Loading...
HomeMy Public PortalAboutC-23-018 - KISBA CONTRACTING, INC 2023 JAN 26PUBLIC WORKS AGREEMENT BETWEEN THE CITY OF CARSON AND KISBA CONTRACTING, INC. THIS PUBLIC WORKS AGREEMENT ("Agreement") is made and entered into this 10th day of November , 2022, by and between the City of Carson, a California charter city ("City") and Kisba Contracting, Inc., a California corporation ("Contractor"). City and Contractor may be referred to, sometimes individually or collectively, as "Parry" or "Parties." RECITALS A. The City desires to retain Contractor, on an independent contractor basis, to perform services for public works, as more particularly described below. B. Contractor represents that it is fully qualified to perform such services by virtue of its experience and the training, education and expertise of its principals and employees. C. Pursuant to the City of Carson Municipal Code and California state law, City has authority to enter into and execute this Agreement. D. The Parties desire to formalize the selection of Contractor for performance of the services and desire that the terms of that performance be as particularly defined and described herein. NOW, THEREFORE, in consideration of the mutual promises and covenants made by the Parties and contained herein and other consideration, the value and adequacy of which are hereby acknowledged, the parties agree as follows: AGREEMENT ARTICLE 1. CONTRACTOR SERVICES 1.1 Scope of Work. The Contractor shall perform all of the work, furnish all labor, materials, equipment, tools, utility services, and transportation, and comply with all of the specifications and requirements in the Bid Documents for the project entitled Carson City Hall 1St Floor Carpeting ("Project"). All such work shall be performed in a good and workmanlike manner, as reasonably determined by the City, and shall be performed in compliance with all local, state, and federal laws and regulations. As used herein, "Bid Documents" refers to all of the documents included in the solicitation of bids for the Project, including but not limited to, the Invitation for Bids, Instructions to Bidders, Bid or Bid Proposal, Contract Documents, Special Provisions, Technical Provisions, Construction Plans, Standard Plans, Drawings, Reference Specifications, all applicable permit requirements, any addenda, any applicable Project Labor Agreement, and any other documents included, referenced, or incorporated therein. The Bid Documents are incorporated into this 01007.0006/836117.1 Agreement and made part hereof. In the event of any conflict between the terms of the Bid Documents and this Agreement, the terms of this Agreement shall govern. 1.2 Incorporation of Greenbook. The provisions of the 2021 Edition of the Standard Specifications for Public Works Construction, as updated by errata, ("Greenbook") are incorporated herein, except as explicitly modified by the Bid Documents. In the event of any conflict between the provisions of the Greenbook and this Agreement, the terms of this Agreement shall govern. 1.3 Compliance with Labor and Wage Laws. (a) Public Work. The Parties acknowledge that the work to be performed under this Agreement is a "public work" as defined in Labor Code Section 1720 and that this Agreement is therefore subject to the requirements of Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code relating to public works contracts and the rules and regulations established by the Department of Industrial Relations ("DIR") implementing such statutes. The work performed under this Agreement is subject to compliance monitoring and enforcement by the DIR. Contractor shall post job site notices, as prescribed by regulation. (b) Registration with DIR. Pursuant to Labor Code section 1771.1, Contractor and all subcontractors must be registered with, and pay an annual fee to, the DIR prior to and during the performance of any work under this Agreement. (c) Prevailing Wages. Contractor shall pay prevailing wages to the extent required by Labor Code Section 1771. Pursuant to Labor Code Section 1773.2, copies of the prevailing rate of per diem wages are on file at City Hall and will be made available to any interested party on request. By initiating any work under this Agreement, Contractor acknowledges receipt of a copy of the DIR determination of the prevailing rate of per diem wages, and Contractor shall post a copy of the same at each job site where work is performed under this Agreement. If this Agreement is subject to the payment of federal prevailing wages under the Davis -Bacon Act (40 U.S.C. § 3141 et seq.), then Contractor shall pay the higher of either the state for federal prevailing wage applicable to each laborer. (d) Penalty for Failure to Pav Prevailing Wages. Contractor shall comply with and be bound by the provisions of Labor Code Sections 1774 and 1775 concerning the payment of prevailing rates of wages to workers and the penalties for failure to pay prevailing wages. The Contractor shall, as a penalty to the City, forfeit two hundred dollars ($200) for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the DIR for the work or craft in which the worker is employed for any public work done pursuant to this Agreement by Contractor or by any subcontractor. (e) Payroll Records. Contractor shall comply with and be bound by the provisions of Labor Code Section 1776, which requires Contractor and each subcontractor to: keep accurate payroll records and verify such records in writing under penalty of perjury, as specified in Section 1776; certify and make such payroll records available for inspection as provided by Section 1776; and inform the City of the location of the records. -2- 01007.0006/836117.1 (f) Apprentices. Contractor shall comply with and be bound by the provisions - of Labor Code Sections 1777.5, 1777.6, and 1777.7 and California Code of Regulations Title 8, Section 200 et seq. concerning the employment of apprentices on public works projects. Contractor shall be responsible for compliance with these aforementioned Sections for all apprenticeable occupations. Prior to commencing work under this Agreement, Contractor shall provide City with a copy of the information submitted to any applicable apprenticeship program. Within sixty (60) days after concluding work pursuant to this Agreement, Contractor and each of its subcontractors shall submit to the City a verified statement of the journeyman and apprentice hours performed under this Agreement. (g) Eight -Hour Work Da. Contractor acknowledges that eight (8) hours labor constitutes a legal day's work. Contractor shall comply with and be bound by Labor Code Section 1810. (h) Penalties for Excess Hours. Contractor shall comply with and be bound by the provisions of Labor Code Section 1813 concerning penalties for workers who work excess hours. The Contractor shall, as a penalty to the City, forfeit twenty-five dollars ($25) for each worker employed in the performance of this Agreement by the Contractor or by any subcontractor for each calendar day during which such worker is required or permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the Labor Code. Pursuant to Labor Code section 1815, work performed by employees of Contractor in excess of eight (8) hours per day, and forty (40) hours during any one week shall be permitted upon public work upon compensation for all hours worked in excess of 8 hours per day at not less than one and one-half (1%Z) times the basic rate of pay. (i) Workers' Compensation. California Labor Code Sections 1860 and 3700 provide that every employer will be required to secure the payment of compensation to its employees if it has employees. In accordance with the provisions of California Labor Code Section 1861, Contractor certifies as follows: "I am aware of the provisions of Section 3700 of the Labor Code which re -quire every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 0) Contractor's Responsibility for Subcontractors. For every subcontractor who will perform work under this Agreement, Contractor shall be responsible for such subcontractor's compliance with Division 2, Part 7, Chapter 1 (commencing with Section 1720) of the California Labor Code, and shall make such compliance a requirement in any contract with any subcontractor for work under this Agreement. Contractor shall be required to take all actions necessary to enforce such contractual provisions and ensure subcontractor's compliance, including without limitation, conducting a review of the certified payroll records of the subcontractor on a periodic basis or upon becoming aware of the failure of the subcontractor to pay his or her workers the specified prevailing rate of wages. Contractor shall diligently take corrective action to halt or rectify any such failure by any subcontractor. -3- 01007.0006/836117.1 1.4 Compliance with Project Labor Agreement If and to the extent that the work to be performed under this Agreement is within the scope of the City's Project Labor Agreement, which was fully executed as of March 4, 2020, by and between the City and the Los Angeles/Orange Counties Building and Construction Trades Council and the Signatory Craft Councils and Unions (the "Project Labor Agreement"), City and Contractor acknowledge and agree that Contractor is required to comply with the provisions of the Project Labor Agreement, and that in the event of a conflict between the provisions of this Agreement and the Project Labor Agreement, the Project Labor Agreement shall supersede and take precedence over the conflicting provision(s) of this Agreement. 1.5 Licenses, Permits, Fees and Assessments. Contractor shall obtain at its sole cost and expense such licenses, permits, registrations, and approvals as may be required by law for the performance of the services required by this Agreement. Contractor shall have the sole obligation to pay for any fees, assessments and taxes, plus applicable penalties and interest, which may be imposed by law and arise from or are necessary for the Contractor's performance of the services required by this Agreement, and shall indemnify, defend and hold harmless City, its officers, employees or agents of City, against any such fees, assessments, taxes, penalties or interest levied, assessed or imposed against City hereunder. 1.6 Familiarity with Work. By executing this Agreement, Contractor warrants that Contractor (i) has thoroughly investigated and considered the scope of work to be performed, (ii) has carefully considered how the services should be performed, and (iii) fully understands the facilities, difficulties and restrictions attending performance of the services under this Agreement. If the services involve work upon any site, Contractor warrants that Contractor has or will investigate the site and is or will be fully acquainted with the conditions there existing, prior to commencement of services hereunder. 1.7 Discovery of Unknown Conditions. (a) Pursuant to Public Contract Code section 7104, Contractor shall promptly, and before the following conditions are disturbed, notify the City, in writing, of any: (i) material Contractor believes may be hazardous waste as defined in Section 25117 of the Health & Safety Code required to be removed to a Class I, II, or III disposal site in accordance with existing law; (ii) subsurface or latent physical conditions at the site, materially different from those indicated by information about the site made available to bidders prior to the deadline for submitting bids on the project; or (iii) unknown physical conditions at the site of any unusual nature, different from those ordinarily encountered and generally recognized as inherent in work of the character provided for in this Agreement. (b) City shall promptly investigate the conditions, and if it finds that the conditions do materially differ, or do involve hazardous waste, and cause a decrease or increase in Contractor's cost of, or the time required for, performance of any part of the work, shall issue a change order in accordance with this Agreement. -4- 01007.0006/836117.1 (c) In the event that a dispute arises between City and Contractor whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in Contractor's cost of, or time required for, performance of any part of the work, Contractor shall not be excused from any scheduled completion date set, but shall proceed with all work to be performed under the Agreement. Contractor shall retain any and all rights provided either by contract or by law, which pertain to the resolution of disputes and protests between the contracting parties. 1.8 Unidentified Utilities. To the extent required by Government Code section 4215, City will compensate Contractor for the cost of locating, repairing damage not due to the failure of Contractor to exercise reasonable care, and removing or relocating utility facilities not identified by City in the Bid Documents with reasonable accuracy, and for equipment on the project necessarily idled during such work. Nothing herein shall be deemed to require City to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the project site can be inferred from the presence of other visible facilities, such as buildings, meters, and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve City from identifying main or trunklines in the plans and specifications. If Contractor, while performing the work, discovers utility facilities not identified by City in the plans or specifications, Contractor shall immediately notify City and the utility in writing. This Agreement is subject to Government Code sections 4126 through 4216.9. Contractor must notify utilities and obtain an identification number before excavation or be subject to liability for damages to subsurface installations. 1.9 Trench Excavation. Pursuant to Labor Code section 6705, if this Agreement is for more than $25,000 and requires the excavation of any trench or trenches five feet or more in depth, Contractor shall submit, in advance of such excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. The plan shall be reviewed and accepted by the City, or a registered civil or structural engineer employed by the City to whom authority has been delegated, prior to the excavation. If the plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer. This section shall not be deemed to allow the use of a shoring, sloping, or protective system less effective than that required by the Construction Safety Orders. This subsection shall not be construed to impose tort liability on the City or any of its employees. Full compensation for sheeting, shoring, bracing, sloping, and all other provisions required for worker protection shall be considered as included in the contract price shown in the appropriate Bid Item, and no additional compensation will be allowed therefor. 1.10 Protection and Care of Work and Materials. The Contractor shall adopt reasonable methods, including providing and maintaining storage facilities, during the life of the Agreement to furnish continuous protection to the work, and the equipment, materials, papers, documents, plans, studies and/or other components thereof to prevent losses or damages, and shall be responsible for all such damages, to persons or property, until acceptance of the work by City, except such losses or damages as caused by City's own -5- 01007.0006/836117.1 negligence. Stored materials shall be reasonably accessible for inspection. Contractor shall not, without City's consent, assign, sell, mortgage, hypothecate, or remove equipment or materials which have been installed or delivered and which may be necessary for the completion of the work. 1.11 Warranty. Contractor warrants all work under the Agreement (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non -conforming materials incorporated into the work) to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Agreement or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the work or non-conformance of the work to the Agreement, commence and prosecute with due diligence all work necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act as soon as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair, remove and replace any portions of the work (or work of other contractors) damaged by its defective work or which becomes damaged in the course of repairing or replacing defective work. For any work so corrected, Contractor's obligation hereunder to correct defective work shall be reinstated for an additional one year period, commencing with the date of acceptance of such corrected work. Contractor shall perform such tests as the City may require to verify that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Agreement. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of the Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Agreement, to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non -conforming work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 1.12 Additional Work and Change Orders. (a) City shall have the right at any time during the performance of the services, without invalidating this Agreement, to order extra work beyond that specified in the Scope of Work or make changes by altering, adding to or deducting from said work. No such extra work may be undertaken unless a written change order is first given by the City's Director of Public Works or City Engineer, or either of their designees, to the Contractor, incorporating therein any adjustment in (i) the Contract Sum, and/or (ii) the time to perform this Agreement, which said adjustments are subject to the written approval of the Contractor ("Change Order"). All Change -6- 01007.0006/836117.1 Orders must be signed by the Contractor and City's Director of Public Works or City Engineer, or either of their designees, prior to commencing the extra work thereunder. (b) Any increase in compensation of up to ten percent (10%) of the Contract Sum or any increase in the time to perform of up to one hundred eighty (18 0) days and which are not detrimental to the Work or to the interest of the City, may be approved by the City's Director of Public Works or City Engineer, or either of their designees. Any greater increases, taken either separately or cumulatively, must be approved by the City Council. (c) Any adjustment in the Contract Sum for a Change Order must be in accordance with the rates set forth in the Contractor's Bid. If the rates in the Contractor's Bid do not cover the type of work in the Change Order, the cost of such work shall not exceed an amount agreed upon in writing and signed by Contractor and City's Director of Public Works or City Engineer, or either of their designees. If the cost of the Change Order cannot be agreed upon, the City will pay for actual work of the Change Order completed, to the satisfaction of the City, as follows: (i) Labor: The cost of labor shall be the actual cost for wages of workers and subcontractors performing the work for the Change Order at the time such work is done. The use of labor classifications that would increase the cost of such work shall not be permitted. (ii) Materials and Equipment: The cost of materials and equipment shall be at cost to Contractor or lowest current price which such materials and equipment are reasonably available at the time the work is done, whichever is lower. (iii) If the cost of the extra work cannot be agreed upon, the Contractor must provide a daily report that includes invoices for labor, materials and equipment costs for the work under the Change Order. The daily report must include: list of names of workers, classifications, and hours worked; description and list of quantities of materials used; type of equipment, size, identification number, and hours of operation, including loading and transportation, if applicable; description of other City authorized services and expenditures in such detail as the City may require. Failure to submit a daily report by the close of the next working day may, at the City's sole and absolute discretion, waive the Contractor's rights for that day. (d) It is expressly understood by Contractor that the provisions of this Section shall not apply to services specifically set forth in the Scope of Work. Contractor hereby acknowledges that it accepts the risk that the services to be provided pursuant to the Scope of Work may be more costly or time consuming than Contractor anticipates and that Contractor shall not be entitled to additional compensation therefor. City may in its sole and absolute discretion have similar work done by other contractors. (e) No claim for an increase in the Contract Sum or time for performance shall be valid unless the procedures established in this Section are followed. -7- 01007.0006/836117.1 7- 01007.0006/836117.1 1.13 Special Requirements. Additional terms and conditions of this Agreement, if any, which are made a part hereof are set forth in the "Special Requirements," attached hereto as Exhibit B and incorporated herein by this reference. In the event of a conflict between the provisions of Exhibit B and any other provisions of this Agreement, the provisions of Exhibit B shall govern. ARTICLE 2. COMPENSATION AND METHOD OF PAYMENT. 2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts set forth in Contractor's Bid attached hereto as Exhibit A and incorporated herein by this reference. Subject to any additions or deductions that may be made by change order or amendment, and any penalties or damages that may be assessed against Contractor, Contractor shall receive total compensation, including reimbursement of Contractor's expenses, of an amount not to exceed One Hundred Seventy Four Thousand Seven Hundred Seventy Two Dollars and Ninety Five Cents ($174,772.95) ("Contract Sum") for completion of the work. 2.2 Invoices. Each month Contractor shall furnish to City an original invoice for all work performed during the preceding month using the form attached hereto as Exhibit E and incorporated herein by this reference. By submitting an invoice for payment under this Agreement, Contractor is certifying compliance with all provisions of the Agreement. All invoices shall include a copy of Contractor's Certified Payroll and proof that Certified Payroll has been submitted to the DIR. Contractor shall also submit a list of the prevailing wage rates (including federal prevailing wage rates, if applicable) for all employees and subcontractors providing services under this Agreement, as applicable, with Contractor's first invoice. If these rates change at any time during the term of the Agreement, Contractor shall submit a new list of rates to the City with its first invoice following the effective date of the rate change. 2.3 Payment. (a) Payments Made by City. City shall independently review each invoice submitted by the Contractor to determine whether the work performed and expenses incurred are in compliance with the provisions of this Agreement. Except as to any charges for work performed or expenses incurred by Contractor which are disputed by City, City will cause Contractor to be paid any progress payment within thirty (3 0) days of receipt of Contractor's correct and undisputed invoice; however, Contractor acknowledges and agrees that due to City warrant run procedures, the City cannot guarantee that payment will occur within this time period. In the event that City does not cause Contractor to be paid any progress payment within thirty (30) days of receipt of an undisputed and properly submitted invoice and provided the Project is for construction, Contractor shall be entitled to the payment of interest to the extent allowed under Public Contract Code Section 20104.50. In the event any charges or expenses are disputed by City, the original invoice shall be returned by City to Contractor, not later than seven (7) days after receipt by the City, for correction and resubmission. Returned invoices shall be accompanied by a document setting forth -8- 01007.0006/836117.1 in writing the reasons why the payment request was rejected. Review and payment by the City of any invoice provided by the Contractor shall not constitute a waiver of any rights or remedies provided herein or any applicable law. (b) Payments Made by Contractor to Subcontractors. Contractor shall remit payments owed to subcontractors within fifteen (15) calendar days after receiving payments by City if payments are owed by Contractor to any subcontractor qualifying as a small business enterprise, and within thirty (30) calendar days if payments are owed by Contractor to any subcontractor other than a small business enterprise. 2.4 Retention. Pursuant to Section 9203 of the Public Contract Code, City will deduct a five percent (5%) retention from all progress payments, which shall be released to Contractor no later than sixty (60) days from completion of the work in accordance with Section 7107 of the Public Contract Code. In the event of a dispute between City and Contractor, City may withhold from the final payment an amount not to exceed one hundred fifty percent (150%) of the disputed amount. 2.5 Waiver. Payment to Contractor for work performed pursuant to this Agreement shall not be deemed to waive any defects in work performed by Contractor. 2.6 Substitution of Securities. (a) In conformance with the State of California Public Contract Code, Part 5, Section 22300, Contractor may substitute securities for any monies withheld by the City to ensure performance under this Agreement. (b) At the request and expense of Contractor, Contractor has the option of establishing an escrow account with a state or federally chartered bank which shall serve as an escrow agent, for Contractor's direct deposit of securities as a substitute for retention earnings required to be withheld by the City. Upon Contractor's completion of its obligations hereunder, as evidenced by the City's acceptance of the work pursuant to Section 3.3 hereof, the escrow agent shall return the securities to Contractor. The escrow agent shall notify the City within ten (10) days after deposit of the securities. The market value of the securities at the time of the substitution shall be at least equal to the cash amount then required to be withheld as retention. Securities shall be held in the name of the City and shall designate Contractor as the beneficial owner. Alternatively, on written request of Contractor, the City shall make payments of the retention earnings directly to the escrow account. ARTICLE 3. PERFORMANCE SCHEDULE 3.1 Schedule of Performance. Contractor shall complete the Project within sixty (60) calendar days after receiving a "Notice to Proceed" from the City in accordance with any schedule contained in or required to be provided by the Proposal or Bid Documents, and any revisions thereof approved by the City in -9- 01007.0006/836117.1 writing. Time is of the essence. If the work is not completed within said time period, liquidated damages shall apply. The term of this Agreement shall expire one (1) year following City's acceptance of the Project. 3.2 Liquidated Damages. Since the determination of actual damages for any delay in performance of this Agreement would be extremely difficult or impractical to determine in the event of a breach of this Agreement, the Contractor and its sureties shall be liable for and shall pay to the City the sum of One Thousand Dollars ($1,000.00) as liquidated damages for each working day of delay in the performance of any service required hereunder. The City may withhold any accrued liquidated damages from any monies payable on account of services performed by the Contractor. To the extent required by Government Code section 4215, Contractor shall not be assessed liquidated damages for delay in completion of the work when such delay was caused by the failure of the City or owner of the utility to provide for removal or relocation of utility facilities. 3.3 Force Majeure. The time period(s) specified in the Schedule of Performance for performance of the services rendered pursuant to this Agreement shall be extended because of any delays due to unforeseeable causes beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God or of the public enemy, unusually severe weather, fires, earthquakes, floods, epidemics, quarantine restrictions, riots, strikes, freight embargoes, wars, litigation, and/or acts of any governmental agency, including the City, if the Contractor shall within ten (10) days of the commencement of such delay notify the Project Manager in writing of the causes of the delay. The Project Manager shall ascertain the facts and the extent of delay, and extend the time for performing the services for the period of the enforced delay when and if in the judgment of the Project Manager such delay is justified. The Project Manager's determination shall be final and conclusive upon the Parties to this Agreement. In no event shall Contractor be entitled to recover damages against the City for any delay in the performance of this Agreement, however caused, Contractor's sole remedy being extension of the Agreement pursuant to this Section. 3.4 Final Acceptance. Acceptance of the Project shall only be by action of the City Council. Neither the acceptance nor any prior inspections or failure to inspect shall constitute a waiver by City of any defects in the work. From and after acceptance, the Project shall be owned and operated by City. As a condition to acceptance, Contractor shall certify to City in writing that all of the work has been performed in strict conformity with the Agreement and that all costs have been paid or supplied to City for security required herein, satisfactory to City, guaranteeing such performance. -10- 01007.0006/836117.1 ARTICLE 4. COORDINATION OF WORK 4.1 Representatives and Personnel of Contractor. The following principals of Contractor ("Principals") are hereby designated as being the principals and representatives of Contractor authorized to act on its behalf with respect to the work specified herein and make all decisions in connection therewith: Karrie Roarick (Name) JeLry Elias (Name) President (Title) Foreman (Title) (Name) (Title) The Principals shall be responsible during the term of this Agreement for directing all activities of Contractor and devoting sufficient time to personally supervise the services hereunder. All personnel of Contractor, and any authorized agents, shall at all times be under the exclusive direction and control of the Principals. For purposes of this Agreement, the Principals may not be replaced nor may their responsibilities be substantially reduced by Contractor without the express written approval of City. Additionally, Contractor shall make every reasonable effort to maintain the stability and continuity of Contractor's staff and subcontractors, if any, assigned to perform the services required under this Agreement. Contractor shall notify City of any changes in Contractor's staff and subcontractors, if any, assigned to perform the services required under this Agreement, prior to and during any such performance. 4.2 Status of Contractor. Contractor shall have no authority to bind City in any manner, or to incur any obligation, debt or liability of any kind on behalf of or against City, whether by contract or otherwise, unless such authority is expressly conferred under this Agreement or is otherwise expressly conferred in writing by City. Contractor shall not at any time or in any manner represent that Contractor or any of Contractor's officers, employees, or agents are in any manner officials, officers, employees or agents of City. Neither Contractor, nor any of Contractor's officers, employees or agents, shall obtain any rights to retirement, health care or any other benefits which may otherwise accrue to City's employees. Contractor expressly waives any claim Contractor may have to any such rights. 4.3 Project Manager. The Project Manager shall be Robert Lennox, Assistant City Manager, or any other person as may be designated by the City's Director of Public Works or City Engineer. It shall be the Contractor's responsibility to assure that the Project Manager is kept informed of the progress of the performance of the services and the Contractor shall refer any decisions which must be made by City to the Project Manager. Unless otherwise specified herein, any approval of City required hereunder shall mean the approval of the Project Manager. The Project Manager shall have -11- 01007.0006/836117.1 authority, if specified in writing by the City's Director of Public Works or City Engineer, to sign all documents on behalf of the City required hereunder to carry out the terms of this Agreement. 4.4 Independent Contractor. Neither the City nor any of its employees shall have any control over the manner, mode or means by which Contractor, its agents or employees, perform the services required herein, except as otherwise set forth herein. City shall have no voice in the selection, discharge, supervision or control of Contractor's employees, servants, representatives or agents, or in fixing their number, compensation or hours of service. Contractor shall perform all services required herein as an independent contractor of City and shall remain at all times as to City a wholly independent contractor with only such obligations as are consistent with that role. City shall not in any way or for any purpose become or be deemed to be a partner of Contractor in its business or otherwise or a joint venturer or a member of any joint enterprise with Contractor. 4.5 Prohibition Against Subcontracting or Assignment. The experience, knowledge, capability and reputation of Contractor, its principals and employees were a substantial inducement for the City to enter into this Agreement. Therefore, Contractor shall not contract with any other entity to perform in whole or in part the services required hereunder without the express written approval of the City. All subcontractors shall obtain, at its or Contractor's expense, such licenses, permits, registrations and approvals (including from the City) as may be required by law for the performance of any services or work under this Agreement. In addition, neither this Agreement nor any interest herein may be transferred, assigned, conveyed, hypothecated or encumbered voluntarily or by operation of law, whether for the benefit of creditors or otherwise, without the prior written approval of City. Transfers restricted hereunder shall include the transfer to any person or group of persons acting in concert of more than twenty five percent (25%) of the present ownership and/or control of Contractor, taking all transfers into account on a cumulative basis. In the event of any such unapproved transfer, including any bankruptcy proceeding, this Agreement shall be void. No approved. transfer shall release the Contractor or any surety of Contractor of any liability hereunder without the express consent of City. ARTICLE 5. INSURANCE, INDEMNIFICATION AND BONDS 5.1 Insurance Coverages. Without limiting Contractor's indemnification of City, and prior to commencement of any services under this Agreement, Contractor shall obtain, provide and maintain at its own expense during the term of this Agreement, policies of insurance of the type and amounts described below and in a form satisfactory to City. (a) General liability insurance. Contractor shall maintain commercial general liability insurance with coverage at least as broad as Insurance Services Office form CG 00 01, in an amount not less than $5,000,000 per occurrence, $10,000,000 general aggregate, for bodily injury, personal injury, and property damage. The policy must include contractual liability that has not been amended. Any endorsement restricting standard ISO "insured contract" language will not be accepted. -12- 01007.0006/836117.1 12- 01007.0006/836117.1 (b) Automobile liability insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 0l covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with Services to be performed under this Agreement, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than $2,000,000 combined single limit for each accident. (c) Workers' compensation insurance. Contractor shall maintain Workers' Compensation Insurance (Statutory Limits) and Employer's Liability Insurance (with limits of at least $1,000,000). (d) Builder's Risk Insurance. Contractor shall maintain Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special Perils) coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions or provisional limit provisions. The policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the project; (4) ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the project site or any staging area. If the Project does not involve new or major reconstruction, then at the option of City, an Installation Floater may be acceptable. For such project"s, a Property Installation Floater shall be obtained that provides for the improvement, remodel, modification, alteration, conversion or adjustment to existing buildings, structures, processes, machinery and equipment. The Property Installation Floater shall provide property damage coverage for any building, structure, machinery or equipment damaged, impaired, broken, or destroyed during the performance of the work, including during transit, installation, and testing at the Project site. (e) Pollution Liability Insurance. Contractor shall maintain Environmental Impairment Liability insurance, written on a Contractor's Pollution Liability form or other form acceptable to City providing coverage for liability arising out of sudden, accidental, and gradual pollution and remediation. The policy limit shall be no less than $1,000,000 per claim and $2,000,000 in the aggregate. All activities contemplated in this Agreement shall be specifically scheduled on the policy as "covered operations." The policy shall provide coverage for the hauling of waste from the project site to the final disposal location, including non -owned disposal sites. Products/completed operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the insured for covered claims arising out of the actions of independent contractors. If the insured is using subcontractors, the policy must include work performed "by or on behalf' of the insured. Policy shall contain no language that would invalidate or remove the insurer's duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the insurer. -13- 01007.0006/836117.1 If Contractor maintains broader coverage and/or higher limits than the minimums shown above, City requires and shall be entitled to the broader coverage and/or the higher limits maintained by Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to City. 5.2 General Insurance Requirements. (a) Subcontractors. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and certified endorsements for each subcontractor. All coverages for subcontractors shall include all of the requirements stated herein. (b) Proof of Insurance. Contractor shall provide certificates of insurance and endorsements to City as evidence of the insurance coverages required herein, along with a waiver of subrogation endorsement for workers' compensation. Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Agreement. City reserves the right to require complete, certified copies of all required insurance policies, at any time. (c) Duration of Coverage. Contractor shall procure and maintain for the duration of this Agreement insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the performance of the Services hereunder by Contractor, its agents, representatives, employees or subcontractors. (d) Primary/noncontributing. Coverage provided by Contractor shall be primary and any insurance or self-insurance procured or maintained by City shall not be required to contribute with it. The limits of insurance required herein may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and non- contributory basis for the benefit of City before the City's own insurance or self-insurance shall be called upon to protect it as a named insured. (e) City'sghts of Enforcement. In the event any policy of insurance required under this Agreement does not comply with these specifications or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor or City will withhold amounts sufficient to pay premium from Contractor payments. In the alternative, City may cancel this Agreement. (f) Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this agreement shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. (g) Enforcement of Contract Provisions (non -estoppel). Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform -14- 01007.0006/836117.1 Contractor of non-compliance with any requirement imposes no additional obligations on the City nor does it waive any rights hereunder. (h) Requirements Not Limiting. Requirements of specific coverage features or limits contained in this section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. (i) Notice of Cancellation. Contractor agrees to oblige its insurance agent or broker and insurers to provide to City with a thirty (30) day notice of cancellation (except for nonpayment for which a ten (10) day notice is required) or nonrenewal of coverage for each required coverage. 0) Additional Insured Status. General and auto liability policies shall provide or be endorsed to provide that City and its officers, officials, employees, and agents, and volunteers shall be additional insureds under such policies. This provision shall also apply to any excess/umbrella liability policies. (k) Prohibition of Undisclosed Coverage Limitations. None of the coverages required herein will be in compliance with these requirements if they include any limiting endorsement of any kind that has not been first submitted to City and approved of in writing. (1) Separation of Insureds. A severability of interests provision must apply for all additional insureds ensuring that Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. (m) Pass Through Clause. Contractor agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by Contractor, provide the same minimum insurance coverage and endorsements required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with consultants, subcontractors, and others engaged in the project will be submitted to City for review. (n) Agency's Right to Revise Specifications. The City reserves the right at any time during the term of the contract to change the amounts and types of insurance required by giving the Contractor ninety (90) days advance written notice of such change. If such change results in substantial additional cost to the Contractor, the City and Contractor may renegotiate Contractor's compensation. (o) Self -Insured Retentions. Any self-insured retentions must be declared to and approved by City. City reserves the right to require that self-insured retentions be eliminated, -15- 01007.0006/836117.1 lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by City. (p) Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Agreement, and that involve or may involve coverage under any of the required liability policies. (q) Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 5.3 Indemnification. Contractor shall indemnify, defend with legal counsel approved by City, and hold harmless City, its officers, officials, employees and volunteers (each, an "Indemnitee") from and against all liability, loss, damage, expense, cost (including without limitation reasonable legal counsel fees, expert fees and all other costs and fees of litigation) of every nature arising out of or in connection with Contractor's performance of work under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. Should conflict of interest principles preclude a single legal counsel from representing both City and Contractor, or should City otherwise find Contractor's legal counsel unacceptable, then Contractor shall reimburse the City its costs of defense, including without limitation reasonable legal counsels fees, expert fees and all other costs and fees of litigation. The Contractor shall promptly pay any final judgment rendered against the City (and its officers, officials, employees and volunteers) with respect to claims determined by a trier of fact to have been the result of the Contractor's negligent, reckless or wrongful performance. It is expressly understood and agreed that the foregoing provisions are intended to be as broad and inclusive as is permitted by the law of the State of California and will survive termination of this Agreement. Contractor obligations under this section apply regardless of whether or not such claim, charge, damage, demand, action, proceeding, loss, stop notice, cost, expense, judgment, civil fine or penalty, or liability was caused in part or contributed to by an Indemnitee. However, without affecting the rights of City under any provision of this Agreement, Contractor shall not be required to indemnify and hold harmless City for liability attributable to the active negligence of City, provided such active negligence is determined by agreement between the parties or by the findings of a court of competent jurisdiction. In instances where City is shown to have been actively negligent and where City's active negligence accounts for only a percentage of the liability involved, the obligation of Contractor will be for that entire portion or percentage of liability not attributable to the active negligence of City. 5.4 Notification of Third -Party Claims. City shall timely notify Contractor of the receipt of any third -party claim relating to the work under this Agreement. City shall be entitled to recover from Contractor its reasonable costs incurred in providing such notification. -16- 01007.0006/836117.1 5.5 Performance and Payment Bonds. Concurrently with execution of this Agreement, Contractor shall deliver to the City all of the following bonds if the Contract Sum should exceed $25,000: (a) A performance bond securing the faithful performance of this Agreement, in an amount not less than 100% of the total compensation for this Agreement, as stated in Section 2.1. (b) A payment bond, securing the payment of all persons furnishing labor and/or materials in connection with the work under this Agreement, in an amount not less than 100% of the total compensation for this Agreement, as stated in Section 2.1. All bonds shall be on the applicable forms provided in Exhibit "C" and Exhibit "D" attached hereto and made part hereof. The bonds shall each contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be a certified and current copy of his/her power of attorney. The bonds shall be unconditional and remain in force during the entire term of the Agreement until released pursuant to Section 5.7 hereof. 5.6 Sufficiency of Insurer or Surety. Insurance and bonds required by this Agreement shall be satisfactory only if issued by companies qualified to do business in California, rated "A" or better in the most recent edition of Best's Rating Guide, The Key Rating Guide or in the Federal Register, and only if they are of a financial category Class VII or better. If the City determines that the work to be performed under this Agreement creates an increased or decreased risk of loss to the City, the Contractor agrees that the minimum limits of the insurance policies and the bonds may be changed accordingly upon receipt of written notice from the City's Risk Manager. 5.7 Release of Securities. City shall release the performance bond and payment bond when the following have occurred: (a) Contractor has made a written request for release and provided evidence of satisfaction of all other requirements under Article 5 of this Agreement; (b) the Project has been accepted; and (c) after passage of the time within which lien claims are required to be made pursuant to applicable laws; if lien claims have been timely filed, City shall hold the payment bond until such claims have been resolved, Contractor has provided statutory bond, or otherwise as required by applicable law. -17- 01007.0006/836117.1 ARTICLE 6. RECORDS, REPORTS, AND RELEASE OF INFORMATION 6.1 Records. Contractor shall keep, and require subcontractors to keep, such ledgers, books of accounts, invoices, vouchers, canceled checks, reports, studies, certified and accurate copies of payroll records in compliance with all applicable laws, or other documents relating to the disbursements charged to City and services performed hereunder (the "books and records"), as shall be necessary to perform the services required by this Agreement and enable the Project Manager to evaluate the performance of such services. Any and all such documents shall be maintained in accordance with generally accepted accounting principles and shall be complete and detailed. The Project Manager shall have full and free access to such books and records at all times during normal business hours of City, including the right to inspect, copy, audit and make records and transcripts from such records. Such records shall be maintained for a period of 3 years following completion of the services hereunder, and the City shall have access to such records in the event any audit is required. In the event of dissolution of Contractor's business, custody of the books and records may be given to City, and access shall be provided by Contractor's successor in interest. Notwithstanding the above, the Contractor shall fully cooperate with the City in providing access to the books and records if a public records request is made and disclosure is required by law including but not limited to the California Public Records Act. 6.2 Reports. Contractor shall periodically prepare and submit to the Project Manager such reports concerning the performance of the services required by this Agreement as the Project Manager shall require. Contractor hereby acknowledges that the City is greatly concerned about the cost of work and services to be performed pursuant to this Agreement. For this reason, Contractor agrees that if Contractor becomes aware of any facts, circumstances, techniques, or events that may or will materially increase or decrease the cost of the work or services contemplated herein, Contractor shall promptly notify the Project Manager of said fact, circumstance, technique or event and the estimated increased or decreased cost related thereto. 6.3 Ownership of Documents. All drawings, specifications, maps, designs, photographs, studies, surveys, data, notes, computer files, reports, records, documents and other materials (the "documents and materials") prepared by Contractor, its employees, subcontractors and agents in the performance of this Agreement shall be the property of City and shall be delivered to City upon request of the Project Manager or upon the termination of this Agreement, and Contractor shall have no claim for further employment or additional compensation as a result of the exercise by City of its full rights of ownership use, reuse, or assignment of the documents and materials hereunder. Any use, reuse or assignment of such completed documents for other projects and/or use of uncompleted documents without specific written authorization by the Contractor will be at the City's sole risk and without liability to Contractor, and Contractor's guarantee and warranties shall not extend to such use, reuse or assignment. Contractor may retain copies of such documents for its own use. Contractor shall have an unrestricted right to use the concepts embodied therein. All subcontractors shall provide for assignment to City of any documents or materials prepared by them, and in the event -18- 01007.0006/836117.1 Contractor fails to secure such assignment, Contractor shall indemnify City for all damages resulting therefrom. Moreover, Contractor with respect to any documents and materials that may qualify as "works made for hire" as defined in 17 U.S.C. § 101, such documents and materials are hereby deemed "works made for hire" for the City. 6.4 Confidentiality and Release of Information. (a) Information gained or work product produced by Contractor in performance of this Agreement shall be considered confidential, unless such information is in the public domain or already known to Contractor. Contractor shall not release or disclose any such information or work product to persons or entities other than City without prior written authorization from the Project Manager. (b) Contractor, its officers, employees, agents or subcontractors, shall not, without prior written authorization from the Project Manager or unless requested by the City Attorney, voluntarily provide documents, declarations, letters of support, testimony at depositions, response to interrogatories or other information concerning the work performed under this Agreement. Response to a subpoena or court order shall not be considered "voluntary" provided Contractor gives City notice of such court order or subpoena. (c) If Contractor, or any officer, employee, agent or subcontractor of Contractor, provides any information or work product in violation of this Agreement, then City shall have the right to reimbursement and indemnity from Contractor for any damages, costs and fees, including attorneys' fees, caused by or incurred as a result of Contractor's conduct. (d) Contractor shall promptly notify City should Contractor, its officers, employees, agents or subcontractors be served with any summons, complaint, subpoena, notice of deposition, request for documents, interrogatories, request for admissions or other discovery request, court order or subpoena from any party regarding this Agreement and the work performed there under. City retains the right, but has no obligation, to represent Contractor or be present at any deposition, hearing or similar proceeding. Contractor agrees to cooperate fully with City and to provide City with the opportunity to review any response to discovery requests provided by Contractor. However, this right to review any such response does not imply or mean the right by City to control, direct, or rewrite said response. ARTICLE 7. ENFORCEMENT OF AGREEMENT; DEFAULT, SUSPENSION AND TERMINATION 7.1 California Law. This Agreement shall be interpreted, construed and governed both as to validity and to performance of the parties in accordance with the laws of the State of California. Legal actions concerning any dispute, claim or matter arising out of or in relation to this Agreement shall be instituted in the Superior Court of the County of Los Angeles, State of California, or any other appropriate court in such county, and Contractor covenants and agrees to submit to the personal jurisdiction of such court in the event of such action. In the event of litigation in a U.S. District Court, venue shall lie exclusively in the Eastern District of California, in the County of Los Angeles, State of California. -19- 01007.0006/836117.1 7.2 Default of Contractor. Contractor's failure to comply with the provisions of this Agreement shall constitute a default. In the event that Contractor is in default for cause under the terms of this Agreement, City shall have no obligation or duty to continue compensating Contractor for any work performed after the date of default and can terminate or suspend this Agreement immediately by written notice to Contractor. If the Project Manager determines that Contractor is in default in the performance of any of the terms or conditions of this Agreement, the Project Manager shall cause to be served upon Contractor a written notice of the default. Contractor shall have ten (10) days after service upon it of said notice in which to cure the default by rendering a satisfactory performance. In the event that Contractor fails to cure its default within such period of time, the City shall have the right, notwithstanding any other provision of this Agreement, to terminate this Agreement without further notice and without prejudice to any other remedy to which it may be entitled at law, in equity or under this Agreement. 7.3 Suspension and Termination. (a) The City may at any time, for any reason, with or without cause, suspend this Agreement, or any portion hereof, by serving upon Contractor at least ten (10) days prior written notice. Upon receipt of said notice, Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends a portion of this Agreement such suspension shall not make void or invalidate the remainder of this Agreement. (b) This Agreement may be terminated by either parry for cause. The City may terminate this Agreement without cause upon thirty (30) days' written notice of termination. Upon termination, Contractor shall be entitled to compensation for completion of any portion of the Project accepted by City up to the effective date of termination unless any portion of the Project is accepted by City after termination in which event Contractor shall be paid for such completed portion. 7.4 Dispute Resolution Process. Section 20104 et seq. of the California Public Contract Code prescribes a process utilizing informal conferences, non-binding judicial -supervised mediation, and judicial arbitration to resolve disputes on construction claims of $375,000 or less. Section 9204 of the Public Contract Code prescribes a process for negotiation and mediation to resolve disputes on construction claims. The intent of this Section is to implement Sections 20104 et seq. and Section 9204 of the California Public Contract Code. This Section shall be construed to be consistent with said statutes. For purposes of these procedures, "claim" means a separate demand by the Contractor, after the City has denied Contractor's timely and duly made request for payment for extra work and/or a time extension, for (A) a time extension, (B) payment of money or damages arising from work done by or on behalf of the Contractor pursuant to the Agreement and payment of which is not otherwise expressly provided for or the Contractor is not otherwise entitled to, or (C) an amount the payment of which is disputed by the City. The following requirements apply to all claims to which this section applies: -20- 01007.0006/836117.1 (a) Claim Submittal. The claim shall be in writing and include the documents necessary to substantiate the claim. Claims governed by this procedure must be filed on or before the date of final payment. Nothing in this section is intended to extend the time limit or supersede notice requirements otherwise provided in the Agreement for the filing of claims, including all requirements pertaining to compensation or payment for extra work, disputed work, and/or changed conditions. Failure to follow such contractual requirements shall bar any claims or subsequent lawsuits for compensation or payment thereon. (b) Supporting Documentation. The Contractor shall submit all claims in the following format: (i) Summary of the claim, including references to the specific Contract Document provisions upon which the claim is based. (ii) List of documents relating to claim: (a) Specifications, (b) Drawings, (c) Clarifications (Requests for Information), (d) Schedules, and (e) Other. (iii) Chronology of events and correspondence related to the claim. (iv) Statement of grounds for the claim. (v) Analysis of the claim's cost, if any. (vi) Analysis of the claim's time/schedule impact, if any. (c) Ci . 's Response. Upon receipt of a claim pursuant to this section, City shall conduct a reasonable review of the claim and, within a period not to exceed 45 days, shall provide the Contractor a written statement identifying what portion of the claim is disputed and what portion is undisputed. Any payment due on an undisputed portion of the claim will be processed and made within 60 days after the City issues its written statement. (i) If the City needs approval from the City Council to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the claim, and the City Council does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a claim sent by registered mail or certified mail, return receipt requested, the City shall have up to three days following the next duly publicly noticed meeting of the City Council after the 45 -day period, or extension, expires to provide the Contractor a written statement identifying the disputed portion and the undisputed portion. (ii) Within 30 days of receipt of a claim, the City may request in writing additional documentation supporting the claim or relating to defenses or claims the City may have against the Contractor. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of City and the Contractor. (iii) The City's written response to the claim, as further documented, shall be submitted to the Contractor within 30 days (if the claim is less than $50,000, within 15 days) after receipt of the further documentation, or within a period of time no greater than that -21- 01007.0006/836117.1 taken by the Contractor in producing the additional information or requested documentation, whichever is greater. (d) Meet and Confer. If the Contractor disputes the City's written response, or the City fails to respond within the time prescribed, the Contractor may so notify the City, in writing, either within 15 days of receipt of the City's response or within 15 days of the City's failure to respond within the time prescribed, respectively, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand, the City shall schedule a meet and confer conference within 30 days for settlement of the dispute. (e) Mediation. Within 10 business days following the conclusion of the meet and confer conference, if the claim or any portion of the claim remains in dispute, the City shall provide the Contractor a written statement identifying the portion of the claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the claim shall be processed and made within 60 days after the City issues its written statement. Any disputed portion of the claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, with the City and the Contractor sharing the associated costs equally. The City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the claim has been identified in writing, unless the parties agree to select a mediator at a later time. (i) If the parties cannot agree upon a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. (ii) For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third parry or board assists the parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. (iii) Unless otherwise agreed to by the City and the contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Public Contract Code Section 20104.4 to mediate after litigation has been commenced. (iv) All unresolved claims shall be considered jointly in a single mediation, unless a new unrelated claim arises after mediation is completed. (f) Ci . 's Responses. The City's failure to respond to a claim from the Contractor within the time periods described in this section or to otherwise meet the time requirements of this section shall result in the claim being deemed rejected in its entirety. A claim that is denied by reason of the City's failure to have responded to a claim, or its failure to otherwise meet the time requirements of this section, shall not constitute an adverse finding with regard to the merits of the claim or the responsibility of qualifications of the Contractor. City's failure to respond shall not waive City's rights to any subsequent procedures for the resolution of disputed claims. (g) Government Code Claims. If following the mediation, the claim or any portion remains in dispute, the Contractor must comply with the claim procedures set forth in -22- 01007.0006/836117.1 Government Code Section 900 et seq. prior to filing any lawsuit against the City. Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to extra work, disputed work, construction claims, and/or changed conditions, including any required mediation, have been followed by Contractor. If no such Government Code claim is submitted, or if the prerequisite contractual requirements are not satisfied, no action against the City may be filed. A Government Code claim must be filed no earlier than the date that Contractor completes all contractual prerequisites to filing a Government Code claim, including any required mediation. A Government Code claim shall be inclusive of all unresolved claims unless a new unrelated claim arises after the Government Code claim is submitted. For purposes of Government Code Section 900 et seq., the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor submits his or her written claim to the City until the time the claim is denied, including any period of time utilized by the meet and confer conference or mediation that does not result in a complete resolutions of all claims. (h) Civil Actions for Claims of $375,000 or Less. The following procedures are established for all civil actions filed to resolve claims totaling $375,000 or less: (i) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings, the court shall submit the matter to non-binding mediation unless waived by mutual stipulation of both parties or unless mediation was held prior to commencement of the action in accordance with Public Contract Code section 9204 and the procedures in this Section. The mediation process shall provide for the selection within 15 days by both parties of a disinterested third person as mediator, shall be commenced within 30 days of the submittal, and shall be concluded within 15 days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court or by stipulation of both parties. If the parties fail to select a mediator within the 15 -day period, either parry may petition the court to appoint the mediator. (ii) If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1141.11 of that code. The Civil Discovery Act (Title 4 (commencing with Section 2016.010) of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. (iii) Upon stipulation of the parties, arbitrators appointed for these purposes shall be experienced in construction law, and, upon stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonable hourly rates of pay not to exceed their customary rate, and such fees and expenses shall be paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause, determines a different division. (iv) In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, any party who after receiving an arbitration award requests a trial de novo but does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, pay the attorney's fees of the other party arising out of the trial de novo. -23- 01007.0006/836117.1 7.5 Waiver. Waiver by any party to this Agreement of any term, condition, or covenant of this Agreement shall not constitute a waiver of any other term, condition, or covenant. Waiver by any party of any breach of the provisions of this Agreement shall not constitute a waiver of any other provision or a waiver of any subsequent breach or violation of any provision of this Agreement. Acceptance by City of any work or services by Contractor shall not constitute a waiver of any of the provisions of this Agreement. No delay or omission in the exercise of any right or remedy by a non -defaulting party on any default shall impair such right or remedy or be construed as a waiver. Any waiver by either party of any default must be in writing and shall not be a waiver of any other default concerning the same or any other provision of this Agreement. 7.6 Rights and Remedies Are Cumulative. Except with respect to rights and remedies expressly declared to be exclusive in this Agreement, the rights and remedies of the parties are cumulative and the exercise by either party of one or more of such rights or remedies shall not preclude the exercise by it, at the same or different times, of any other rights or remedies for the same default or any other default by the other party. 7.7 Unfair Business Practices Claims. Pursuant to Public Contract Code section 7103.5, in entering into this Agreement, Contractor offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. § 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials related to this Agreement. This assignment shall be made and become effective at the time the City tenders final payment to the Contractor without further acknowledgment by the Parties. ARTICLE 8. CITY OFFICERS AND EMPLOYEES: NON-DISCRIMINATION 8.1 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor in interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 8.2 Conflict of Interest. Contractor covenants that neither it, nor any officer or principal of its firm, has or shall acquire any interest, directly or indirectly, which would conflict in any manner with the interests of City or which would in any way hinder Contractor's performance of services under this Agreement. Contractor further covenants that in the performance of this Agreement, no person having any such interest shall be employed by it as an officer, employee, agent or subcontractor without the express written consent of the Project Manager. Contractor agrees to at all times avoid -24- 01007.0006/836117.1 conflicts of interest or the appearance of any conflicts of interest with the interests of City in the performance of this Agreement. No officer or employee of the City shall have any financial interest, direct or indirect, in this Agreement nor shall any such officer or employee participate in any decision relating to the Agreement which affects his financial interest or the financial interest of any corporation, partnership or association in which he is, directly or indirectly, interested, in violation of any State statute or regulation. The Contractor warrants that it has not paid or given and will not pay or give any third party any money or other consideration for obtaining this Agreement. 8.3 Covenant Against Discrimination. Contractor covenants that, by and for itself, its heirs, executors, assigns, and all persons claiming under or through them, there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class in the performance of this Agreement. Contractor shall take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, creed, religion, sex, gender, sexual orientation, marital status, national origin, ancestry, or other protected class. 8.4 Unauthorized Aliens. Contractor hereby promises and agrees to comply with all of the provisions of the Federal Immigration and Nationality Act, 8 U.S.C. § 1101 et seq., as amended, and in connection therewith, shall not employ unauthorized aliens as defined therein. Should Contractor so employ such unauthorized aliens for the performance of work and/or services covered by this Agreement, and should any liability or sanctions be imposed against City for such use of unauthorized aliens, Contractor hereby agrees to and shall reimburse City for the cost of all such liabilities or sanctions imposed, together with any and all costs, including attorneys' fees, incurred by City. ARTICLE 9. MISCELLANEOUS PROVISIONS 9.1 Provisions Required By Law. Each and every provision of law and clause required by law to be inserted in this Agreement shall be deemed to be inserted herein, and the Agreement shall be read and enforced as though it were included herein. If through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon application of either party, the contract shall forthwith be physically amended to make such insertion or correction. 9.2 Notices. Any notice, demand, request, document, consent, approval, or communication either party desires or is required to give to the other party or any other person shall be in writing and either served personally or sent by prepaid, first-class mail, in the case of the City, to the City Manager and to the attention of the Project Manager (with her/his name and City title), City of Carson, 701 E Carson Street, Carson, California 90745 and in the case of the Contractor, to the person(s) at the address designated on the execution page of this Agreement. Either parry may change its address -25- 01007.0006/836117.1 25- 01007.0006/836117.1 by notifying the other party of the change of address in writing. Notice shall be deemed communicated at the time personally delivered or in seventy-two (72) hours from the time of mailing if mailed as provided in this Section. 9.3 Interpretation. The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of this Agreement or any other rule of construction which might otherwise apply. 9.4 Counterparts. This Agreement may be executed in any number of counterparts and each of such counterparts shall for all purposes be deemed to be an original, whether the signatures are originals, electronic, facsimiles or digital. All such counterparts shall together constitute but one and the same Agreement. All signatures on bonds must be originals. 9.5 Integration; Amendment. This Agreement including the attachments hereto is the entire, complete and exclusive expression of the understanding of the parties. It is understood that there are no oral agreements between the parties hereto affecting this Agreement and this Agreement supersedes and cancels any and all previous negotiations, arrangements, agreements and understandings, if any, between the parties, and none shall be used to interpret this Agreement. No amendment to or modification of this Agreement shall be valid unless made in writing and approved by the Contractor and by the City Council. The parties agree that this requirement for written modifications cannot be waived and that any attempted waiver shall be void. 9.6 Severability. In the event that any one or more of the phrases, sentences, clauses, paragraphs, or sections contained in this Agreement shall be declared invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such invalidity or unenforceability shall not affect any of the remaining phrases, sentences, clauses, paragraphs, or sections of this Agreement which are hereby declared as severable and shall be interpreted to carry out the intent of the parties hereunder unless the invalid provision is so material that its invalidity deprives either party of the basic benefit of their bargain or renders this Agreement meaningless. 9.7 Warranty & Representation of Non -Collusion. No official, officer, or employee of City has any financial interest, direct or indirect, in this Agreement, nor shall any official, officer, or employee of City participate in any decision relating to this Agreement which may affect his/her financial interest or the financial interest of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any corporation, partnership, or association in which (s)he is directly or indirectly interested, or in violation of any State or municipal statute or regulation. The determination of "financial interest" shall be consistent with State law and shall not include interests found to be "remote" or "noninterests" pursuant to Government Code Sections 1091 or 1091.5. Contractor -26- 01007.0006/836117.1 warrants and represents that it has not paid or given, and will not pay or give, to any third party including, but not limited to, any City official, officer, or employee, any money, consideration, or other thing of value as a result or consequence of obtaining or being awarded any agreement. Contractor further warrants and represents that (s)he/it has not engaged in any act(s), omission(s), or other conduct or collusion that would result in the payment of any money, consideration, or other thing of value to any third parry including, but not limited to, any City official, officer, or employee, as a result of consequence of obtaining or being awarded any agreement. Contractor is aware of and understands that any such act(s), omission(s) or other conduct resulting in such payment of money, consideration, or other thing of value will render this Agreement void and of no force or effect. Contractor's Authorized Initials KR 9.8 Corporate Authority. The persons executing this Agreement on behalf of the parties hereto warrant that (i) such parry is duly organized and existing, (ii) they are duly authorized to execute and deliver this Agreement on behalf of said parry, (iii) by so executing this Agreement, such party is formally bound to the provisions of this Agreement, and (iv) the entering into this Agreement does not violate any provision of any other Agreement to which said party is bound. This Agreement shall be binding upon the heirs, executors, administrators, successors and assigns of the parties. [SIGNATURES ON FOLLOWING PAGE] -27- 01007.0006/836117.1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first -above written. CITY: CITY OF CARSON, a California charter city 4.,b VA-�c L Davis -Holmes, Mayor ATTEST: 4� - F'nodL I I Dr. Khaleah R. Bradshaw, City Clerk APPROVED AS TO FORM: ALESHIRE & WYNDER, LLP Sunny K. Soltani, City Attorney [rill CONTRACTOR: KISBA CONTRACTING, INC., a California corporatio *By. Name: Karrie Roarick Title: Pre ident *By: G_ _- Name: Karrie Roarick Title: Secretary Address: 337 N. Vineyard Avenue, Suite 400 ARgGnI, C Ontario, CA 91764 *Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. -28- 01007.0006/836117.1 IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the date and year first -above written. CITY: CITY OF CARSON, a California charter city #ulaDavis-Hohnes, Mayor ATTEST: OV. B Dr. Khaleah R. Bradshaw, City Clerk APPROVED AS TO FORM: ALESHI E & WYNDER, LLP Sunny K. Soltani, City Attorney [rill CONTRACTOR: KISBA CONTRACTING, INC., a California corporatio *By: —4 <___ Name: Karrie Roarick Title: Pre ident , *By. Name: Karrie Roarick Title: Secretary Address: 337 N. Vineyard Avenue, Suite 400 Ontario, CA 91764 *Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. -28- 01007.0006/836117.1 A� �® CERTIFICATE OF LIABILITY INSURANCE DATE (MM/Y) 12/01/20222022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: PATRICK MCRAE INSURANCE SERVICES PHONE. Ext: (714) 779-6999 FAX No, (714) 779-6903 E-MAIL ADDRESS: sc ADDRESS: P• blobal.net � 9 1265 N. MANASSERO SUITE 303 INSURERS AFFORDING COVERAGE NAIC# ANAHEIM HILLS, CA 92807 INSURERA: FALLS LAKE FIRE AND CASUALTY COMPAN 15884 08/04/2023 INSURED INSURERB: ALLIED WORLD SURPLUS LINES INSURANCI 24319 KISBA CONTRACTING, INC. INSURERC: CRUM & FOSTER SPECIALTY INS. CO. 31348 125 MERCURY CIRCLE INSURER D: INSURERE: ALLSTATE INSURANCE COMPANY 19232 Pomona CA 91768 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR OF INSURANCE ADDLTYPE JHW SUBR POLICY NUMBER EFF MM/DDPOLICY/YYYY LICY EXP / DfYYYY MM LIMITS B X COMMERCIAL GENERAL LIABILITY X X 5057-5987 08/04/2022 08/04/2023 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE Fx] OCCUR DAMAGE 11 RINIID PREMISES Ea occurrence $ 50,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY jE O LOC PI PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: E AUTOMOBILE LIABILITY X X 648939763 09/06/2022 09/06/2023 EOMaBcINdEeDtSINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTYDAMAGE $ Per accident X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY $ UMBRELLALIAB OCCUR EACH OCCURRENCE $ AGGREGATE $ EXCESS LIAB CLAIMS -MADE DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y/N Y FLA01483602 07/27/2022 07/27/2023 X STATUTE ERH - E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? ❑ (Mandatory in NH) NIA E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 C PROFESSIONAL LIAB. PKC -112787 03/19/2022 03/19/2023 $1,000,000 LIMIT OF INSURANCE PKC -112787 03/19/2022 03/19/2023 $1,000,000 EACH POLLUTION /PER OCC. DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CITY OF CARSON, ITS ELECTED AND APPOINTED OFFICERS, EMPLOYEES, VOLUNTEERS AND AGENTS ARE NAMED AS ADDITIONAL INSURED WITH RESPECTS TO THE ABOVE MENTIONED POLICIES PER ATTACHED ENDORSEMENT(S). COVERAGE IS PRIMARY & NON-CONTRIBUTORY AS REQUIRED BY WRITTEN CONTRACT, PER ATTACHED ENDORSEMENT FORMS. WAIVER OF SUBROGATION APPLIES, IF REQUIRED BY WRITTEN CONTRACT. " SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, A 30 DAY WRITTEN NOTICE WILL BE ISSUED. RE: ALL OPERATIONS 1ha3112LOY-111=R JAUa:1 THE CITY OF CARSON 701 E. CARSON STREET CARSON, CA 90745 INSURANCE APPROVED RIG 12/1/2022 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 5057-5987 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Any person or organization to whom the Named Insured Where specified by fully executed written contract. has agreed by a fully executed written contract that such person or organization be added as an Additional Insured, but only with respect to operations performed by or on behalf of the Named Insured and only with respect to occurrences subsequent to the making of such fully executed written contract otherwise covered by this insurance. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 POLICY NUMBER: 5057-5987 That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: 5057-5987 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization to whom the Named Where specified by fully executed written contract. Insured has agreed by a fully executed written contract that such person or organization be added as an Additional Insured for Completed Operations Coverage, but only with respect to operations performed by or on behalf of the Named Insured and only with respect to occurrences subsequent to the making of such fully executed written contract otherwise covered by this insurance. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: 5057-5987 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract or written agreement, provided such contract or agreement was executed prior to the date of loss, injury or damage. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 ❑ This endorsement, effective: 8/4/2022 (at 12:01 A.M. standard time at the address of the Named Insured as showing in the Declarations) forms a part of Policy No: 5057-5987 Issued to: Kisba Contracting, Inc. By: Allied World Surplus Lines Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY / NON-CONTRIBUTORY INSURANCE ENDORSEMENT (BLANKET) Name of Person or Organization Name of Project Any person or organization to whom the Named Insured Where specified by fully executed written contract that was has agreed by a written contract that was fully executed fully executed prior to an 'occurrence". prior to an 'occurrence" that such person or organization be added as an additional insured under this policy on a primary and noncontributory basis, but only with respect to operations performed by or on behalf of the Named Insured and only with respect to 'occurrences" subsequent to the making of such fully executed written contract otherwise covered by this Dolicv. Effective Date: 8/4/2022 It is agreed that this policy is amended as follows: Notwithstanding any other provision of this policy to the contrary, the insurance afforded to the person or organization named in the above Schedule shall be primary to, and non-contributory with, any other insurance available to such person or organization, but only as respects liability resulting from "your work" performed by the Named Insured at the project designated in the Schedule above for the person or organization named in the Schedule above. This endorsement applies only to "bodily injury" or "property damage" caused by an "occurrence" under Coverage A and not otherwise excluded in the policy. All other terms, conditions and exclusions under the policy are applicable to this Endorsement and remain unchanged. CSEN 00014 00 08 16 Includes copyrighted material of Page 1 of 1 Insurance Services Offices, Inc., used with its permission WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be 2_5% of the California workers' compensation premium otherwise due on such remuneration. Schedule Person or Organization Job Description Blanket Waiver of Subrogation As respects to all CA jobs performed by the named insured during the policy period where by written contract a waiver of subrogation is required prior to the commencement of work. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 07-27-2022 Policy No. FLA01483602 Endorsement No. Insured: KISBA CONTRACTING, INC. Insurance Company Falls Lake Fire & Casualty Company Countersigned By ©1998 by the Workers' Compensation Insurance Rating Bureau of California. All rights reserved. POLICY NUMBER: 648939763 COMMERCIAL AUTO AA CW 2010 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT ENDORSEMENT Coverage provided under this policy is modified by the attachment of this endorsement If there is any conflict in coverage provisions between this form and any state specific endorsement also attached to this policy, the provision(s) of the state specific form shall apply. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM In SECTION I - COVERED AUTOS, the following changes are made: The following is added: D. Physical Damage Coverage for Temporary Substitute and Leased Autos If Physical Damage Coverage is provided by this policy, the following kinds of "autos" are covered "autos" for the same coverages provided by the policy: 1. Any private passenger "auto", or other than private passenger vehicle with gross vehicle weight of 20,000 lbs. or less, you do not own while used with the permission of the owner as a temporary substitute for a covered "auto" you own that is out of service because of its: a. Breakdown; b. Repair; c. Servicing; d. "Loss"; or e. Destruction. 2. Private passenger "autos" and other than private passenger vehicles with gross vehicle weight of 10,000 lbs. or less, leased, hired, rented, or borrowed for a period of 30 days or less. This does not include any vehicle you lease, hire, rent, or borrow from any of your "employees" or partners or members of their households. In SECTION II — LIABILITY COVERAGE, the following changes are made: Under A. Coverage, Who Is An Insured, the following is added: d. Any organization, other than a partnership or joint venture, over which you maintain ownership or in which you hold a majority interest. This provision applies only if there is no similar insurance provided to that organization. e. Any organization you acquire or form after policy inception, other than a partnership or joint venture, over which you maintain ownership, or in which you hold a majority interest. Coverage under this provision does not apply; (1) If there is similar insurance provided to that organization; or (2) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. f. Any person or organization that you are required to name as an additional insured under the terms of a written job contract, or by written insurance requirements executed prior to any covered 'loss" or claim. This protection applies only if the person or organization is liable for the conduct of an "insured" and only to the extent of that liability. Under A Coverage, Coverage Extensions, Supplementary Payments, subparagraphs (2) and (4) are replaced with the following: (2) Up to $5,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. Includes copyrighted material of Insurance Services Office, Inc., with its permission AA CW 20 10 11 Allstate Insurance Company Insured Full Copy Page 1 of 3 (4) All reasonable expenses incurred by the 'Insured" at our request, including loss of earnings up to $500 a day because of time off from work. Under B. Exclusions, Fellow Employee, the following paragraph is added: But this exclusion does not apply to "bodily injury" to a fellow "employee" caused by any person whose position within the insured organization is at or above the level of manager or supervisor. Coverage afforded by this provision is excess over any other collectible insurance. In SECTION III - PHYSICAL DAMAGE COVERAGE, the following changes are made: Under A Coverage, Glass Breakage - Hitting A Bird Or Animal - Falling Objects Or Missiles, the following is added: If damage to glass is repaired in lieu of being replaced, no deductible will apply for repair only. Under A Coverage, Coverage Extensions, the following is added: c. Personal Effects Coverage In the event of a total theft of your covered "auto", for which you carry either Comprehensive or Specified Causes of Loss coverage, we will pay up to $500 for the personal effects which are: 1. owned by you; and 2. in your covered "auto" at the time of the total theft of such "auto". No deductible applies to Personal Effects Coverage. Under A Coverage, the following is added: 5. Lease and Loan Gap Coverage In the event of a total 'loss" to a covered "auto" shown in the Schedule or Declarations for which a specific premium charge indicates that physical damage coverage applies, we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. The amount paid under the Physical Damage Coverage section of the policy; and b. Any: (1) Overdue lease/loan payments at the time of the'loss", (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and (5) Carry-over balances from previous loans or leases. Under D. Deductible, the following paragraph is added: When Collision Coverage is provided by this policy, the deductible amount will not be subtracted from the loss payment in collisions involving your covered "auto" and another auto covered by Allstate Insurance Company or any of it's affiliates. In SECTION IV - BUSINESS AUTO CONDITIONS, the following changes are made: Under A Loss Conditions, Duties In The Event Of Accident, Claim, Suit Or Loss Condition, the following is added under subpart a: Knowledge of an "accident" or 'loss" by any of your agents, servants or "employees" shall not in itself constitute knowledge by you, unless you or one of your corporate officers or managers, or any assignee, shall have received such notice from the agent, servant or "employee". When you report an occurrence of any "accident" or'loss" to a Worker's Compensation carrier or self insured plan providing the named insured's Worker's Compensation insurance which later develops into a claim submitted under this policy, failure to report such "accident" or 'loss" to us at the same time shall not be deemed a violation of this condition. After you become aware of such liability claim arising from the "accident" or 'loss", you must give us prompt notice. Under A Loss Conditions, Transfer of Rights of Recovery Against Others To Us, the following is added: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of work you perform under a contract with such person or organization, in which you have agreed to waive your right of such recovery. Includes copyrighted material of Insurance Services Office, Inc., with its permission AA CW 20 10 11 Allstate Insurance Company Insured Full Copy Page 2of3 Under B. General Conditions, Concealment, Misrepresentation Or Fraud, the following is added: This condition does not apply to any omission or failure to provide material facts if the omission or failure was unintentional. Includes copyrighted material of Insurance Services Office, Inc., with its permission AA CW 20 10 11 Allstate Insurance Company Insured Full Copy Page 3 of 3 w3ba contracdno, Inc. City of Carson Carson City Hall 1 st Floor Carpeting Carpet & Wall Base Product Specification Submittals Tarkett (Carpet Tile) Colorknit Flex Aire Cushion Carpet tile #30214 Rain Washed 1-20 Tarkett Baseworks TS Thermoset (Base) 21-25 Coved Wall Base #92 Blue Lagoon 125 Mercury Circle, Pomona, CA 91768 T. 909-444-0023 F. 909-598-6125 qTarkett ColorKnit #11128 Recycled Content* NSF 140 Cradle to Cradle Product Specification Face Construction Imperial Metric Certified Powerbond@ Cushion Construction Stratatec@ Patterned Loop 21-41% 4% Gold Face Weight 23 oz/sq yd 779.7 g/sq m Gauge 5/64 50.4 rows/10 cm Stitches per Inch 8.1 31.9 pu/10 cm Tuft Density 103.7 tufts/sq in 16.1 tufts/sq cm Pile Height Average 0.156 inch 4.0 mm Pile Thickness 0.095 inch 2.4 mm Density Factor 8,716 oz/cu yd 322.5 kg/cu m Fiber System TDX Nylon Dye Method 100% Solution Dyed Fluorine -Free Soil Protection Eco -Ensure 12.1 Kilotex Primary Tufting Substrate Synthetic Non -Woven Pattern Match Not Required Third Partv Environmental Certifications Product Recycled Content* NSF 140 Cradle to Cradle Electrostatic Propensity Overall Postconsumer SCS Certified CertifiedTM v3.1** Certified ethos® Modular with Omnicoat Technology@ 47-75% 28% Platinum Silver Certified Powerbond@ Cushion 7-33% 7% Gold Certified Flex -Aire Modular@ Cushion 21-41% 4% Gold Certified Powerbond@ Medfloor@ 7-33% 7% *Minimum recycled content certified by Scientific Certification Sytems (SCS) and varies by product style. **Cradle to Cradle Certified is a certification mark licensed by the Cradle to Cradle Products Innovation Institute Product Testina/Information Antimicrobial Chemicals No antimicrobials (EPA Registered pesticides) added to product (ASTM E2471-05) Electrostatic Propensity 1.0 kV (AATCC 134); Permanent Conductive Fiber Surface Flammability Passes CPSC FF 1-70 (ASTM D-2859) Flooring Radiant Panel Class 1 (mean average CRF: 0.45 w/sq cm or higher) (ASTM E-648) Smoke Generation Less than 450 (ASTM E-662) Colorfastness to Light > 4 after 100 hours (AATCC 16E) Soil Protection Application Rate: 2% of Face Weight Installation Methods Peel and Stick RS Adhesive System - Full Coverage Peel & Stick Wet Spread Backing specific Tarkett Adhesives Installation Method 24" x 24" Vertical Ashlar; 18" x 36", 9" x 36" Herringbone, Vertical Ashlar Product Notes 1. Specifications are subject to nominal manufacturing variances. Material supply and/or manufacturing processes may necessitate changes without notice. Colors may vary slightly from dye lot to dye lot. 2. U.S. Patent numbers: 4,849,267; 6,406,574, US 9,988,760 B2 3. Chair pads are recommended for optimum textural performance. Absent the use of chair pads, more intensive maintenance will be required for areas in direct contact with chair caster traffic, and some degree of appearance change is to be expected. Tarkett North America Technical Services Department 1735 Cleveland Hwy Dalton, GA 30721 800.248.2878 Fax 706.259.2621 info@tarkettna.com www.tarkettna.com 0 2021 Tarkett USA Inc. 12/2021 q Tar kett IMPERIAL METRIC TEST METHOD Warranty: Lifetime limited warranty against excessive surface wear, static, delamination, edge ravel, zippering, & backing resiliency loss. ethos@ Modular with Omnicoat Technology@ kg/cu m Total Minimum Recycled Content 55.2% SCS Certified total 47-75% Pre -Consumer 22.5% SCS Certified Postconsumer 32.8% SCS Certified Third Party Certification NSF -140 Platinum SCS Certified Cradle to Cradle Certification Silver (Certification #1904) Cradle to Cradle Certified TM v3.1 Product Size 24" x 24" Tile (9" x 36" and 18" x 36" also available) Secondary Backing 50% Recycled Content Intermediate Layer Fiberglass Reinforced Sealant Aur Product Construction No Delamination per ASTM D-3936 CERTIFIED Secondary Backing Density 65.0 lbs/cu ft 1041 kg/cu m Secondary Backing Thickness 0.050 inch 1.3 mm cradletocradle Total Weight 100.9 oz/sq yd +/-5% 3420.2 g/sq m CRI Green Label Plus Certification GLP8320 Flex -Aire Modular@ Cushion Total Minimum Recycled Content Pre -Consumer Postconsumer Third Party Certification NSF -140 Product Size Secondary Backing Intermediate Layer Product Construction Cushion Weight Cushion Density Cushion Thickness Total Weight with RS / Non -RS Compression Set Compression Deflection CRI Green Label Plus Certification Powerbond@ Cushion Total Minimum Recycled Content Pre -Consumer Postconsumer Third Party Certification NSF -140 Product Size Cushion Heterogeneous Construction Cushion Weight Cushion Density Cushion Thickness Total Weight with RS / Non -RS Compression Set Compression Deflection CRI Green Label Plus Certification Powerbond Medfloor@ Total Minimum Recycled Content Pre -Consumer Postconsumer Product Size Cushion Heterogeneous Construction Cushion Weight Cushion Density Cushion Thickness Total Weight Compression Set Compression Deflection CRI Green Label Plus Certification 24.2% 18.7% 5.5% Gold 24" x 24" Tile (9" x 36" and 18" x 36" also available) Fiberglass Reinforced Composite Closed Cell Cushion Fiberglass Reinforced Sealant No Delamination per ASTM D-3936 35.5 oz/sq yd 1203 18.5 lbs/cu ft 296 0.156 inch 4.0 122.1 120.7 oz/sq yd +/-5% 4141 4093 Max. 10% 5 Min. 25 max lbs/sq inch @ 25% 352 1758 GLP6558 7.9% 0.0% 7.9% Gold 6 ft. Closed Cell Cushion No Delamination per ASTM D-3936 35.5 oz/sq yd 18.5 lbs/cu ft 0.156 inch 84.0 81.7 oz/sq yd +/-5% 2849 Max. 10% 7 Min. 25 max lbs/sq inch @ 25% 492 GLP9744 8.4% 0.0% 8.4% 6 ft. Medfloor No Delamination per ASTM D-3936 37 oz/sq yd 30 lbs/cu ft 0.085 inch 83.2 oz/sq yd +/-5% Max. 10% 29 lbs/sq inch @ 25% GLP9744 800.248.2878 www.tarkettna.com 1203 296 4.0 2771 1758 1254 481 2.2 2822 2039 SCS Certified total 21-41% SCS Certified SCS Certified SCS Certified g/sq m ASTM D1667 kg/cu m ASTM D1667 mm ASTM D1667 g/sq m ASTM D1667 g/sq cm ASTM D1667 g/sq m ASTM D1667 kg/cu m ASTM D1667 mm ASTM D1667 g/sq m ASTM D1667 g/sq cm ASTM D1667 g/sq m ASTM D1667 kg/cu m ASTM D1667 mm ASTM D1667 g/sq m ASTM D1667 g/sq cm ASTM D1667 m 2021 Tarkett USA Inc. 12/2021 •r• -.. .•, 1, i•.f •�, - ,t. il.,r i\•t1 :r t'y s;. -andus Ce n •a iT 7 1: .. �' ::• i� •a. i+ '►�aJ` Myfi�., WYi, '����'� � t � � .. l •�. f'J l; .J` .t- :1 , - +: •�•i••at •Li.�sr�•�t�1'1/Wt1ar.��l��' - t' .' i� • •t. ;. •••' •' i►•I i' •1',l t,' f r71 •• ��- `a� '•.i'•' ir` i -T�t ri �.e I • t �•..a • P.�. .. •'r - •'(,I, ilr,•ki a.. •a .••.' a:.l �'•r•`+•�Y. .i t ta"��Z' lti. .!1, r++.i '•, ,•, ��� • :•t'.'t ' - •_f; :�') '::. `••S.•::�. i• .. _ ,� .. C.; a raf�i t ..i tl• ♦, fir: .�• _•r • 1f ;4i:•_`a • .••t• Ta••„�v�?� rlilr� r• - t r i •` a:� , ••''yi{: �• • . i .r,a :• 1. ,� ,'`, . . 1- y. .C�: 'a•1f 1i .:.• �`. 1.'.• ,, • a •rr �" tt .�• ;i•r ;'t.��. rtt t ••s• • t., ., 1• w• .1 ♦• •ate .�'1t T' �� •,t "t•� , �la�o .!•=i 1' •t til �•(., •,`,� t• �iI !• �3a •e i' of •' .tialr1 r • f .a .l •++� •a ;, r rl• �:. f � r r t -\1i ;1 tort +•. Y• .1: `•• , .•"�'• •'t�: t;;Y•: .+��+ ...1. •:C •��e`.itial •.7• i. Ali .. • ,i:r aa�• .1 .r.-. ,t/•; ±:.. � •� `w.a•r �•;a��i7:J;:';��.'.:+:.`'.�,]:.r�'r.. •.lam •; �: .` rt! � • ..• �,� .;+ +. fit• .;�=i .+ • •Ia ..`_•f• .. N � `{j- .•�•.r 1 't.r, .: ',.. 'i. , • • ... t. tl t .. t• - t• 73 I. 3, .�,5 '�j't`a'rx _ �� - , j, :i �tit.�L• St)t�..� 1...•-,•- '�,-a �a (- � . t1 I.•�tf r,� I : 1•�a� •.. •t. _ .. �t •. - ", raft:� r..•:,1, :i:? �+ •• t.. t•+, t• ea o �t.trj,:a. lJ t t �. � .1 •1ti +1�••rl„•t 'r .r`,. • .r rr•.\, •I a`t •. `• � •Uat r1•/:1 •i�• X1.1 # •! .. l �',., ;`♦� ;•,;(%/ ��••1• Lt• i�••t ,�� 1♦ ;r.r `.•_ .1,` ''rt. •t >i`w� •'. ,t. �•�'•`�f: •fit •r t'1� i�; -♦�f +1' err 1S •r r `. ..o t t+1• is �1, ';int •. ' i,1, .\ `. `•� •♦ ,•f•' :••.tii J,:3,')�• ' •' �' .1 ♦ w .+ •l: . , r 'rT+.•'J• L l• al l•+ t t .t :s ,. i, aa. : r•. �, a „as f . -t• r� =1u i� �•a: ii• •. t�: .�a '•, •Sr, S r�i.:,.s � •: .• .. - :: •+ , 'a'1••� •: ,, �j, o � � iJ• .�'• • +ta. t�i, r, �. • �•. t f. iJ ::, •t• • 3.t• r i• - •�'. i , �ai \, {- •a a. -, a{ ••r� ,r w=.. �1•.�':1 r. a t •1 •� ; i. ;i a -•'. +'r -,a t., - ..r .. . ,, •t t. r1t. tai .- � • t- /• ' ..• i• r,.ta ,. ,la, .f ,, ,: :. .. .. '• ;. '., • . , .. ; ' � � .i - .+. .a l a• • t ,• t •` �• •w.". r• L ^{ t rZ ,. 't+•!' �•+t. .,1i+\ ..a`t- c t •�, 't•ii•3r _ / ?• T• •: +' ii rt `, ii �Z, i• •.tp � + . �a'♦•zvi••: ••�1,tc•. 2•. 'a,•. ••1. f'' w `�•.•r. - _'1• t. rt•a '. ` t• �•3 •., .i� 7•t •�a�• �.a�• ^�, ,± ' Fa1 Y O •a • ♦•• • . ..• , I 1 I.a , I a , .• 1 .' t r f � ,l r ,'t. • ' q ri :��;y-• 1. r+• �I:1 ��•�• f..t .,+•.i.♦.,.t `: t.l`:>+ °.r' ' ;,, ,r.• ':r' ,:, '_iy t Y• � .�sr ► ta, r. •::.,,?•�' .•. •..ay1.•1: r r '. •t, wra•.•al.+ ` .. ;t•. r +i� .;r ,, '' =' 'q,,•a• .,t 1; I to "'-.� ',:• ._ •f .e'.!• �.� � ,.ta,• a0c i� •t• .. �}�+ 'i, t�t t, •i 4.1 r ., i. _ �•; ♦. .t. e 't �r�I •j ,/. _ .t 1`i`a a•l!v�f '••, _�`•'a\, :,`�t tt'y'.�`'''a.la Ji •s.. . r:, ��.: �'t, al• .. �f l/•.•�t•1 ,'•.:' :` _ ;t` as .7 •fir i'. t.; `1j•. :� .:l`sty a+' .>, i•;2 t.. 7 3 ., , •.is ,' .... 7 . ,.. ,`e y' � .. r,: `�• •Zs�ar ti•. ;p tea. -'t• .i•t (�,i�l; �}: �•:, a„� ,;, a•;: +. .\'. .a, :•`tar r:... i:, w, •,t*, ,•+• a`•, •• `t,1, y �a /•s`'..,fi �•� :.�'•J� i�• tti, , :1'!:'t/+ :� :':�l •'..•ta a• ♦2=i.:•�. i�i'.�•1:,.2�• •••lit ,fit ... .t I• .ga a• s. ,..C,' • , `a,.. .1:.•n n' +tis .� t �• ,a• iI .a , ;l� ♦, ; ,. tY. • ♦• t• j w•• a. •� ♦• I. b `a !_Za •� • �• iEi • .�•.. r • ♦ a a 1 ii'.:•i�_�- i:'a. 4•:} •t•q. r r a -i; , it.♦• 'i-.. SS i�Y t1 l . •,`,., - .. 1;♦ �l "�'•_•-�, •1 ,• r• � si;- fr! ,r+t •�. �`1r .�,` i•T�iR.il A•F� .• •_r .. \ r!a 3•, '• ••Q r•..• vrL' 1 . t _ t .:• , . _„� i *••Ft�OR� EXP�1f;I�NC' a : j{ t r : •' l a ' w i •• Iia �•.� 3. �• t '1: •a•t•• f 1 4� t<.�=♦S `•„ •iZtt _°r: / it'•Si�t •• e. a, `,�• � .11'. ••1l�,ta1, • .•a F' I' I�a: .�/ C,r r. •Y' "• a •fir :"►♦ � �w• ♦ ��i.{. •, t�-.ate. .i .• '` • •�1'< •t �� w•l' ,a• f•�• a. �, ,�f<t .•' .. . ._ - .. .. .., - ... ,. _.��'__t:fL�;;i-._._�4�'_�.._,u_t�_.__.�_Lat.a.�_L_A?,.�5 _.1_=><�It_\., •ra .. ria#MA I 31 I JCti V 'y 40 I - L; COLORKNIT 11128 Color: Modern Patina 30201 Powerbond Installation > t , 's A• ;a. .j ri �' r �' J •i +. it 1. `1 't. : f. �_:�`'.�� i'..t :t����': _ . - 1 - 119% �t L},t ii' 111%t+�' - ;z' 1 `-'• + :L� 14 •', 1 `• i r�'' ... t ./+7- •,1 +,,i• 3:.11 ••i. 1, �• ,: •', �• r l,.• -L.,rL •ii' .. ,.t• t't=• • ••,•+•"i�•':�t•� wr 'r iJ t.Ji •' .1i -T• .Y ,'• - - lid ,: ... ,�` `•' :�- ,'_{' •:1. .. �-'1!;'i :.y �-j}• j1• .�'f, f.J: :J� -,L:� r� - C7, •�, v }-` �• ! 16. �� r : �i:.1��,t; :F i u ,1�' S1•? li •ier fit AL v 'J: 1� - � ��' • �e' •�l•159' 't,•':� ! ' ( �:u tl i.' e�' :t: 71, ,••5•. •1'��',h,; ;•r•.I :,LA:•` �-J• ;,'t- ��•r�, ,,. ''J • �l � -A '�J. � � �I .) .{ ! I• 1• :� 1. _ _ - _ 1. r" - %fes•. COL•QRKN* T-11�128: Col'ors'.P•e',acoc'k pi.urrie.4t.2. .9 & Eu•captus'i eaf 30218 o"wERBONo t Powe.rbotld ,. In.staILatLon , ... R �` . _ � .. .;: - � - - � _ - -_ - _ cz �:l .. - - - 1 - � _ t. - - r' - - -• � - ' p u� _ .. ��� ♦ _. _ itis - _ . _- .. -' COLORKNIT 11128 Color: Warm Tweed 30205 r;3a�a4oF,o A. Powerbond Installation • •u• ` �1 • I t• ".(1" .i` \' .a�,� - `ti ti '``. ♦\. `\ `a t.. l; aF ,v4 —xi.. *} r;•� ~. COLORKNIT 11128 Color: Nocturnal Sky 30231 FLvT 24" x 24" Vertical Ashlar Installation TILE t PLANK LVT Installation: Stonewalk Millstone SST 2302 t;t -Si va, _LS? •�� �-s ft +.�yS �'�,=G ``.., int Y !. 2. -- ��_�!�^L:� {'a {--. t.., �s- ' ' h. �, f '>l Yy �r� ;"-? a.r� t✓� J +,4 -a t-- r - - COLORKNIT 11128 Colors: Wildflower 30220 Powerbond Installation 7 MODUL R- COLORKNIT 11128 Color: Heathered 30206 FLvT-24" x 24" Vertical Ashlar installation LVT rnstallation: Woodlot Chestnut SSP 2317 -z P'� 1�?C �� t _ a��, }�•. '? �tti?�Y"r - :EQ t � . 'i�--,[.,wt'" �"1F. 'Y;�~ i �+�X.y�7 K"i�.s�' y`+`? r-•C+��1..'G''�ff' �'.r Tandus Centiva 1>, rte_ `�'-C•_� - - - - - `- _ '_�'- - -_ - - CONSTRUCTION OPTIONS All Tandus Centiva Powerbond® and Modular options are 100% closed-loop recyclable through our ReStart® program and do not contain pesticides (antimicrobials) as part of our reduce chemical initiatives. We ensure 100% of the flooring samples returned are recycled or reused, guaranteed. *Flex -Aire also available as a 6' rolled good Seams Moisture Installation 100% Backing Systems Warranty Rollability Closed-loop Recyclable Powerbond° Cushion lifetime LIMITED 0 GOOD iN Z� RECYCLABLE lifetime LIMITED Co • EXCELLENT .44111111ER3® RECYCLABLE ethos" lifetime LIMITED Co • EXCELLENT .0-1111 RECYCLABLE Flex -Aire®• lifetime 0 Z43 LIMITED GOOD RECYCLABLE *Flex -Aire also available as a 6' rolled good Seams Moisture Installation Recycled Management Content == 4 PEEL &STICK 1W IMPACTO DIRECT GLUE RECYCLED IMPERMEABLE @10,000 CONTENT w DIRECT GLUE RECYCLED CONTENT TANDUSTAPE+ DIRECT GLUE RECYCLED CONTENT TANDUSTAPE+ Aw PEEL &STICK DIRECT GLUE RECYCLED CONTENT 0 o00== Rollability is the ability to move (or roll) pieces of furniture such as chairs or beds on flooring GOOD EXCELLENT = Moisture penetration by impact at seams @10psi: No penetration after 10,000 impacts == = Impermeable seams Information subject to change. Please visit tandus-centiva.com for the most up-to-date specifications. ' ReStart® includes Tandus Centiva's third -party certified reclamation and recycling program that reclaims and recycles post consumer flooring, installation waste, samples and portfolios. To initiate ReStart, contact customer service at 800-248-2878. ReStart is available for all Tarkett products and may be initiated by contacting your Tarkett representative. �,r'` I,. bal Product Recycled Min. Post -Consumer NSF 140 VV��.. f�4tt=ll4�tl! z Content Recycled Content Rating CERTIFIED ER3® Modular 45-67% 14% Platinum CERTIFIED ethos® Modular 28-54% 28% Platinum CERTIFIED Powerbond® Cushion 7-33% 7% Gold CERTIFIED Flex -Aire® Cushion Modular 21-41% 4% Gold Recycled content varies by product style and has been certified by Scientific Certification Systems (SCS) Global Services. For a detailed analysis of how Tandus Centiva products perform in environmental rating systems such as LEED, please visit our ecoScorecard at tandus-centiva.ourgreenproducts.com. All vinyl products, when recovered, are 100% recyclable in Tandus Centiva's closed-loop recycling process. Tandus Centiva offers Environmental Product Declarations (EPD) for the following: ethos Modular, ER3 Modular, Flex -Aire Cushion Modular and Powerbond Cushion. Information subject to change. Please visit tandus-centiva.com for the most up-to-date specifications. 11/22/22, 7:58 AM x ColorKnit 29 designs 1= ColorKnit 11128 ColorKnit 11128 ColorKnit 11128 MOUNTAIN AIRE HEATHERED 30206 ColorKnit 11128 RAIN WASHED 30214 ColorKnit Powerbond Hybrid Resilient REFINE SEARCH j a ColorKnit 11128 ColorKnit 11128 ColorKnit 11128 HONEY BEE 30227 HYDRANGEA BLOOM MODERN PATINA 30207 30201 �1 ColorKnit 11128 ColorKnit 11128 C MOUNTAIN AIRE N 30217 3 ColorKnit 11128 PACIFIC SHORE 30228 ColorKnit 11128 PEACOCK PLUME 30219 ColorKnit 11128 ColorKnit 11128 ColorKnit 11128 SWEET BASIL 30210 SWEET PAPRIKA TROPICAL ISLE 30213 30215 ColorKnit 11128 WILD FLOWER 30220 ColorKnit 11128 ColorKnit 11128 C REGAL BLUE 30230 SEDONA SUN 30209 S 3 ColorKnit 11128 ColorKnit 11128 C TURKISH CLAY 30223 WARM TWEED 30205 A https://commercial.tarkeft.com/en_US/collection-CO01193-colorknit/colorknit-11128-rain-washed-30214?backing=ethosO Modular with Omnicoat Techn... 1/6 A part of Restart' program TVOC _< 10 pg/m3 FINISHING BORDERS Rapidly Renewable Resources �J Cradle to Cradle certified All profiles 2.3% v 3 standard heights: 25'(64 mm), Standard heights available in toe or toeless 4"(102 mm) or 6"(153 mm) 4' sections and coils available Thermoset rubber (type TS) 1/8"(3-175 mm) Manufactured inside and outside corners available BaseWorks® Thermoset Rubber Wall Base. A natural fusion of aesthetics, performance and sustainability, BaseWorks® rubber wall base delivers pure, uniform color and an attractive matte finish. Its flexibility makes installation quick, easy and inexpensive. Plus, it won't fade, crack or separate from the wall. Tarkett Wall Bases. Tie it together. The connecting space between wall and floor presents an opportunity to add color, pattern, clean lines, lasting protection—or all of the above. With the most comprehensive collection of wall borders in the country, we make it easy to unify your space with the perfect finishing touch. 2s 4E0' A,i color palette availability See Color Guide for Availability *Not available in metallic colors *Not available in Metallics TARKETTNA.COM ThermoplasticTV Vinyll ,/ TP ...stic .. Rubb V TS . - Thermoset ..- / Phthalate Free Bio -Based Content / 100% Recyclable / V / 10%+ Recycled Content Material Assessment Cradle to Cradle Certifiedc" V3 Silver ColorMatch� No Dye Lots *Not available in Metallics TARKETTNA.COM johnsonite Guide to Color OUR SYSTEM MAKES IT EASY TO COORDINATE ACROSS FLOORING OPTIONS, FINISHING BORDERS AND ACCESSORIES. O8 Icicle 'N 24 Grey Haze WG 55 Silver Grey WG 32 Pebble 'NG 29 Moon Rock 'NG 48 Grey NG 20 Charcoal 'NG TA4 Gateway WG 21 Platinum CG 38 Pewter CG 28 Medium Grey CG 71 Storm Cloud CG 01 Snow White W 22 Pearl CB 31 Zephyr CB 80 Fawn CB 11 Canvas WB 49 Beige WB TA8 Welsh Castle C3 283 Toast 09 Clay WB 45 Sandalwood WB 76 Cinnamon 47 Brown TB1 Peppercorn 167 Fudge 44 Dark Brown 2 63 Burnt Umber 3 86 Hunter Green 18 Navy Blue TA6 Bedrock CG 40 Black 8 COLORMATCH' 1 460 Cotton 'N 27 Mist WG TG5 Macadamia WG 150 Wetlands 50 White W 469 Mystify CG VN2 Stone Cottage 281 Grizzly CS WG VK7 Mt Rainier WG 199 Dockside WG TG6 Mink WG 197 Shaded WG T03 Dover CG 23 Vapor Grey CG TG2 Shark Fin CG TG3 Iron Mountain CG !, VN1 White Slipper N TAS Colonial Grey CG 262 Drizzle CG VL4 Cool Metal CG TG1 Snowbound 'W VK8 Sandstorm CB VL2 Whispering VL1 Harvest Time CB Mist CB 121 Cement CS TA3 Castaway CB 280 Shoreline 101 Seaweed 1 68 White Sand W 194 Antique White W 129 Silk WB 461 Wicker WB tttttttttttttt� 79 Bone White W 34 Almond 'N TAI Tannery 130 Sisal All colors shown in this card, including chips and photographs, approximate the actual flooring colors as accurately as possible. 151 Iguana VN3 Gecko 264 Grounded T112 Boxwood TH1 Glenhaven VL8 Grinch VMS Dream Teal 72 Harbour TH3Inkwell TA9Indigo TH2 Blue Intensity TB4 Grayest 282 Vaporize VM4 Green Smoke VN4 Green Vista 168 Thunder 58 Windsor Blue VN5 The Blues 84 Blue Jeans 92 Blue Lagoon TG9 Poetry Plum VM2 Shoreline Purple VM3 Misted Plum 163 Salsa TG7 Canary VMS Mr Sunshine VM1 Hot Spice 62 Tangerine Tango TG8 Spicy Chip VL9 Red Clay VU Sailor Red TB6 Flame 107 Neutrality TA7 Rusty Nail 132 Espresso 85 Burgundy TA2 Saddlebrook 284 Ganache 77 White Pearl W 67 Old Gold 176 Brass WB 66 Either Ore 179 Steel WG 69 Sterling Silver CG 178 Ironstone CG 82 Black Pearl B Color plays a key role in interior design and the Tarkett Solution CUStornization: SPECtrum'". By coordinating all flooring and accessory solutions across a balanced, harmonized palette, we've combined When you don't see the exact color you need, create it. We offer simplicity with creative freedom to help you create beautiful, customized colors with quick lead times and low minimums. Contact your local Tarkett representative to get started. productive spaces. The palette is organized with our Color Foundations system, ColorMatch®: which helps you coordinate colors across the entire Tarkett This designer palette of leading colors is coordinated across portfolio. There are hundreds of choices in six neutral palettes and multiple product categories with no dye lots... ever! Our rigorous one guarantee: you'll always have color coordinating options within manufacturing and quality standards enable you to confidently mix each palette, now and into the future. Guaranteed. and match a color across all Johnsonite rubber flooring products, Key: WB (Warm Beige), CB (Cool Beige), WG (Warm Grey), finishing borders and finishing accessories. CG (Cool Grey), B (Black), W (White) COLOR AVAILABILITY CHART Chart indicates standard availability across all traditional Johnsonite solutions. Don't see the color you want in the product you need? Just ask. Put our customization to the test. • Duracove' and Rubber Wall Base • • 4" Traditional Toe standard in Masquerade". Vinyl Wall Base • Baseworks' Thermoset Rubber Wall Base • Perceptions • • TightLock' • • 4.5" TightLock Carpet, 4.375" TightLock Resilient standard in Masquerade. Millwork (including Corner Guard and Shoe Moulding) • • Standard in Millwork Profiles Oblique, Outline, Masquerade Traditional, Silhouette, Reveal, Classic, Shoe Moulding and Quarter Round. Custom Digital Printing. Floor Finishing Accessories • Slim Line Transitions • • Rubber Tile (All textures) • Prima" Marbleized and Prima Olio' are special order. Color Splash Speckled Rubber Please refer to Tarkett Product Guide or tarkettna.com for Tile in 1/8" and 0.080" Tiles the standard Speckled colorway offerings. Triumph and Inertia" Rubber Or, expand your options by using the color guide to create your own unique speckled pattern. Mesto`' Configurations Please refer to Tarkett Product Guide for the — Rubber Tile standard color offerings for Mesto Configurations rubber flooring. Custom colors by special request. Eco -Naturals' CorkTones' • Custom colors with cork are available by special request. Rubber Tile Defiant' Oil & Grease Resistant Please refer to Tarkett Product Guide for the Rubber Tile standard color offerings for Defiant Oil & Grease Resistant rubber flooring. Some profiles available in Speckle -d tile colorways as Rubber Stair Treads • standard. Custom colors, Prima Marbleized and Olio patterns and Mesto colorways by special request. Rubber Stringers and Risers • Vinyl Treads, Stringers, Risers & Nosings • Slim Line Nosings • • How to order: Specify Texture Code below Swatch -Color Number -Gauge. For example, to order Rice Paper in color 49 Beige in 1/8" gauge, specify: FRPA - 49 - 1/8". KISBA CONTRACTING, INC. 337 N Vineyard Ave. Suite 400 Ontario, CA 91764 CSLB #1021128 / DIR #1000051176 Office: 909-444-0023 / Fax: 909-598-6125 I Name/Address I City of Carson 701 E. Carson Street Carson, CA 90745 Estimate Date Estimate # 11/10/2022 10009 Project Description Qty Rate Please accept our proposal to for Carson City Hall 1 st Floor per details provided by customer & 0.00 job walk performed by KISBA CONTRACTING: Scope of Work: 1. Move furniture as needed to complete the project. 2. Remove and dispose of existing carpet and cove base. Based on City provided measurements of approximately 24,000 ft2. 3. Perform moisture testing as needed. 4. Prepare substrate for application of new carpet. 5. Install carpeting 6. This is a turn -key project which must be completed within 60 days of contract execution and receipt of notice to proceed. Supply Tarkett C -12E Pressure Sensitive Adheisve 2,684.19 Supply Tarkett Colorknit - Flex Aire Cushion tiles, color Rain Washed #30214, approximately 105,622.52 24,000 ft2. Supply Tarkett 4" Baseworks TS Thermoset coved wall base, color #92 Blue Lagoon, 4,941.18 approximately 3,000 if Supply Tarkett 960 Wall Base Adhesive 701.58 Labor to demo, prep & install new carpet tile and wall base 60,823.48 Work to be performed during normal working hours, Monday - Friday 6AM - 6PM Quote includes prevailing wage rates Quote includes remove & replace loose furniture STANDARD EXCLUSIONS: - Major floor prep (areas exceeding 1/4" in a 10' radius, excessive scraping, leveling, grinding, etc.) Protection of floor covering after installation unless otherwise noted - R&R of partitions Total $174,772.95