with the over-saturated subgrade, led to a significant road failure on Lone Jack Road. On March 1, 2017, a construction dump truck traveling southbound on Lone Jack Rd. between Bella Collina and Fortuna Ranch Rd. came to an abrupt stop, broke through the asphalt surface and sank 10 inches into the oversaturated subgrade. This incident highlighted the public safety hazard that existed on Lone Jack Road due to the impact of high ground water flows.

2017-06-28 Item 8H 1 of 86

This situation met the definition of an Emergency per the State Public Contract Code section 1102, which states the following: “Emergency, as used in this code, means a sudden, unexpected occurrence that poses a clear and imminent danger, requiring immediate action to prevent or mitigate the loss or impairment of life, health, property, or essential public services.” The situation called for immediate action for the protection of the travelling public on Lone Jack Road. On March 1, 2017, an emergency was declared pursuant to Encinitas Municipal Code Section 7.18.060. (Attachment 2) The scope of work necessary to address the situation included, but was not limited to, excavating and hauling away the existing damaged asphalt pavement and oversaturated subgrade, installing a perforated subdrain to drain the groundwater to an adjacent drainage channel or storm drain, and installing new base and asphalt pavement. TC Construction Company, Inc. was brought in to perform the necessary emergency repairs. Section 7.18.060 of the Municipal Code covers emergency work and states that in the event of an emergency, as determined by the City Manager, which requires immediate action to ensure public health, safety, welfare and continuity of operations, the City Manager may cause the purchase of necessary supplies, equipment and services without competitive bidding for the purpose of responding to the emergency with unencumbered money, irrespective of whether said money has been appropriated for such purpose. A full report of the circumstances of the emergency purchase was presented to the City Council at the March 8, 2017 City Council meeting. ANALYSIS: The Public Improvements have been installed to the satisfaction of the Engineering Division of the Development Services Department. ENVIRONMENTAL CONSIDERATIONS: The project was Categorically Exempt under CEQA Section 15269 (b): “Emergency repairs to publicly or privately owned service facilities necessary to maintain service essential to the public health, safety or welfare.” This item is not related to the Climate Action Plan. ATTACHMENTS: 1. Notice of Completion dated June 28, 2017 2. Emergency Declaration dated March 3, 2017 3. Contract with TC Construction Company, Inc.

2017-06-28 Item 8H 2 of 86

RECORDING REQUESTED BY AND WHEN RECORDED RETURNED TO:

Kathy Hollywood, City Clerk CITY OF ENCINITAS 505 South Vulcan Avenue Encinitas, California 92024

Exempt from Recording Fees pursuant to GC 27383

Attachment 1

NOTICE OF COMPLETION

NOTICE IS HEREBY GIVEN THAT:

The City of Encinitas, a municipal corporation, is the owner of that certain public improvement known as the Lone Jack Rd. Emergency Repair(CX17B).

The City of Encinitas is the owner. The address is 505 South Vulcan Avenue, Encinitas, California 92024.

The general location of said public improvement is at various locations throughout the City.

On March 1, 2017, a contract to construct said public improvement was awarded to TC Construction Company, Inc.

Work under said contract was completed on or about April 28, 2017, to the satisfaction of the City of Encinitas and was accepted by the City.

City of Encinitas, owner in fee

Dated: June 28, 2017

Kipp Hefner, P.E. Associate Civil Engineer

VERIFICATION OF CITY CLERK

I, the undersigned, state that I have read the foregoing Notice of Completion and know the contents thereof. I am the City Clerk of the City of Encinitas and am authorized to make this verification for and on its behalf. I declare under penalty of perjury that the foregoing is true and correct.

Executed at Encinitas, California this June 28, 2017.

Owner - City of Encinitas

Kathy Hollywood City Clerk

2017-06-28 Item 8H 3 of 86

I, Kathy Hollywood, City Clerk of the City of Encinitas, a political subdivision of the County of San Diego, State of California, which is the owner in fee of the public work described within the Notice of Completion executed by said City of Encinitas, do hereby certify that I have read the same and know the contents thereof and the facts therein stated are true to the best of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. I make this verification for an on behalf of the City of Encinitas.

Date:

Kathy Hollywood, City Clerk

2017-06-28 Item 8H 4 of 86

2017-03-08 Item 11D (Updated with Signature) 1 of 22017-06-28 Item 8H 5 of 86

khefner
Stamp

2017-03-08 Item 11D (Updated with Signature) 2 of 22017-06-28 Item 8H 6 of 86

CONTRACT FOR THECONSTRUCTION OF A PUBLIC WORKS

EMERGENCY PROJECT CX17B

THIS CONTRACT is made and entered into by and between the CITY ofEncinitas, a municipal corporation, hereinafter referred to as "CITY", and TCConstruction Company, Inc., hereinafter referred to as "CONTRACTOR".

RECITALS

WHEREAS, the subject site is located at Lone Jack Rd., south of Fortuna Ranch Rd.;and,

WHEREAS, recent rains have caused the ground water to rise and the subgradeof the road to be compromised to the point where truck sunk into the roadbed; and,

WHEREAS, the repair of this road failure constitutes an "Emergency", as definedby Public Contract Code §1102 since this erosion is a "sudden, unexpected occurrencethat poses a clear and imminent danger" to the integrity of a critical road that providesthe only access to the Olivenhain area of Encinitas, "requiring immediate action toprevent or mitigate the loss of impairment of life, health, property, or essential publicservices"; and,

WHEREAS, City requires a general contractor to perform the repairs as anemergency project generally described as:

Emergency Repair of Lone Jack Road; Project CX17B, and,

WHEREAS, Contractor represents itself as possessing the necessary skills andqualifications to construct the emergency project required by the City and possessingthe required Contractors license;

NOW THEREFORE, in consideration of these recitals and the mutual covenantscontained herein, City and Contractor agree as follows:

1.0 CONTRACTOR'S OBLIGATIONS

1.1 CONTRACTOR shall construct the project in conformance with therequirements set forth in Attachment A, which is attached hereto and incorporatedherein as though fully set forth at length; and which will hereinafter be referred to as"PROJECT".

1.2 The CONTRACTOR shall perform all work required to construct thePROJECT in conformity with applicable requirements of all City, State, and federal laws.

1.3 The CONTRACTOR is hired to render professional services and anypayments made to CONTRACTOR are compensation fully for such services.

2017-06-28 Item 8H 7 of 86

khefner
Stamp

1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACT

all professional certifications and licenses required in order to comply with all City,

State, and federal laws in the performance of this CONTRACT.

1.5 The CONTRACTOR shall pay to all laborers and mechanics employed on

the project not less than the State prevailing wage rate as determined by the Director of

Industrial Relations of the State of California. See, Labor Code Sections 1720 et seq.

and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et

seq. ("Prevailing Wage Laws")

3.0 PAYMENT FOR SERVICES

Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance

with the provisions that are standard for the industry, subject to the unit prices reflected

in CONTRACTOR'S emergency rates (Attached herein) or for other items shall be billed

and paid for on a Time and Materials basis as shown in Attachment B, not to exceed

$282,651.54.

3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM — NOT

APPLICABLE

4.0 TERM OF CONTRACT

4.1 This CONTRACT shall be immediately effective on and from the day, month

and year of its execution by CITY.

4.2 CONTRACTOR has commenced with the construction of the PROJECT.

4.3 CONTRACTOR shall fully complete the performance of this contact within 5

working days from the date of this contract.

5.0 TERMINATION OF CONTRACT

In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work as

provided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying the

CONTRACTOR by certified mail of said termination.

6.0 STATUS OF CONTRACTOR

The CONTRACTOR shall perform the services provided for herein in a manner of

CONTRACTOR's own choice, as an independent contractor and in pursuit of

CONTRACTOR's independent calling, and not as an employee of the CITY.

CONTRACTOR shall be under control of the CITY only as to the result to be

accomplished and the personnel assigned to the project. However, CONTRACTOR

shall confer with the CITY as required to perform this CONTRACT.

7.0 SUBCONTRACTING

2017-06-28 Item 8H 8 of 86

7.1 Not Applicable. CONTRACTOR shall not subcontract out any Work.

7.2 If the CONTRACTOR subcontracts any of the work to be performed underthis CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the actsand omissions of the CONTRACTOR'S subcontractor and of the persons either directlyor indirectly employed by the subcontractor, as CONTRACTOR is for the acts andomissions of persons directly employed by CONTRACTOR. Nothing contained in theCONTRACT shall create any contractual relationship between any subcontractor ofCONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor bythe terms of the CONTRACT applicable to CONTRACTOR's work unless specificallynoted to the contrary in the subcontract in question approved in writing by the CITY.

8.0 ASSIGNMENT OF CONTRACT

The CONTRACTOR has no authority or right to assign this CONTRACT or any partthereof or any monies due thereunder without first obtaining the prior written consent ofthe CITY.

9.0 EQUALS —Not Applicable

10.0 VERBAL AGREEMENT OR CONVERSATION

No verbal agreement or conversation with any officer, agent or employee of the CITY,either before, during or after the execution of this CONTRACT, shall effect or modifyany of the terms or obligations herein contained nor such verbal agreement orconversation entitle CONTRACTOR to any addition payment whatsoever under theterms of this CONTRACT. Direction from the City Inspector is the exception to thisstatement.

11.0 DISPUTES

11.1 Initial Dispute Resolution. If a dispute should arise regarding theperformance of this Agreement, the following initial dispute resolution procedures shallbe used prior to initiation of the statutory claims procedure set forth in Section 13.4 et.seq:

A. Within twenty (20) City working days after a dispute regarding theperformance of this Agreement arises, it shall be reduced to writing at staff levelby the complaining party setting forth the nature of the dispute in detail, alongwith all pertinent back up documentation in support. The writing shall bedelivered to the receiving party by first class mail or personal delivery directly tothe party's project manager, along with recommended methods of resolution.

B. The party receiving the letter shall reply to the letter with a detailedresponse, along with a recommended method of resolution, if any, within ten (10)City working days of receipt of the letter.

2017-06-28 Item 8H 9 of 86

11.2 If the dispute is not resolved at staff level in accordance with Section 13.1,within five (5) City working days of the receiving party response (or longer if agreedbetween the parties) ,the aggrieved party, through its respective project manager shalldeliver to the City Manager's office a letter outlining the dispute for the City Manager'sreview. The receiving party may submit further response, if required, to the Citymanager within five (5) city working days thereafter. The City Manager, at his/her solediscretion may respond as he/she deems appropriate, including recommendations forresolution, discussions or rejection of the dispute within fifteen (15) working days ofreceipt of the complaint.

11.3 If the dispute remains unresolved and the parties have exhausted theprocedures outlined in this section, the parties may then seek remedies available tothem under this Agreement and at law, including, but not limited to, under thetermination procedures. This provision does not relieve Contractor of its obligation andContractor is required to timely comply with all applicable provisions of the GovernmentClaims Act before initiating any legal proceeding against City.

11.4 Public Contract Code ~ 20104. Consistent with Public Contracf Code §20104 et. seq., a claim by the Contractor for a time extension; payment of money ordamages arising from work done by or on behalf of the Contractor pursuant to theContract which is not otherwise expressly provided for or the claimant is not otherwiseentitled to; or an amount the payment of which is disputed by the City, shall be dealtwith as follows:

A. The claim shall be in writing and include the documents necessary tosubstantiate the claim. Claims must be filed on or before the date of finalpayment. Nothing in this subdivision is intended to extend the time limit orsupersede notice requirements otherwise provided by the Contract for the filingof claims.

B. For claims of less than fifty thousand dollars ($50,000}:

1. For claims of less than fifty thousand dollars ($50,000), the Cityshall respond in writing to any written claim within 45 days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.

2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.

3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 15 days after receipt of the furtherdocumentation or within a period of time no greater than that taken by theclaimant in producing the additional information, whichever is greater.

C. For claims of fifty thousand dollars ($50,000) or more:

2017-06-28 Item 8H 10 of 86

1. For claims of over fifty thousand dollars ($50,000) and less than orequal to three hundred seventy-five thousand dollars ($375,000), the Cityshall respond in writing to all written claims within 60 days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.

2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.

3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 30 days after receipt of the furtherdocumentation, or within a period of time no greater than that taken by theclaimant in producing the additional information or requesteddocumentation, whichever is greater.

D. If the claimant disputes the City's written response, or the City fails torespond within the time prescribed, the claimant may so notify the City, inwriting, either within 15 days of receipt of the City's response or within 15days of the City's failure to respond within the time prescribed,respectively, and demand an informal conference to meet and confer forsettlement of the issues in dispute. Upon a demand, the City shallschedule a meet and confer conference within 30 days for settlement ofthe dispute.

E. Following the meet and confer conference, if the claim or any portionremains in dispute, the claimant shall file a government claim pursuant toChapter 1 (commencing with Section 900) and Chapter 2 (commencingwith Section 910) of Part 3 of Division 3.6 of Title 1 of the GovernmentCode. The Government Claim filing requirement is a required prerequisiteto bring a court action against City. For purposes of those provisions, therunning of the period of time within which a claim must be filed shall betolled from the time the claimant submits his or her written claim pursuantto this section until the time the claim is denied, as a result of the meetand confer process, including any period of time utilized by the meet andconfer process.

11.5 Contractor acknowledges that California Government Code Sections12650 et seq., the False Claims Act, provides for civil penalties where a personknowingly submits a false claim to a public entity. These provisions include false claimsmade with deliberate ignorance of the false information or in reckless disregard of thetruth or falsity of the information. This provision does not relieve Contractor of itsobligation and Contractor is required to timely comply with all applicable provisions ofthe Government Claims Act before initiating any legal proceeding against City.

2017-06-28 Item 8H 11 of 86

11.6 As required by Public Contracts Code § 9201, the City will provideContractor with timely notification of any third party claim related to the contract.

12.0 HOLD HARMLESS

12.1 To the fullest extent allowed by law, CONTRACTOR, (including, but notlimited to, its employees, subcontractors, officials, officers or representatives) agrees toindemnify, immediately defend and hold the City and City's officers, elected officials,employees, City contractors and agents harmless from, and against any and all liabilities,claims, suits, actions ,demands, administrative actions, fines, actions for injunctive relief,causes of action, losses, damages, attorney's fees and costs, including all costs ofdefense thereof, brought against them arising directly or indirectly from, any workperformed by Contractor or Contractor's agents, employees, subcontractors, officials,officers or representatives during the pe►fiormance of any services and work under thiscontract. This includes the active or passive negligence of City, as allowed by law. Upondemand, Contractor shall, at its own expense, immediately defend and indemnify Ciry andCity's officers, elected officials, employees, City contractors and agents, from and againstany and all such liabilities, claims, suits, actions, demands, administrative actions, fines,penalties, actions for injunctive relief, causes of action, losses, damages and costs broughtagainst them. The Contractor shall provide a defense to the City's indemnitees or at theCity's option reimburse the City for its costs of defense, including reasonable attorneys'fees, incurred in the defense of such claims; and the Contractor shall promptly pay anyfinal judgment or portion thereof rendered against the CITY.

12.2 CONTRACTOR'S obligation herein includes, but is not limited to, fines,penalties, attorney's fees, costs, ADA claims arising during the course of construction ofthe improvements, ADA claims arising as the result of defects in the construction of theimprovements, alleged defects in the construction of the improvements; alleged defectsin the materials furnished in the construction of the improvements; alleged injury topersons or property; alleged inverse condemnation of property as a consequence of theconstruction or maintenance of the work or the improvement; and any accident, loss ordamage to the work or the improvements prior to the acceptance of same by City.

12.3 By inspecting, approving or accepting the improvements, City shall nothave waived the protections afforded herein to City and City's officers, officials,employees and agents or diminished the obligation of CONTRACTOR who shall remainobligated in the same degree to indemnify and hold City and City's officers, officials,employees and agents, harmless as provided above.

12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims,demands, causes of action, losses, damages or costs that arise out of the City'sintentional wrongful acts, violations of law, or the City's sole active negligence.

13.0 INSURANCE

The Contractor shall obtain and for the full term of this contract maintain in full force andeffect, comprehensive general liability and property damage insurance, or commercialgeneral liability insurance, automobile and Worker's Compensation Insurance from

2017-06-28 Item 8H 12 of 86

insurers having a Best Rating of A-: VII or better and licensed and authorized by theInsurance Commissioner of the State of California Department of Insurance to betransacting business in the State of California and approved by City. CONTRACTORshall also name City as an additional insured and provide adequate proof of insurance.

14.0 NOTICES

14.1 Any notices to be given under this CONTRACT, or otherwise, shall beserved by certified mail.

14.2 For the purposes hereof, unless otherwise provided in writing by theparties hereto, the address of CITY and the proper person to receive any such notice onits behalf is:

Karen P. BrustCity ManagerCity of Encinitas505 S. Vulcan AvenueEncinitas, CA 92024-3633

and the address of CONTRACTOR and the proper person to receive any such notice onits behalf is.

TC Construction Company, Inc.Attn: Austin Cameron, President10540 Prospect Ave.Santee, CA 92071619-417-7396License # A402459

15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATIONREFORM AND CONTROL ACT OF 1986

"CONTRACTOR certifies that CONTRACTOR is aware of the requirements ofthe Immigration Reform and Control Act of 1986 (8 USC Secs. 1101-1525) and willcomply with these requirements, including but not limited to verifying the eligibility foremployment of ali agents, employees, subcontractors and consultants that are includedin this Contract."

16.0 AFFIDAVIT OF NONCOLLUSION

As required by California Public Contracts Code section 7106, the CONTRACTOR hassubmitted within Section F, Bid Forms, affidavit of non-collusion affidavit, which isattached hereto and incorporated herein as though fully set forth at length.(NOTAPPLICABLE —EMERGENCY WORK)

2017-06-28 Item 8H 13 of 86

17.0 CONTRACTOR'S AWARENESS AND COMPLIANCE WITH THE STATE OFCALIFORNIA FAIR EMPLOYMENT PRACTICES

CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the FairEmployment and Housing Act (Gov. Code, 1290-0 et seq.) and will comply with theprovisions as required by Labor Code section 1735.

18.0 RECORDS RETENTION AND INSPECTION

CONTRACTOR agrees that it will retain all records, including financial and employmentrecords, relating to the Emergency Repair of Lone Jack Rd. ;Project CX17B for a periodof three years from substantial completion of the project. CONTRACTOR agrees that onthree days' written notice from the City, CONTRACTOR will make all records available forinspection and copying by the City or the City's authorized representative.

19.0 PROGRESS OF WORK

Pending resolution of any dispute under the contract, the CONTRACTOR shall not beexcused from any scheduled completion date provided for by the CONTRACT, and shalldiligently proceed with all work necessary to complete the work of improvement. No workshall be delayed or postponed by the CONTRACTOR pending resolution of any dispute ordisagreement, including payment, with the CITY unless otherwise agreed to in writing.The CITY shall compensate the CONTRACTOR based on the CONSTRUCTIONMANAGER's interpretation of the CITY's obligation to pay, or on a subsequent writtenagreement of the parties, or as otherwise determined or fixed by arbitration or in a court oflaw.

20.0 NO VERBAL AGREEMENT OR CONVERSATION

No verbal agreement or conversation with any officer, agent or employee of the City, eitherbefore, during or after the execution of this Contract, shall affect or modify any of the termsor obligations herein contained nor such verbal agreement or conversation entitleContractor to any additional payment whatsoever under the terms of this Contract. Allcontractual modifications shall be in writing and executed by City personnel authorized tobind City.

21.0 CLAIMS STATUTE COMPLIANCE

In addition to any other notice requirement contained herein, Contractor is required tocomply with all Ca{ifornia Government Claims Act Requirements before initiating suit.

22.0 NO ASSIGNMENT

Contractor has no right or power to assign or transfer this Contract, ar any portion thereof,nor shall any of the Contractor's duties be delegated, without the express, prior writtenconsent of the City. Any attempt to assign or delegate this Contract without the expresswritten consent of the City shall be void and of no force or effect. Consent by the City to

2017-06-28 Item 8H 14 of 86

one assignment, transfer or delegation shall not be deemed to be a consent to anysubsequent assignment, transfer or delegation.

23.0 ENTIRE AGREEMENT

This contract and related Contract Documents comprise the entire agreement between theCity and the Contractor concerning the work to be performed and the project.

CONTRACTOR

TC Construction many, Inc.

By: /~~r~Austin CameronPresident

Dated: 2d I~

APPROV D AT TO FORM:

Glenn Sabine, City Attorney

laity Man er

Dated:

2017-06-28 Item 8H 15 of 86

ATTACHMENT A

Emergency Repair of Lone Jack Road; Project CX17B

WORK TO BE DONE

All work shall be done in accordance with the Special Provisions, the "GreenbookStandard Specifications for Public Works Construction (2015 edition), and the 2010edition of the State of California Department of Transportation Standard Specifications,the San Diego Area Regional Standard Drawings (August, 2009 edition), and the State ofCalifornia Department of Transportation Standard Plans (2010 edition).

This project involves the rehabilitation of Lone Road, south of Fortuna Road. This workconsists of dewatering the site and filtering the ground water through coordination with theSan Elijo Joint Powers Association, removing the compromised road bed and transportingthis material to another site. Placing a French system and reconstruction of the road witha section described as 8" of AC over 12" of virgin class II base that will rest on HP570fabric underlain by 2ft. of 3/4" rock resting on another layer of HP570 fabric. The silt tankshown below is to be replaced with Pure Effect's mechanical filtration system. Thereinstallation of the horse trail crossing immediately south of Fortuna Ranch Rd. Fieldchanges may modify the required work.

2017-06-28 Item 8H 16 of 86

2017-06-28 Item 8H 17 of 86

T&M RATES

¢o~nuee~se

comp~nY

3/112D17

EQUIP # EQUIP DESCRlPTlON

excavaroRsMINI IXCAVATORS

3128 CATERPILLAR

3091 CATERPILLAR

3174 CATERP/LLAR

SMALL EXCAVATORS (UNDER 47,000

1873 CATERPILLAR

2013 CATERPILLAR

1898 CATERPILLAR

2132 KOMATSU

2133 KOMATSU

2201 KOBELCO W/BLADE

2253 KOBELCO W/BLADE

2778 LINKBELT

2797 LINKBELT

2138 LINKBELT

1968 CATERPILLAR

1990 CATERPILLAR

2249 CATERPILLAR

MEDIUM EXCAVATORS (50,000-99,000

2027 LINKBELT

3070 CATERPILLAR

3113 CATERPILLAR

2090 CATERPILLAR

2015 LINKBELT

2076 LINKBELT

2179 LINKBELT

2247 LINKBELT

3074 CATERPILLAR

1884 KOMATSU

2271 KOMATSU

1848 CATERPILLAR

LARGE EXCAVATORS (900,OOD=750,00

2954 LINKBELT

2131 KOMATSU

EX LARGE EXCAVATORS {OVER 150,0

2155 LINKBELT

IXCAVRTOR ATTACHMENTS

COMPACTIOIJ WHEELS

COMPACTION WHEELS

COMPACTION WHEELS

Page 1 of 12

HOURLYMODEL SIZE

BUCKETSIZf/ ARE OPERATED 0TPAYLOAD OPERATED RgTE

REfVfAL RATE

305.5E2 CR 17,863 12"-24" 70.00 955.00 185.OD

308ECR SB 1&,300 18"-36" 70.00 155.00 185.00

308E2 18,500 18"-36" 70.00 ?55.00 185.00

LBS)

3128 27,410 78"-55" 80.00 ?65.00 195.00

3138 CR 29,540 18"-55" 80.00 165.00 195.00

PC 150-6 39,500 18"-55" 90.00 775.00 205.00

PC 200 43, 000 24"-67" 95.00 180.00 210.00

PC 200 43,000 24"-67" 95.00 180.00 210.00

ED190 43,700 18"-55" 105.00 190.00 220.00

ED 190 43,700 78"-55" J05.00 790.00 220.00

2fOLX 44,800 18"-55" 95.00 180.OD 210.00

21000 44,800 78"-55" 95.00 980,OD 210.00

210 LX 44,800 78" 66" 95.00 780.00 210.00

320CL 46,300 24 =67" 100.00 185.00 213.00

320CL 46,300 24 =67" 100.00 785.00 215.00

320CL 46,300 24 =67" 100.00 185.00 215.00

LBS)

240LX 52,700 24"-67" 125.00 210.00 240.00

320 ELRR 56,440 27"-68" 125.00 210.00 240.00

320 ELRR 56,440 27"-68" 125.D0 290.00 240.00

330C 77,400 27"-68" 145.00 230.00 260.00

330LX 78,000 27"-68" ?45.00 230.00 260.00

330LX 78, 000 27"-68" 145.00 230,00 260.00

330 LX 78,000 27"-68" 145.00 230,00 260.00

330LX 78,000 27"-68" 145.00 230.00 260.00

336E 82,000 27"-68" 145.00 230.00 260.00

PC 400 94, 000 27"-68" 165.00 250.00 280.00

PC400LC-6 94,000 27"-68" 165.00 250.OD 280.00

3458 95,000 27"-76" 165.00 250.40 280.00

0 LBS)

460LX 101,200 27"-76" 775.00 260.00 290.00

PC 600 140,000 27"-76" 260.00 345.00 375.00

00 LBS)

800LX 174,600 32"-78" 300.00 385.00 415.00

305-308 18"-24" 20.OD

3128-320C 18"-36" 20.00

330C-460LX 24'-48" 20.00

SEE PAGE 12 FOR TERMS AND CONDfTI0N5

2017-06-28 Item 8H 18 of 86

' Page2of12

BUCKE!'SIZE/ HOURLY

ppERATED OTEQU/P~ EQUIP DESCRIPTION 1I90DEL SIZE PA~~O BARE OPERATED RATERENFAL RATECOMPACTfONWHEELS 375-800LX 24"-48" 20.00ADDITIONAL BUCKETS 30508 92"-36" 20.00ADDITIONAL BUCKETS 312&32DC 78"-48" 20.00ADDITIONAL BUCKETS 330C-46DLX 24"~0" 20.00ADDITIONAL BUCKETS 375-800LX 32"-78" 20.00THUMB ATTACHMENT 3728-320C 70.00THUMB ATTACHMENT 330C-460LX 10.00

BREAKERS / DEMOLITION

3137 1,500 LB BREAKER FITS 308 H95ES 1500LB 40.003040 4,500 LB BREAKER FITS PG2Q0, 320C TB980 4,5001b 72.002172 2,000 LB BREAKER F1TS 313B, ED190 TB725 2,00016 50,002173 2,000 LB BREAKER FITS ED190, 3138 TB725 2,000lb 50.002258 i3, 500 LB BREAKER FITS 3458, 350, 4601X TB2580 13,50016 144.002284 i3, 500 LB BREAKER FITS 3458,350, 460LX TB5300 13, 50016 144.00

1942 PULVERIZER/PROCESSORLABOUNTY CP100 3458/350 62.00

2395 HYDRAULIC MULTI PROCESSSOR CAT MP30 MP 30 3458/350 110.00

BACKHOELOADERS

420 BACKHOE

2246 CATERPILLAR 420D 15,700 12"-36" 62.00 147.00 777.002075 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 177.002076 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 177.002077 CATERPILLAR 420D 15,800 12"•-36" 62,00 147.00 177.002078 CATERPlLIAR 420D 15, 800 12 =36" 62.00 147,00 177.003109 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 177.003110 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 177.003177 CATERPILLAR 420E 15,200 12"•36" 62.00 147.00 177.003712 CATERPILLAR 420E 15,200 72"-36" 62.00 147.00 177.00

446 BACKNOE1913 CATERPILLAR 4468 i9, 600 18"-48" 75.0 160.00 190.001919 CATERPILLAR 4468 19,600 i8"-48" 75.00 160.00 190.001920 CATERPILLAR 4468 19,600 18"-48" 75.00 1fi0.00 190.001921 CATERPILLAR 4468 19, 600 18"-48" 75.00 160.00 190.002182 CATERPILLAR 446D 19, 600 18"-48" 75.00 160.00 190.002783 CATERPILLAR 446D 19,600 i8"-48" 75.00 160.00 190.002195 CATERPlLL4R 446D 19,600 18"-48" 75,00 160.00 190.002196 CATERPILLAR 446D 19,600 78"-48" 75.00 160.00 190.00

BACKNOE ATTACHMENTS &BREAKERS

3127 1, 500 BRE4KER FITS 420 $ 446T N95ES 1500LB 40.002260 750 BREAKER FITS 420D 750L6 25.002168 1,100 BREAKER FITS 420D TB425 1,1001b 28.002109 1,700 BREAKER FITS420D T8425 1,1001b 28.00p~72 2,000 BREAKER FITS 446D T8725 2,00016 43.00

` 2773 2.000 BREAKER FITS 446D TB725 2,DOOlb 43.00HYDR,4ULlCAUGER 420D 6"-24" 72.50FORKS 420D 60" 5.00FORKS 4468/D 60" 5.00EXTR,4BUCKETS 420D 72"36" 5.00IXRTA BUCKETS 4468/D 18"-48" 5.00COMPACTION WHEEL 420/446 18"-24" 20.00

SEE PAGE 12 FORTERMSAND CONDITIONS

2017-06-28 Item 8H 19 of 86

Page 3 of 12

EQU/PE EQUIP DESCRIPTION

B' PICKUP BROOM

WHEEL LOADERS

SMALL LOADERS

1997 CATERPILLAR

MEDIUM LOADER

1849 CATERPlLL4R

1886 CATERPfLLAR

1969 CATERPILLAR

2014 KAWASAKI

2026 KAWASAKI

2159 KAWASAKI

2160 KAWASAKI

2780 KAWASAKI

2799 KAWASAKI

2200 KAWASAKI

2251 KAWASAKI

3064 CATERPILLAR

LARGE LOADERS

1962 KAWASAKI

2158 KAWASAKI

2181 KAWASAKI

2248 KAWASAKI

1885 CATERPILLAR

IX LARGE LOADERS

2139 KAWASAKI

WHEEL LOADER ATTACHMENTS

FORKS

BOOM LIFTS/ SNORKLE

SIDE DUMP BUCKET

SKELETON BUCKET

4 !N 1 MULTIPURPOSE

PICK UP BROOM

TRACK LOADERS

2202 CATERPILLAR

TRACK DOZERS

3075 DOZER CATERPILLAR

SLOPE BOARD

COMPACT TRACK LOADERS

3775 CATERPILLAR

3176 CATERPILLAR

3735 CATERPILLAR

SK/PLOADER/SKIDSTERS

2380 BOBCAT

2092 CATERPILLAR SKID

2901 CATERPILLAR SKID

2223 CATERPILLAR SKID

2224 CATERPILLAR SKID

2354 CATERPILLAR SKID

3030 CATERPILLAR SKID

3031 CATERPlLLARSKID

INQDfL SIZE BUCKETS¢El y ~REy OPERATED OTPAYLOAD OPERATED RATE

REMAL RATE

BP25 98" 26.00

928G 27,250 2.9yd 90.00 175,00 205.00

938G 29,700 3.5yd 95.00 180.Q0 210.00

938G 29,700 3.5yd 95.00 180.00 210.00

938G 29,700 3.5yd 95.00 780.00 214.00

70Z1V 33,000 3.2yd 95.00 180.00 210.00

70Z►V 33,000 3.2yd 95.00 180.00 210.00

70ZIV 33,000 3.2yd 95.00 180.00 21D.00

70ZIV 33,000 3.2yd 95.00 180.00 210. D0

70ZV 34,000 3.2yd 95.00 180. Q0 210.00

70ZV 34,00 3.2yd 95,00 180.00 210.00

70ZV 34,000 3.2yd 95.00 180.0 210.00

70ZV 34,000 3.2yd 95.00 180.00 210.00

938K 350D0 3.2yd 95.OD 180.00 210.00

80Z 39,825 4yd 110.00 195.00 225.00

80ZIV 39, 825 4yd 110.00 195.00 225, 00

80ZV 39,825 4yd 110.00 !95.00 225.00

80ZV 39,825 4yd i?0.00 ?95.0 225.00

950G 40,435 4yd 110.00 195.00 225.00

95ZV 66,330 7yd 200.D0 285.OD 315.00

10.00

10.00

10.00

10.00

15.00

70' 36.00

863C 44,500 3.5yd 135.00 220.00 250.00

D6T 56,158 6-WAY 150.00 235.00 265.00

10.00

299D XHP rubr 77, 612 .75 / 6-WAY 90.00 i 75.00

175.00

175.00

205.00

205. d0

205.00

299DXHPsteel 92,000 .75/6-WAY 90,00

29902 XHP 71, 608 .75 / 6-WAY 90.00

5150 5,935 .4yd 45.00

248 7,800 .5yd 54.00

248 7, 800 .5yd 54.00

248B 7,800 .5yd 54.00

248B 7, 800 .5yd 54.00

248 7,800 .5yd 54.00

272C 8,362 .6yd 65.00

272C 8,362 .6yd 65.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

130.00

139.00

139.00

139.00

139.00

139.00

150.00

1 b0, 00

160.00

769.00

169.00

169.00

169.00

169.00

780.00

180.00

2017-06-28 Item 8H 20 of 86

Page 4 of 12

HOURLYEQUIP#` EQUIPDfSCRlPnON MODEL SITE BUCKETSfZE/ BAS OPERATED OT

PAYLOAD OPERATED {ZpTERENTAL RATE2229 JOHN DEERE SKIP LOADER 210LE 14,500 1yd 31.00 116.00 146.002270 JOHN DEERE SKlP LOADER 210LE 14,500 1 yd 31.00 116.00 146.00

SK/DSTEER ATfATCNMENTS

2348 SWEEPSTER BROOM S860 60" 19.001099 SWEEPSTER BROOM SB72 72" 19.002102 SWEEPSTER BROOM SB72 72" 19.Oa2203 SWEEPSTER BROOM S872 72" 19.001106 SWEEPSTER BROOM S872 72" 19.003037 500LB BREAKER TOP35 500L8 18.502351 9,000LBBREAKER 304 1,000LB 25.01108 1,100L.6 BREAKER TB425 1,1 DOLB 28.002109 1,100LBBREAKER T8425 1,700L8 28.003D23 HYDRAULIC AUGER HA20H8 6" 24" 12502105 BACKHOE ATTACHMENT CAT H30 19.003032 COLD PLANER CAT PC206 24" 50.002404 COLD PLANER CAT PC9 24" 50.0011oD COLD PLANER CAT AP760 24" 50.00

PALLET FORKS CAT 48" 6.00MULTIPURP05E BUCKET CAT 4 IN 1 72" 9.00

1104 GRAPPLE BUCKET CAT 72" 9.00TRENCHER LOWS 40C 9.50MOWER CAT 8R272 72" 11.50SWEEPSTER BROOM SB72 72" 19.00BREAKER SKIDSTEER 28.00

GRADERS/5CR,4PER

3063 CATERPILLAR 140M 43, 950 14' 120.00 205.00 235.0077?? CATERPILLAR 613 G11 33,650 13YD 90.00 175.D0 205.00

CRANE

9980 LINKBELT ROUGH TERR4IN RT8060 60 Ton 278.00 303.00 333.00BOOM EXTENSION 50.00

2771 DROTT CRANE 85RM2 4 Ton 24.00 109.00 139.00A FR,4ME pg,pp

PAVERS

2336 BLAW-KN DM5500 6'-T0' 95.00 180.00 210.002177 PAVER 1NGERSOLL PF3120 15,800 8'-i5' 149.00 234.00 264.002406 PAVER CAT AP-1055D AP-1055D 44,780 10'-18' 272.00 357.00 387.00

ROLLERS3060 CATERPILLAR ROLLER CB14 2,415 33" 24.00 109.00 139.003117 CATERPILLAR UT1LlTY COMPACTOR CB24B 6, 003 47" 35.00 120.00 150.003118 WACKER ROLLER /walk behind RD7H 1, 829 25.5" 24.00 109.00 139.002275 BOMAG ROLLER BW120AD 5,952 48" 35.00 120.Q0 150.002332 SOMAG ROLLER BW120AD 5,952 48" 35.00 120.00 150.002353 SRKAI ROLLER SW32(1 7,055 48" 35.00 120.00 150.002241 1R SMOOTH ROLLER COMPACTOR SD77FB 16, 350 66" 43.00 128.00 158.002242 1NGERSOLL PADFOOT ROLLER SD77F8 16,350 66" 43.00 128.00 158.002343 BOMAG ROLLER BW141AD-2 15,414 59" 38.00 123.00 153.002719 IR SMOOTH ROLLER COMPACTOR Sb70F8 15,330 66" 43.00 128.00 158.002210 INGERSOL R,4ND DD90 21,404 66" 47.00 732.00 162003035 CATERPfLLAR ROLLER CB54 23, 8? 8 66" 47.00 132.00 162.003067 CATERPILLAR ROLLER CD54B '23,525 66" 47.00 132,00 162.003085 CATERPILLAR 9 WHEEL RUBBER CW14 28,500 68" 45.00 130.00 160.00

SEE PAGE 12 FOR TERMS AND CONpITI0N5

2017-06-28 Item 8H 21 of 86

Page 5 of 12

BUCKEfS/Zf/ HOURLV

OPERATED OTEQUIP#' EQUIPOESCRlPTION MODEL S/ZE pA1'LOAQ BARE OPERATED RATE

RENTAL RATE

COMPACTION EQUIPMENT

2151 VlBRATEPLATEMIKASA MVH-200 450 19.7" 21.00 706.00 '!36.00

2152 VIBRATE PLATE MIKASA MVN-200 450 19.7" 21.00 106.00 i3B.00

1874 VIBRATE PLATE M(KASA MVN-502 1,202 27.6" 24.00 109.00 139.00

2126 VIBRATE PLATE MULTlQU1P MVN-502 1,202 27.6" 21.00 106.00 136.00

2164 VIBRATE PLATEMULTlQUIP MVH-502 1,202 27.6" 24.00 109.00 939.00

2207 VIBRATE PLATEMULTIQUIP MVN-502 7,202 27.6" 24.00 109.00 139.00

2221 MULTIQUIP RAMMAX walWbeh P33/24FC 2,998 33" 40.00 125.00 155,00

2222 MULTlQUIP RAMMAX walk/beh P33/24FC 2,998 33" 40.00 125.00 155.00

2240 WACKER ROLLER WALK BEHIND RT82SC2 3,300 32" 40.00 125.00 155.00

WACKER/TAMPER MT74F 19.00 104.00 134.00

CRUSHING PLANT E'QUlPMENT

1580 PORTABLE SCREEN EXTEC 50005 31,500 40"X 33'

1998 BELT CONVEYOR FLECO 320 CD 7,200 4yd Hopper

23fi0 MEI'SO NORDBERG SCREEN ST620 60,720 3 decks

19'8 x5'91"2361 METSO NORDBERG CONE L7300HP 95,000 9 cu yard

2362 METSO NORDBERG JAW LT105 90,400 8-72 cu yard

2387 SUPERIOR R,4DlAL STACKER PRSC-S 15,400 30"X60'

2386 MEGGA BAGGER MBT-2 3,700 2-iyd Hoppers

FORKLIFTS/SCfSSOR LIFT

3102 TELEHANDLER CAT TH255 73,000 56001ifr 54.00 139.00 169.00

2219 TELEHANDLERJLG G9-43A 25,907 90001ift 64.00 149.00 179.00

2220 TELEHRNDLER JLG G6-42A 20,400 60001iR 54.00 139.00 169.00

2239 TELENANDLER JLG G6-42A 20,400 60001ift 54.00 139.00 169.00

1785 FORKLIFT CAT AM30 47,760 30,000 lift 70.00 155.00 785.00

1786 FORKLIFT CAT V300B 42,280 30,000 fift 56.00 141.00 171.00

ARROW/MESSAGE BOARDS

1509 ARROW80ARD-50LAR WANCO 78.00

9788 ARROW80ARD-50LAR AMIDA 18.00

1789 ARROWSOARD-SOLAR AMIDA 18.00

1800 ARROWBOARD-SOLAR WANCO 78.00

1801 ARROWBOARD-SOLAR WANCO 18.00

2390 MESSAGE BOARD WVT3 WVT3 20.00

2995 MESSAGE-SOLAR PREC PREC1S10N 20.00

2998 MESSAGE-SOLAR PREC PRECIS/ON 20.00

2999 MESSAGE-SOLAR PREC PRECISION 20.00

3006 ARROWBOARD-SOLAR ECLIPSE 18.00

3007 ARROW80ARD-SOLAR ALAMOND 18.00

3008 ARROWBOARD-SOLAR ALAMOND 18.00

3009 ARROWBOARD-SOLAR ALAMOND 18.00

3039 ARROW80ARD-SOLAR SOL4RTECH 18.00

3099 ARROWBOARD-SOLAR FLATIRON 18.00

31Q0 ARROWBOARD-SOLAR FLATIRON 18.00

3107 ARROW80ARD-SOLAR FLATfRON 18.00

TRAFFIC CONTROL /DAILY

BARRICADES 1.50

BARRICADES W/Signs 3.00

BARRICADES W/Signs and Lighted 4.00

SOFT SIGN BARRICADES 19.00

NO PARK BARRICADES 1.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 22 of 86

Page 6 of 1Z

EQUIP,€ BUCKFfSlZE/ y~~~Y OPERATE~OTEQUIP DESCRIPTION MODEL S/ZE PAYLOAD BCE OPERATED Rp,TERENTAL {tpTE

DELINEATORS 1.00CONES 1.00

STOP/SLOW PADELS 8.00

SHORING / DAILY R,4TE

Cylinder Range Color Code flaily Weekly Monthly

18"-27" Yellow $ 6.25 $ 31.00 $ 93.D0

22"-36" Red $ 6.25 $ 31.00 $ 93.OD

28"-46" Green $ 625 $ 31.OD $ 93.D0

34"-55" Blue $ 6.75 $ 33.00 $ 99.OD

42"-69" $ 6.75 $ 33.00 $ 99.00

52"-66" Brown $ 7.75 $ 38.00 $ 114.00

76"-112" Brown/Green $ 8.75 $ 43.00 $ 129.00

94"-13Q" BrownlYellow $ 9.25 $ 46.25 $ 138.00

108"-144" Bfack $ 9.75 $ 48.00 $ 144,00

12'-15' $ 15.OD $ 75.00 ~u 225.00

12'-20' Long Shores Available

STEEL PLATES

1 "X 4' X 4' 0.321"X 4'X 8' 0.381 "X 4' X 10' O.q41"Xb'X5' 0.391"X 5'X 10' 0.¢41 "X 8'X 70' 0.751"X 8'X 15' 0.961"X 8'X 20' f.q4

7 1/2" X 8' X 20' 2.251 1/2"X 8'X30' 3.13

1 1/2" X 10' X 30' 3.75

SHIELDS8' X 8' Manhole boxes 7, 50i0'X 10' Manhole boxes 8.754'X T 4' Shield 3.754' X 20' Shield 5. DO4' X 24' Shield 7.504'X 28' Shleld 10.006'X 14' Shield 4.606' X 20' Shield 6.256'X 24' Shield 8.756' X 28' Shield 71.258'X 14' Shield s,z58'X 20' Shield ~p,pp

8'X 24' Shield ~2,5p8'X 28' Shleld ~5,pp8' X 30' Shield 17.508'X32' Shield 21.2510' X 74' Shield 7.5010'X 20' Shield 1 p„5p10'X 24' Shield fig, pp

SEE PAGE 12 FOR TERMS AND CONDIT10N5

2017-06-28 Item 8H 23 of 86

~ Page 7 of 12i

EQUIP# EQUIPDESCR1P170N MODEL

10'X 28' Shield

10'X 30' Shield

10'X 32' Shield

12' X 14' Shield

12' X 20` Shle/d

12'X 24' Shield

i2'X 2B' Shield

12' X 30' Shield

12'X 32' Sftield

K-RAIL

10'

20'

GENERATORS

3065 GENERATOR OMAN

3083 GENER,4TOR POWERPRO

3046 GENER,4TOR !R G40

3047 GENERATOR IR G40

9861 GENERATOR COLEMAN

3029 GENERATOR HOUSE GENERAL

PUMPS PORTABLE/TOWABLE

2233 4" GODWlN

2234 4" GODWIN

2137 4" GORMAN RUPP

2194 12" GODWlN

2213 4" MULTIQUIP

2214 4" MULTlQUIP

22i5 4"MULTIQUlP

2012 6" GODWIN

1987 8" CASE

2"ELECTRIC SUBMERSIBLE PUMPS / 710v

3"TRASH PUMP PORTABLE/ Honda engine

2"ELECTRIC SUBMERSIBLE PUMPS/220

3" ELECTRIC SfJBMERSIBLE PUMPS

3" CENTRIFlCAL PUMP PORTABLE/ Honda

4"ELECTRIC SUBMERSIBLE PUMPS

D(TRA SUCTION HOSE 25'

EXTR,4 SUCTION HOSE 25'

EXTRA DISCHARGE HOSE 50'

DCfR.4 DISCHARGE HOSE 50'

FIRE HOSE 50'

FIRE HOSE 50'

HYDROSTATIC TEST PUMP

50' POWER CORD

TEMPORARY POWER SOX

LIGHT TOWERS

3025 LIGHT TOWER IR

3026 L1GHT TOWER IR

3D48 LIGHT TOWER IR/DOOSAN

3049 LIGHT TOWER !R/DOOSAN

2997 PORTABLE L1GHT TOWER TEREX

3141 LIGHT TOWER 1R/DOOSAN

SIZE BUCKETSlZE/ HBAREY

OPERATED OTPAYLOAD OPERATED {ZpTERENTAL RATE

2?.25

25.00

27.50

10.00

15.00

20.00

25.00

27.50

30.00

0.65

0.85

1250 12.5KW 25.OD

25 25KW 32.00

G40 30KW 38.00

G40 30KW 38.00

4PAC 50KW 43.00

SD080 80KW 55.00

CD103M 900gpm 40.00

CD103M 900gpm 40.00

74A2-TS2 600gpm 35.00

CD300M 6000gpm 105.00

QP40TH 400gpm 15.00

QP40TH 400gpm 75.00

QP40TH 400gpm 15.00

HLSM 1450gpm 50.00

6591 TA 2300gpm 60.00

62gpm 4.50

85gpm 12.00

90gpm 5.00

120gpm 8.50

270gpm 12.00

500gpm 74.00

3"-6" 5.00

8"-12" 8.00

3"-6" 5.00

8"-12" 8.00

1 1/2" 3.00

21/2" 4.00

5-11 gpm 70.50

3.00

3.00

LSC-fiONZ 4.5kw 20.00

LSC-60HZ 4.5kw 20.00

LSC-60HZ 4.5kw 26.00

LSC-60HZ 4.5kw 26.00

6kw 20.00

LSC-60HZ 4.5kw 26.00SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 24 of 86

Page 8 of 12

BUCKET SIZE/ y~~Y OPERATED OTEQUJPfi EQU/PDESCR/PT/ON '~~ ~~ pAYIDAD BARE OPERATED RATERENTAL RATE

3142 LfGHTTOWERlR/DOOSAN LSG60HZ 4.5kw 26.003743 LIGHT TOWER /R/DOOSAN LSC-60HZ 4,5kw 26.003744 LIGHT TOWER IR/DOOSAN LSC-60FIZ 4.5kw 26.00

AIR COMPRESSORS /AIR COOLS

2043 COMPRES50R-TOWING 185CFM 185cfm 44.002113 COMPRESSOR-TOWING 985CFM 185cfm 44.002T?5 COMPRESSOR-TOWING 185CFM iB5cfm 44.002120 COMPRESSOR-TOWING 195CFM 185cfm 44.002278 COMPRESSOR AIRM PDS185S 185c{m 44.003020 TOWABLE COMPRESSOR IR 185cfm 44.003021 TOWABLE COMPRESSOR !R 185cfm 44.00

A!R JACK HAMMERS/POWDER PUFF 30/60/90 4.50

CHIPPING GUNS 3.50

ELECTRIC HAMMER 60LB ?0.00

MISCELLANEOUS

BDi CEMENT MIXER ?2.OD

i4?5 CEMENTMlXER 92,pp

1426 CEMENT MIXER 1 z, pp

30' CHAIN FALL $50 /DAY

HARNESS /YO-YO ,~10 /DAY

3125 MfXER CONCRETE TR,4ILER (1 YDf $600 / YD

3129 MIXER CONCRETE TRAILER (T YD) $500 / YD1689 SHEEPSFOOT 5 X 5 18.001709 LEAK FINDER 12.001762 CHLORINATION TRAILER 13.50i 783 MOBILE OFFICE 12 X 60 1 p, pp1973 GRINDER REMAX TOW BEHIND 4800 36"-48" 254.002004 LEAK FINDER 20.002982 CHLORINATION TRAILER 13.503016 Ml N MITE BLOWER / TRAfLER 12, OOOcfm 20" 20.003017 TREBOR MADE BLOWER / TR,4ILER 10,000cfm 18" 8.00

ASPHALT / C~fYCRETE EQUIPMENT

2328 CURB MACHINE POWER CURB BERM MILLER 50.00 135.00 165.002357 STRIPING MACHINE LINE LASER 3900 3900 25.003027 ZlEMAN TRAILER SEAL TANK w/1000 1000GAL 25.003033 LEE BOY TACK WAGON 5738 150GAL 50.00

CONCRETE VIBRATOR w/stinger 110V 5.00CONCRETE VIBRATOR w/stinger HI-CYCLE Hl-CYC 9.75

FLAT SA WS &SAW TRUCKS

2276 TRUCK FORD F550XLT F550 18000 50.00 135.00 165.002300 TRUCK FORD /STRIPER F450 1500 50.00 135.00 165.003036 HUSQVARNA FLAT SAW 46HP 1S4600 45.003086 HUSQVARNA FLAT SAW 61HP FS 6100 D 45.003066 DIAMOND 4 SPEED DRILL DR401 40.003119 DIAMOND 4 SPEED DRILL DR401 40.00

PARTNER/STIHL 12%74" CHOP SAW 650!750 8.50SWEEPERS

3146 JOHNSTONFREIGHTLINER E535i 26,000 Y33.00 195.00 211.00WATER TRUCKS /TOWER

SEE PAGE 1Z FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 25 of 86

Page 9 of 12

EQUIP# EQUIPDESCR1P170N

1901 WATER TRUCK

2763 WATER TRUCK

1534 WATER TRUCK

1567 WATER TRUCK

1902 WATER TRUCK

1655 WATER TRUCK

2313 500 WATER BUFFALO

3024 500 WATER BUFFALO

3034 500 WATER BUFFALO

3?47 500 WATER BUFFALO

1984 WATER TOWER

SEMI TRUCK W/TRAILER

7768 TRUCK PETE ROLL OFF

2020 TRUCK PETE {SEE TRAILERS BELDWJ

3050 TRUCK PETE 367 (SEE TRAILERS BELOW)

3051 TRUCK PEfE 367 (SEE TRAILERS BELOW)

3104 TRUCK PETE 367 (SEE TRAILERS BELOW)

2264 TRUCK WESTERN STAR 4900SA (SEE TRAILERS BELOW)

1575 TRL LOWBED SIEBERT 5-AXLE

1692 TRL LOWBED SIEBERT JEEP 7-AXLE

2271 TRL LOWBED MURR,4Y 5-AXLE

p2y2 TRL LO WBED MURRAY JEEP 7-AXLE 4 AXL

2403 TRL TRAIL KING BEAVER TAIL 2 AXLE

END DUMPS W/TRUCK

1665 1992 WESTERN MODEL END DUMP

1737 END DUMP REL 1R,4CTOR/TRL

1985 END DUMP HIGH SIDE WESTERN

2396 END DUMP HIGH SIDE' WESTERN

SIDE DUMPS W/TRUCK

2393 SIDE DUMP TRAILERS THURSTON

2394 SIDE DUMP TRAILERS THURSTON

BOOSTER TRUCKS

2079 BOOSTER TRK PETE 3b7 SUPERDUMP

2716 BOOSTER TRK PETE 330 SUPERDUMP

2144 BOOSTER TRK PETE 379 SUPERDUMP

2145 BOOSTER TRK PETE 379 SUPERbUMP

2203 BOOSTER TRK WEST 4900FA

TRUCK AND TRANSFERS

1822 TRUCK &TRANSFER PETE

7938 TRUCK &TRANSFER PETE

3052 TRUCK 8 TR,4NSFER PETE 384

3055 TRUCK &TRANSFER PETE 384

3057 TRUCK &TRANSFER PETE 384

BUCKEfS/ZE/ yOURLV

OPERATED OThIODEL SIZE pAYL0.90

$ARE OPERATED RATERENTAL RATE

FORD 35,000 2000GAL 50.00 1?2.00 728.00

INTERNAT 35,000 2500GAL 50.00 112.00 128.00

AUTO CAR 54,000 4000GAL 60.00 122.00 138.00

FORD 54,000 4000GAL 60.00 12200 138.00

FORD 54,000 4000GAL 60.00 12200 738.00

lNTERNAT 54,000 5000GAL 70.00 132.00 748.00

MILLER TRAILER 500GAL 14.00

DEMCO TRAILER 500GAL 14.00

FXP500 TRAILER 500GAL 14.00

HLT TRAILER 5000AL 14.00

GLENDALE TRAILER 12,000GAL 77.00

?9,800 80,000 95.00 757.00 773.00

20, 660 80,000

20, 800 80,000

20, 800 80, 000

20,800 80,000

22, 000 80, 000

19,960 1?0,000 125.00 187.OD 203.00

16, 620 120, 000 140.00 202, 00 218, 00

19,450 7?0,000 125.00 787.00 203.00

17,530 12U,000 140.00 202.00 278.00

20,280 70,000 910.00 172.00 188.00

17,400 80,000 100.00 762.00 178.00

18,800 80,000 100,00 162.00 178.00

20, 000 80, D00 i 10.00 172, OD 188.00

20,000 80,000 110.00 172.00 188.00

062.00 78.00

15,520 80,000 44,400 710.00 172.00 188.00

15, 520 80, 000 44,400 710.00 17200 988.00

24,400 66,000 100.00 162.00 178.00

26,000 66,000 100.00 162.00 178.00

25,850 66,000 700.00 162.OD 178.00

25, 80D 66, 000 100.00 162.00 178.00

24,900 66,000 100.00 962.00 778.00

29, 040 80, 000 50, 960 95.00 157.00 173.00

30,800 80,000 49,200 95.00 157.0 173.00

30, 380 80, 000 49, 620 95.00 157.00 173.00

30, i 80 80, 000 49, 820 95.00 157.00 173.00

30180 80,000 49820 95.00 157.00 173.00

TEN WHEELERS / MISC

BOBTAIL DUMP TRUCK

1892 DUMP TRUCK 95.00 757.00 173.00

1901 BOBTAIL FORD 6 YARD DUMP FORD 35,000 95.00 157.00 173.OQ

3054 BOBTAIL PETE 6 YARD DUMP 337 PETE 33,000 95.00 157.00 173.00

3108 TACK DUMP TRUCK PETE 567 30180 80, 000 49820 95.00 157.00 173.00

SUPERINTENDENT TRUCKSSEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 26 of 86

~ Page 10 of 12

BUCKE7"S17E/ HOURLYEQUIPS EQUIPDESCR/PT10N MODfL SIZE pAYL0,4D B~f OPERATED

RENTAL R,gTE2296 TRK CHEV QUAD 4WD 2500WD 9,200 44.002217 TRK CHEV QUAD 4WD 2500HD 9,200 44.002218 TRK CHEV QUAD 4WD 2500HD 9,200 44.002238 FORDTRKSUPERDUTY F350 11,000 44.002295 TRKCHEWSlLVERADO 2500HD 9,200 44.002296 TRK CHEVY SILVERRDO 2500HD 9,200 44.003076 TRK GMC S/ERR.4 C1500 5,058 44.002299 TRK CNEVY SILVERADO SAFETY 2500HD 9,200 44.003126 GMC SIERRA CREW CAB 1500 7,200 44.003127 GMC SIERR,4 CREW CAB 1500 7,200 44.003738 GMC DENAL! 7500 7,200 44.003139 GMC DENAU 1500 7,200 44.00

ESTIMATING VEHICLES

3105 GMCYUKONXL GMC 5,820 44.Q02407 FORD FOCUS FOCUS 2,960 35.003092 CHEW CRUZE CHEVROLET 3,084 35.003093 CHEW CRUZE CHEVROLET 3,084 35.003094 CHEW CRUZE CHEVROLET 3,084 35.003095 CHEVI'CRUZE CHEVROLET 3,084 35.003096 CHEVYCRUZE CHEVROLET 3,064 35.003097 CHEVYCRUZE CHEVROLET 3,084 35.00

FOREMANS TRUCKS

2123 FOREMAN TRK FORD UTILITY F450 15,000 44,002146 FOREMAN TRK FORD UTILITY F450 75,000 44.002149 FOREMAN TRK FORD UTILITY F450 15,000 44.002?50 FOREMAN TRK FORD UTILITY F450 15,000 44.002184 FOREMAN TRKFORD UTlLIN F450 16,OOD 44.002185 FOREMAN TRK FORD UTILITY F430 15,000 44.002186 FOREMAN TRK FORD UTILITY F450 15, 000 44.002790 FOREMAN TRK FORD UTILIN F450 15,000 44.002191 FOREMAN TRK FORD UTILITY F450 15,000 44.002192 FOREMAN TRK FORD UTILITY F450 15,000 44.003041 FOREMAN TRK DODGE UTILITY 4500 26,000 44.003042 FOREMAN TRK DODGE UTILITY 4500 26,000 44.003043 FOREMAN TRKDODGE UTILITY 4500 26,000 44.D03044 FOREMAN TRK DODGE UTILITY 4500 26,OOD 44.003045 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003077 FOREMAN TRK DODGE UT1LlTY 4500 26,000 44.003078 FOREMAN TRK DODGE UTILITY 4500 26,000 44.003079 FOREMAN TRK DODGE UTfLlTY 4500 26,000 44.003080 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.003081 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003082 FOREMANTRKDODGEUTILIN 4500 26,000 44.03130 FOREMAN TRK CHEVY UTILITY 3500 19,000 44.003131 FOREMAN TRK CHEVY UTILITY 3500 79, 000 44.003132 FOREMAN TRK CHEVY UTILITY 3500 99, 000 44.003133 FOREMAN TRK CNEVY UTILITY 3500 19,000 44.00

BOXBUILDER TRUCK

2225 80XBUlLDER TRK FORD F450 15,000 90.001943 BOXBUfLDER TRK FORD F450 15,000 40.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

OPERATED OTRATE

2017-06-28 Item 8H 27 of 86

Page 11 of 12

HOURLYEQU1P#` EQUIPDESCRlPTlON MODEL SIZE BUCKETSIZf/ ~E OPERATEUOT

PAYLOAD OPERATES RATEREII?AL RgTE

2315 BOXBUlLDER TRK FORD F450 15,000 40.00

JOBSITE TRUCK W /MIXER

1899 TRUCK FLATBEDW/MIXER F450 75,000 15.00

1944 BOXBUILDER W/MIXER F450 15, 000 40.00

CONE/ SIGN TRUCKS

1948 COIVE/SIGNTRK DODGE 3500 15,000 40.00

2038 CONE/SIGN TRK DODGE 3500 15,000 40.00

MAINTENANCE /WELDER TRUCKS

1900 TRUCK-WELDER FORD F450 15,000 77.00 162.00 792.00

2257 FUEL TRUCK PETE PETE 357 70,000 969.00 246,0 276.00

2305 WELDER TRUCK FORD F550 18,000 77.00 762.00 19200

2993 WELDER TRUCK FORD F350 15,000 77.00 16200 192.00

3107 TRUCK-MECHANIC 337 PETE 33, 000 90.00 175.00 205.00

COMPRESSOR TRUCK W/DUMP

1724 COMPRESSOR DUMP TRK GMC ?85CFM 26,000 90.00 152.00 168.00

1725 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 ?68.00

7726 COMPRESSOR DUMP TRK GMC 985CFM 26,000 90.D0 15200 168.00

7727 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 752.00 168.00

TRAILERS

772 J08SITE TRAILER 8'X 23' 70 12,D0

1635 JOBSITE TRAILER CC-20961 5553 12,D0

7997 FLATBED TRAILER UTlL FLATBED 1588 12.00

2000 JOB SITE TRAILER BROW VAN 10860 12.00

2009 JOB SITE TRAILER MILL VAN 70860 12,00

2069 JOB TRAILER 5000 12.00

2070 JOB TRAILER #2 3000 1200

2071 JOB TR,4ILER #3 5000 1200

2096 JOB CLE4N UP TRAILER HOME 2530 1200

2256 TRAILER T2K5 UT1L 550 18.00

2311 TRAILER 27"VAN 10860 12.00

2325 TRAILER NEAL FB 1500 10.00

2326 TRAILER ZEMA TILT TRL 2 AX 1800 70.00

2331 TR.QILER ZEMA 7,500 70.00

2337 TRAILKING TK20 20 20, 000 18.00

2346 TRAILER ZEMA 10, 000 10.00

2383 TR,4ILERAR05 7,500 10.00

3010 JOBSlTETRAILERCONNIX 10,000 12,00

3071 JOBSITE TRAILER CONNIX 10,D00 1200

3012 JOBSITETRAILER 20,000 1200

3013 JOBSITETRAILER 20,000 12.00

3014 B!G TEX TRAILER 10, 000 10.00

3062 ZIEMAN TRAILER 20,000 12.00

LABOR

SUPERfMENDANT W?RUCK 148.00

SUPERINTENDANT W/O TRUCK 104.D0

FOREMAN W/TRUCK 139.00

FOREMAN W/0 TRUCK 35.00

CARPENTER W/TRUCK 111.00

CARPENTER W/0 TRUCK 71.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 28 of 86

Page 12 of 12

EQUIP,f EQUIP DESCRIPTION AA4IODEL SIZf

MECHANIC/WELDER W/7'RUCK

MECHANIC/WELDER W/O TRUCK

OPERATOR

OILER

LEADMAN

PIPELAYER

LABOR180XBU1LDER HELPER

TRUCK DRIVER

ADMIN/OFFICE

PROJECT MANAGER /ESTIMATOR

PROJECT STAFF ENGINEER

SHOP MACHINIST /WELDER FABRICATION

SHOP LABOR

SHOP MECHANIC

OVERTIME LABOR

OT SUPERlNTENDANT W/TRUCK

OT SUPERINTENDANT W/O TRUCK

OT FOREMAN W/TRUCK

OT FOREMAN W/0 TRUCK

OT CARPENTER W/TRUCK

OT CARPENTER

OT MECNANIC./WELDER W/TRUCK

OT MECHANIC/WELDER W/O TRK

OT OPERATOR

OT OILER

OT LEADMAN

OT PIPELAYER

OT L480RER/BOX BUILDER HELPER

OT TRUCK DRIVER

1/2 OT RATE PM

PM RATE StJPERlNTENDANT WlfRK

PM R,4TE SUPERINTENDANT W/O TRK

PM RATE FOREMAN W/TRUCK

PM RATE FOREMAN W/0 TRUCK

PM RATE MECHANIC/WELDER W/TRK

PM MECHANIC/WELDER W/0 TRK

PM RATE CARPENTER W/TRK

PM RATE CARPENTER W/O TRUCK

PM RATE OPERA TOR

PM RATE O1LER

PM RATE LEADMAN

PM RATE PIPELAYER

PM RATE l.ABORER/BB HELPER

PM R,4TE TRUCK DRIVER

TERMS AND CONDITIONS1.Mark up +overhead of 10% will be added to ap labor, equipment, materials and

subcontractors.

2. These T&M rates are subject to change et any ilme without notice.

Signed:

Austin Cameron, President Date: ~~j~~

SEE PAGE 12 FOR TERMS AND CONDITIONS

BUCKETSI7E/ HOURLY

PAYLOAD BARERENTAL

OPERATEDRATE

162.00

85.00

85.00

82.00

63. DO

62.00

61.00

62.00

85.00

115.00

85.00

110.00

65.00

95.00

799.00

155.00

185.00

141.00

137. DO

97, 00

192. DO

1 15.00

115. DO

1 10.00

84.00

83.00

81.00

78.00

88.00

44.00

84.00

40.00

129.00

52.00

81.00

47.00

52.00

51.00

39.00

39.00

38.00

45.00

OPERATED 07RATE

2017-06-28 Item 8H 29 of 86

2017-06-28 Item 8H 30 of 86

T8~M RATES Page 1 of 12

oonsvuns~m

company

3/112017

BUCKETSIZE/ HOURLV

OPERATE00TEQUIPS EQU/PDfSCR/PTION MODEL S1ZE PAYLOAD

BARE OPERATED RATERENTAL RATE

EXCAVATORS

MINI EXCAVATORS

3728 CATERPILLAR 305.5E2 CR 11,863 12"-24" 70.00 155.00 185.00

3091 CATERPILLAR 308ECR SB 18,300 18'-36" 70.00 155.00 785.00

3714 CATERPILLAR 308E2 18,500 18"-36" 70.00 155.00 185.00

SMALL EXCAVATORS (UNDER 47,000 LBS)

1873 CATERPILLAR 312B 27,410 18"-55" 80.00 165.00 195.00

2013 CATERPILLAR 313B CR 29,540 18'=55" 80.00 165.00 195.00

1818 CATERPILL4R PC 150-6 39,500 i8"-55" 90.00 175.00 205.00

2132 KOMATSU PC 200 43,000 24"-67" 95.00 180.00 270.00

2133 KOMATSU PC 200 43,000 24"-67" 95.00 180.00 210.00

2201 KOBELCO W/BLADE ED190 43,700 i8"-55" 105.00 190.00 220.00

2253 KOBELCO W/BLADE ED 190 43,700 18"-55" 105.00 190.00 220.00

2178 LINKBELT 210 LX 44,800 18"-55" 95.00 180.00 210.00

2197 LlNKBELT 270 LX 44,800 18"-55" 95.00 180.00 210.00

2198 LINKBELT 210 LX 44,800 18"-55" 95.00 180.00 210.00

?968 CATERPILLAR 320CL 46,300 24"-67" 100.00 185.00 215.00

7990 CATERPILLAR 320CL 46,300 24"-67" 100.00 185.00 215.00

2249 CATERPILLAR 320CL 46,300 24 =67" 100.00 185.00 215.00

MEDIUM EXCAVATORS (50,000.99,000 LBS)

2027 LINKBELT 240LX 52,700 24"-67" 125.00 210.00 240.00

3070 CATERPILLAR 320 ELRR 56,440 27"-68" 125.00 210.00 240.00

31 i3 CATERPILLAR 320 ELRR 56,440 27"-68" 725.00 210.00 240.00

2090 CATERPILLAR 330C 77,400 27"-68" 145.00 230.00 260.00

2015 LINKBELT 330LX 78,000 27"-68" 145.00 230.00 260.00

2016 LINKBELT 330LX 78,000 27"-68" 145.00 230.00 260.00

2179 LINKBELT 330 LX 78,000 27"-fi8" 145.00 230.00 260.00

2247 LINKBELT 330LX 78,000 27"~8" 745.00 230.00 260.00

3074 CATERPILLAR 336E 82,000 27"-68" 145.00 230.00 260.00

1884 KOMATSU PC 400 94,000 27"-68" 165.00 250.00 280.00

2211 KOMATSU PC400LG6 94,000 27"-68" 165.00 250.00 280.00

1848 CATERPILLAR 3458 95,000 27"-76" 765.00 250.00 280.00

LARGE EXCAVATORS (100,000=150,000 LBS)

2154 LlNKBELT 46000 10?,200 27"-76" 175.00 260.00 290.D0

2131 KOMATSU PC 600 740,000 27"-76" 260.00 345.00 375.00

EX LARGE IXCAVATORS (OVER 150,000 LBS)

2155 LINKBELT 800LX 174,600 32"-78" 300.00 385.00 415.00

EXCAVATOR ATTACHMENTS

COMPACTION WHEELS 305-308 18"-24" 20.00

COMPACTION WHEELS 3128-320C 18"-36" 20.00

COMPACTION WHEELS 330C-460LX 24'-48" 20.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 31 of 86

Page 2 of 12

BUCKETSlZE/ HOURLY

OPERATED OTEQU/Pf EQUIPDESCRlP7/ON MODEL S/ZE PAYLOAD B'~f OPERATED RATE

RENTAL RATE

COMPACTION WHEELS 375-BOOLX 24"-48" 20.00ADDITIONAL BUCKETS 305-308 12"-36" 20.00ADDITIONAL BUCKETS 3128-320C 18 =48" 20.00ADDITIONAL BUCKETS 330G460LX 24"-fi0" 20.00ADDITIONAL BUCKETS 375-800LX 32"-78" 20.00THUMB ATTACHMENT 3128-320C 10.00THUMB ATTACHMENT 330C-460LX 10.00

BREAKERS /DEMOLITION

3137 1,500 LB BREAKER FITS 30B H95ES 1500L8 40.00

3040 4,500 LB BREAKER FITS PC-200, 320C TB980 4,5001b 72.002772 2,000 LB BREAKER FITS 3138, ED190 TB725 2,00016 50.002173 2,000 LB BREAKER FITS ED190, 3138 T8725 2,000Ib 50.00

2258 13,500 LB BREAKER FITS 3458, 350, 460LX T82580 13, 50016 144.002284 13,500 LB BREAKER FITS 345B,350, 460LX T85300 13,5001b 744.00

1942 PULVERIZER /PROCESSOR LABOUNTY CPi00 3458/350 62.00

2395 HYDRAULIC MULT! PROCESSSOR CAT MP30 MP 30 3458✓350 110.00

BACKHOELOADERS

420 BACKHOE

2246 CATERPILLAR 420D 15,700 12"-36" 62.00 147.00 177.002075 CATERPILLAR 420D 75,800 12"-36" 62.00 147.00 777.002076 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 777.002077 CATERPILLAR 42nD 15,800 12"-36" 62.00 147.00 777.002078 CATERPILLAR 420D 15,800 12"-36" 62.00 747.00 177.Oa3109 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 777.003110 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 777.003111 CATERPILLAR 420E 15,200 72"-36" 62.00 147.00 777.003112 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 777.00

446 BACKHOE

7913 CATERPILLAR 4468 19,600 18"-48" 75.00 160.00 190.001979 CATERPILLAR 4468 99,600 18"-118" 75.00 160.00 190.001920 CATERPILLAR 4468 79,600 78118" 75.00 160.00 190.001927 CATERPILLAR 4468 79,600 18"-48" 75.00 160.00 190.002182 CATERPILLAR 446D 19,600 18"-48" 75.00 160.00 190.002183 CATERPILLAR 446D 79,600 18"-48" 75.00 760.00 790.002195 CATERPILLAR 446D 19,600 18"-48" 75.00 160.00 790.002196 CATERPILLAR 446D 79,600 18"-48" 75.00 760.00 190.00

BACKHOE ATTACHMENTS 8 BREAKERS

3127 7,500 BREAKER FITS 420 & 446T H95E5 1500L8 40.00

2260 750 BREAKER FITS 4200 750LB 25.00

2168 1,100 BREAKER FITS 420D T8425 1,100/b 28.002109 1,100 BRE,4KER FITS420D TB425 1,1001b 28.002?72 z.000 BRERKER FITS 446D TB725 2,00016 43.00

' 2173 2.000 BREAKER FITS 446D T8725 2,000lb 43.00HYDR,4ULICAUGER 420D 6"24" 72.50FORKS 420D 60" 5.00FORKS 4468/D 60" 5.00EXTRA BUCKETS 420D 72"-36" 5.00EXRTA BUCKETS 446R/D 18"-48" 5.00COMPACTION WHEEL 420/446 78"-24" 20.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 32 of 86

EQU/P# EQUlP DESCRIPrlON

8' PICKUP BROOM

WHEEL LOADERS

SMALL LOADERS

1997 CATERPILLAR

MEDIUM LOADER

7849 CATERPILLAR

1886 CATERPILLAR

?969 CATERPILLAR

2014 KAWASAKI

2026 KAWASAKI

2759 KAWASAKI

2160 KAWASAKI

2780 KAWASAKI

2199 KAWASAKI

2200 KAWASAKI

2251 KAWASAKI

3064 CATERPILLAR

LARGE LOADERS

1962 KAWASAKI

2158 KAWASAKI

2781 KAWASAKI

2248 KAWASAKI

1885 CATERPILLAR

IX LARGE LOADERS

2139 KAWASAKI

WHEEL LOADER ATTACHMENTS

FORKS

BOOM LIFTS / SNORKLE

SIDE DUMP BUCKET

SKELETON BUCKET

4IN 1 MULTIPURPOSE

PICK UP BROOM

TR,4CK LOADERS

2202 CATERPILLAR

TRACK DOZERS

3075 DOZER CATERPILLAR

SLOPE BOARD

COMPACT TRACK LOADERS

3715 CATERPILLAR

3116 CATERPILLAR

3135 CATERPILLAR

SKIPLOADER/SKIDSTERS

2380 BOBCAT

2092 CATERPILLAR SKID

2101 CATERPILLAR SKID

2223 CATERPILLAR SKID

2224 CATERPILLAR SKID

2354 CATERPILLAR SKID

3030 CATERPILLAR SKID

3031 CATERPILLAR SKID

Page 3 of 12

MODEL

BP25

SIZE BUCKET SIZE/

NBAREY OPERATED OT

PAYLOAD OPERATED RATERENTAL RATE

98" 26.00

928G 27,250 2.9yd 90.00 175.00

938G 29,700 3.5yd 95.00 180.00

938G 29,700 3.5yd 95.00 780.00

938G 29,700 3.5yd 95.00 780.00

70ZIV 33,000 3.2yd 95.00 180.00

70Z1V 33,000 3.2yd 95.00 180.00

70ZIV 33,000 3.2yd 95.00 780.00

70ZIV 33,000 3.2yd 95.00 780.00

70ZV 34, 000 3.2yd 95.00 180.00

70ZV 34,000 3.2yd 95.00 180.00

70ZV 34,000 3.2yd 95.00 180.00

70ZV 34,000 3.2yd 95.00 180.00

938K 35000 3.2yd 95.00 180.00

80Z 39,825 4yd 110.00 195.00

80ZIV 39,825 4yd 770.00 195.00

80ZV 39,825 4yd 710.00 795.00

80ZV 39,825 4yd 110.00 795.00

950G 40,435 4yd 110.00 195.00

95ZV 66,330 7yd 200.00 285.00

10.00

70.00

10.00

10.00

15.00

10' 36. DO

963C 44,500 3.5yd 735.00 220.00

D6T 56, 758 6-WAY 750.00 235.00

10.00

299D XHP ruby 11, 612 .75 / 6-WAY 90.00

299D XHP steel 12, 000 .75 / 6-WAY 90.00

299D2 XHP 11, 608 .75 / 6-WAY 90.00

5150 5,935 .4yd 45.00

248 7,800 .5yd 54.00

248 7,800 .5yd 54.00

2488 7, 800 .5yd 54.00

2488 7,800 .5yd 54.00

248 7,800 .5yd 54.00

272C 8,362 .6yd 65.00

272C 8,362 .6yd 65.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

175.00

175.00

175.00

130.00

139.00

139.00

139.00

739.00

739.00

150.00

750.00

205.00

270.00

2?0.00

210.00

210.00

210.00

210.00

210. DO

210.00

210. DO

210.00

210.00

210.00

225.00

225.00

225.00

225.00

225.00

315.00

250.00

265.00

205.00

205.00

205.00

160.00

169.00

169.00

769.00

169.00

?69.00

780.00

180.00

2017-06-28 Item 8H 33 of 86

EQUIP6` EQUIPDESCR/PTION

2229 JOHN DEERE SKIP LOADER

2270 JOHN DEERE SKIP LOADER

SKIDSTEER ATTATCHMENTS

2348 SWEEPSTER BROOM

2099 SWEEPSTER BROOM

1102 SWEEPSTER BROOM

1103 SWEEPSTER BROOM

2106 SWEEPSTER BROOM

3037 500L8 BREAKER

1351 1,000LB BREAKER

2108 1,100LB BREAKER

1109 1,100LB BREAKER

3013 HYDR,4ULlC AUGER

2105 BACKHOE ATTACHMENT CAT

3031 COLD PLANER CAT

1404 COLD PLANER CAT

ZI00 COLD PLANER CAT

PALLET FORKS

MULTIPURPOSE BUCKET CAT

2104 GRAPPLE BUCKET

TRENCHER LOWE

MOWER CAT

SWEEPSTER BROOM

BREAKER

GRADERS/SCRAPER

3063 CATERPILLAR

???? CATERPILLAR

CRANE

1980 LINKBELT ROUGH TERRAIN

BOOM EXTENSION

2171 DROTT CRANE

A FRAME

PA VERS

2336 SLAW-KIV

2177 PAVERINGERSOLL

2406 PAVER CATAP-1055D

ROLLERS

3060 CATERPILLAR ROLLER

3117 CATERPILLAR UTILITY COMPACTOR

3118 WACKER ROLLER /walk behind

2275 80MAG ROLLER

2332 BOMAG ROLLER

2353 SAKAlROLLER

2241 IR SMOOTH ROLLER COMPACTOR

2242 lNGERSOLL PADFOOT ROLLER

2343 BOMAG ROLLER

2119 !R SMOOTH ROLLER COMPACTOR

2270 lNGERSOL RAND

3035 CATERPILLAR ROLLER

3061 CATERPILLAR ROLLER

3085 CATERPILLAR 9 WHEEL RUBBER

Page 4 of 12

HOURLYMODEL SIZE

BUCKfTSIZE/ BARE

OPERATED OTPAYLOAD OPERATED RATERENTAL RATE

210LE 14,500 1yd 31.00 176.00 146.00

210LE 14,500 fyd 31.00 116.00 146.00

S860 60" 19.00

S872 72" 79.00

5872 72" 19.00

SB72 72" 79.00

S872 72" 19.00

TOP35 500L8 18.50

304 1,000LB 25.00

T8425 1,100L8 28.00

T6425 1,100L8 28.00

HA20H8 6"-24" 12.50

H30 19.0

PC206 24" 50.00

PC9 24" 50.00

AP760 24" 50.00

CAT 48" 6.00

4 IN 1 72" 9.00

CAT 72" 9.00

40C 9.50

BR272 72" 11.50

S872 72" 19.00

SKIDSTEER 28.00

140M 43,950 14' 720.00 205.00 235.00

613 F11 33,650 13YD 90.00 175.00 205.00

RT8060 60 Ton 218.00 303.00 333.00

50.00

85RM2 4 Ton 24.00 109.00 739.00

25.00

DM5500 6'-10' 95.00 780.00 270.00

PF3120 15,800 8'-15' 149.00 234.00 264.00

AP-1055D 44,780 70'-18' 272.00 357.00 387.00

CBi4 2,415 33" 24.00 109.00 139.00

C824B 6, 003 47" 35.00 120.00 150.00

RD7H 7,829 25.5" 24.00 709.00 139.00

BW? 20AD 5, 952 48" 35.00 120.00 150.00

BW120AD 5,952 48" 35.00 720.00 150.00

S W320 7, 055 48" 35.00 120.00 150.00

SD77FB 16, 350 66" 43.00 128.00 158.00

SD77FB 16, 350 66" 43.00 128.00 158.00

BWi41AD-2 15,414 59" 38.00 723.00 753.00

SD70F6 75,330 66" 43.00 128.00 158.00

DD90 21,404 66" 47.00 732.00 162.00

CB54 23, 818 66" 47.00 132.00 162.00

CD54B '23, 525 66" 47.00 132.00 162.00

CW14 28,500 68" 45.00 130.00 160.00SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 34 of 86

Page 5 of 12

HOURLYEQU/P# EQU/PDESCR/PrION MODEL SIZE

BUCKET SIZE/ ARE OPERATED OTPAYLOAD aPERATED RATE

RENTAL RATE

COMPACTION EQUIPMENT

2151 VIBRATE PLATE MIKASA MVH-200 450 19.7" 21.00 706.00 136.00

2752 VIBRATE PLATE M/KASA MVH-200 450 79.7" 21.00 706.00 136.00

1874 VIBRATE PLATE MIKASA MVH-502 1, 202 27.6" 24.00 709.00 139.00

2126 VlBRATEPLATEMULTIQUIP MVH-502 1,202 27.6" 21.00 706.00 136.00

2164 VIBRATE PLATE MULTIQUIP MVH-502 1,202 27.6" 24.00 709.00 139.00

2207 VIBRATE PLATE MULTIQUIP MVH-502 1,202 27.6" 24.00 709.00 939.00

2221 MULTIQUIP RAMMAX walWbeh P33/24FC 2,998 33" 40.00 125.00 155.00

2222 MULTIQUIP RAMMAX wafWbeh P33/24FC 2,998 33" 40.00 125.00 155.00

2240 WACKER ROLLER WALK BEHIND RT82SC2 3,300 32" 40.00 125.00 155.40

WACKER/TAMPER MT74F 19.00 104.00 134.00

CRUSHING PLANT EQUIPMENT

1580 PORTABLE SCREEN EXTEC 50005 37, 500 40"X 33'

1998 BELT CONVEYOR FLECO 320 CD 7, 200 4yd Hopper

2360 METSO NORDBERG SCREEN ST620 60, 720 3 decks

i9'8'x5'i?"

2361 METSO NORDBERG CONE LT300HP 95,000 9 cu yard

2362 METSO NORDBERG JAW LT105 90,400 8-72 cu yard

2387 SUPERIOR RADIAL STACKER PRSC-S 15,400 30"X 60'

2386 MEGGA BAGGER MBT-2 3,700 2-1yd Hoppers

FORKLIFTS/SCISSOR LIFT

3102 TELENANDLER CAT TH255 73,000 55001ifr 54.00 !39.00 769.00

2279 TELEHANDLER JLG G9-43A 25,907 90001ift 64.00 149.00 179.00

2220 TELEHANDLER JLG G6-42A 20,400 60001ik 54.00 139.00 ?69.00

2239 TELEHANDLER JLG G6-42A 20,400 60001ift 54.00 139.00 169.00

1785 FORKLIFT CAT AM3Q 47, 760 30,000 liR 70.00 ?55.00 785.00

1786 FORKLIFT CAT V300B 42,280 30,000lift 56.00 141.00 171.00

ARROW/MESSAGE BOARDS

1509 ARROWBOARD-SOLAR WANCO 78.00

1788 ARROWBOARD-SOLAR AMIDA 18.00

1789 ARROWBOARD-SOLAR AM1DA 18.00

1800 ARROWBOARD-SOLAR WANCO 18.00

1801 ARROWBOARD-SOLAR WANCO 18.00

2390 MESSAGE BOARD WVT3 WVT3 20.00

2995 MESSAGE-SOLAR PREC PRECISION 20.00

2998 MESSAGE-SOLAR PREC PRECISION 20.00

2999 MESSAGE-SOLAR PREC PRECISION 20.00

3006 ARROWBOARD-SOLAR ECLIPSE 18.00

3007 ARROWBOARD-SOLAR ALAMOND 78.00

3008 ARROWBOARD-SOLAR ALAMOND 78.00

3009 ARROWBOARD-SOLAR ALAMOND 18.00

3039 ARROWBOARD-SOLAR SOLAR TECH 78.00

3099 ARROWBOARD-SOLAR FLATIRON 78.00

3100 ARROWBOARD-SOLAR FLATIRON 78.00

3101 ARROWSOARD-SOLAR FLATIRON 18.00

TRAFFIC CONTROL /DAILY

BARRICADES 1.50

BARRICADES W/Signs 3.00

BARRICADES W/Signs and Lighted 4.00

SOFT SIGN BARRICADES 79.00

IVO PARK BARRICADES 1.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 35 of 86

Page 6 of 12

EQUIP# BUCKfTS/Zf/ HOURLY

OPERATED OTEQUIPDESCRlPTlON MODEL S/Zf PAYLOAD

BARE OPERATED RATERENTAL RATE

DELINEATORS 1.00

CONES 1.00

STOP/SLOW PADELS 8.00

SHORING /DAILY RATE

Cylinder Ranae Color Code Daily Weekly Monthly

18"-27" Yellow $ 6.25 $ 31.00 $ 93.00

22"-36" Red $ 6.25 $ 31.00 $ 93.00

28"-46" Green $ 6.25 $ 31.00 $ 93.00

34"-55" Blue $ 6.75 $ 33.00 $ 99.00

42"-69" $ 6.75 $ 33.00 $ 99.00

52"-88" Brown $ 7.75 $ 38.00 $ 114.00

76"-112" Brown/Green $ 8.75 $ 43.00 $ 129.00

94"-130" Brown/Yellow ~u 9.25 $ 46.25 $ 138.00

108"-144" Black $ 9.75 $ 48.00 $ 144.00

12'-15' $ 15.00 $ 75.00 $ 225.00

12'-20' Long Shores Available

STEEL PLATES

7"X 4'X 4' 0.32

1"X 4'X 8' 0.38

7"X 4'X ?0' 0.44

1"X 5'X 5' 0.31

1"X 5'X 10' 0.44

1 "X 8' X 10' 0.75

1"X 8'X T5' 0.96

1"X 8'X 20' 1.44

i 1/2"X 8'X 20' 2,25

i 7/2" X 8' X 30' 3.13

7 1/2" X 10' X 30' 3.75

SHIELDS

8' X 8' Manhole boxes 7.50

10'X 10' Manhole boxes 8.75

4'X 14' Shield 3.75

4' X 20' Shield 5.00

4' X 24' Shield 7.50

4'X 28' Shield 1 D.00

6'X 14' Shield 4.60

6'X 20' Shield 6.25

6' X 24' Shield 8.75

6' X 28' Shield 17.25

8'X 14' Shield 6.25

8'X 20' Shield 10.00

8' X 24' Shield 12.50

8' X 28' Shield 15.00

8' X 30' Shield 17.50

8' X 32' Shield 21.25

1 D' X 14' Shield 7.50

10'X 20' Shield 12.50

10'X 24' Shield ~~,pp

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 36 of 86

EQUIP ~ EQUIP DESCRIPTION

10'X 28' Shield

10'X 30' Shield

10'X 32' Shield

12'X 14' Shield

12' X 20' Shield

12' X 24' Shield

72'X 28' Shield

72'X 30' Shield

92'X 32' Shield

10'

20'

K-RAIL

GENER,4TORS

3065 GENERATOR ONAN

3083 GENERATOR POWERPRO

3046 GENERATOR IR G40

3047 GENERATOR IR G40

1861 GENERATOR COLEMAN

3029 GENERATOR HOUSE GENERAL

PUMPS PORTABLE/TOWABLE

2233 4"GODWIN

2234 4" GODWIN

2137 4" GORMAN RUPP

2194 12" GODWIN

2213 4"MULTIQUIP

2214 4" MULTIQUIP

2215 4" MULTIQUIP

2072 6" GODWIN

1987 8" CASE

2" ELECTRIC SUBMERSIBLE PUMPS / 710v

3" TRASH PUMP PORTABLE/Honda engine

2"ELECTRIC SUBMERSIBLE PUMPS/220

3"ELECTRIC SUBMERSIBLE PUMPS

3" CENTRlFICAL PUMP PORTABLE/ Honda

4"ELECTRIC SUBMERSIBLE PUMPS

DCTR.4 SUCTION HOSE 25'

ECTRA SUCTION HOSE 25'

EXTRA DISCHARGE HOSE' 50'

EXTRA DISCHARGE HOSE 50'

F1RE HOSE 50'

FIRE HOSE 50'

HYDROSTATIC TEST PUMP

50' POWER CORD

TEMPORARY POWER BOX

LIGHT TOWERS

3025 LIGHT TOWER IR

3026 LIGHT TOWER IR

3048 LIGHT TOWER IR/DOOSAN

3049 LIGHT TOWER IR/DOOSAN

2997 PORTABLE LIGHT TOWER TEREX

3141 LIGHT TOWER IR/DOOSAN

Page 7 of 12

MODEL

7250

25

G40

G40

Q-PAC

SD080

CD103M

CD103M

14A2-TS2

CD300M

QP40TH

QP40TH

QP40TH

HL5M

6591 TA

SIZE BUCKET SIZE/

yBAREy OPERATED OT

PAYLOAD OPERATED RATERENTAL RATE

27.25

25.Oa

27.50

10.Oa

15.00

20.00

25.00

27.50

30.00

12.5KW

25KW

30KW

30KW

50KW

80KW

900gpm

900gpm

600gpm

6000gpm

400gpm

400gpm

400gpm

1450gpm

2300gpm

62gpm

85gpm

90gpm

120gpm

270gpm

500gpm

3"-6"

8"-12••

3"-6"

8"-12"

1 1/2"

2 1/2"

&11gpm

LSC-60FiZ 4.5kw

LSC-60HZ 4.5kw

LSC-60HZ 4.5kw

LSC-60HZ 4.5kw

6kw

LSC-60HZ 4.5kw

SEE PAGE 12 FORTERMSAND CONDITIONS

0.65

0.85

25.00

32.00

38.00

38.00

43.00

55.00

40.00

40.00

35.00

105.00

15.00

15.00

15.00

50.00

60.00

4.50

12.00

5.00

8.50

12. DO

14.00

5.00

8.00

5.00

8.00

3.00

4.00

10.50

3.00

3.00

20.00

20.00

26.00

26.00

20.00

26.00

2017-06-28 Item 8H 37 of 86

Page 8 of 12

HOURLYfQU/P#` EQU/PDESCRIPTION MODEL SIZE

BUCKETSIZf/ BARE OPERATED OT

PAYLOAD OPERATED {ZgTERENTAL RATE

3142 LIGHT TOWER IR/DOOSAN LSC-60HZ 4.5kw 26.00

3143 LIGHT TOWER IR/DOOSAN LSG60HZ 4.5kw 26.00

3144 LIGHT TOWER IR/DOOSAN LSGfiOHZ 4.5kw 26.00

AIR COMPRESSORS /AIR TOOLS

2043 COMPRESSOR-TOWING i85CFM 185cfm 44.00

2?13 COMPRESSOR-TOWING 185CFM 185cfm 44.00

2115 COMPRESSOR-TOWING 185CFM 185cfm 44.00

2120 COMPRESSOR-TOWING 185CFM 185chn 44.00

2278 COMPRESSOR AIRM PDS185S 185cfm 44.00

3020 TOWABLE COMPRESSOR IR 185cim 44.00

3021 TOWABLE COMPRESSOR IR 185cfm 44.00

AIR JACK HAMMERS/POWDER PUFF 30/60/90 4.50

CHIPPING GUNS 3.50

ELECTRIC HAMMER 60L8 10.00

MISCELLANEOUS

801 CEMENT MIXER 12. DO

1415 CEMENT MIXER 12.00

1426 CEMENT MIXER 12.00

30' CHAIN FALL $50 /DAY

HARNESS/YO-YO $10/DAY

3125 MfXER CONCRETE TRAILER (1 YD) $500 / YD

3129 MIXER CONCRETE TRAILER (1 YD) $500 / YD

1689 SHEEPSFOOT 5 X 5 18.00

1709 LEAK FINDER 12.00

7762 CHLORINATIONTR.4ILER 13.50

i 783 MOBILE OFFICE 12 X 60 12.00

1973 GRfNDER REMAX TOW BEHIND 4800 36"-48" 254.00

2004 LEAK FINDER 20.00

2982 CHLORINATION TRAILER 13.50

3016 MITYMITEBLOWER/TRAILER 12,000cfm 20" 20.00

3017 TREBOR MADE BLOWER /TRAILER 10,000cfm 18" 8.00

ASPHALT /CONCRETE EQUIPMENT

2328 CURS MACHINE POWER CURB BERM MILLER 50.00 135.00 165.002357 STRIPING MACHINE LINE LASER 3900 3900 25.00

3027 ZfEMAN TRAILER SEAL TANK w/1000 1000GAL 25.00

3033 LEE BOY TACK WAGON 5738 150GAL 50.00

CONCRETE VIBRATOR w/stinger 110V 5.00

CONCRETE VIBRATOR w/stinger HI-CYCLE HI-CYC 9.75

F~.,ar saws ~ saw r►tuc►cs2276 TRUCK FORD F550XLT F550 18000 50.00 135.00 165.002300 TRUCK FORD/STRIPER F450 15000 50.00 135.00 765.003036 HUSQVARNA FLAT SAW 46HP IS4600 45.00

3086 HUSQVARNA FLAT SAW 61 HP FS 6100 D 45.00

3066 DIAMOND 4 SPEED DRILL DR401 40.00

3? 19 DIAMOND 4 SPEED DRILL DR401 40.00

PARTNER/STIHL 12%14" CHOP SA W 650/750 8.50

SWEEPERS

3146 JOHNSTON FREIGHTLINER E5351 26,000 133.00 795.00 211.00

WATER TRUCKS /TOWER

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 38 of 86

Page 9 of 12

fQU/P# EQUIP DESCRIPTION

1901 WATER TRUCK

2763 WATER TRUCK

1534 WATER TRUCK

1567 WATER TRUCK

1902 WATER TRUCK

1655 WATER TRUCK

2313 500 WATER BUFFALO

3024 500 WATER BUFFALO

3034 500 WATER BUFFALO

3147 500 WATER BUFFALO

1984 WATER TOWER

SEMI TRUCK W/TRAILER

1768 TRUCK PETE ROLL OFF

2020 TRUCK PETE (SEE TRAILERS BELOW)

3050 TRUCK PETE 367 (SEE TRAILERS BELOW)

3051 TRUCK PETE 367 (SEE TRAILERS BELOW)

3704 TRUCK PETE 367 (SEE TRAILERS BELOW)

2264 TRUCK WESTERN STAR 4900SA (SEE TRAILERS BELOW)

7575 TRL LOWBED SIEBERT 5-AXLE

1692 TRL LOWBED SIEBERT JEEP 7-AXLE

2271 TRL LOWBED MURRAY 5-AXLE

2P7P TRL LOWBED MURRAY JEEP 7-AXLE 4 AXL

2403 TRL TRAIL KING BEAVER TAIL 2 AXLE

END DUMPS W/TRUCK

7665 1992 WESTERN MODEL END DUMP

1737 END DUMP REL TRACTOR/TRL

1985 EIVD DUMP HIGH SIDE WESTERN

2396 END DUMP HIGH SIDE WESTERN

SIDE DUMPS W/TRUCK

2393 SIDE DUMP TR,4ILERS THURSTON

2394 S1DE DUMP TR,4ILERS THURSTON

BOOSTER TRUCKS

2079 BOOSTER TRK PETE 357 SUPERDUMP

2716 BOOSTER TRK PETE 330 SUPERDUMP

2144 BOOSTER TRK PETE 379 SUPERDUMP

2145 BOOSTER TRK PETE 379 SUPERDUMP

2203 BOOSTER TRK WEST 4900FA

TRUCK AND TRANSFERS

7822 TRUCK &TRANSFER PETE

1938 TRUCK &TRANSFER PETE

3052 TRUCK &TRANSFER PETE 384

3055 TRUCK &TRANSFER PETE 384

3057 TRUCK &TRANSFER PETE 384

TEN WHEELERS / M1SC

BOBTAIL DUMP TRUCK

1892 DUMP TRUCK

1901 BOBTAIL FORD 6 YARD DUMP FORD 35,000

3054 BOBTAIL PETE 6 YARD DUMP 337 PETE 33,000

3108 TACK DUMP TRUCK PETE 567 30180 80, 000

SUPERINTENDENT TRUCKSSEE PAGE 12 FOR TERMS AND CONDITIONS

BUCKET SIZE/ HOURLY

OPERATED OTMODEL SIZE

pAVLOAD BARE OPERATED RATERENTAL {ZpTE

FORD 35,000 2000GAL 50.00 112.00 128.00

lNTERNAT 35, 000 2500GAL 50.00 112.00 128.00

AUTO CAR 54,000 4000GAL 60.00 122.00 138.00

FORD 54,000 4000GAL 60.00 122.00 138.00

FORD 54,000 4000GAL 60.00 922.00 138.00

INTERNAT 54,000 5000GAL 70.00 132.00 148.00

MILLER TR,4ILER 500GAL 14.00

DEMCO TRAILER 500GAL 14.00

EXP500 TRAILER 500GAL 14.00

HLT TRAILER 500GAL 14.00

GLENDALE TRAILER 12,000GAL 17.00

19,800 80,000 95.00 157.00 173.00

20,660 80,000

20,800 80,000

20, 800 80, 000

20, 800 80, 000

22, 000 80, 000

79,960 110,000 125.00 187.00 203.00

16,620 120,000 140.00 202.00 218.00

19, 450 170, 000 125.00 187.00 203.00

17, 530 720, 000 140.00 202.00 218.00

20, 280 70, 000 110.00 172. DO 188.00

17,400 80,000 100.00 162.00 178.00

18,800 80,000 100.00 762.00 778.00

20, 000 80, 000 110.00 172.00 788.00

20, D00 80, 000 710.00 172.00 188.00

062.00 78.00

75,520 80,000 44,400 110.00 172.00 188.00

15,520 80,000 44,400 110.00 172.00 188.00

24,400 66,000 700.00 162.00 178.00

26, 000 66, 000 100.00 162.00 178.00

25, 850 66, 000 100.00 162.00 178.00

25,800 66,000 700.00 162.00 178.00

24,900 66,000 100.00 162.00 178.00

29, 040 80, 000 50, 960 95.00 157.00 773.00

30, 800 80, 000 49, 200 95.00 157.00 173.00

30, 380 80, 000 49, 620 95.00 157.00 173.00

30,180 80, 000 49, 820 95.00 157.00 173.00

30180 80,000 49820 95.00 757.00 173.00

95.00 157.00 7 73.00

95.00 157.00 173.00

95.00 157.00 ?73.00

49820 95.00 157.00 173.00

2017-06-28 Item 8H 39 of 86

Page 10 of 12

BUCKETS/ZE/ HOURLY

OPERATED OTEQUIP# EQUlPDESCR/PTlON MODEL SIZE pAYLDAD

BARE OPERATES RATERENTAL RATE

2276 TRK CHEV QUAD 4WD 2500HD 9,200 44.00

2217 TRK CHEV QUAD 4WD 2500HD 9,200 44.00

2218 TRK CHEV QUAD 4WD 2500ND 9,200 44.00

2238 FORD TRK SUPERDUTY F350 11,000 44.00

2295 TRK CHEVY SILVERADO 2500HD 9, 200 44.00

2296 TRK CHEVY SlLVERADO 2500HD 9, 200 44.00

3076 TRK GMC SIERRA C1500 5,058 44.00

2299 TRK CNEVY SILVERADO SAFETY 2500ND 9, 200 44.00

3126 GMC SIERRA CREW CAB 1500 7,200 44.00

3127 GMC SIERRA CREW CAB 1500 7,200 44.00

3738 GMC DENALI 1500 7,200 44.00

3139 GMC DENAL! 7500 7,200 44.00

ESTIMATING VEHICLES

3105 GMC YUKON XL GMC 5, 820 44.00

2407 FORD FOCUS FOCUS 2,960 35.00

3092 CHEVY CRUZE CHEVROLET 3, 084 35.00

3093 CHEW CRUZE CHEVROLET 3,084 35.00

3094 CHEW CRUZE CHEVROLET 3,084 35.00

3095 CNEVYCRUZE CHEVROLET 3,084 35.00

3096 CHEVYCRUZE CHEVROLET 3,084 35.00

3097 CHEW CRUZE CHEVROLET 3,084 35.00

FOREMANS TRUCKS

2?23 FOREMAN TRKFORD UTILITY F450 15,000 44.00

2146 FOREMAN TRK FORD UTILITY F450 15,000 44.00

2149 FOREMAN TRK FORD UTILITY F450 15,000 44.00

2150 FOREMAN TRK FORD UTILITY F450 75,000 44.00

2184 FOREMAN TRK FORD UT1Ll N F450 15, 000 44.00

2185 FOREMAN TRK FORD UTILITY F450 ?5,000 44.00

2186 FOREMAN TRK FORD UTILITY F450 15, 000 44.00

2190 FOREMAN TRK FORD UTILITY F450 ?5,000 44.00

2191 FOREMAN TRKFORD UTILITY F450 15,000 44.00

2192 FOREMAN TRK FORD UTILlN F450 75,000 44.00

3041 FOREMAN TRKDODGE UT1LlTY 4500 26,000 44.00

3042 FOREMAN TRK DODGE UTIL1lY 4500 26,000 44.00

3043 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00

3044 FOREMAN TRKDODGE UTILfTY 4500 26,000 44.00

3045 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00

3077 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.00

3078 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00

3079 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00

3080 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.00

3087 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00

3082 FOREMAN TRKDODGE UTILITY 4500 26,000 44.00

3730 FOREMAN TRK CHEVY UTILITY 3500 19,000 44.00

3131 FOREMAN TRK CNEVY UTILITY 3500 19, 000 44.00

3132 FOREMAN TRK CHEVY UTILITY 3500 19, 000 44.00

3133 FOREMAN TRK CNEVY UTfUTY 3500 19, 000 44.00

BOXBUILDER TRUCK

2225 BOXBUILDER TRK FORD F450 15,000 40.00

1943 BOXBUfLDER TRK FORD F450 75,000 40.00SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 40 of 86

Page 11 of 12

BUCKETS/7E/ HOURLY

OPERATED OTEQUIPA` EQUIPDESCR/PT10N MODEL S/ZE PAYLOAD

BARE OPERATED RATERENTAL RATE

2315 BOXBUILDER TRK FORD F450 15,000 40.00

JOBSlTE TRUCK W /MIXER

1899 TRUCK FLATBED W/MIXER F450 15,000 15.00

1944 BOXBUlLDER W/MIXER F450 15,000 40.00

CONE/SIGN TRUCKS

1948 CONE/SlGN TRK DODGE 3500 ?5,000 40.00

2038 CONE/SIGN TRK DODGE 3500 15,000 40.00

MAINTENANCE /WELDER TRUCKS

1900 TRUCK-WELDER FORD F450 75,000 77.00 762.00 792.00

2257 FUEL TRUCK PETE PETE 357 70,000 161.00 246.00 276.00

2305 WELDER TRUCK FORD F550 78,000 77.00 762.00 792.00

2993 WELDER TRUCK FORD F350 15, 000 77.00 162.00 192.00

3?07 TRUCK-MECHANIC 337 PETE 33,000 90.00 175.00 205.00

COMPRESSOR TRUCK W/DUMP

1724 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00

1725 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00

1726 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00

7 727 COMPRESSOR DUMP TRK GMC 185CFM 26, 000 90.00 752.00 168.00

rR,aicERs712 JOBSITE TRAILER 8' X 23' 70 12.00

1635 JOBSITE TRAILER CC-20961 5553 12.00

1991 FLATBED TRAILER UTIL FLATBED 1588 12.00

2000 JOB SITE TRAILER BROW VAN 10860 12.00

2009 JOB SITE TRAILER M1LL VAN 10860 12.00

2069 JOB TRAILER 5000 12.00

2070 JOB TRAILER #2 3000 12.OQ

2071 JOB TRAILER #3 5000 12.00

2096 JOB CLEAN UP TRAILER HOME 2530 72.00

2256 TRAJLER T2K5 UTIL 550 78.00

2311 TRAILER 27" VAN 10860 72.00

2325 TRAILER NEAL FB 1500 10.00

2326 TRAILER ZEMA TILT TRL 2 AX 7800 10.00

2331 TR.4lLER ZEMA 7,500 10.00

2337 TRAlLKING TK20 20 20,000 78.00

2346 TR,4ILERZEMA 70,000 10.00

2383 TRAILERAROS 7,500 10.00

3010 JOBSITE TRAILER CONNIX 10,000 12.00

301 T JOBSITE TRAILER CONNEX 10, 000 12.00

3012 JOBSITE TR,4ILER 20, 000 72.00

3013 JOBSITETR.4ILER 20,000 12.00

3014 BIG TEX TRAILER 10,000 10.00

3062 ZIEMANTRAILER 20,000 12.00

LABOR

SUPERlNTENDANT W/TRUCK 148.00

SUPERINTENDANT W/O TRUCK 104.00

FOREMAN W/TRUCK 139.00

FOREMAN W/O TRUCK 95.00

CARPENTER W/TRUCK 771.00

CARPEfYTER W/0 TRUCK 71.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-06-28 Item 8H 41 of 86

EQU/P#' fQUlP DESCRlPT/ON

MECHANIC/WELDER W/1'RUCK

MECHANIC/WELDER W/O TRUCK

OPERATOR

OILER

LEADMAN

PIPELAYER

LABORl80XBUILDER HELPER

TRUCK DRIVER

ADMIN /OFFICE

PROJECT MANAGER /ESTIMATOR

PROJECT STAFF ENGINEER

SHOP MACHINIST /WELDER FABRICATION

SHOP LABOR

SHOP MECHANIC

Page 12 of 12

BUCKET SIZE/ HOURLY

OPERATED OTMODEL SIZE PAYLOAD

BARE OPERATED {2pTERENTAL RATE

162.00

85.00

85.00

82.00

63.00

62.00

61.00

62.Q0

85.00

115.00

85.00

110.00

65.00

95.00

OVERTIME LABOR

OT SUPERINTENDANT W/TRUCK

OT SUPERINTENDANT W/0 TRUCK

OT FOREMAN W/TRUCK

OT FOREMAN W/O TRUCK

OT CARPENTER WlfRUCK

OT CARPENTER

OT MECHANIC./WELDER W/TRUCK

OT MECHANIC/WELDER W/O TRK

OT OPERATOR

OT OILER

OTLEADMAN

OT PIPELAYER

OT LABORER/BOX BUILDER HELPER

OT TRUCK DRIVER

1/2 OT RATE PM

PM RATE SUPERINTENDANT W/TRK

PM RATE SUPERINTENDANT W/O TRK

PM RATE FOREMAN W/TRUCK

PM FZATE FOREMAN W/O TRUCK

PM RATE MECHANIC/WELDER W/TRK

PM MECHANIC/WELDER W/O TRK

PM R,4TE CARPENTER W/TRK

PM RATE CARPENTER W/0 TRUCK

PM RATE OPERATOR

PM RATE OILER

PM RATE LEADMAN

PM RATE PIPELAYER

PM RATE LABORER/BB HELPER

PM RATE TRUCK DRIVER

TERMS AND CONDITIONSi.Mark up + overhead of 10% will be added to al! labor, equipment, materials and

subcontractors.

2. These T&M rates are subject to change at any time without notice.

Signed:

Austin Cameron, President Date: 3~j~~~

5EE PAGE 12 FOR TERMS AND CONDITIONS

199.00

155.00

185.00

141.00

137.00

97.00

?92.00

115.00

1?5.00

1?0.00

84.00

83.00

81.00

78.00

88.00

44.00

84.00

40.00

129.00

52.00

81.00

41.00

52.00

51.00

39.00

39.00

38.00

45.00

2017-06-28 Item 8H 42 of 86

ATTACHMENT B

Emergency Repair of Lone Jack Road; Project CX17B

INVOICES

TC CONSTRUCTION CO., INC INVOICE DATED 4.18.2017 $256,824.64TC CONSTRUCTION CO., INC INVOICE DATED 4.27.2017 $ 25,826.90

TOTAL INVOICES $282,651.54

2017-06-28 Item 8H 43 of 86

CITY OF ENCINITAS

Check Payable To:

Address:

SANTEE, CA

TC CONSTRUCTION CO., INC.

10540 PROSPECT AVE.

92071 OFFICE: 619-448-4560

Vendor No. 4690

Check if Misc. Vendor

CITY

New Vendor? Yes

I.D.

Notes:

STATE ZIPNo If Yes and not incorporated please enter Social Security # or Talc

2017ENG038 (not complete iyZ Murzis until contract is signed)LONE JACK EMERGENCY ROAD REPAIR

BRIEF DESCRIPTION AMOUNT INV. # INVC(25 Characters limit) DATE

MM/DD

CX17B-402101-CONSTFYI7 PAYMENT 1 $ 256,824.64 17-007-1 3/31CX17B-402101-CONSTFYI7 PAYMENT 2 $ 25,826.90 17-007- 5/1

TOTAL ~ $282,651.54

I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A

JUST CHARGE AGAINST THE CITY OF ENCINITAS

REQUESTED BY:

DEPARTMENT APPROVAL

DATE OF REQUEST 5/1/2 17

DATE CHECK REQUIRED

APPROVED FOR PAYMENT

FINANCE

DATE

2017-06-28 Item 8H 44 of 86

REQUEST FOR PAYMENT

From: TC Construction Company, In

c~~~e~~~~t~~~i

To:

CITY OF ENCINITAS

TC Job #

17-007

10540 PROSPECT AVE

505 S. Vulcan Avenue

17-007 /Emergency Roadway Repair

SANTEE, CA 92071

iEncinitas, CA 92024

Invoice

27652

Invoice date:

3/3112017

Contract For:

~~mna^y

Requ

est fo

r pa

ymen

t:Original contract amount

$0.00

Approved changes

$256,824.64

Revised contract amount

$256,824.64

Contract completed to date

$256,824.64

Add-ons to date

$0.00

Taxes to date

$0.00

Less Retainage

$0.00

Total completed less Retainage

$256,824.64

Less previous requests

$0.00

Current request for payment

$256,824.64

Current

billing

$256,824.64

Current additional charges

$0.00

Current tax

$0.00

Less current Retainage

$0.00

u

nt am unt du

5256,824.64

Remaining contract to

bill

$0.00 ~l lgf~7

2017-06-28 Item 8H 45 of 86

Project:

17-007 /Emergency Roadway Repair

REQUEST FOR PAYMENT DETAIL

Invoice 27652

Period End

ing Da

te:

Detail Pag

e 2

CONTRACTED

CURRENT

TOTAL TO DATE

Item

De

scri

ptio

n Un

it of

Bid

Unit

Amount

Quantity

Amount

Quantity

Amount

Unit

s to

ID

Meas

ure

Quan

tity

Price

Fini

sh

Emergency Roadway Re

pair

0.00

T8M Wor

k 0.00

TC Cha

nge Re

ques

t No

.1

0.00

TC1/

T&M 64

161

LS

1.00

2,79

8.62

2,

798.

62

1.00

2,79

8.62

1.00

2,798.62

TCt/

T8M 64163

LS

1.00

6,636.44

6,636.44

1.00

6,636.44

1.00

6,636.44

TCII

TBM 64164

LS

1 ~~

~ 5,807.23

5,80

7.23

1.00

5,807.23

1.00

5,807.23

TC1/T&M64t67

LS

1•~~

91.5

2 91

.52

1.00

91.52

1.00

91.52

TC1/

T8M 64

168

LS

1.00

3.253.03

3,253.03

1.00

3,253.03

1.00

3,253.03

TC1f

f8M 64169

LS

1.~~

38,594.81

38,594.81

1.00

38,594.81

1.00

38,594.81

7CtIT&M 64

170

LS

1 •~0

12,034.91

12,0

34.9

1 1.00

12,0

34.9

1 1.00

12,0

34.9

1TC

1lT8

M 64

171

LS

1.00

2,18

2.62

2,

182.

62

1.Q0

2.18

2.62

1.00

2,18

2.62

TC1/

TSM6

4172

LS

1.44

2,

182.

62

2,182.62

1.00

2,18

2.62

1.00

2,18

2.62

TC1/

T8M 64

173

LS

1.00

17,696.06

17,696.06

1.00

17,696.06

1.00

17,696.06

TC1l

T&M 64174

LS

1.00

11,021.37

11,0

21.3

7 1.00

11,021.37

1.00

11,021.37

TC1/

T8M 64

303

LS

1.00

12,540.94

12,540.94

1.00

12,5

40.9

4 1.00

12,5

40.9

4TC

1lf8

M 64304

LS

1.00

14,305.68

14,3

05.6

8 1.00

14,305.68

1.00

14,3

05.6

8TC

1lT8

M 64305

LS

1.00

26,508.31

26,508.31

1.00

26,5Q8.31

1.00

26,508.31

TC1/

7&M 64

306

LS

1.44

1,706.32

1,706.32

1.00

1,706.32

1.00

1,706.32

TC7l

f&M e4299

LS

1.D0

959.

20

959.

20

1.00

959.

20

1.00

959.

20TC

i/T8

M 64

294

LS

1.00

23,499.52

23,499.52

1.00

23,4

99.52

1.00

23,499.52

TCi1

T8M 64

307

LS

1.00

15,912.22

15,912.22

1.00

15,912.22

1.00

15,912.22

TC1/T8M64296

LS

1•~~

38,089.43

38,089.43

1.00

38,089.43

1.00

38,0

89.4

3TC

1/T8

M 64308

LS

1.00

6,030.92

6,030.92

1.00

6,030.92

1.00

6,030.92

TCt~T'8M64309

LS

1~~~

3,638.91

3,638.91

1.00

3,638.91

1.00

3,638.91

7Ct/T&M 64

214

LS

~ 1.00

11,333.96

11,333.96

1.00

11,333.96

1.00

11,333.96

Tota

ls

256,

824.

64

256,824.64

256,824.64

x256,825

7

2017-06-28 Item 8H 46 of 86

Chec

klis

t JTD Cost

$257

,15I

.~#

1Proof Billing -The Qua

ntit

y bi

lled

by line items on the

Dra

ft bil

l needs to agree to the Q

-she

et.

_OwnerlGC's Contract or

PO Number is written on Page one of invoice and com

miti

ng document is attached

necesary. (PO, Sch

edul

e of Values, LMA, et

c...

)JTD Billed is Gre

ater

tha

n JTD Cost

If not ask

est

imat

or for explanation

Esti

mato

r was given a cop

y of

Cur

rent

Bit

ing an

d CuRent Costs

Orig

inal

Contract Agree to Qwner\GC

_Ali change ord

ers are entered per th

e OwnerlGC paperwork

If not please no

te on Change ord

er log and we will approve when paid.

Rele

ases

are fil

led ou

t pr

oper

ly (Check throughly) and att

ache

d (if po

ssib

le)

All sub and sec

onda

ry vendors releases are requested

All de

duct

ive change ord

er are offset ag

ains

t th

e or

igin

al line

item

sPl

ease

enter due dale of

bil

ling

Bill all

T&M's entered on invoice

Can Retention Be Reduced per con

trac

tAmounts bil

led do not exceed contracted

Clos

e Commitments or place ve

ndor

on hol

d if al

l Job site re

quir

emen

ts are not met.

_Attach owner billing forms or af

favi

dit'

Is there Wrap Up Insurance Cre

dit

Does thi

s billing re

quir

e owner supplied releases

Cert

ifie

d Pa

yrol

l 8 AP Reports (i

f req

uire

d) are att

ache

d to

bil

ling

_If a # 3 or 4 release is attached, be spe

cifi

c in des

crib

ing th

e project for which we are rel

easi

ng rights. A

dditionally

pres

ent change ord

er log and AR Aging showing $0 out

stan

ding

, or inc

lude

unpaid or unapprove change ord

er amounts

on rel

ease

.

2017-06-28 Item 8H 47 of 86

CHANGE REQUESTinstruction

N~. 2TC Construction Company, Inc.Corporate Office REVISION 010540 Prospect AvenueSantee, CA 92071

Phone: 619-448-4560company Fax: 619-258-9751

To: CITY OF ENC[NITAS505 SOUTH VULCAN AVENUEENCIrR7:4S, CA 92024Ph:760-633-2606 Fax:760-633-2627

Job: 17-007 Emergence Road~~•ay RepairDate: 4/?7/I 7

Description: Tb;:M Traffic control for Sharidan Design -stamp horse crossing on Lone Jack Rd &Fortuna Rd

Reason: TR:M WORK

We are pleased to offer the follo~vin~ specifications and pricing to make the following changes:

Page 1 of I

2017-06-28 Item 8H 48 of 86

TIME AND MATERIAL REPORT ~ 4 3 a 1

construction ForOificeUseOnly— --

DEVELOPER __C~~-_~... ~~C-1►~ ~ _i~~ __.—_—_ DATE y_-20._~_~ Foreman __ ..--. _._ _p~ ,Field CoordJOB NAME _ . ~ __. .. ----- ---- — _ JOB NO I '? " ~ ~..._._

DEVELOPER'S P.O. # __ Sup-- - -_

DESCRIPTION OF WORK PERFORMED PresN

?~A~~L _~g~.~wo\ ~o.._ S~CYI~.lit~) ~~V1~lA ~tSo ~~ Purch

'~1 ~ S ~'A~~~ ~~3~.Y~.$Sl~t4~1~_~adi-~'~t{~Q ~ d- _ EST

company pREM1UM TIME ONLY YES — NO—__..

I. LABOR PREVAILING WAGE: YES NO.~_ HOURS ~ ~ '• •' • •

PfAME CLASSIFICATION REG OT RATE REG RATE UT TOTA€~S

~. - _

11. TC EGIUIPMENTNC3. r [}ESCRIPTION

TOTAL ' / '~$~ ̀,OILER REG OT RATE REG RATE OT ~Tf~TALS

'~ _1—`~ 1. 1, — / ~, l , ----- r~~,,' t'2 , .- __

__ ~ -

III. MATERIALS OR RENTED EQUIPMENT-_

,.~~.. - — ...tom-,'_~ -'~: '~~ - r

~'"'''~.'~i~~ ~~: ~~~~

~AMAGEQ BY.--- -- — --..DEVELOPER COMMENT _.

TC FOREMAN DEVELOPER APPROVAL

ORIGINAL

1~ 2 ~~ _._....Ut~~iT PRIG TC~iA! S

t. --- ~~~-icy y~Y~:~~.~ ~

.fir', ~3 ~._._ .~6~~~--

SUBTOTAL .?,~✓'~"~ --TAX ----'

_-- TOTAL

TC CONSTRUCTION CO., INC.10540 PROSPECT AVENUESANTEE, CA 92071 (619) 448-4560

_ FAX (619) 258-9751

2017-06-28 Item 8H 49 of 86

~R~~tT CE~K

SHARIDEN DESIGN ASPHALT, INC.P.O. Box 285Alpine, CA 91903

aiu To

T.C. Construction.Art Hernandez

ASR 7 1X017

-~-Q~ '~..1

Invoice

Date Invoice #

~~ ~V

P.O. No. Project~~

Lone Jack ~ Fortuna...

Item Description Quantify Rate Amount

Traffic Patterns XD (Lone Jack R Fortuna Ranchinstallation 4!20!2017

7R4FFIC PA7TE... Rehzat asphalt installed by others. Install Traffic 764 23.29188 17,791.00Fommla XD (minimum thickness of 1 ~0 mis)Traffic Pattzms is a durable przformed thermoplasticpa~~ement marking material used primaril}~ for streeucapeand traffic calming.Pattern: Random Stone ~~~ith Running Bond BrickBorderColor: Cocoa

PRE h4ARK Option :Install Pre Mazk I1~ermoplastic 12" n~hite lib ] 0.869 7 L~00.00Striping on out side of }~D \~l~alls( Additional S 1,00.00 )

CH.~i~GE ORDER O~~er time Charee (7 men n~~o additional hours) 968.00 968.00

TR4FFIC CONT... TRAFFIC COTTROL BY OT}~RS

PUBLIC PREVAI... Yes

LT'ION Shaziden is a Member of Local Labor Union !I 18~1

SHARIDEN DESIGN ASPHALT, INC.Phone: 619.445.3611Fax: 619.445.3642Email: [email protected]: sharidendesignasphait.com

Total $20.263.00

Balance Due ~~0,263.00Customer Total Balance $0.263.00

2017-06-28 Item 8H 50 of 86

'.~c:t~couM~~-soap.m.-[Nar29lfi.2iS117~i3en,ekExp[ores •e+.Mw3►+MR~!~-~4~awr,r..~7u.,~N,~wM,N~ Mme ,,.:.-~~ [~rw`=u~i7r

,~ ... gmn :us.corrt :̂.'.c» ~ ~;,.cx.ph;,i. ,x ~c-r8td p d=1del

yL.,.{ rntitled, "A Resolurion of tlx City Council of the City o£Encinitas

_', ~ , , r t ~y~ ', ?,mending the Fiscal Year 201 G I7 Adopted Budget" authonzine as ~,.,,., f~yp addinonal appropruhoa of S 39,800 (Attachment 3).

'~' ?Ql',-9i-~9Item lOB Emtreenc~ - ~4laachester

~ _ ~ s + ~~~y Cl'nrb: - Lonc Jack Road Revs¢ - Construction and In~pecnonContracts. Contact Peon. Deputy Duecmr of En¢interinz Deane

1}Authorize tha Public \l`orks Director, or his desi~ee, m cowultationKith ifie Cm Attorney, io executz a conmtt, and anc azczssart°amendmems, task ordzrs and duce extenswas, n'ith'I'C Construction, Inc.(.4ttachmrnt 1) for consssuacen ~~ark relazed to the emugenc~ repair on

lOC. Lone Jack Road; 2} Authonze the Pubic L~'mlcs Diractor, or hss desigvee,in consultzrion tivtth the City• Attorney, to execute an aznandanant. nzthGmgacifica (4tfachmrnt 2), in an amount not to exceed 518,$40 farinspection work related ro the emergarcy repair on Lone JacL Road; and 3)Adopt Gity Council Resolution No. ?01?•20 mhtled, "A Resoluhan aftheCity Council of the City ofEaciniraz Ammdmg the Fvscai Year ?D16-17Adapud &udget" authanziag an addiuona! appropriation of 54 47.300(Attachment 3).

~' ?.61 ?-03i9 [trm 1 M' F.hmwr:u:v - Laan Jack~~ .

~rgposzd reor~aruzation_and_persgnnel ~haagey_~ the Public_~orlts,

• 1. CALL TO ORDER P~a"n'i'..€_d~.5 Buildsgg ,City,~fuaa~er City C1efi..mid Pads.. ~. Recreationn L7c :artmrnts. Contact Person: Human ltesourc~s 44fl cr Uun h~

• 2. ROLL CALL

Suff recommends that the City Couaul~ 1) Appcoce the first reading ofna_____ ~ni. -r n_~ _~_~. ~~.n._Ma"'__. _:..w. r.~.rY.__:~. _r.a._.r:__..

~ 106'4

2017-06-28 Item 8H 51 of 86

Cit CouncilyMEETING DATE: March 29, 2017

PREPARED BY:

DEPARTMENT:

Ed Deane, DeputyDirector, Engineering

Public Works

INTERIM DEPTDIRECTOR:

CITY MANAGER

James G. Ross

Karen P. Brunt

SUBJECT:

EMERGENCY WORK —LONE JACK ROAD REPAIR —CONSTRUCTION AND INSPECTIONCONTRACTS

RECOMMENDED ACTION:

1. Authorize the Public Works Director, or his designee, in consultation with the CityAttorney, to execute a contract, and any necessary amendments, task orders and timeextensions, with TC Construction, Inc. (Attachment 1) for construction work related to theemergency repair on Lone Jack Road.

2. Authorize the Public Works Director, or his designee, in consultation with the CityAttorney, to execute an amendment, with Geopacifica (Attachment 2}, in an amount notto exceed $18,800 for inspection work related to the emergency repair on Lone JackRoad.

3. Adopt City Council Resolution No. 2017-20 entitled, "A Resolution of the City Council ofthe City of Encinitas Amending the Fiscal Year 2Q16-17 Adopted Budget" authorizing anadditional appropriation of $447,300 (Attachment 3).

STRATEGIC PLAN:

The project aligns with the Public Safety Focus Area by creating a safe and secure environmentfor citizens and businesses throughout the City.

FISCAL CON5IDERATIONS:

The fiscal impact associated with the staff recommendation requires an increase to the currentapproved General Fund budget in the amount of $447,300.

Final Estimated Time and Materials by TC Construction, Inc.GeopacificaContingency (15%)Total

$370,000$ 18,80058 50Q

$447,300

2017-03-29 Item 10C 1 of 35

2017-06-28 Item 8H 52 of 86

BACKGROUND:

On the morning of March 1, 2017, engineering staff was made aware of a road failure on LoneJack Road in the community of Olivenhain. Several weeks of heavy rain caused thegroundwater level to rise up to the surface to the point that pressure forced the groundwater toexit the pavement on Lone Jack Road and Fortuna Ranch Road. Continuous flow ofgroundwater has been coming out of pavement, out of water valve covers, and along the edgesof manholes on those streets. This significant amount of surface flow along with the over-saturated subgrade, has led to a significant road failure on Lone Jack Road, and the potentialfor failure on Fortuna Ranch Road. On March 1, 2017 a construction dump truck travelingsouthbound on Lone Jack Road between Bella Collina and Fortuna Ranch Road came to anabrupt stop, broke through the asphalt surface and sank 10 inches into the oversaturatedsubgrade. This incident highlighted the public safety hazard that existed on Lone Jack Roadand Fortuna Ranch Road due to the impact of high ground water flows. A pavement failurerelated to the high groundwater elevation also has a high probability of occurring on FortunaRanch Road. The timing of these types of failures is difficult to predict, but efforts to remediatethe groundwater problem prior to the failure assures the safety of the traveling public.

This situation met the definition of an emergency per the State Public Contract Code section1102, and an emergency declaration was signed by the City Manager on March 3, 2017(Attachment 4).

ANALYSIS:

The scope of work necessary to address the situation included excavating and hauling away theexisting damaged asphalt pavement and oversaturated subgrade, installing a perforatedsubdrain to drain the groundwater to an adjacent drainage channel, and installation of new baseand asphalt pavement.

TC Construction was selected based on their history of working with the City and have thenecessary experience, equipment and personnel, required to successfully execute a project ofthis magnitude and complexity.

ENVIRONMENTAL CONSIDERATIONS:

The action being considered by the City Council is exempt from the California EnvironmentalQuality Act (CEQA) because it is not a "project" per Section 15378(b)(5) of the CEQAGuidelines. The action involves an organizational or administrative activity of government thatwill not result in the direct or indirect physical change in the environment.

This item is not related to the Climate Action Plan.

ATTACHMENTS:

1. Contract for Construction Services between the City of Encinitas and TC Construction,Inc.

2. Amendment #7 to Agreement for Professional Consulting Services between the City ofEncinitas and Geopacifica

3. City Council Resolution No. 2017-20 entitled, "A Resolution of the City Council of theCity of Encinitas Amending the Fiscal Year 2016-17 Adopted Budget"

4. Emergency Declaration memo, dated March 3, 20175. Summary of Budgetary Fund Balance

2017-03-29 Item 10C Z of 35

2017-06-28 Item 8H 53 of 86

ATTACHMENT 1

CONTRACT FOR THECONSTRUCTION OF A PUBLIC WORKS

EMERGENCY PROJECT CX17B

THIS CONTRACT is made and entered into by and between the CITY ofEncinitas, a municipal corporation, hereinafter referred to as "CITY", and TCConstruction Company, Inc., hereinafter referred to as "CONTRACTOR".

RECITALS

WHEREAS, the subject site is located at Lone Jack Rd., south of Fortuna Ranch Rd.;and,

WHEREAS, recent rains have caused the ground water to rise and the subgradeof the road to be compromised to the point where truck sunk into the roadbed; and,

WHEREAS, the repair of this road failure constitutes an "Emergency", as definedby Public Contract Code §1102 since this erosion is a "sudden, unexpected occurrencethat poses a clear and imminent danger" to the integrity of a critical road that providesthe only access to the Olivenhain area of Encinitas, "requiring immediate action toprevent or mitigate the loss of impairment of life, health, property, or essential publicservices"; and,

WHEREAS, City requires a general contractor to perform the repairs as anemergency project generally described as:

Emergency Repair of Lone Jack Road; Project CX17B, and,

WHEREAS, Contractor represents itself as possessing the necessary skills andqualifications to construct the emergency project required by the City and possessingthe required Contractors license;

NOW THEREFORE, in consideration of these recitals and the mutual covenantscontained herein, City and Contractor agree as follows:

1.D CONTRACTOR'S OBLIGATIONS

1.1 CONTRACTOR shall construct the project in conformance with therequirements set forth in Attachment A, which is attached hereto and incorporatedherein as though fully set forth at length; and which will hereinafter be referred to as"PROJECT".

1.2 The CONTRACTOR shall perform all work required to construct thePROJECT in conformity with applicable requirements of all City, State, and federal laws.

1.3 The CONTRACTOR is hired to render professional services and anypayments made to CONTRACTOR are compensation fully for such services.

2017-03-29 Item 10C 3 of 35

2017-06-28 Item 8H 54 of 86

1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACTall professional certifications and licenses required in order to comply with all City,State, and federal laws in the performance of this CONTRACT.

1.5 The CONTRACTOR shall pay to all laborers and mechanics employed onthe project not less than the State prevailing wage rate as determined by the Director ofIndustrial Relations of the State of California. See, Labor Code Sections 172Q et seq.and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 etseq. ("Prevailing Wage Laws")

3.0 PAYMENT FOR SERVICES

Payment for CONTRACTOR's work to be rendered hereunder shall be in accordancewith the provisions that are standard for the industry, subject to the unit prices reflectedin CONTRACTOR`S emergency rates (Attached herein) or for other items shall be billedand paid for on a Time and Materials basis, as appropriate.

3.5 SECURITY FAR CONTRACTOR'S PROMISE TO PERFORM — NOTAPPLICABLE

4.0 TERM OF CONTRACT

4.1 This CONTRACT shall be immediately effective on and from the day, monthand year of its execution by CITY.

4.2 CONTRACTOR has commenced with the construction of the PROJECT.

4.3 CONTRACTOR shall fully complete the performance of this contact within 5working days from the date of this contract.

5.0 TERMINATION OF CONTRACT

In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work asprovided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying theCONTRACTOR by certified mail of said termination.

6.0 STATUS OF CONTRACTOR

The CONTRACTOR shall perform the services provided for herein in a manner ofCONTRACTOR's own choice, as an independent contractor and in pursuit ofCONTRACTOR's independent calling, and not as an employee of the CITY.CONTRACTOR shall be under control of the CITY only as to the result to beaccomplished and the personnel assigned to the project. However, CONTRACTORshall confer with the CITY as required to perform this CONTRACT.

7.0 SUBCONTRACTING

2017-03-29 Item 10C 4 of 35

2017-06-28 Item 8H 55 of 86

7.1 Not Applicable. CONTRACTOR shall not subcontract out any Work.

7.2 If the CONTRACTOR subcontracts any of the work to be performed underthis CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the actsand omissions of the CONTRACTOR's subcontractor and of the persons either directlyor indirectly employed by the subcontractor, as CONTRACTOR is for the acts andomissions of persons directly employed by CONTRACTOR. Nothing contained in theCONTRACT shall create any contractual relationship between any subcontractor ofCONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor bythe terms of the CONTRACT applicable to CONTRACT~R's work unless specificallynoted to the contrary in the subcontract in question approved in writing by the CITY.

8.0 ASSIGNMENT OF CONTRACT

The CONTRACTOR has no authority or right to assign this CONTRACT or any partthereof or any monies due thereunder without first obtaining the prior written consent ofthe CITY.

9.0 EQUALS —Not Applicable

10.0 VERBAL AGREEMENT OR CONVERSATION

No verbal agreement or conversation with any officer, agent or employee of the CITY,either before, during or after the execution of this CONTRACT, shall effect or modifyany of the terms or obligations herein contained nor such verbal agreement orconversation entitle CONTRACTOR to any addition payment whatsoever under theterms of this CONTRACT. Direction from the City Inspector is the exception to thisstatement.

11.0 DISPUTES

11.1 Initial Dispute Resolution. If a dispute should arise regarding theperformance of this Agreement, the following initial dispute resolution procedures shallbe used prior to initiation of the statutory claims procedure set forth in Section 13.4 et.seq:

A. Within twenty (20) City working days after a dispute regarding theperformance of this Agreement arises, it shall be reduced to writing at staff levelby the complaining party setting forth the nature of the dispute in detail, alongwith all pertinent back up documentation in support. The writing shall bedelivered to the receiving party by first class mail or personal delivery directly tothe party's project manager, along with recommended methods of resolution.

B. The party receiving the letter shall reply to the letter with a detailedresponse, along with a recommended method of resolution, if any, within ten (10}City working days of receipt of the letter.

2017-03-29 Item 1 QC 5 of 35

2017-06-28 Item 8H 56 of 86

11.2 If the dispute is not resolved at staff level in accordance with Section 13.1,within five (5) City working days of the receiving party response (or longer if agreedbetween the parties) ,the aggrieved party, through its respective project manager shalldeliver to the City Manager's office a letter outlining the dispute for the City Manager'sreview. The receiving party may submit further response, if required, to the Citymanager within five {5) city working days thereafter. The City Manager, at his/her solediscretion may respond as he/she deems appropriate, including recommendations forresolution, discussions or rejection of the dispute within fifteen (15} working days ofreceipt of the complaint.

11.3 If the dispute remains unresolved and the parties have exhausted theprocedures outlined in this section, the parties may then seek remedies available tothem under this Agreement and at law, including, but not limited to, under thetermination procedures. This provision does not relieve Contractor of its obligation andContractor is required to timely comply with all applicable provisions of the GovernmentClaims Act before initiating any legal proceeding against City.

11.4 Public Contract Code ~ 201 Q4. Consistent with Public Contract Code §20104 et. seq., a claim by the Contractor for a time extension; payment of money ordamages arising from work done by or on behalf of the Contractor pursuant to theContract which is not otherwise expressly provided for or the claimant is not otherwiseentitled to; or an amount the payment of which is disputed by the City, shall be dealtwith as follows:

A: The claim shall be in writing and include the documents necessary tosubstantiate the claim. Claims must be filed on or before the date of finalpayment. Nothing in this subdivision is intended to extend the time limit orsupersede notice requirements otherwise provided by the Contract for the filingof claims.

B. For claims of less than fifty thousand dollars ($50,000):

1. For claims of less than fifty thousand dollars ($50,000), the Cityshall respond in writing to any written claim within 45 days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.

2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.

3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 1 S days after receipt of the furtherdocumentation or within a period of time no greater than that taken by theclaimant in producing the additional information, whichever is greater.

C. For claims of fifty thousand dollars ($50,000) or more:

2017-03-29 Item 10C 6 of 35

2017-06-28 Item 8H 57 of 86

1. For claims of over fifty thousand dollars ($50,000) and less than orequal to three hundred seventy-five thousand dollars ($375,000), the Cityshall respond in writing to all written claims within 6d days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.

2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.

3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 30 days after receipt of the furtherdocumentation,, or within a period of time no greater than that taken by theclaimant in producing the additional information or requesteddocumentation, whichever is greater.

D. If the claimant disputes the City's written response, or the City fails torespond within the time prescribed, the claimant may so notify the City, inwriting, either within 15 days of receipt of the City's response or within 15days of the City's failure to respond within the time prescribed,respectively, and demand an informal conference to meet and confer forsettlement of the issues in dispute. Upon a demand, the City shallschedule a meet and confer conference within 30 days for settlement ofthe dispute.

E. Following the meet and confer conference, if the claim or any portionremains in dispute, the claimant shall file a government claim pursuant toChapter 1 (commencing with Section 900) and Chapter 2 (commencingwith Section 91 Q} of Part 3 of Division 3.6 of Title 1 of the GovernmentCode. The Government Claim filing requirement is a required prerequisiteto bring a court action against City. For purposes of those provisions, therunning of the period of time within which a claim must be filed shall betolled from the time the claimant submits his or her written claim pursuantto this section until the time the claim is denied, as a result of the meetand confer process, including any period of time utilized by the meet andconfer process.

11.5 Contractor acknowledges that California Government Code Sections12650 et seq., the False Claims Act, provides for civil penalties where a personknowingly submits a false claim to a public entity. These provisions include false claimsmade with deliberate ignorance of the false information or in reckless disregard of thetruth or falsity of the information. This provision does not relieve Contractor of itsobligation and Contractor is required to timely comply with all applicable provisions ofthe Government Claims Act before initiating any legal proceeding against City.

2017-03-29 Item 1 QC 7 of 35

2017-06-28 Item 8H 58 of 86

11.6 As required by Public Contracts Code ~ 9201, the City will provideContractor with timely notification of any third party claim related to the contract.

12.0 HOLD HARMLESS

12.1 To the fullest extent allowed by law, CONTRACTOR, (including, but notlimited to, its employees, subcontractors, officials, officers or representatives) agrees toindemnify, immediately defend and hold the City and City's, officers, elected officials,employees, City contractors and agents harmless from, and against any and all liabilities,claims, suits, actions ,demands, administrative actions, fines, actions for injunctive relief,causes of action, losses, damages, attorney's fees and casts, including all casts ofdefense thereof, brought against them arising directly or indirectly from, any workperformed by Contractor or Contractor's agents, employees, subcontractors, officials,officers or representatives during the performance of any services and work under thiscontract. This includes the active or passive negligence of City, as allowed by law. Upondemand, Contractor shall, at its own expense, immediately defend and indemnify City andCity's officers, elected officials, employees, City contractors and agents, from and againstany and all such liabilities, claims, suits, actions, demands, administrative actions, fines,penalties, actions for injunctive relief, causes of action, losses, damages and costs broughtagainst them. The Contractor shall provide a defense to the City's indemnitees or at theCity's option reimburse the City for its costs of defense, including reasonable attorneys'fees, incurred in the defense of such claims; and the Contractor shall promptly pay anyfinal judgment or portion thereof rendered against the CITY.

12.2 CONTRACTOR'S obligation herein includes, but is not limited to, fines,penalties, attorney's fees, costs, ADA claims arising during the course of construction ofthe improvements, ADA claims arising as the result of defects in the construction of theimprovements, alleged defects in the construction of the improvements; alleged defectsin the materials furnished in the construction of the improvements; alleged injury topersons or property; alleged inverse condemnation of property as a consequence of theconstruction or maintenance of the work or the improvement; and any accident, loss ordamage to the work or the improvements prior to the acceptance of same by City.

12.3 By inspecting, approving or accepting the improvements, City shall nothave waived the protections afforded herein to City and City's officers, officials,employees and agents or diminished the obligation of CONTRACTOR who shall remainobligated in the same degree to indemnify and hold City and City's officers, officials,employees and agents, harmless as provided above.

12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims,demands, causes of action, losses, damages or costs that arise out of the City'sintentional wrongful acts, violations of law, ar the City's sole active negligence.

13.0 INSURANCE

The Contractor shall obtain and for the full term of this contract maintain in full force andeffect, comprehensive general liability and property damage insurance, or commercialgeneral liability insurance, automobile and Worker's Compensation Insurance from

2017-03-29 Item 10C 8 of 35

2017-06-28 Item 8H 59 of 86

insurers having a Best Rating of A-: VII or better and licensed and authorized by theInsurance Commissioner of the State of California Department of Insurance to betransacting business in the State of California and approved by City. CONTRACTORshall also name City as an additional insured and provide adequate proof of insurance.

14.0 NOTICES

14.1 Any notices to be given under this CONTRACT, or otherwise, shall beserved by certified mail.

14.2 For the purposes hereof, unless otherwise provided in writing by the,parties hereto, the address of CITY and the proper person to receive any such notice onits behalf is:

Karen P. BrustCity ManagerCity of Encinitas505 S. Vulcan AvenueEncinitas, CA 92024-3633

and the address of CONTRACTOR and the proper person to receive any such notice onits behalf is:

TC Construction Company, Inc.Attn: Austin Cameron, President10540 Prospect Ave.Santee, CA 92071619-417-7396License # A4Q2459

15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATIONREFORM AND CONTROL ACT OF 1986

"CONTRACTOR certifies that CONTRACTOR is aware of the requirements ofthe Immigration Reform and Control Act of 1986 (8 USC Secs. 1101-1525} and willcomply with these requirements, including but not limited to verifying the eligibility foremployment of all agents, employees, subcontractors and consultants that are includedin this Contract."

16.0 AFFIDAVIT OF NONCOLLUSION

As required by California Public Contracts Code section 7106, the CONTRACTOR hassubmitted within Section F, Bid Forms, affidavit of non-collusion affidavit, which isattached hereto and incorporated herein as though fully set forth at length.(NOTAPPLICABLE —EMERGENCY WORK}

2017-03-29 Item 1 QC 9 of 35

2017-06-28 Item 8H 60 of 86

17.0 CONTRACTOR'S AWARENESS AND COMPLIANCE WITH THE STATE OFCALIFORNIA FAIR EMPLOYMENT PRACTICES

CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the FairEmployment and Housing Act (Gov. Code, 1290-0 et seq.) and will comply with theprovisions as required by Labor Code section 1735.

18.0 RECORDS RETENTION AND INSPECTION

CONTRACTOR agrees that it will retain all records, including financial and employmentrecords, relating to the Emergency Repair of Lone Jack Rd. ;Project CX17B for a periodof three years from substantial completion of the project. CONTRACTOR agrees that onthree days' written notice from the City, CONTRACTOR will make all records available forinspection and copying by the City or the City's authorized representative.

19.0 PROGRESS OF WORK

Pending resolution of any dispute under the contract, the CONTRACTOR shall not beexcused from any scheduled completion date provided for by the CONTRACT, and shalldiligently proceed with all work necessary to complete the work of improvement. Na workshall be delayed or postponed by the CONTRACTOR pending resolution of any dispute ordisagreement, including payment, with the CITY unless otherwise agreed to in writing.The CITY shall compensate the CONTRACTOR based on the CONSTRUCTIONMANAGER's interpretation of the CITY's obligation to pay, or on a subsequent writtenagreement of the parties, or as otherwise determined or fixed by arbitration or in a court oflaw.

20.0 NO VERBAL AGREEMENT OR CONVERSATION

No verbal agreement or conversation with any officer, agent or employee of the City, eitherbefore, during or after the execution of this Contract, shall affect or modify any of the termsor obligations herein contained nor such verbal agreement or conversation entitleContractor to any additional payment whatsoever under the terms of this Contract. Allcontractual modifications shall be in writing and executed by City personnel authorized tobind City.

21.0 CLAIMS STATUTE COMPLIANCE

In addition to any other notice requirement contained herein, Contractor is required tocomply with all California Government Claims Act Requirements before initiating suit.

22.0 NO ASSIGNMENT

Contractor has no right ar power to assign or transfer this Contract, or any portion thereof,nor shall any of the Contractor's duties be delegated, without the express, prior writtenconsent of the City. Any attempt to assign or delegate this Contract without the expresswritten consent of the City shall be void and of no force or effect. Consent by the City to

2017-03-29 Item 10C 10 of 35

2017-06-28 Item 8H 61 of 86

one assignment, transfer or delegation shall not be deemed to be a consent to anysubsequent assignment, transfer or delegation.

23.0 ENTIRE AGREEMENT

This contract and related Contract Documents comprise the entire agreement between theCity and the Contractor concerning the work to be performed and the project.

CONTRACTOR

TC Construction Company, Inc.

Austin CameronPresident

CITY OF ENCINITAS

byInterim Public Works Director

Dated:

APPROVED AT TO FORM:

Glenn Sabine, City Attorney

Dated:

2017-03-29 Item 10C 11 of 35

2017-06-28 Item 8H 62 of 86

ATTACHMENT A

Emergency Repair of Lone Jack Road; Project CX17B

WORK TO BE DANE

All work shall be done in accordance with the Special Provisions, the "GreenbookStandard Specifications for Public Works Construction (2015 edition), and the 2010edition of the State of California Department of Transportation Standard Specifications,the San Diego Area Regional Standard Drawings (August, 2009 edition), and the State ofCalifornia Department of Transportation Standard Plans (201 Q edition).

This project involves the rehabilitation of Lone Road, south of Fortuna Road. This workconsists of dewatering the site and filtering the ground water through coordination with theSan Elijo Joint Powers Association, removing the compromised road bed and transportingthis material to another site. Placing a French system and reconstruction of the road witha section described as 8" of AC over 12" of virgin class II base that will rest on HP570fabric underlain by 2ft. of 3/4' rock resting on another layer of HP570 fabric. The silt tankshown below is to be replaced with Pure Effect's mechanical filtration system. Thereinstallation of the horse trail crossing immediately south of Fortuna Ranch Rd. Fieldchanges may modify the required work.

2017-03-29 Item 10C 7 2 of 35

2017-06-28 Item 8H 63 of 86

2017-03-29 Item 'f OC 13 of 35

2017-06-28 Item 8H 64 of 86

T8~M RATES Page 1 of 12i

consuucclm

company

311/2017

6UCKETSIZE/ H~u~y OPERATED OTEQUIP„ EQUIP DESCRIPTION MODEL S1ZE

pAYLQAO BARE OPERATED ATERENIAL RATE

EXCAVATORS

M1N! EXCAVATORS

3128 CATERPILLAR 305.5E2CR ?1,863 12"-24" 70.00 155.00 985.00

3091 CATERPfLLAR 308ECRS8 1$300 98"36" 7Q.00 155.00 165.Od

31T4 CATERPILLAR 308E 2 98,500 18"-36" 7Q.00 155.00 185.00

SMALL EXCAVATORS (UNDER 47,000 LSS)

1873 CATERPILLAR 312B 27,410 18"-55" 80.00 165.00 195.00

2013 CATERPfLLAR 3138 CR 29,540 98'=55" 80.00 165.00 195.00

1818 CATERPILLAR PC ?50-6 39,500 78"55" 90.00 175.00 205.00

2132 KOMATSU PC 200 43,000 24"-67" 95,00 980.00 2f0.00

2133 KOMATSU PC 200 43,000 24"-S7" 95.00 180.00 210.00

2201 KOBELCO W/BLADE ED190 43,700 18"-55" 105.00 190.00 22Q.00

2253 KOBELCO W/BLADE ED 19Q 43,700 78"-55" 105.00 990.00 220.00

2978 LiNKBE~T 270 LX 44,80 18"-55" 95.00 180.00 21Q.00

2197 L1NK8ELT 210 LX 44,800 78"-55" 95.00 180.00 214.00

2198 L(NKBELT 210 LX 44,800 78"-55" 95.00 180.00 210.00

1968 GATERPILL4R 320CL 46,300 24"-67" 700.00 185.00 215.00

199Q CATERP(LL4R 320CL 46,30Q 24'=67" 100.00 185.00 215.00

2249 CATERPILLAR 320CL 4fi,300 24"-67" 700.40 185.00 215.00

MEDIU1tR EXCAVATORS (50,000-89,00018SJ

2027 L1IVKBELT 240LX 52,700 24"-fi7" 125,00 210.00 240.00

3070 CATERPILLAR 320 ELRR 56,440 27"-68" 925.00 210.00 240.00

31 i3 CATERPILLAR 320 ELRR 56,440 27"-68" i25.Q0 210.00 240.00

2090 CATERPILLAR 330C 77,400 2'"-68" 145.00 230.00 260.00

2015 LINKBELT 330LX 78,g00 27"-68" 145.00 230.00 260.0

2076 L1AlKBELT 330LX 78,000 27"-68" 145.00 230.00 260.00

2179 LINKBELT 330 LX 78,000 27"-68" 145.00 230.OU 260.00

2247 LINKSELT 330LX 78,000 27"-68" 145.00 230.00 260.00

3074 CATERPILLAR 336E 82,000 27"68" 145.00 230.00 260.00

1884 KOMATSU PC 400 34,000 27"-68" ?65.00 250.00 280.00

2271 KOMATSU PC4QOLC-6 94,000 27"-68" 165.00 250.00 280.00

1848 CATERPILLAR 3458 85,000 27"-76" 765.00 250.00 280.00

LARGE EXCRVAT~RS (100,000=150,000 LBSJ

2154 LIIJKBELT 4fi0LX 101,200 27"-76" 175.00 260.00 290.00

2731 KOMATSU PC 600 140.000 27"-76" 260.00 345.00 375.00

EX LRRGE EXCAVATORS (OVER ?SO,000 LBS}

2155 L1IVKBELT 800LX 174,600 32"-78" 300.00 385.00 415.00

EXCAVATOR ATTACHMENTS

COMPACTION WHEELS 305-3a8 '!8"-24" 20.00

COMPAC710N WNEELS 312B-320C iB"-36" 20.00

COMPACTION WHEELS 3300-460LX 2448" 20.Q0

SEE PAGE 12 FOR TERMS AND CONDfTI0N5

217-Q3-29 Item 10C 14 of 35

2017-06-28 Item 8H 65 of 86

Page 2 of iZ

NOURLVEQUIPA' EQUlPDESCRIPTiON MODEL SIZE

&UCKETSlZE/ BARE

OPERATED OTPAYLQAD OPERATED RATERENTAL RATE

COMPACTIOIJ WHEELS 375-BQOLX 24"-48" 20.04

ADDITIONAL BUCKETS 305-308 i2",36" 20.00

ADDITIONAL BUCKET'S 3728-320C ?8"-'18" 20.00

ADDITIONAL BUCKETS 330C-4fiaLX 24"-60" 20.00

ADDITIONAL BUCKETS 375-SOOLX 32"-78" 20.00

TNUMB ATTACNMEIJT 3128-320C 10.00

THUMB ATTACHMENT 330C-460LX f 0.00

BREAKERS / DEMOLIT70N

3137 1,500 LB BREAKEFZ FITS 308 H95c5 1500LB 40.OG

3040 4,500 LB BREAKER FITS PC-200, 320C TB980 4,5001b 72.00

2172 2,OQ4 LB BREAKER F1TS 3138, ED790 TB725 2,000lb 50.00

2773 2,000 LB BREAKER FITS ED190, 313B TB725 2,000lb 50.00

2258 13,500 LB BREAKER FITS 3458, 350, 460LX 782580 i3,500lb 114.00

2284 13,500 LB BREAKER FITS 3458,350, 4EOLX TB5300 13,5001b 944.00

1942 PULVERIZER/PROCESSORLABOUNTY CP100 3458/350 62.00

2385 HYDR.4UL1C MULT! PR~CESSSOR CAT MP30 MP 30 345Q/350 1 i0.00

BACKHDELOADERS

420 BACKHOE

2246 CATERPILLAR 420D 75,700 72"-36" 62.D0 147.00 177.002075 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 177.00

2076 CATERPfLL4R 420D 15,80 12"-36" 62.OG 147.00 177.00

2077 CATERPILLAR 420b 15,800 12 =36" 62.00 147.00 177. Q0

2078 CATERPfLL4R 420D 15,800 12"-36" 62.00 147.60 977.00

31 D9 CATERPILLAR 420E 15,20Q 12"-36" fi2.00 ?47.00 177.00

3110 CATERPILLAR 420E ?5,200 12"-36" 62.06 147.00 177.00

3111 CATERPILLAR ~20F 15,200 72"~6" 62.00 147.00 177.003112 CA7ERPlLL,4R 420E 15,200 72"-36" 62.06 147.00 177,00

446 BACKHOE

1913 CATERPILLAR 4468 19,600 78"-48" 75.00 16Q.00 19Q.00

1919 CATERPILLAR 4468 19,600 18"-48" 75.00 1fiQ.00 190.001920 CATERPILLAR 446E 19,600 18"-48" 75,00 150.00 190.00

1927 CATERPILLAR 446B 19,600 18"-48" 75.00 160.00 190.00

2182 CATEP,PILIAR 446D 79,600 18"-48" 75.00 ifi0.00 190.00

2183 CATERPJLLAR 446D 79,600 78"-48" 75.00 ?&0.00 190.00

2195 CATERPILLAR 446D 19,600 78"-48" 75.00 ?80.00 190.00

2?96 CATERPILLAR 446D 19,600 18"-48" 75.00 160.00 790.00

BACKHOE ATTACHMENTS &BREAKERS

3?27 i,5Q0 BREAKER FITS 420 & 446T N95ES i500L8 40.00

2260 750 BREAKER FITS 420D 750LB 25.00

p~gg i,100 BREAKER FITS 420D T8425 i, 9001b 28.00p~ pg i,1C0 BREAKER F1T5420D T6425 ?, 900fb 28.00p~yp 2,000 BREAKER FITS 446D TB725 2,000lb 43.00P473 2,000 BREAKER FITS 446D TB725 2,000fb 43.00

HYDRAULIC AUGER 420D 6"-24" 72.50FORKS 420D 60" 5.00FORKS 4468/D 60" 5A0EXTRA BUCKETS 420D 12"-36" 5.00EXRTA BUCKETS 4468/D 18"-48" 5.00COMPACTION WHEEL 420/446 18"-24" 20.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-03-29 Item 'f OC 15 of 35

2017-06-28 Item 8H 66 of 86

Page 3 of 12

BUCKET SIZE/ HOURLY

OPERATED OTEQUfP~ FQUIPDESCRIPT101U MODEL SIZE pAYLQ~ p BAR£ OPERATED RATERENTAL {~pTE

8' PICKUP BROOM gp25 98" 26.OG

WHEEL LOADERS

SMALL LOADERS

1997 CATERPILLAR 928G 27,250 29yd 90.Q0 175.00 205.00

MEDIUM LpAUER

?849 CATERP/LL4R 938G 29,700 3.5yd 95.00 180.D0 210.00

1886 CATERPILLAR 938G 29,700 3.5yd 95.00 180.00 210.OQ

?969 CA7ERP(LL4R 938G 29,700 3.5yd 95.OG 180.00 210.00

2014 KAWASAKI 70ZlV 33,000 3.2yd 95.00 180.00 210.00

2026 KAWASAKI 70ZlV 33,000 3.2yd 95.OG 180.0 210.OQ

2159 KAWASAKI 70ZIV 33, 000 3.2yd 95.00 18C.00 210.00

2160 KAWASAKI 70Z1V 33,000 3.2yd 95.00 180.00 210.00

2180 KAWASRK! 70ZV 34,000 3.2yd 95.00 180.00 2?0,00

2199 KAWASAKI 70ZV 34,000 3.2yd 95.00 180.00 210.00

2200 KAWASAKI 70ZV 34,000 3.2yd 95.00 180.00 2f0.00

2251 KAWASAKJ 70ZV 34,000 3.2yd 95.00 180.00 29Q.00

3064 CATERPILLAR 938K 35000 3.2yd 95.00 180.00 210.00

LARGE LOADERS

7962 KAWASAKI 80Z 39,826 4yd 110.00 195.00 225.00

2158 KAWASAKI 80ZIV 39,825 4yd 110.00 195.00 225.00

218! 1fAWASAK! 80ZV 39,825 4yd 110.00 795.00 225.00

2248 KAWASAKI 80ZV 39,825 4yd t?0.00 195.00 225,00

1885 CATERPILLAR 950G 40,435 4yd 910.00 195.00 225.00

EXLARGE LOADERS

2139 KAWASAKI 95ZV 66,330 7yd 200.00 285.00 315.00

WHEEL LOADER ATTACHMENTS

FORKS ?0.00

BOOM LIFTS / SNORKLE ?0.00

SIDE DUMP BUCKET ?0.00

SKELETON BUCKET 10.00

4 !IV 7 MULTlPURPQSE 15.00

PICK UP BROOM 10' 3B, 00

TRACK LOAbERS

2202 CATERPILLAR 963C 44,500 3.5yd 135.00 220.04 250.00

TRACK DOZERS

3075 DOZER CATERPILLAR D6T 56,158 6-WAY 150.00 235.00 265.OQ

SLOPE BOARD 10.00

COMPACT TR4CK LOADERS

3115 CATERPILLAR 299D XHP rubr 11, 612 .75 / 6-WAY 90. DO 175.00 205.00

3116 CATERPILLAR 299D Xt-fP steel f 2, 000 .75 / 6-WAY 90.00 i 75.00 205.{)0

3135 CATERPILLAR 299D2 XNP 11, 608 .75 / 6-WAY 90.Op 975.00 205.00

SKIPLOADER/SKIDSTERS

2380 BOBCAT 5150 5,935 .4yd 45.00 130.00 160.0

2092 CATERPILLAR SKID 248 7,800 .5yd 5.00 139.00 169.00

2141 CATERPILLARSKlD 248 7,800 .5yd 54.00 139.00 169.00

2223 CATERPILLAR SKID 2488 7,800 .5yd 54.00 139.00 169.Q0

2224 CATERPILLAR SKID 248B 7,800 .5yd 54.00 939.Q0 169.Q0

2354 CATERPILLAR SKID 248 7,800 .5yd 54.00 139.00 169.00

3030 CATERPILLAR SKID 272C 8,362 .6yd 65.00 150.f~ 180.00

3031 CATERPILLAR SKID 272C 8,362 .6yd 65.00 150.00 ?80.00

SEE PAGE 12 FOR FERMS AND CONDITIONS

2017-03-29 Item 10C 16 of 35

2017-06-28 Item 8H 67 of 86

Page 4 of 12

EfjUlP# EQtIlP DESCRIPTION

2229 JOHN DEERE SKIP LOADER

2270 JOHN DEERE SKlP LOADER

SKIDSTEER ATTATCNMENTS

1348 SWEEPSTER BROOM

2099 SWEEPSTER BROOM

2102 SWE'EPSTER BROdM

2103 SWEEPSTER BROOM

1106 SWEEPSTER BROOM

3037 500LB BREAKER

2351 1,ODOLB BREAKER

2108 1,10016 BREAKER

2109 7,?OOLB BREAKER

3023 NYDR.4ULICAUGER

2105 BACKHOE ATTACHMENT CA 7

3031 COLD PLANER CAT

2404 COLD PLANER CAT

2100 COLD PLANER CAT

PALLET FORKS

MULTIPURPOSE BUCKET CAT

2104 GRAPPLE BUCKET

TRENCHER LOWS

MOWER CRT

SWEEPSTER BROOM

BREAKER

GRADERS/SCRAPER

3063 CATERPILLRR

???? CATERPfLLAR

CRANE

1980 LINKBELT ROUGH TERR,41N

BOOM EXfENSlON

2171 DROTT CRANE

A FRRME

PAVERS

2336 BLAW-KN

2177 PA VER INGER50LL

240fi PAVER CA7AP-1055D

ROLLERS

3060 CATERP2LAR ROLLER

3117 CATERPILLAR UTILITY COMPACTOR

3118 WACKER ROLLER/ walk behind

2275 BOMAG ROLLER

2332 80MAG ROLLER

2353 SAKA! ROLLER

2247 /R SMOOTH ROLLER COMPACTOR

2242 INGEftSOLL PADFOOT ROLLER

2343 80MRG ROLLER

2119 !R SMOOTH ROLLER COMPACTOR

2210 INGERSOL RRND

3035 CATERPILLAR ROLLER

306? CATERPILLAR ROLLER

3085 GATERPlL.LAR 9 WHEEL RUBBER

2017-03-29

BUCKETSIZE/ HOURLY

OPERATED OT,4fODEL SIZE PAYLOAD BARE OPERATED ~pTE

RENTgL RATE

210LE 14,500 1yd 31.00 116:00 146.OQ

2 f OLE 74, 500 1 yd 31.00 1 i 6.00 746.00

SB60

SB72

5872

SB72

SB72

TOP35

304

T64Z5

TB425

NA20H8

N30

PC206

PC9

AP760

CAT

4 IN 1

CAT

aacBR272

S872

SKfDSTEER

140M 43, 950

6i3 Gi 1 33, 650

RT8060 50 Ton

85RM2 4 Ton

DM55D0

PF3120 J5,800

AP-1055D 44,780

C814 2,415

CB248 6,003

RD7H i, 829

BW120A0 5,952

BW120AD 5,952

SW320 7,055

SD77F8 7&,350

SD77F8 16, 3b0

BW141AD-2 95,414

SD70FB 15,330

DD90 21,404

C854 23,81&

CD54B 23, 525

CW14 28,500

SEE PAGE 12 FOR TERMS AND CONDITIONS

Item 10C

60"

72"

72"

72"

72"

500L8

1,000LB

9,100LB

1, 900L8

6'=24"

24"

2d"

24"

48"

72•,

72"

72"

72•.

19.00

99.00

19.00

19.Q0

19.OQ

78.5(]

25,00

28.00

28.00

J2.50

19.00

50.Oa

50.00

50.00

6.00

3.OQ

8.00

s.~o17.50

19.00

28.0

i4' ?20.00 205.00 235.00

13YD 90.OQ 175-00 205.00

2i 8,00 303.00 333.00

50.00

24.00 709.00 139.00

25, 00

E'-l0'

8'-15'

70'-f 8'

95.00

149.00

272.OD

180.00 210.00

234.00 264.00

357.00 387.00

33"

47..

25.5"

48"

48"

48"

6fi"

66"

53"

66"

fib"

66"

66"

68"

24.00

35.00

24.00

35.00

35.00

35.00

43.00

43.Od

38.00

43.00

47.00

47. DO

47.Q0

45.00

109.Oa ?39.00

120.00 150.00

109.00 139.00

120.00 150.Q0

120.00 150.00

120.00 150.00

728.00 158.OQ

128.00 158.00

123.00 153.00

128.00 75&.00

132.00 162.00

132.00 162.00

132.00 162.00

130.00 160.00

17 of 35

2017-06-28 Item 8H 68 of 86

Page 5 of 12

BUCKETSIZE/ HOURLY

OPERATED OTEQU1P~ EQUIPDESCRlPr10N MODEL S1Zf PAYLOAD

BARE ppERATED RATEREAITAL agTE

COMPACTION EQUfPMENT

2151 VIBRATE PL4TE MlKASA MVN-200 450 19.7" 21.00 106.Q0 136.00

2152 VJBRAi'E PLATE MlKASA MVN-200 450 ?9.7" 21.00 f 06.00 736.00

1874 VIBRATE PLATE MlKASA MVN-b02 1,202 27.6" 24.00 109.00 739.00

212fi VlBR,4TE PLATE MULTlQUlP MVN-502 1,202 27.6" 21.00 106. D0 136.00

2164 VlBRATEPLATEMUL7lQUfP MVH-5Q2 1,2Q2 27.6" 24.OG 108.OD 739,00

2207 VIBRATE PLATE MULTIQUtP MVH-502 1,2Q2 27.6" 24.00 103.Q0 139.00

222f MULTfQUJP RAMMRX wa!lv'beh P33/24FC 2,898 33" 40.00 125.00 155.00

2222 MULTIQUIP RAMMAX waJWbeh P33/24FC 2,998 33" 40.OG 125.00 ~55.~0

2240 WACKER ROLLER WALKBENINd RT82SC2 3,300 32" 40.00 125.00 155.00

WACKER'TAMPER MT74F 19.00 f p4.00 734.00

CRUSNlNG PLANT EQUIPMENT

9580 PORTABLE SCREEN EXTEC 5000S 37, 500 40" X 33'

1998 BELT CONVEYOR FLECO 320 CD 7,200 4yd Hopper

2360 METSO NORDBERG SCREEN ST620 6Q, 720 3 decks

19'8"x5'17"236? METSO NORDBE'RG CONE LT300NP 95,D00 9 cu yard

2362 METSO NORDBERG JAW LTi05 90, 4Q0 8-12 cu yard

2387 SUPERIOR RAQIAL STACKER PRSGS 95, 400 30"X 6d'

?_386 MEGGA BAGGER MBT-2 3,700 2-1yd Hoppers

FORKLIFTS/SCISSOR L1FT

3702 .7ELENANDLER CAT TH255 13,000 55001ift 54.00 139.00 169.00

2219 TELEHANDLER JLG G9-43A 25,907 900011ft 64.00 ?49.00 179.00

2220 TELEHANDLER JLG G6-42A 20,400 6000 fih 54.00 139.00 169.00

2239 TELEHANDLER JLG G6-42A 24,400 60001iR 54.00 139.00 169.00

1785 FORKLIFT CAT AM30 47,760 30,000!iR 70.00 755.00 185.00

1786 FORKLIFT CAT V300B 42,280 30, 000IiR 56.0 149.Q0 471.00

ARROW/MESSAGE BOARDS

1509 ARRQW80ARD-SOLAR WANCO 18.00

1788 ARRQWBOARD-SOLAR RMIDA 18.00

1789 ARROWBOARD-SOLAR AMIDA 98.00

1800 ARROWBOARD-SOLAR WANCO 18.00

1801 ARROINBOARD-SOLAR WANCO 18.00

2390 MESSAGE 80ARD WVT3 WVT3 20.00

2995 MESSAGE-SOLAf2 PREC PRECISION 2Q.00

2998 MESSAGE-SOLAR PREC PRECISION 20.00

2999 MESSAGE-SOLAR PREC PRECiSlON 20.00

3006 ARROW80ARD-SOLAR ECLlPSF_ 18.00

3007 ARROWBOARD-SOLAR ALAMO/VD 78.00

3008 ARROWBOARD-SOLAR ALAMOND 18.00

3009 ARROWBOARD-SOLAR AL4MOND 78.00

3039 ARROWBOARD-SOLAR SOLAR TECH 18.00

3099 ARROWBOARD-SOLAR FlATlRQN 18.00

3900 ARROWBOARD-SOLAR FLATIROtV 18.00

3701 ARROWBOARD-SOLAR FLATlROtV 78.00

TRAFFIC CONTROL /DAILY

BARRICADES 1.50

BARRICADES W/Signs 3.00

BARRICADES W/Signs and Lighted 4.00

SOFT SIGN BARRICADES 19.00

NO PARK BARRICADES 1,00

SEE PAGE 12 FOR TERfNS AND CONDITIONS

2017-D3-29 Item 10C 18 of 35

2017-06-28 Item 8H 69 of 86

Page 6 of 12

fQUIP~` EQUIP DESCRIPTION

DELINEATORS

CONES

STOP/SLOW PADELS

SNORING / DAILY R.47E

Cylinder Range

18"-27"

22"-36"

28"-46"

34"-55"

42"-fi9"

52"-88"

76"-112"

94"-130"

1 D8"-144"

12'-15'

12'-20' Long Shores Available

STEEL PLATES

1"X 4'X 4'

1"X 4'X 8'

1"X 4'X 10'

1"X 5'X 5'

1"X 5'X1'

1"X 8'X 10'

1"X 8'X 15'

1 "X 8'X 20'

7 1/2" X B' X 20'

1 1/2" X 8' X 30'

1 1/2" X 10' X 30'

8'X 8' Manhole boxes

10' X 10' Manhole boxes

4' X 94' Shield

4'X 20' Shield

4' X 24' Shield

4' X 28' Shield

6' X 14' Shield

6' X 20' SFreld

fi'X 24' Shield

6' X 28' Shield

8'X 14' Shieid

8' X 20' Shield

8' X 24' Shield

8'X 28' Shield

8' X 30' Shieid

8' X 32' Shield

10' X 14' Shield

10' X 20' Shield

14' X 24' Shield

SHIELDS

2017-03-29

BUCKFfS(ZE/ HOURLY

OPERATED OThIODEL SIZE p~yLOAD

BARE OPERATED {t,gTERENTAL RATE

1.00

1.00

8.00

Color Code Daily Weekly Monthly

Yellow $ 6.25 $ 31.00 $ 93.00

Red $ 6.25 $ 31.00 $ 93.00

Graen $ 6.25 $ 31.00 ~ 93.00

Blue $ 6.75 $ 33.00 $ 99.00

$ 6.75 $ 33.00 $ 99.00

Brown $ 7.75 $ 38.00 $ 114.00

BrownlGreen $ 8.75 $ 43.0 $ 129.00

Brown/Yeilow $ 9.25 $ 46.25 $ 138.00

Black $ 9.75 $ 48.00 $ 144,0

$ 15.00 $ 75.00 $ 225.00

0.32

0.38

0.44

0, 31

0.44

0.75

0.96

1.44

2.25

3.13

3.75

7.5Q

8.75

3.75

5.00

7.50

10.00

4.60

6.2b

d.75

11.25

6, 25

10.00

12.50

?5.00

17.50

21.25

7.50

12.54

15.00

SEE PAGE 12 FORTERIY~S AND CONDITIONS

Item 'f OC 19 of 35

2017-06-28 Item 8H 70 of 86

Page 7 of 12

EQUlP ~ EQUIP DESCR/PTIQN

?0' X 28' Shlsld

i0'X 30' Shield

10'X 32' Shield

12' X 14' Shield

12' X 20' Shisld

12' X 24' Shield

12'X 28' Shield

12' X 30' Shield

12' X 32' Shield

K-RAIL10'

20'

GENERATORS

3065 GENERATOR ONAN

3083 GENER,4TOR POWERPRD

3046 GENERATOR IR G40

3047 GENERATOR 1R G40

?861 G~NER,4TOR COLEMAN

3029 GENERATOR HOUSE GENERAL

PUMPS PORTABLE/T~WABLE

2233 4" GODWIN

2234 ~t" GODWIN

2137 4" GORMAN RUPP

2794 i2" GODWlN

2213 4"MlJLTIQUIP

2214 4" MULTIQUIP

2215 4"MtILTlQUIP

2072 fi"GODWlN

1987 8" CASE

2"ELECTRIC SUBMERSIBLE PUMPS / 110v

3"TRASH PUMP PORTABLE / Nonda engine

2" ELECTRIC SUBMERSIBLE PUMPS/220

3" ELECTRIC SUBMERSIBLE PUMPS

3" CE'NTRIFfCAL PUMP PORTABLE / Nonda

4" ELECTRIC SUBMERSIBLE PUMPS

EXTRA SUC770N HOSE 25'

EXTRA SUCTION HOSE 25'

IXTRA DISCHARGE HOSE 50'

EXTRA UlSCNARGE HOSE 50'

FIRE NOSE 50'

FIRE NOSE 50`

HYDROSTATIC TEST PUMP

50' POWER CORD

TEMPORARY POWER BOX

LIGHT TOWERS

3025 LIGHT TOWER !R

3026 LIGHT TOY'!ER 1R

3048 LIGHT TOWER IR/D005AN

3049 LIGHT TOWERlR/DOOSAN

2997 PORTABLE LIGHT TOWER TEREX

3141 LIGHT TOWER IR'DOOSAN

2017-03-29

HOURLY1Y10DEL SIZE

~KETSIZE/ BARE

OPERATED OTPAVLQAD OPERATEp RATERENTAL RATE

21.25

25.00

27.50

10.00

15.Oa

20.00

25.00

27 50

30.00

O. sb

0.85

7250 12.5KW 25.00

25 25KW 32.00

G40 30KiN 38.00

G40 30KW 38.00

4PAC 50KW 43.00

SI1080 80KW 55.00

CDi03M 900gpm 40.00

CD103M 9(JOgpm 40.00

14A2-TS2 600gpm 35.00

CD300M 6000gpm 105.00

QP4QTN 400gpm 15.00

QP40TH 400gpm 15.00

QP40TN 400gpm 15.00

NL5M 1450gpm 50.00

6591 TA 2300gpm 6D.00

62gpm 4.50

85gpm 12.00

30gpm 5.00

120gpm 8.50

270gpm 12.00

500gpm 14.00

3"6" 5.00

B"-72" 8.00

3"-6" 5. DO

8"-12" 8.00

? 1/2" 3.00

2 ?/2" 4.00

5-11gpm 10.50

3.00

3.00

LSC-60HZ 4.5kw

LSC-60HZ 4.5kw

LSC-60HZ 4,5kw

LSC-60NZ 4.5kw

6kw

LSC-60HZ 4.5kwSEE PAGE 12 FOR TERMS AND CONDITIONS

Item 10C

20.00

20.Oa

26.00

26.00

20.00

26.00

20 of 35

2017-06-28 Item 8H 71 of 86

Page 8 of 12

EQUIP,t fQUlPDf5CR1PT10N

3947 LIGHT TOWER IR/DOOSAN

3143 LfGHT TOWEF2 fR/OOOSAN

3144 LIGHT TOWER !R/DOOSAN

A!R COMPRESSORS /AIR TOOLS

2043 COMPRES50R-TOWING 185CFM

2713 COMPRES50R-Td WING i85CFM

2f i5 COMPRESSOR-TOWING 185CFM

2?20 COMPRESSOR-TOWING 985CFM

2278 COMPRESSOR AIRM PDS185S

3020 TQWABLE COMPRESSOR IR

3021 TOWABLE COMPRESSOR fR

AfR JACK HAMMERS/POWDER PUFF 30160,'90

CH1PPlNG GUNS

ELECTRIC HAMMER 60L8

MISCELL4NEOUS

HouRtyMODEL 517.E

B~KETSIZE/ BARE OPERATED OT

PAYLOAD OPERATED {ZpTERENTAL RATE

LSC-60NZ 4.5kw 26.00

LSG-60NZ 4.5kw 26.00

LSC-60NZ ~.5kw 2&.00

i85cfm 44.00

185cfm 44.00

?B5cfm X4.00

185cfm d4.d0

?85cfm 44.00

185cfm 44.00

185cfm -~.0p

X1.50

3.50

1 D.00

80i CEMENT MIXER

1415 CEMENT MIKER

i42fi CEMENT MIXER

30' CNAlN FAIL

HARNESS/YO-YO

3125 MIXER CONCRETE TRRlLER {1YDj

3729 MIXER CONCRETE TR4ILER (iYD}

7689 SHEEPSFOOT 5 X 5

7709 LE4KFlNDER

1762 CHLOR1NATfONTRAILER

1783 MOBILE OFFICE i2 X 60

1973 GRINDER REMAX TOW BEHIND 4800

2Q~4 LEAK FINDER

2982 CHLORlNAT10N TRAILER

3016 M1TYMITEBLOWER/TRAILER 12,000cfm 20"

3~J 7 TREBOR MADE BLOWER /TRAILER 90, OOOcfm 18"

ASPHALT /CONCRETE EQUIPMENT

2328 CURB MACHINE POWER CURB BERM MILLER

2357 STRIPING MACHINE LINE LASER 3900 3900

3027 ZlEMAN TRAILER SEAL TANK w/1000

3Q33 LEE BOY TACK WA601Y 573B

CONCRETE VlBR,4TOR w/stinger 110V

CONCRETE VlBR.4TOR w/stinger H!-CYCLE N!-CYC

FLAT SAWS &SAW TRUCKS

2276 TRUCK FORD F550XLT F55Q

2300 TRUCK FORD /STRIPER Fa50

3036 NUSQVARNA FLAT SAW 46NP lS4600

3086 HtJSQVARNA FLAT SAW 61HP FS 600 D

3066 DIAMOND 4 SPEED DRILL DR401

3T 19 DIAMOND 4 SPEED DRILL DR401

PARTNER/STIHL 12%14" CHOP SAW 65Q/750

SWEEPERS

3146 JOHNSTONFREl~NTL1NER E5351 26,000

WATER TRUCKS /TOWER

SEE PAGE 12 FOR TERMS AND CONDITIQNS

2017-03-29 Item 10C

36"-48"

1000GAL

150GAL~

i80d0

15000

12.00

12.00

12.00

$50 /DAY

$i0 /DAY

$500 / YD

$500 / YD

18.00

12.00

13.50

12.00

254.D0

20.00

13.50

20.00

8.00

50.00

25.00

25.00

50.00

5.00

9.75

135.00 165.00

50.00

50. ~0

45.00

45.00

40.00

40.00

8.50

135.00 165.00

135.00 165.00

133.00 195.00 211.00

21 of 35

2017-06-28 Item 8H 72 of 86

Page 9 of 12

EQUfP~ EQUIPDESCRIPnONBUCKETSIdE/

yOURLY OPERATED OT

MODEL SIZE PAY~QgQ BARE ppERATED RATERENTAL RATE

FORD 35,000 2000GAL 50.00 112.00 128.00

INTERNAT 35,000 2500GAL 5Q.00 112.D0 128.00

AUTO CAR 54,OOp 4000GAL 60.00 122.00 ?38.00

FORD 54,000 4000GAL 60.00 722,00 138.00

FORD 54, G00 4000GAL 60. DO 122. DO 138.00

1NTERNAT 54,D00 5000G,4Z 70.00 ?32.04 948.00

MILLER TfZ41LER 5(10GAL 14.00

DEMCO TRAILER 500GAL 74.00

EXP500 TRAILER 500GAL 14.00

NLT TRAILER 500GAL 94.00

GLENDALE TRAILER 12,000GAL 77.00

99,800 &0,000 95.00 157.G0 173.00

zo,sso ao,00a20, 800 B0, 000

20,80Q 80,000

20,80Q 80,000

22,OQ0 80,000

19, 960 110, 000 125.00 187.00 203.00

16,62Q 720,000 14Q,00 202.00 218.00

19, 450 1 ? 0, 000 125.OP 187.00 203.00

97, 53Q 120, 000 140.D0 202.00 218.OQ

20,28Q 70,000 110,00 172.00 188.00

17,4D0 80,000 100.00 162.00 178.00

18, 800 80, 600 100.00 162,00 178.OQ

20,000 BQ,000 110.00 172.00 i88.OQ

20, 000 80, D00 ? 10.00 172.00 188.OQ

062.OQ 78.00

15, 520 80, 000 44, 400 910.00 172.00 188.00

15, 520 80, Q00 44, 400 110.00 7 72.00 188.00

24,400 '66,000 100.00 462.OD 178.00

26.000 66,000 TQ0.00 162.00 178.00

25, 850 6S, 000 100. DO 762.00 178.00

25,800 66,000 100.00 1fi2.QQ 178.00

24, 900 66, 000 900.00 162.0 1 i 8.00

29,040 80,000 50,96Q 95.00 157.00 973.00

30, 800 80,X00 49, 20Q 95.00 157.00 173.00

30, 380 80, 000 49, 62(? 95.00 157.00 173.00

30, 780 80, 000 49, 820 95. QO ?57.00 173.00

3Q180 80,000 49820 95.00 157.00 773.00

95.00 757.00 173.00

95.Q0 157.00 173.00

95.00 157.Q0 773.00

49820 95.00 157.40 773.00

22 of 35

1901 WATER TRUCK

2163 WATER TRUCK

1534 WATER TP.UCK

1567 WATER TRUCK

7902 WATER TRUCK

1655 WATER TRUCK

2313 50Q WATER BUFFALO

3024 500 WATER BUFFALO

3034 500 WATER BUFFALO

3147 500 WATER BUFFALO

7984 WATER TOWER

SEMI TRUCK W/TRAILER

7768 TRUCK PETE ROLL OFF

2020 TRUCK PETE (SEE TRAILERS BELOW)

3050 TRUCK PETE 367 {SEE TRAILERS BELOW}

305? TF'UCK PETE 367 {SEE TRADERS BELOW)

3?04 FRUCK PETE 3fi7 {SEE TRAILERS BELOW)

2264 TRUCK WESTERN STAR 4900SR (SEE TRAILERS BELOW)

1575 7RL. LOWBEQ SlESERT 5-AXLE

1692 TRL LOWBED SIEBERT JEEP 7-AXLE

2271 TRL LOWBED HURRAY 5-AXLE

2272 TRL LOWBED HURRAY JEEP 7-AXLE 4 AXL

2403 TRL 7RAlL KING BEAVER TAIL 2 AXLE

END DUMPS W/TRUCK

7665 1992 WESTERN MODEL END DUMP

1737 END DUMP REL TRACTORlfRL

1985 EFID DUlvtP H1GN SIDE WESTERN

2396 END DUMP HIGH S1DE WESTERN

SIQE DUMPS WlTRUCfC

2393 SIDE DUMP TR.41LER5 THURSTON

2394 SIDE DUMP TRAILERS TNURSTON

soasr~R rRucres2079 BOOSTER TRK PETE 357 SUPERDUMP

2? 16 BOOSTER TRK PETE 330 SUPERDUMP

2144 BOOSTER TRK PETE 379 SUPERDUMP

2145 BOOSTER 'TRK PETE 379 SUPERDUMP

2203 BOOSTER TRK WEST 4900FA

TRUCK AND TRANSFERS

1822 TRUCK &TRANSFER PETE

193f3 TRUCK &TRANSFER PETE

3052 TRUCK &TRANSFER PETE 384

3055 TRUCK &TRANSFER PETE 384

3057 TRUCK & TF2ANSFER PETE 384

TEN WNEELE'RS / MISC

BOBTAIL DUMP TRUCK

1892 DUMP TRUCK

1901 BOBTAIL FORD 6 YARD DUMP FORD 35,000

3054 B087A1L PETE 6 YARD PUMP 337 PETE 33, 000

3108 TACK DUMP TRUCK PETE 567 3Q 18Q f30, 00d

SUPERINTE'NDEIYT TRUCKSSEE PAGE 7.Z FOR TERMS AND CONDITIONS

2017-Q3-29 Item 1 DC

2017-06-28 Item 8H 73 of 86

Page 10 of 1~

EQUIP # EQUlP DFSCRlPTION MODEL SIZE

2216 TRK CHEV QUAD 4WD 25DOND 9,200

2217 TRK CHEV QUAD 4WD 2500HD 9, 200

2218 TRK CNEV QUAD 4WD 2500ND 9,200

2238 FORD TRK SUPERDlJTY F350 11, Ot70

2295 TRK CHEi/Y SlLVERADO 2500ND 9,200

2296 TRK CHEVY SlLVERADO 2500HD 9,200

3076 TRK GMC SIERRA Ci500 5,058

2299 TRK CHEVY SILVERADO SAFETY 25QOND 9,200

3126 GMC SIERRA CREW CAB 9500 7,200

3127 GMC SIERRA CREW CAB 1500 7,200

3138 GMC DENALI 1500 7, 20Q

3139 GMC DElJAL( 7500 7,21)0

BUCKETSlZE/PAYLOAD

HOURLYBART OPERATEDRENTAL RATE

44.00

44.00

44.00

44.00

44.00

44.00

44.00

44.00

44.00

44.00

A4.00

44.00

ESTIMATING VEHICLES

3105 GMC YUKON XL GMC 5, B20 44.002407 FORD FOCUS FOCUS 2,A60 35.003092 GHEVY CRUZE CHEVROLET 3, 08? 35.00

3093 CNEVYCRUZE CNEVl70LET 3,084 35.003094 CHEVY CRUZE CHEVROLET 3, 084 35.OU

3095 CHEVY CRUZE CHEVROLET' 3, 084 35.003096 CHEVY CRUZE CHEVROLET 3, 084 35.Q03097 CHE1/YCRUZE CHEVROLET 3,084 35.00

FOREMANS TR!lCKS

2123 FOREMANTRKFORDUTILlTY F450 i5,00J 44.002746 FORMAN TRK FORD UTlL1N F450 15, 000 44.002149 FOREMAN TRK FORD UTILJTY F450 15,000 44.002150 FOREMAN TRK FORD UTILITY F450 15,000 A4.002184 FOREMAN TRK FORD UTILITY F450 15,000 44.00

2185 FOREMAN TRK FORD U71LlTY F450 15,040 44.D0

2186 FOREMAN TRK FORD UTfLlTY F450 15,000 44.00

2990 FOREMAN TRK FORD UTILITY F450 15,000 44.00

2191 FOREMAN TRK FORD UTILITY F450 15,000 44, 002192 FOREMAN TRK FORD UTlLt N F450 15,000 44.003041 FOREMAN TRK DODGE UTILITY 4500 28, 000 44.003042 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.003043 FOREfvfANTRKDODGE UTILITY 4500 26,000 44.OQ3044 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003045 FOREMAN TRK DODGE UTILITY 4500 26, 000 ?4.003077 FOREMAN TRK DODGE UTlL1TY 4500 26,000 44.003078 FOREMAN TRK DODGE UT1LlTY 450D 26,000 44.003079 FOREMAA~ TRK DODGE UTfLlTY 45(10 26,000 44.003080 FOREbhW N 7RK DODGE UTILITY 4500 26, 000 44.003081 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003082 FOREP~fAN TRKDOUGE UTILITY 4500 26,000 44.Q03130 FOREAAfiN TRK CNEVY UTILITY 3500 19,000 44.003131 FOREMAN TRK CHEW UT1Ll7Y 3bQ0 19,000 44.003132 FOREMAN TRK CNEVY UTILITY 3500 19, 000 44.003?33 FOREMAN TRK CNEVY UTlL1TY 3500 19, 000 44.00

BOXBUILDE'R TRUCK

2225 BOXBUIIDERTRKFORD F450 ?5,000 40.007943 BOXBUILDER TRK FORD F450 15,000 40.00

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-03-29 Item 10C

OPERATED 07RATE

23 of 35

2017-06-28 Item 8H 74 of 86

Page 11 of 12

HOURLYBUCKETS(ZE{ OPERATED 4T

EQUIP# EQUIPRESCRIPTIOIV MUDFL $~ZF PAYLOAD HARE_ OPERATES RATERENTAL RATE

2375 SOXBUILDER TRK FORD F460 15,000 40.00

JOBSlTE TRUCK W /MIXER

7899 TRUGK FLATBED W,~MlXER F450 75,000 15.00

7944 BOXBUILDER W/MIXER F450 15,000 40.00

CLINE/SIGN TRUCKS

1948 CONFJSlG/V TfZK DODGE 3500 15,000 40.00

2038 CONFJSlGIV TRK DODGE 3500 15,000 4.00

MAINTENANCE /WELDER TRUCKS

1900 TRUCK-WELDEf2 FORD F450 15,00 77.00 762.Q0 192.00

2257 FUEL TRUCK PETE PETE 357 70,000. 161.00 246.00 276..00

2305 WELBERTRUCKFORD F550 78,000 77.00 162.00 192.00

2993 WELDER TRUCK FORD F350 15,000 77.00 162.00 192.00

3107 TRUCK-MECNAIVIC 337 PETE 33,000 90.00 175.00 205.00

COMPRESSOR TRUCK W/DUMP

1724 COMPRESSOR DUMP TRK GMC 185CFM 26,00 90.0 15200 168.00

1725 COMPRESSOR DUMP TRK GMC 185CFM ~ 26,000 9D.00 152.00 'f6&A0

1726 COMPRESSOR DUMP TRK GMC 485CFM 26,000 90.00 f 52.00 168.00

?727 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00

TRAILERS

792 JOBSJTE TRAILER 8' X 23' 7o J2.0o

1635 JOBSITE TRAILER CC-2~96i 5553 12.00

1999 FL4T8EQ TR4ILER UTlL FLATBED 758E 12.00

2000 JOB Sl7E Tf2AftER BROW VAfV 10660 12.00

2QQ9 JOB SITE TRAILER MILL VAN f 0860 12.00

2069 JOB TRAILER 5006 12.00

2070 JOB TRAILER #2 3000 12.00

2071 JOB TRAILER #3 5000 12.00

2096 J08 CLEFiN UP TRAILER HOME 2530 92.00

2256 TRAILER T2K5 UT1L 550 18.D0

2311 TRAILER 27" VAN 10860 12.0(1

2325 TRAJLER HEAL FB 1500 ?0.00

2326 TRAfLER ZEMA T1LT TRL 2 AX ?800 10.00

2331 TRAILERZEMA 7,500 10.00

2337 TRAfLKlNG TK20 20 20,000 18.00

2346 TRAlLERZEMA 10,000 40.00

2383 TR4(LERAROS 7,50Q 10.Q0

3010 J08SlTE TRAILER CONNIX 10,000 72.40

3011 J08S(TE TR4lLER CONNEX 10,000 12.00

3012 JOSSITE TRAILER 20, 000 ; 2.00

3013 JOBSlTE TRAILER 20,000 1 Z.00

3074 BlGTEXTRAlLER 1Q,000 10.00

3062 ZIEMAN TR,4ILER 20,000 92.00

LABdR

SUPERINTENDAIYT W/TRUCK 148.00

SUPERINTENDAIYT W/O TRUCK 104.00

FOREMAN W/TRUCK 739,00

FOREMAN W/O TRUCK 95.00

CARPENTER W/TRUCK 111.00

CARPENTER iNi'0 TRUCK 71.00

SEE PAGE 12 FAR TERMS AND CONDITIONS

2017-03-29 Item 10C 24 of 35

2017-06-28 Item 8H 75 of 86

Page 12 of 12

EgUIP,~ EQUIP DESCR1PTi0N

MECNANICM/ELDER W/TRUCK

MECHANIC/WELDER WIO TRUCK

OPERATOR

OfLER

LEADMAN

PIPELAYER

LABORIBOXBUlLDER HELPER

TRUCK DRIVER

ADMfN /OFFICE

PROJECT MANAGER / ESTIAAATOR

PROJECT STAFF ENGINEER

SHOP MACHINIST/WELDER FABRlCAT10N

SHOP L4BOR

SHOP MECHANIC

OVERTIME LABOR

OT SUPERlNTENDAM' W/TRUCK

OT SUPERlNTENDANT W/O TRUCK

OT FOREMAN W/TRUCK

OT FOREMAN W/O TRUCK

OT CARPENTER W/TRUCK

OT CARPENTER

OT MECNRNIC./WELDER W?RUCK

OT MECNAtV1C/WELDER W/O TRK

OT OPERATOR

OT OfLER

OTLEADMAN

OT PIPELAYER

OT LASORER/BOX BUILDER HELPER

OT TRUCK DRIVER

7/2 OT RATE PM

PM RATE SUPERINTENDANT W,~TRK

PM RATE SUPERINTENDANT W.iO TRK

PM RATE FOREMAN W/TRUCK

PM RATE FOREMAN W/O TRUCK

PM RATE MECHANIC/WELDER W/TP,K

PM MECHANlC/WELDER W/O TRK

PM RATE CARPENTER W/7RK

PM RATE CARPElJTER W/O TRUCK

PM RATE OPERATOR

PM RATE OfLER

PM RATE LEADMAN

PM RATE PIPELAYER

PM RATE I.ABORER/SB HELPER

PM RATE TRUCK DRlVFR

TERMS AND C~ND1TlONS9.Mark up +overhead of 10% will be added (o all labor, equipment, materials and

subco~ttr-dctors,

2. These T8M rates are subjecf to change at any time wrthouf notice.

Srgned: ~~~Z-~~t:~VC~,~/-"'~~~-

MODEL SIZE BUCKE7'SlZE/PRYLOAD

Austin Cameron, President Date: 3f3~~/~

SEE PAGE 12 FOR TERMS AND CONDITIONS

2017-03-29 Item 10C

HOURLYBARE OPERATEDRENTNL RATE

162.00

85, DO

85, 00

82.00

63.00

62.00

61.00

62.00

B5.00

i 15. DD

85.00

110.Q0

65.00

95.00

199.00

155.00

185.00

14 i.00

137.00

87.00

192.00

115.00

1i5.~0

? f 0.00

84.00

83.00

81.00

78.00

88.00

44.00

84.00

40.00

129.00

52.00

8i.00

41. DO

5200

51.00

39.00

39. DO

38.00

45.00

OPERATED bTRATE

25 of 35

2017-06-28 Item 8H 76 of 86

_.,ATTACHMENT 2

_

AMENDMENT #7

TO AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES

THIS AMEf~1QMENT #1 TO AGREEMENT ("AGREEMENT"~ is made and entered into in

Encinieas, California, as of Juiy 18, 2016, between the City of Encinitas, a Municipal Corporation,

hereinafter referred to as "CITY",and GEOPACI FICA hereinafter referred to as "CONSiJLTANT".

REGTALS

The CITY requires outside assistance to provide the services c{escribed in the original

AGREEMENT which entered into effect on MARCH 1, 2017. The original AGREEMENT is hereby

modified by AMENDMENT #7 and he effective on MARCH 31, 2017.

LONE JACK ROAD @MERGENCY REPAIR

CX1T6

Section #1.0, TERM OF AGREEMEiVT is modified as follows:

Effective date of MARCH 1, 2017 and shall continue until all tasks are completed

through MARCH 32, 2017, unless extendeel by contract amendment or otherwise

terminated.

_Section #2, CONSULTANT 08LIGATIONS (ATTACHMENT "Q") is modified as follows;

2.1 CONSULTANT shall provide the CITY with the following DESCRIBED SERVICES.

A, Task is Construction Inspection

Consultant shalt perform all construction inspection an Lone Jack Road

during the duration of emergency road repair construction.

B. Task 2: Material Testing

Consultant shall perform as needed material #esting during the duration of

emergency road repair construction.

2.2 Payment to CONSULTANT to render the DESCRIBED SERVICES hereunder is set

forth in ATTACHMENT'A',

AEI other provisions a~the SEPTEMBER 28, 2015 AGREEMENT between the parties shall remain in

full force and effect with the exception of the amendments as outlined in Amendment #7.

2017-03-29- Item 10C - - 26 of 35

2017-06-28 Item 8H 77 of 86

SIGNATURES

CONSULTANT

GEOPACIFICA

By

James F. Knowlton

Vice President

Title Date

APPROVED AS TO FORM

Glenn Sabine

City Attorney

Date

CI1Y

CITY OF ENCINITAS

By

Interim Public Date

Works Director

2017-03-29 Item 10C 27 of 35

2017-06-28 Item 8H 78 of 86

ATTACHMENT "A"

PAYMENT FOR SERVICES

The CITY shaEl pay CONSULTANT for the DESCRI6E~ SERVICES as follows:

Soils Technicia~i 1GQlirs@ $72.50/l~r $11,GOU.00

Laboratory Testing/Compaction $3000.00

Testing

Consulting/Supervision 40hrs(rc,~105/hr $4200.00

Total ~+18,800.U0

Payment wilt be made on a bi-weekly basis.

2017-03-29 Item 1 OC 28 of 35

2017-06-28 Item 8H 79 of 86

Gcopacifica, Inc.306 Industry Street, Suite 1.05Oceanside, Ca]iforllza 92054

~~60~~21-s4ss

City of EncinitasSOSS. Vulcan AvenueEncinitas, LA

Attention: Gren Shields, ,assistant City Enainccr

Subject: Prapos~il fur Geutechnical Services — Geotecliiiic~zl ServicesLone Jack Emergene~~ Road RepairEncinitas, Califoi~iia

Tear Mr. Shields:

In response. tc~ yoLu~ request I have prepared this rrorosal t.n Perfoi7n GeQtechnicalconsulting, consu•uction inspection, compaction testing; labarhtory testing and Uacktlllcompaction testing, Qtr scope of ser~~ices would be to verify tl~e excavations. and to testthe compaction X90% relative compaction and 95%relative compaction] for ali tills rindgrading, perform laboratory tcstin~ of the onsite soils and verify adherence to therequirements of the City of Encinil~s. Our estimates for this emergency operation ru'e forn 3D day period.

We estimate that a technician will be T~quired for inspectial~ for approximately 16U hours.for tiie repair operations. We also a~~ti~ E~atc appruxirnatefy 40 hours oP geotechnicalconsulting and an estimated amount for the laboratory testing and compaction.Laboratory testing will be performed oil the base materiat(Billed can work pi:rf~rmed endin accordance with our approved schedule of fees). Some supervision will be required~tnd is incli.~ded in the geptechnical consulting hours. Daily reports will Ue prepared fotevery day of work along with a photo l.oe of all performed work.. Our rate foi a sailstechnician and engineerinD inspector incl~ides mileage. ~i~r nuclear de~tsiEy jauge will becharged on an hourly basis and wi11 be based on usage.

2017-03-29 ---- Item 1 DC 29 of 35

2017-06-28 Item 8H 80 of 86

G~opacifica, Inc.

~Ve estimate the following cos?s for the Lone Jack Emergency repair projecC:

Soils Technician

Laboratory'1'esting/Compaction toting

Consulti«g/Supervision

l 601u~s @ $?2.50/hr ~ l l ,60Q.0(1

~300Q00

40tu•s C~ $105/hr ~42UU.UU

Total $18,800.00

We propose to perform the requested cervices fo a total 01' $18,800,00. We 4vould notexceed that amount unless fhe scope of services chtingzd and only upon writtenauthorization. Afield technician curl engineering i.ispector will be assigned to yourproject and that ,same technicizn woi.ild remain. on t1;e project until ~c~mpletiau. Tl~e fieldtechnician and engineerinc inspecCor that t~~ill be assigned has extensive experience inboth canscruetion oUservation and compaction testing and also have pe.rfc~rmzd work. onabler ~rc?jects for the City of Encinitas.

I!' y~~u have any yueslions, ple~E$~ call me al X760)802-7560,~ rlr` ?' .'

Sincerely, ~.`"~,.-

"~ ~~':

.. --~~J~rties F. I{no~vlton '`~~-

President

2017-03-29 item 1OC 30 of 35

2017-06-28 Item 8H 81 of 86

ATTACHMEI~IT 3

RESOLUTION NO. 2017-20

A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ENCINITASAMENDING THE FISCAL YEAR 2016-17 BUDGET

WHEREAS, on June 22, 2Q 16 the City of Encinitas City Council adopted :ResolutionNo. 2016-64 appropriating the budget for Fiscal Fear 2016-17; and

WHEREAS, changes iii a~iti~ipated revenues and/or expenditures of the City ofEncinitas necessitates a revision of the appropriations for Fiscal Year 2016-17; and

WHEREAS, budgeted expenditures do not exceed anticipated revenue and availablefund balance; and

WHEREAS, the City Cotuicil has. reviewed the proposed Fiscal. Yeax 2016-17budget amendments; and

NOW,. THEREFORE, BE TT RESOLVED, DETERMINED AND QRDERED thafthe City Council of tie City of Encinitas does, hereby, adopt the amencirnents for FiscalYear 2016-17 as shown in Exhibit A to this resolution.

PASSED AND ADOPTED this, 29nd day of March, by the following vote, to wit:

AYESNAYS:ABSENT:ABSTAIN:

Catherine S. Blakespear, MayorCity of Encinitas

ATTEST:

Kathy Hollywood, City Clerk

2017-03-29 Item 1 DC 31 of 35

2017-06-28 Item 8H 82 of 86

Exhibi# A to Resolution 2017-20Revenue/ Expenditure)

Transfer in Transfer Out

Organization Ob}ect Project Increase Increase

Fund Narne Code Code No. Description (Decrease) (Decrease)

Transfef to Capital

Improvement Fund for

Lone lack Rd. emergency

1. General 1010000Q 498.2 repairs. $ 447,300.40

Transfer from General

Fund for Lone Jack Rd.

~. Capital Improvement 40200000 398,2 emergency repairs. $ 447,300.Q~

Project budget for Lone

Jack Rd. emergency

3. Capital improvement 40295101 59~ CX17B repairs. $ a47,300.OD

Total $ 447,300.00

2017-03-29 Item 1 DC 32 of 35

2017-06-28 Item 8H 83 of 86

~l:l~il_~~~i!

CITY (~F EN~INITASPublic Works Departineilt —Engineering

505 South Vulcan avenueEncinitas, Ca. 92024-3633

Phone. (760) f~33-2770

MEMORANDUM

To: Ifaren P. Brust, City Manager

From: Paul Malone, Interim Public Works Director

Date: March 3, 2017

Subject: Emergency road repairs on Lone Jack Road and Fortuna Ranch Road

On the morning of March 1, 2017, engineering staff was made aware of a road failure anLome Jack Road in the community of Olivenhain. Several weeks of heavy rain hascausedthe groundwa#er level to rise up to the surface to the point that pressure forced thegroundwater to exit the pavement on Lone Jack Road and Fortuna Ranch Road.Continuous flow of groundwater has been coming out of the pavement, out of water valvecovers, and along the edges of manholes on those streets. This significant amount ofsurface flow along witF~ the over-saturated subgrade, has Jed to ~ significant road failure onLone Jack Road, and the potential for failure on Fortuna Ranch Road. On March 1, aconstruction dump tn~ck traveling southbound on Lone Jack Rd. between Bella Callina andFortuna Ranch Rd. came to an abrupt slop, broke through the asphalt surface and sank 1Dinches into the oversaturated subgrade. This incident highlighted the public safety hazardThat exists on Lone Jack Road and Fortuna Ranch Road due to the impact of high groundwater flows. A pavement failure related to the high groundwater elevation also has a highprobability of occurring on Fortuna Ranch Road. The timing of these types of failures isdifficult to predict, but efforts to remediate the groundwater problem prior to the failureassures the safety of the traveling public.

This situation meets the definition of an Emergency per the State Public Contract Codesection 1102, which states the following; "Emergency, as used in this code, means asudden, unexpected occurrence that poses a clear and imminent danger, requiringimmediate action to present or mitigate the loss or impairment of life, health, property, oressential public services."

The current situation ca(Is for immedia#e action for the protection of the travelling public anLone Jack f~oad and Fortuna Ranch Road.

2017-03-29 Item 10C 33 of 352017-03-08 Item 11D (Updated with Signature) 1 of 22017-06-28 Item 8H 84 of 86

The scope of work necessary to address the situation includes, but is no# limited to,excavating and hauling away the existing damaged asphalt pavement and oversaturatedsubgrade, installing a perforated subdrain to drain the groundwater to an adjacent drainagechannel or stvrrn drain, and installing new base and asphalt pavement.

Sectiari 7.18.60 of the Municipal Code covers emergency work and states that in the eventof an emergency. as determined by the City Manager, wrhich requires immet~iate action toensure public health, safety, welfare and continuity of operations, the City Manager maycause the purchase of necessary supplies, equipment and services without competitivebidding for the purpose of responding to the emergency with unencumbered money,irrespective of whether said money has been appropriated for such purpose. A full report ofthe circumstances of any such emergency purchase shall be presented to the City Councilat the next available regularly scheduled City Council meeting.

am recommending that you declare a local eme~~gency to allow for the expeditious repairsto the damaged section of road on Lone Jack Road, and the installation of subsurfacegrau~dwater mitigation efforts on Fortuna Ranch Road- Please sign below to acknowledgeyour concurrence.

I, Karen P, Brust, with knowledge of the read failure on Lone Jack Road and thepotential failures on Fortune Ranch Road due to ~Nater intrusion caused by theextensive rains on and before March 1, 2017, acting on the professional advice ofthe City Engineer Kamran Saber, PE, do hereby declare a condition of localemergency pursuant to Encinitas M«nicipal Code Section 7.i 8,060. This codesection allows for expedited repairs to address emergency conditions to ensurepublic health, safety and welfare. A report will be made to the City Council regardingthis declaratjon at the regularly scheduled Council meeting on March 8, 2017.

~a

EngineerApproved As To Farm:

ren P. Brust, City Manager Glenn Sabine; City Attorney

2017-03-29 Item 10C 34 of 352017.03-08 Item 11D (Updated with Signature) 2 of 2

2017-06-28 Item 8H 85 of 86

City of En

cini

tas

Summary of Bu

dget

ary Fund Balance

FY 2U 16-2017

FY2016-77 Council Action

ATTACHMENT 5

Increase

Meeting

(Decrease) to

Available fund

Desc

ript

ion

Date

Reso

luti

on#

Fund Balance

Balance

Net Available Beginning Fund Balance, 7/

1/16

18

,594

,757

FY 2016-17 Original Budgets Adopted

6l22

11fi

2016-64

X9,7

86,7

42)

8,808,415

FY 2016-17 Budget Adjustments by Council:

1. Increase funding for pa

rkin

g study (WC15C)

7!13!16

2016-72

(25,

000}

8,783,015

2. Continuing ap

prop

riat

ions

for

uns

pent

FY 15-16 appropriations $1,201,403

8124116

2016-82

(328

,157

) 8,454,858

3. Hwy 101

Emergency Repairs Mon

itor

ing and Mai

nten

ance

9/14!16

2016-79

(77,

512)

8,377,346

4. Increase Construction Budget Car

diff

School Di

st. (CS17C)

9/14/16

2016

-81

98,000

8,475,346

5. Increase Tree Tri

mmin

g Budget fo

r Ficus Trees

9128!16

2016-90

(54,

000}

8,

421,

346

6. Increase funding fo

r Ma

rine

Safety Center at Moonlight Beach (CP14C)

9128116

2016

-91

(628,104)

7,79

3,24

2

7. CaIPERS pension liability lump sum payment from FY 7 5/16 Fund Baf

. 10

/19!

16

2016-93

(220,434)

7,572,808

8. FY 201

5-16

firs

t qu

arte

r budget adjustments

1111fi/16

2Q16-104

(256,995)

7,315,813

9. Clo

seou

t pr

ojec

t CS17E and return fu

nds to General Fund

12/14/16

60576

243,000

7,558,813

10. Co

ncep

tual

Plans for

a pedestrian

rail cro

ssin

g at

or near Verdi Aye. (pending}

2/15117

2017

-16

(64,

000)

7,

494,

813

11. FY 2016-17 mid yea

r adjustments

3/81

17

2017-18

41,060

7,53

5,87

3

12. FY 2016-17 mid yea

r CIP transfer ad

just

ment

s 3/8 /

17

2017-18

155,984

7,691,857

13. Emergency Rep

airs

-Lone Jack Rd.

3129!17

2017-20

(447,300)

7,244,557

i4. Emergency Rep

airs

-Manchester Ave. slo

pe

3/29117

2017

-21

(39,

800)

7,204,757

Projected Available Fund Balance 613

0/20

17

(11,

390,

000}

7,691,857

2017-03-29

Item 10C

35 of 35

2017-06-28 Item 8H 86 of 86