meeting date: prepared by: kipp hefner, interim frank
TRANSCRIPT
MEETING DATE: June 28. 2017
PREPARED BY: Kipp Hefner, Associate Civil Engineer
INTERIM CITY ENGINEER:
Frank Belock
DEPARTMENT: Development Services CITY MANAGER: Karen P. Brust
SUBJECT: NOTICE OF COMPLETION FOR THE LONE JACK RD. EMERGENCY REPAIRS (CX17B) RECOMMENDED ACTION:
1. Accept the public improvements; and 2. Authorize the filing of a Notice of Completion (Attachment 1).
STRATEGIC PLAN: The project relates to the Transportation goal of continue planning, management, and maintenance of local transportation infrastructure. FISCAL CONSIDERATIONS: On March 29, 2017, the City Council authorized an appropriation of $447,300 for this project. The total cost of this project is $296,955.89 and is detailed below. The remaining balance of $150,344 will be returned to the General Fund. Construction (TC Construction Company): $283,230.89 Inspection (Geopacifica): $ 13,725.00 TOTAL $296,955.89 BACKGROUND: On the morning of March 1, 2017, engineering staff was made aware of a road failure on Lone Jack Road in the community of Olivenhain. Several weeks of heavy rain had caused the groundwater level to rise up to the surface to the point that pressure forced the groundwater to exit the pavement on Lone Jack Road and Fortuna Ranch Road. Continuous flow of groundwater had been coming out of the pavement, out of water valve covers, and along the edges of manholes on those streets. This significant amount of surface flow along with the over-saturated subgrade, led to a significant road failure on Lone Jack Road. On March 1, 2017, a construction dump truck traveling southbound on Lone Jack Rd. between Bella Collina and Fortuna Ranch Rd. came to an abrupt stop, broke through the asphalt surface and sank 10 inches into the oversaturated subgrade. This incident highlighted the public safety hazard that existed on Lone Jack Road due to the impact of high ground water flows.
2017-06-28 Item 8H 1 of 86
This situation met the definition of an Emergency per the State Public Contract Code section 1102, which states the following: “Emergency, as used in this code, means a sudden, unexpected occurrence that poses a clear and imminent danger, requiring immediate action to prevent or mitigate the loss or impairment of life, health, property, or essential public services.” The situation called for immediate action for the protection of the travelling public on Lone Jack Road. On March 1, 2017, an emergency was declared pursuant to Encinitas Municipal Code Section 7.18.060. (Attachment 2) The scope of work necessary to address the situation included, but was not limited to, excavating and hauling away the existing damaged asphalt pavement and oversaturated subgrade, installing a perforated subdrain to drain the groundwater to an adjacent drainage channel or storm drain, and installing new base and asphalt pavement. TC Construction Company, Inc. was brought in to perform the necessary emergency repairs. Section 7.18.060 of the Municipal Code covers emergency work and states that in the event of an emergency, as determined by the City Manager, which requires immediate action to ensure public health, safety, welfare and continuity of operations, the City Manager may cause the purchase of necessary supplies, equipment and services without competitive bidding for the purpose of responding to the emergency with unencumbered money, irrespective of whether said money has been appropriated for such purpose. A full report of the circumstances of the emergency purchase was presented to the City Council at the March 8, 2017 City Council meeting. ANALYSIS: The Public Improvements have been installed to the satisfaction of the Engineering Division of the Development Services Department. ENVIRONMENTAL CONSIDERATIONS: The project was Categorically Exempt under CEQA Section 15269 (b): “Emergency repairs to publicly or privately owned service facilities necessary to maintain service essential to the public health, safety or welfare.” This item is not related to the Climate Action Plan. ATTACHMENTS: 1. Notice of Completion dated June 28, 2017 2. Emergency Declaration dated March 3, 2017 3. Contract with TC Construction Company, Inc.
2017-06-28 Item 8H 2 of 86
RECORDING REQUESTED BY AND WHEN RECORDED RETURNED TO:
Kathy Hollywood, City Clerk CITY OF ENCINITAS 505 South Vulcan Avenue Encinitas, California 92024
Exempt from Recording Fees pursuant to GC 27383
Attachment 1
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN THAT:
The City of Encinitas, a municipal corporation, is the owner of that certain public improvement known as the Lone Jack Rd. Emergency Repair(CX17B).
The City of Encinitas is the owner. The address is 505 South Vulcan Avenue, Encinitas, California 92024.
The general location of said public improvement is at various locations throughout the City.
On March 1, 2017, a contract to construct said public improvement was awarded to TC Construction Company, Inc.
Work under said contract was completed on or about April 28, 2017, to the satisfaction of the City of Encinitas and was accepted by the City.
City of Encinitas, owner in fee
Dated: June 28, 2017
Kipp Hefner, P.E. Associate Civil Engineer
VERIFICATION OF CITY CLERK
I, the undersigned, state that I have read the foregoing Notice of Completion and know the contents thereof. I am the City Clerk of the City of Encinitas and am authorized to make this verification for and on its behalf. I declare under penalty of perjury that the foregoing is true and correct.
Executed at Encinitas, California this June 28, 2017.
Owner - City of Encinitas
Kathy Hollywood City Clerk
2017-06-28 Item 8H 3 of 86
I, Kathy Hollywood, City Clerk of the City of Encinitas, a political subdivision of the County of San Diego, State of California, which is the owner in fee of the public work described within the Notice of Completion executed by said City of Encinitas, do hereby certify that I have read the same and know the contents thereof and the facts therein stated are true to the best of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. I make this verification for an on behalf of the City of Encinitas.
Date:
Kathy Hollywood, City Clerk
2017-06-28 Item 8H 4 of 86
CONTRACT FOR THECONSTRUCTION OF A PUBLIC WORKS
EMERGENCY PROJECT CX17B
THIS CONTRACT is made and entered into by and between the CITY ofEncinitas, a municipal corporation, hereinafter referred to as "CITY", and TCConstruction Company, Inc., hereinafter referred to as "CONTRACTOR".
RECITALS
WHEREAS, the subject site is located at Lone Jack Rd., south of Fortuna Ranch Rd.;and,
WHEREAS, recent rains have caused the ground water to rise and the subgradeof the road to be compromised to the point where truck sunk into the roadbed; and,
WHEREAS, the repair of this road failure constitutes an "Emergency", as definedby Public Contract Code §1102 since this erosion is a "sudden, unexpected occurrencethat poses a clear and imminent danger" to the integrity of a critical road that providesthe only access to the Olivenhain area of Encinitas, "requiring immediate action toprevent or mitigate the loss of impairment of life, health, property, or essential publicservices"; and,
WHEREAS, City requires a general contractor to perform the repairs as anemergency project generally described as:
Emergency Repair of Lone Jack Road; Project CX17B, and,
WHEREAS, Contractor represents itself as possessing the necessary skills andqualifications to construct the emergency project required by the City and possessingthe required Contractors license;
NOW THEREFORE, in consideration of these recitals and the mutual covenantscontained herein, City and Contractor agree as follows:
1.0 CONTRACTOR'S OBLIGATIONS
1.1 CONTRACTOR shall construct the project in conformance with therequirements set forth in Attachment A, which is attached hereto and incorporatedherein as though fully set forth at length; and which will hereinafter be referred to as"PROJECT".
1.2 The CONTRACTOR shall perform all work required to construct thePROJECT in conformity with applicable requirements of all City, State, and federal laws.
1.3 The CONTRACTOR is hired to render professional services and anypayments made to CONTRACTOR are compensation fully for such services.
2017-06-28 Item 8H 7 of 86
1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACT
all professional certifications and licenses required in order to comply with all City,
State, and federal laws in the performance of this CONTRACT.
1.5 The CONTRACTOR shall pay to all laborers and mechanics employed on
the project not less than the State prevailing wage rate as determined by the Director of
Industrial Relations of the State of California. See, Labor Code Sections 1720 et seq.
and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et
seq. ("Prevailing Wage Laws")
3.0 PAYMENT FOR SERVICES
Payment for CONTRACTOR's work to be rendered hereunder shall be in accordance
with the provisions that are standard for the industry, subject to the unit prices reflected
in CONTRACTOR'S emergency rates (Attached herein) or for other items shall be billed
and paid for on a Time and Materials basis as shown in Attachment B, not to exceed
$282,651.54.
3.5 SECURITY FOR CONTRACTOR'S PROMISE TO PERFORM — NOT
APPLICABLE
4.0 TERM OF CONTRACT
4.1 This CONTRACT shall be immediately effective on and from the day, month
and year of its execution by CITY.
4.2 CONTRACTOR has commenced with the construction of the PROJECT.
4.3 CONTRACTOR shall fully complete the performance of this contact within 5
working days from the date of this contract.
5.0 TERMINATION OF CONTRACT
In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work as
provided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying the
CONTRACTOR by certified mail of said termination.
6.0 STATUS OF CONTRACTOR
The CONTRACTOR shall perform the services provided for herein in a manner of
CONTRACTOR's own choice, as an independent contractor and in pursuit of
CONTRACTOR's independent calling, and not as an employee of the CITY.
CONTRACTOR shall be under control of the CITY only as to the result to be
accomplished and the personnel assigned to the project. However, CONTRACTOR
shall confer with the CITY as required to perform this CONTRACT.
7.0 SUBCONTRACTING
2017-06-28 Item 8H 8 of 86
7.1 Not Applicable. CONTRACTOR shall not subcontract out any Work.
7.2 If the CONTRACTOR subcontracts any of the work to be performed underthis CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the actsand omissions of the CONTRACTOR'S subcontractor and of the persons either directlyor indirectly employed by the subcontractor, as CONTRACTOR is for the acts andomissions of persons directly employed by CONTRACTOR. Nothing contained in theCONTRACT shall create any contractual relationship between any subcontractor ofCONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor bythe terms of the CONTRACT applicable to CONTRACTOR's work unless specificallynoted to the contrary in the subcontract in question approved in writing by the CITY.
8.0 ASSIGNMENT OF CONTRACT
The CONTRACTOR has no authority or right to assign this CONTRACT or any partthereof or any monies due thereunder without first obtaining the prior written consent ofthe CITY.
9.0 EQUALS —Not Applicable
10.0 VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent or employee of the CITY,either before, during or after the execution of this CONTRACT, shall effect or modifyany of the terms or obligations herein contained nor such verbal agreement orconversation entitle CONTRACTOR to any addition payment whatsoever under theterms of this CONTRACT. Direction from the City Inspector is the exception to thisstatement.
11.0 DISPUTES
11.1 Initial Dispute Resolution. If a dispute should arise regarding theperformance of this Agreement, the following initial dispute resolution procedures shallbe used prior to initiation of the statutory claims procedure set forth in Section 13.4 et.seq:
A. Within twenty (20) City working days after a dispute regarding theperformance of this Agreement arises, it shall be reduced to writing at staff levelby the complaining party setting forth the nature of the dispute in detail, alongwith all pertinent back up documentation in support. The writing shall bedelivered to the receiving party by first class mail or personal delivery directly tothe party's project manager, along with recommended methods of resolution.
B. The party receiving the letter shall reply to the letter with a detailedresponse, along with a recommended method of resolution, if any, within ten (10)City working days of receipt of the letter.
2017-06-28 Item 8H 9 of 86
11.2 If the dispute is not resolved at staff level in accordance with Section 13.1,within five (5) City working days of the receiving party response (or longer if agreedbetween the parties) ,the aggrieved party, through its respective project manager shalldeliver to the City Manager's office a letter outlining the dispute for the City Manager'sreview. The receiving party may submit further response, if required, to the Citymanager within five (5) city working days thereafter. The City Manager, at his/her solediscretion may respond as he/she deems appropriate, including recommendations forresolution, discussions or rejection of the dispute within fifteen (15) working days ofreceipt of the complaint.
11.3 If the dispute remains unresolved and the parties have exhausted theprocedures outlined in this section, the parties may then seek remedies available tothem under this Agreement and at law, including, but not limited to, under thetermination procedures. This provision does not relieve Contractor of its obligation andContractor is required to timely comply with all applicable provisions of the GovernmentClaims Act before initiating any legal proceeding against City.
11.4 Public Contract Code ~ 20104. Consistent with Public Contracf Code §20104 et. seq., a claim by the Contractor for a time extension; payment of money ordamages arising from work done by or on behalf of the Contractor pursuant to theContract which is not otherwise expressly provided for or the claimant is not otherwiseentitled to; or an amount the payment of which is disputed by the City, shall be dealtwith as follows:
A. The claim shall be in writing and include the documents necessary tosubstantiate the claim. Claims must be filed on or before the date of finalpayment. Nothing in this subdivision is intended to extend the time limit orsupersede notice requirements otherwise provided by the Contract for the filingof claims.
B. For claims of less than fifty thousand dollars ($50,000}:
1. For claims of less than fifty thousand dollars ($50,000), the Cityshall respond in writing to any written claim within 45 days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.
2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.
3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 15 days after receipt of the furtherdocumentation or within a period of time no greater than that taken by theclaimant in producing the additional information, whichever is greater.
C. For claims of fifty thousand dollars ($50,000) or more:
2017-06-28 Item 8H 10 of 86
1. For claims of over fifty thousand dollars ($50,000) and less than orequal to three hundred seventy-five thousand dollars ($375,000), the Cityshall respond in writing to all written claims within 60 days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.
2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.
3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 30 days after receipt of the furtherdocumentation, or within a period of time no greater than that taken by theclaimant in producing the additional information or requesteddocumentation, whichever is greater.
D. If the claimant disputes the City's written response, or the City fails torespond within the time prescribed, the claimant may so notify the City, inwriting, either within 15 days of receipt of the City's response or within 15days of the City's failure to respond within the time prescribed,respectively, and demand an informal conference to meet and confer forsettlement of the issues in dispute. Upon a demand, the City shallschedule a meet and confer conference within 30 days for settlement ofthe dispute.
E. Following the meet and confer conference, if the claim or any portionremains in dispute, the claimant shall file a government claim pursuant toChapter 1 (commencing with Section 900) and Chapter 2 (commencingwith Section 910) of Part 3 of Division 3.6 of Title 1 of the GovernmentCode. The Government Claim filing requirement is a required prerequisiteto bring a court action against City. For purposes of those provisions, therunning of the period of time within which a claim must be filed shall betolled from the time the claimant submits his or her written claim pursuantto this section until the time the claim is denied, as a result of the meetand confer process, including any period of time utilized by the meet andconfer process.
11.5 Contractor acknowledges that California Government Code Sections12650 et seq., the False Claims Act, provides for civil penalties where a personknowingly submits a false claim to a public entity. These provisions include false claimsmade with deliberate ignorance of the false information or in reckless disregard of thetruth or falsity of the information. This provision does not relieve Contractor of itsobligation and Contractor is required to timely comply with all applicable provisions ofthe Government Claims Act before initiating any legal proceeding against City.
2017-06-28 Item 8H 11 of 86
11.6 As required by Public Contracts Code § 9201, the City will provideContractor with timely notification of any third party claim related to the contract.
12.0 HOLD HARMLESS
12.1 To the fullest extent allowed by law, CONTRACTOR, (including, but notlimited to, its employees, subcontractors, officials, officers or representatives) agrees toindemnify, immediately defend and hold the City and City's officers, elected officials,employees, City contractors and agents harmless from, and against any and all liabilities,claims, suits, actions ,demands, administrative actions, fines, actions for injunctive relief,causes of action, losses, damages, attorney's fees and costs, including all costs ofdefense thereof, brought against them arising directly or indirectly from, any workperformed by Contractor or Contractor's agents, employees, subcontractors, officials,officers or representatives during the pe►fiormance of any services and work under thiscontract. This includes the active or passive negligence of City, as allowed by law. Upondemand, Contractor shall, at its own expense, immediately defend and indemnify Ciry andCity's officers, elected officials, employees, City contractors and agents, from and againstany and all such liabilities, claims, suits, actions, demands, administrative actions, fines,penalties, actions for injunctive relief, causes of action, losses, damages and costs broughtagainst them. The Contractor shall provide a defense to the City's indemnitees or at theCity's option reimburse the City for its costs of defense, including reasonable attorneys'fees, incurred in the defense of such claims; and the Contractor shall promptly pay anyfinal judgment or portion thereof rendered against the CITY.
12.2 CONTRACTOR'S obligation herein includes, but is not limited to, fines,penalties, attorney's fees, costs, ADA claims arising during the course of construction ofthe improvements, ADA claims arising as the result of defects in the construction of theimprovements, alleged defects in the construction of the improvements; alleged defectsin the materials furnished in the construction of the improvements; alleged injury topersons or property; alleged inverse condemnation of property as a consequence of theconstruction or maintenance of the work or the improvement; and any accident, loss ordamage to the work or the improvements prior to the acceptance of same by City.
12.3 By inspecting, approving or accepting the improvements, City shall nothave waived the protections afforded herein to City and City's officers, officials,employees and agents or diminished the obligation of CONTRACTOR who shall remainobligated in the same degree to indemnify and hold City and City's officers, officials,employees and agents, harmless as provided above.
12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims,demands, causes of action, losses, damages or costs that arise out of the City'sintentional wrongful acts, violations of law, or the City's sole active negligence.
13.0 INSURANCE
The Contractor shall obtain and for the full term of this contract maintain in full force andeffect, comprehensive general liability and property damage insurance, or commercialgeneral liability insurance, automobile and Worker's Compensation Insurance from
2017-06-28 Item 8H 12 of 86
insurers having a Best Rating of A-: VII or better and licensed and authorized by theInsurance Commissioner of the State of California Department of Insurance to betransacting business in the State of California and approved by City. CONTRACTORshall also name City as an additional insured and provide adequate proof of insurance.
14.0 NOTICES
14.1 Any notices to be given under this CONTRACT, or otherwise, shall beserved by certified mail.
14.2 For the purposes hereof, unless otherwise provided in writing by theparties hereto, the address of CITY and the proper person to receive any such notice onits behalf is:
Karen P. BrustCity ManagerCity of Encinitas505 S. Vulcan AvenueEncinitas, CA 92024-3633
and the address of CONTRACTOR and the proper person to receive any such notice onits behalf is.
TC Construction Company, Inc.Attn: Austin Cameron, President10540 Prospect Ave.Santee, CA 92071619-417-7396License # A402459
15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATIONREFORM AND CONTROL ACT OF 1986
"CONTRACTOR certifies that CONTRACTOR is aware of the requirements ofthe Immigration Reform and Control Act of 1986 (8 USC Secs. 1101-1525) and willcomply with these requirements, including but not limited to verifying the eligibility foremployment of ali agents, employees, subcontractors and consultants that are includedin this Contract."
16.0 AFFIDAVIT OF NONCOLLUSION
As required by California Public Contracts Code section 7106, the CONTRACTOR hassubmitted within Section F, Bid Forms, affidavit of non-collusion affidavit, which isattached hereto and incorporated herein as though fully set forth at length.(NOTAPPLICABLE —EMERGENCY WORK)
2017-06-28 Item 8H 13 of 86
17.0 CONTRACTOR'S AWARENESS AND COMPLIANCE WITH THE STATE OFCALIFORNIA FAIR EMPLOYMENT PRACTICES
CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the FairEmployment and Housing Act (Gov. Code, 1290-0 et seq.) and will comply with theprovisions as required by Labor Code section 1735.
18.0 RECORDS RETENTION AND INSPECTION
CONTRACTOR agrees that it will retain all records, including financial and employmentrecords, relating to the Emergency Repair of Lone Jack Rd. ;Project CX17B for a periodof three years from substantial completion of the project. CONTRACTOR agrees that onthree days' written notice from the City, CONTRACTOR will make all records available forinspection and copying by the City or the City's authorized representative.
19.0 PROGRESS OF WORK
Pending resolution of any dispute under the contract, the CONTRACTOR shall not beexcused from any scheduled completion date provided for by the CONTRACT, and shalldiligently proceed with all work necessary to complete the work of improvement. No workshall be delayed or postponed by the CONTRACTOR pending resolution of any dispute ordisagreement, including payment, with the CITY unless otherwise agreed to in writing.The CITY shall compensate the CONTRACTOR based on the CONSTRUCTIONMANAGER's interpretation of the CITY's obligation to pay, or on a subsequent writtenagreement of the parties, or as otherwise determined or fixed by arbitration or in a court oflaw.
20.0 NO VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent or employee of the City, eitherbefore, during or after the execution of this Contract, shall affect or modify any of the termsor obligations herein contained nor such verbal agreement or conversation entitleContractor to any additional payment whatsoever under the terms of this Contract. Allcontractual modifications shall be in writing and executed by City personnel authorized tobind City.
21.0 CLAIMS STATUTE COMPLIANCE
In addition to any other notice requirement contained herein, Contractor is required tocomply with all Ca{ifornia Government Claims Act Requirements before initiating suit.
22.0 NO ASSIGNMENT
Contractor has no right or power to assign or transfer this Contract, ar any portion thereof,nor shall any of the Contractor's duties be delegated, without the express, prior writtenconsent of the City. Any attempt to assign or delegate this Contract without the expresswritten consent of the City shall be void and of no force or effect. Consent by the City to
2017-06-28 Item 8H 14 of 86
one assignment, transfer or delegation shall not be deemed to be a consent to anysubsequent assignment, transfer or delegation.
23.0 ENTIRE AGREEMENT
This contract and related Contract Documents comprise the entire agreement between theCity and the Contractor concerning the work to be performed and the project.
CONTRACTOR
TC Construction many, Inc.
By: /~~r~Austin CameronPresident
Dated: 2d I~
APPROV D AT TO FORM:
Glenn Sabine, City Attorney
laity Man er
Dated:
2017-06-28 Item 8H 15 of 86
ATTACHMENT A
Emergency Repair of Lone Jack Road; Project CX17B
WORK TO BE DONE
All work shall be done in accordance with the Special Provisions, the "GreenbookStandard Specifications for Public Works Construction (2015 edition), and the 2010edition of the State of California Department of Transportation Standard Specifications,the San Diego Area Regional Standard Drawings (August, 2009 edition), and the State ofCalifornia Department of Transportation Standard Plans (2010 edition).
This project involves the rehabilitation of Lone Road, south of Fortuna Road. This workconsists of dewatering the site and filtering the ground water through coordination with theSan Elijo Joint Powers Association, removing the compromised road bed and transportingthis material to another site. Placing a French system and reconstruction of the road witha section described as 8" of AC over 12" of virgin class II base that will rest on HP570fabric underlain by 2ft. of 3/4" rock resting on another layer of HP570 fabric. The silt tankshown below is to be replaced with Pure Effect's mechanical filtration system. Thereinstallation of the horse trail crossing immediately south of Fortuna Ranch Rd. Fieldchanges may modify the required work.
2017-06-28 Item 8H 16 of 86
T&M RATES
¢o~nuee~se
comp~nY
3/112D17
EQUIP # EQUIP DESCRlPTlON
excavaroRsMINI IXCAVATORS
3128 CATERPILLAR
3091 CATERPILLAR
3174 CATERP/LLAR
SMALL EXCAVATORS (UNDER 47,000
1873 CATERPILLAR
2013 CATERPILLAR
1898 CATERPILLAR
2132 KOMATSU
2133 KOMATSU
2201 KOBELCO W/BLADE
2253 KOBELCO W/BLADE
2778 LINKBELT
2797 LINKBELT
2138 LINKBELT
1968 CATERPILLAR
1990 CATERPILLAR
2249 CATERPILLAR
MEDIUM EXCAVATORS (50,000-99,000
2027 LINKBELT
3070 CATERPILLAR
3113 CATERPILLAR
2090 CATERPILLAR
2015 LINKBELT
2076 LINKBELT
2179 LINKBELT
2247 LINKBELT
3074 CATERPILLAR
1884 KOMATSU
2271 KOMATSU
1848 CATERPILLAR
LARGE EXCAVATORS (900,OOD=750,00
2954 LINKBELT
2131 KOMATSU
EX LARGE EXCAVATORS {OVER 150,0
2155 LINKBELT
IXCAVRTOR ATTACHMENTS
COMPACTIOIJ WHEELS
COMPACTION WHEELS
COMPACTION WHEELS
Page 1 of 12
HOURLYMODEL SIZE
BUCKETSIZf/ ARE OPERATED 0TPAYLOAD OPERATED RgTE
REfVfAL RATE
305.5E2 CR 17,863 12"-24" 70.00 955.00 185.OD
308ECR SB 1&,300 18"-36" 70.00 155.00 185.00
308E2 18,500 18"-36" 70.00 ?55.00 185.00
LBS)
3128 27,410 78"-55" 80.00 ?65.00 195.00
3138 CR 29,540 18"-55" 80.00 165.00 195.00
PC 150-6 39,500 18"-55" 90.00 775.00 205.00
PC 200 43, 000 24"-67" 95.00 180.00 210.00
PC 200 43,000 24"-67" 95.00 180.00 210.00
ED190 43,700 18"-55" 105.00 190.00 220.00
ED 190 43,700 78"-55" J05.00 790.00 220.00
2fOLX 44,800 18"-55" 95.00 180.OD 210.00
21000 44,800 78"-55" 95.00 980,OD 210.00
210 LX 44,800 78" 66" 95.00 780.00 210.00
320CL 46,300 24 =67" 100.00 185.00 213.00
320CL 46,300 24 =67" 100.00 785.00 215.00
320CL 46,300 24 =67" 100.00 185.00 215.00
LBS)
240LX 52,700 24"-67" 125.00 210.00 240.00
320 ELRR 56,440 27"-68" 125.00 210.00 240.00
320 ELRR 56,440 27"-68" 125.D0 290.00 240.00
330C 77,400 27"-68" 145.00 230.00 260.00
330LX 78,000 27"-68" ?45.00 230.00 260.00
330LX 78, 000 27"-68" 145.00 230,00 260.00
330 LX 78,000 27"-68" 145.00 230,00 260.00
330LX 78,000 27"-68" 145.00 230.00 260.00
336E 82,000 27"-68" 145.00 230.00 260.00
PC 400 94, 000 27"-68" 165.00 250.00 280.00
PC400LC-6 94,000 27"-68" 165.00 250.OD 280.00
3458 95,000 27"-76" 165.00 250.40 280.00
0 LBS)
460LX 101,200 27"-76" 775.00 260.00 290.00
PC 600 140,000 27"-76" 260.00 345.00 375.00
00 LBS)
800LX 174,600 32"-78" 300.00 385.00 415.00
305-308 18"-24" 20.OD
3128-320C 18"-36" 20.00
330C-460LX 24'-48" 20.00
SEE PAGE 12 FOR TERMS AND CONDfTI0N5
2017-06-28 Item 8H 18 of 86
' Page2of12
BUCKE!'SIZE/ HOURLY
ppERATED OTEQU/P~ EQUIP DESCRIPTION 1I90DEL SIZE PA~~O BARE OPERATED RATERENFAL RATECOMPACTfONWHEELS 375-800LX 24"-48" 20.00ADDITIONAL BUCKETS 30508 92"-36" 20.00ADDITIONAL BUCKETS 312&32DC 78"-48" 20.00ADDITIONAL BUCKETS 330C-46DLX 24"~0" 20.00ADDITIONAL BUCKETS 375-800LX 32"-78" 20.00THUMB ATTACHMENT 3728-320C 70.00THUMB ATTACHMENT 330C-460LX 10.00
BREAKERS / DEMOLITION
3137 1,500 LB BREAKER FITS 308 H95ES 1500LB 40.003040 4,500 LB BREAKER FITS PG2Q0, 320C TB980 4,5001b 72.002172 2,000 LB BREAKER F1TS 313B, ED190 TB725 2,00016 50,002173 2,000 LB BREAKER FITS ED190, 3138 TB725 2,000lb 50.002258 i3, 500 LB BREAKER FITS 3458, 350, 4601X TB2580 13,50016 144.002284 i3, 500 LB BREAKER FITS 3458,350, 460LX TB5300 13, 50016 144.00
1942 PULVERIZER/PROCESSORLABOUNTY CP100 3458/350 62.00
2395 HYDRAULIC MULTI PROCESSSOR CAT MP30 MP 30 3458/350 110.00
BACKHOELOADERS
420 BACKHOE
2246 CATERPILLAR 420D 15,700 12"-36" 62.00 147.00 777.002075 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 177.002076 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 177.002077 CATERPILLAR 420D 15,800 12"•-36" 62,00 147.00 177.002078 CATERPlLIAR 420D 15, 800 12 =36" 62.00 147,00 177.003109 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 177.003110 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 177.003177 CATERPILLAR 420E 15,200 12"•36" 62.00 147.00 177.003712 CATERPILLAR 420E 15,200 72"-36" 62.00 147.00 177.00
446 BACKNOE1913 CATERPILLAR 4468 i9, 600 18"-48" 75.0 160.00 190.001919 CATERPILLAR 4468 19,600 i8"-48" 75.00 160.00 190.001920 CATERPILLAR 4468 19,600 18"-48" 75.00 1fi0.00 190.001921 CATERPILLAR 4468 19, 600 18"-48" 75.00 160.00 190.002182 CATERPILLAR 446D 19, 600 18"-48" 75.00 160.00 190.002783 CATERPILLAR 446D 19,600 i8"-48" 75.00 160.00 190.002195 CATERPlLL4R 446D 19,600 18"-48" 75,00 160.00 190.002196 CATERPILLAR 446D 19,600 78"-48" 75.00 160.00 190.00
BACKNOE ATTACHMENTS &BREAKERS
3127 1, 500 BRE4KER FITS 420 $ 446T N95ES 1500LB 40.002260 750 BREAKER FITS 420D 750L6 25.002168 1,100 BREAKER FITS 420D TB425 1,1001b 28.002109 1,700 BREAKER FITS420D T8425 1,1001b 28.00p~72 2,000 BREAKER FITS 446D T8725 2,00016 43.00
` 2773 2.000 BREAKER FITS 446D TB725 2,DOOlb 43.00HYDR,4ULlCAUGER 420D 6"-24" 72.50FORKS 420D 60" 5.00FORKS 4468/D 60" 5.00EXTR,4BUCKETS 420D 72"36" 5.00IXRTA BUCKETS 4468/D 18"-48" 5.00COMPACTION WHEEL 420/446 18"-24" 20.00
SEE PAGE 12 FORTERMSAND CONDITIONS
2017-06-28 Item 8H 19 of 86
Page 3 of 12
EQU/PE EQUIP DESCRIPTION
B' PICKUP BROOM
WHEEL LOADERS
SMALL LOADERS
1997 CATERPILLAR
MEDIUM LOADER
1849 CATERPlLL4R
1886 CATERPfLLAR
1969 CATERPILLAR
2014 KAWASAKI
2026 KAWASAKI
2159 KAWASAKI
2160 KAWASAKI
2780 KAWASAKI
2799 KAWASAKI
2200 KAWASAKI
2251 KAWASAKI
3064 CATERPILLAR
LARGE LOADERS
1962 KAWASAKI
2158 KAWASAKI
2181 KAWASAKI
2248 KAWASAKI
1885 CATERPILLAR
IX LARGE LOADERS
2139 KAWASAKI
WHEEL LOADER ATTACHMENTS
FORKS
BOOM LIFTS/ SNORKLE
SIDE DUMP BUCKET
SKELETON BUCKET
4 !N 1 MULTIPURPOSE
PICK UP BROOM
TRACK LOADERS
2202 CATERPILLAR
TRACK DOZERS
3075 DOZER CATERPILLAR
SLOPE BOARD
COMPACT TRACK LOADERS
3775 CATERPILLAR
3176 CATERPILLAR
3735 CATERPILLAR
SK/PLOADER/SKIDSTERS
2380 BOBCAT
2092 CATERPILLAR SKID
2901 CATERPILLAR SKID
2223 CATERPILLAR SKID
2224 CATERPILLAR SKID
2354 CATERPILLAR SKID
3030 CATERPILLAR SKID
3031 CATERPlLLARSKID
INQDfL SIZE BUCKETS¢El y ~REy OPERATED OTPAYLOAD OPERATED RATE
REMAL RATE
BP25 98" 26.00
928G 27,250 2.9yd 90.00 175,00 205.00
938G 29,700 3.5yd 95.00 180.Q0 210.00
938G 29,700 3.5yd 95.00 180.00 210.00
938G 29,700 3.5yd 95.00 780.00 214.00
70Z1V 33,000 3.2yd 95.00 180.00 210.00
70Z►V 33,000 3.2yd 95.00 180.00 210.00
70ZIV 33,000 3.2yd 95.00 180.00 21D.00
70ZIV 33,000 3.2yd 95.00 180.00 210. D0
70ZV 34,000 3.2yd 95.00 180. Q0 210.00
70ZV 34,00 3.2yd 95,00 180.00 210.00
70ZV 34,000 3.2yd 95.00 180.0 210.00
70ZV 34,000 3.2yd 95.00 180.00 210.00
938K 350D0 3.2yd 95.OD 180.00 210.00
80Z 39,825 4yd 110.00 195.00 225.00
80ZIV 39, 825 4yd 110.00 195.00 225, 00
80ZV 39,825 4yd 110.00 !95.00 225.00
80ZV 39,825 4yd i?0.00 ?95.0 225.00
950G 40,435 4yd 110.00 195.00 225.00
95ZV 66,330 7yd 200.D0 285.OD 315.00
10.00
10.00
10.00
10.00
15.00
70' 36.00
863C 44,500 3.5yd 135.00 220.00 250.00
D6T 56,158 6-WAY 150.00 235.00 265.00
10.00
299D XHP rubr 77, 612 .75 / 6-WAY 90.00 i 75.00
175.00
175.00
205.00
205. d0
205.00
299DXHPsteel 92,000 .75/6-WAY 90,00
29902 XHP 71, 608 .75 / 6-WAY 90.00
5150 5,935 .4yd 45.00
248 7,800 .5yd 54.00
248 7, 800 .5yd 54.00
248B 7,800 .5yd 54.00
248B 7, 800 .5yd 54.00
248 7,800 .5yd 54.00
272C 8,362 .6yd 65.00
272C 8,362 .6yd 65.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
130.00
139.00
139.00
139.00
139.00
139.00
150.00
1 b0, 00
160.00
769.00
169.00
169.00
169.00
169.00
780.00
180.00
2017-06-28 Item 8H 20 of 86
Page 4 of 12
HOURLYEQUIP#` EQUIPDfSCRlPnON MODEL SITE BUCKETSfZE/ BAS OPERATED OT
PAYLOAD OPERATED {ZpTERENTAL RATE2229 JOHN DEERE SKIP LOADER 210LE 14,500 1yd 31.00 116.00 146.002270 JOHN DEERE SKlP LOADER 210LE 14,500 1 yd 31.00 116.00 146.00
SK/DSTEER ATfATCNMENTS
2348 SWEEPSTER BROOM S860 60" 19.001099 SWEEPSTER BROOM SB72 72" 19.002102 SWEEPSTER BROOM SB72 72" 19.Oa2203 SWEEPSTER BROOM S872 72" 19.001106 SWEEPSTER BROOM S872 72" 19.003037 500LB BREAKER TOP35 500L8 18.502351 9,000LBBREAKER 304 1,000LB 25.01108 1,100L.6 BREAKER TB425 1,1 DOLB 28.002109 1,100LBBREAKER T8425 1,700L8 28.003D23 HYDRAULIC AUGER HA20H8 6" 24" 12502105 BACKHOE ATTACHMENT CAT H30 19.003032 COLD PLANER CAT PC206 24" 50.002404 COLD PLANER CAT PC9 24" 50.0011oD COLD PLANER CAT AP760 24" 50.00
PALLET FORKS CAT 48" 6.00MULTIPURP05E BUCKET CAT 4 IN 1 72" 9.00
1104 GRAPPLE BUCKET CAT 72" 9.00TRENCHER LOWS 40C 9.50MOWER CAT 8R272 72" 11.50SWEEPSTER BROOM SB72 72" 19.00BREAKER SKIDSTEER 28.00
GRADERS/5CR,4PER
3063 CATERPILLAR 140M 43, 950 14' 120.00 205.00 235.0077?? CATERPILLAR 613 G11 33,650 13YD 90.00 175.D0 205.00
CRANE
9980 LINKBELT ROUGH TERR4IN RT8060 60 Ton 278.00 303.00 333.00BOOM EXTENSION 50.00
2771 DROTT CRANE 85RM2 4 Ton 24.00 109.00 139.00A FR,4ME pg,pp
PAVERS
2336 BLAW-KN DM5500 6'-T0' 95.00 180.00 210.002177 PAVER 1NGERSOLL PF3120 15,800 8'-i5' 149.00 234.00 264.002406 PAVER CAT AP-1055D AP-1055D 44,780 10'-18' 272.00 357.00 387.00
ROLLERS3060 CATERPILLAR ROLLER CB14 2,415 33" 24.00 109.00 139.003117 CATERPILLAR UT1LlTY COMPACTOR CB24B 6, 003 47" 35.00 120.00 150.003118 WACKER ROLLER /walk behind RD7H 1, 829 25.5" 24.00 109.00 139.002275 BOMAG ROLLER BW120AD 5,952 48" 35.00 120.Q0 150.002332 SOMAG ROLLER BW120AD 5,952 48" 35.00 120.00 150.002353 SRKAI ROLLER SW32(1 7,055 48" 35.00 120.00 150.002241 1R SMOOTH ROLLER COMPACTOR SD77FB 16, 350 66" 43.00 128.00 158.002242 1NGERSOLL PADFOOT ROLLER SD77F8 16,350 66" 43.00 128.00 158.002343 BOMAG ROLLER BW141AD-2 15,414 59" 38.00 123.00 153.002719 IR SMOOTH ROLLER COMPACTOR Sb70F8 15,330 66" 43.00 128.00 158.002210 INGERSOL R,4ND DD90 21,404 66" 47.00 732.00 162003035 CATERPfLLAR ROLLER CB54 23, 8? 8 66" 47.00 132.00 162.003067 CATERPILLAR ROLLER CD54B '23,525 66" 47.00 132,00 162.003085 CATERPILLAR 9 WHEEL RUBBER CW14 28,500 68" 45.00 130.00 160.00
SEE PAGE 12 FOR TERMS AND CONpITI0N5
2017-06-28 Item 8H 21 of 86
Page 5 of 12
BUCKEfS/Zf/ HOURLV
OPERATED OTEQUIP#' EQUIPOESCRlPTION MODEL S/ZE pA1'LOAQ BARE OPERATED RATE
RENTAL RATE
COMPACTION EQUIPMENT
2151 VlBRATEPLATEMIKASA MVH-200 450 19.7" 21.00 706.00 '!36.00
2152 VIBRATE PLATE MIKASA MVN-200 450 19.7" 21.00 106.00 i3B.00
1874 VIBRATE PLATE M(KASA MVN-502 1,202 27.6" 24.00 109.00 139.00
2126 VIBRATE PLATE MULTlQU1P MVN-502 1,202 27.6" 21.00 106.00 136.00
2164 VIBRATE PLATEMULTlQUIP MVH-502 1,202 27.6" 24.00 109.00 939.00
2207 VIBRATE PLATEMULTIQUIP MVN-502 7,202 27.6" 24.00 109.00 139.00
2221 MULTIQUIP RAMMAX walWbeh P33/24FC 2,998 33" 40.00 125.00 155,00
2222 MULTlQUIP RAMMAX walk/beh P33/24FC 2,998 33" 40.00 125.00 155.00
2240 WACKER ROLLER WALK BEHIND RT82SC2 3,300 32" 40.00 125.00 155.00
WACKER/TAMPER MT74F 19.00 104.00 134.00
CRUSHING PLANT E'QUlPMENT
1580 PORTABLE SCREEN EXTEC 50005 31,500 40"X 33'
1998 BELT CONVEYOR FLECO 320 CD 7,200 4yd Hopper
23fi0 MEI'SO NORDBERG SCREEN ST620 60,720 3 decks
19'8 x5'91"2361 METSO NORDBERG CONE L7300HP 95,000 9 cu yard
2362 METSO NORDBERG JAW LT105 90,400 8-72 cu yard
2387 SUPERIOR R,4DlAL STACKER PRSC-S 15,400 30"X60'
2386 MEGGA BAGGER MBT-2 3,700 2-iyd Hoppers
FORKLIFTS/SCfSSOR LIFT
3102 TELEHANDLER CAT TH255 73,000 56001ifr 54.00 139.00 169.00
2219 TELEHANDLERJLG G9-43A 25,907 90001ift 64.00 149.00 179.00
2220 TELEHRNDLER JLG G6-42A 20,400 60001iR 54.00 139.00 169.00
2239 TELENANDLER JLG G6-42A 20,400 60001ift 54.00 139.00 169.00
1785 FORKLIFT CAT AM30 47,760 30,000 lift 70.00 155.00 785.00
1786 FORKLIFT CAT V300B 42,280 30,000 fift 56.00 141.00 171.00
ARROW/MESSAGE BOARDS
1509 ARROW80ARD-50LAR WANCO 78.00
9788 ARROW80ARD-50LAR AMIDA 18.00
1789 ARROWSOARD-SOLAR AMIDA 18.00
1800 ARROWBOARD-SOLAR WANCO 78.00
1801 ARROWBOARD-SOLAR WANCO 18.00
2390 MESSAGE BOARD WVT3 WVT3 20.00
2995 MESSAGE-SOLAR PREC PREC1S10N 20.00
2998 MESSAGE-SOLAR PREC PRECIS/ON 20.00
2999 MESSAGE-SOLAR PREC PRECISION 20.00
3006 ARROWBOARD-SOLAR ECLIPSE 18.00
3007 ARROW80ARD-SOLAR ALAMOND 18.00
3008 ARROWBOARD-SOLAR ALAMOND 18.00
3009 ARROWBOARD-SOLAR ALAMOND 18.00
3039 ARROW80ARD-SOLAR SOL4RTECH 18.00
3099 ARROWBOARD-SOLAR FLATIRON 18.00
31Q0 ARROWBOARD-SOLAR FLATIRON 18.00
3107 ARROW80ARD-SOLAR FLATfRON 18.00
TRAFFIC CONTROL /DAILY
BARRICADES 1.50
BARRICADES W/Signs 3.00
BARRICADES W/Signs and Lighted 4.00
SOFT SIGN BARRICADES 19.00
NO PARK BARRICADES 1.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 22 of 86
Page 6 of 1Z
EQUIP,€ BUCKFfSlZE/ y~~~Y OPERATE~OTEQUIP DESCRIPTION MODEL S/ZE PAYLOAD BCE OPERATED Rp,TERENTAL {tpTE
DELINEATORS 1.00CONES 1.00
STOP/SLOW PADELS 8.00
SHORING / DAILY R,4TE
Cylinder Range Color Code flaily Weekly Monthly
18"-27" Yellow $ 6.25 $ 31.00 $ 93.D0
22"-36" Red $ 6.25 $ 31.00 $ 93.OD
28"-46" Green $ 625 $ 31.OD $ 93.D0
34"-55" Blue $ 6.75 $ 33.00 $ 99.OD
42"-69" $ 6.75 $ 33.00 $ 99.00
52"-66" Brown $ 7.75 $ 38.00 $ 114.00
76"-112" Brown/Green $ 8.75 $ 43.00 $ 129.00
94"-13Q" BrownlYellow $ 9.25 $ 46.25 $ 138.00
108"-144" Bfack $ 9.75 $ 48.00 $ 144,00
12'-15' $ 15.OD $ 75.00 ~u 225.00
12'-20' Long Shores Available
STEEL PLATES
1 "X 4' X 4' 0.321"X 4'X 8' 0.381 "X 4' X 10' O.q41"Xb'X5' 0.391"X 5'X 10' 0.¢41 "X 8'X 70' 0.751"X 8'X 15' 0.961"X 8'X 20' f.q4
7 1/2" X 8' X 20' 2.251 1/2"X 8'X30' 3.13
1 1/2" X 10' X 30' 3.75
SHIELDS8' X 8' Manhole boxes 7, 50i0'X 10' Manhole boxes 8.754'X T 4' Shield 3.754' X 20' Shield 5. DO4' X 24' Shield 7.504'X 28' Shleld 10.006'X 14' Shield 4.606' X 20' Shield 6.256'X 24' Shield 8.756' X 28' Shield 71.258'X 14' Shield s,z58'X 20' Shield ~p,pp
8'X 24' Shield ~2,5p8'X 28' Shleld ~5,pp8' X 30' Shield 17.508'X32' Shield 21.2510' X 74' Shield 7.5010'X 20' Shield 1 p„5p10'X 24' Shield fig, pp
SEE PAGE 12 FOR TERMS AND CONDIT10N5
2017-06-28 Item 8H 23 of 86
~ Page 7 of 12i
EQUIP# EQUIPDESCR1P170N MODEL
10'X 28' Shield
10'X 30' Shield
10'X 32' Shield
12' X 14' Shield
12' X 20` Shle/d
12'X 24' Shield
i2'X 2B' Shield
12' X 30' Shield
12'X 32' Sftield
K-RAIL
10'
20'
GENERATORS
3065 GENERATOR OMAN
3083 GENER,4TOR POWERPRO
3046 GENER,4TOR !R G40
3047 GENERATOR IR G40
9861 GENERATOR COLEMAN
3029 GENERATOR HOUSE GENERAL
PUMPS PORTABLE/TOWABLE
2233 4" GODWlN
2234 4" GODWIN
2137 4" GORMAN RUPP
2194 12" GODWlN
2213 4" MULTIQUIP
2214 4" MULTlQUIP
22i5 4"MULTIQUlP
2012 6" GODWIN
1987 8" CASE
2"ELECTRIC SUBMERSIBLE PUMPS / 710v
3"TRASH PUMP PORTABLE/ Honda engine
2"ELECTRIC SUBMERSIBLE PUMPS/220
3" ELECTRIC SfJBMERSIBLE PUMPS
3" CENTRIFlCAL PUMP PORTABLE/ Honda
4"ELECTRIC SUBMERSIBLE PUMPS
D(TRA SUCTION HOSE 25'
EXTR,4 SUCTION HOSE 25'
EXTRA DISCHARGE HOSE 50'
DCfR.4 DISCHARGE HOSE 50'
FIRE HOSE 50'
FIRE HOSE 50'
HYDROSTATIC TEST PUMP
50' POWER CORD
TEMPORARY POWER SOX
LIGHT TOWERS
3025 LIGHT TOWER IR
3026 L1GHT TOWER IR
3D48 LIGHT TOWER IR/DOOSAN
3049 LIGHT TOWER !R/DOOSAN
2997 PORTABLE L1GHT TOWER TEREX
3141 LIGHT TOWER 1R/DOOSAN
SIZE BUCKETSlZE/ HBAREY
OPERATED OTPAYLOAD OPERATED {ZpTERENTAL RATE
2?.25
25.00
27.50
10.00
15.00
20.00
25.00
27.50
30.00
0.65
0.85
1250 12.5KW 25.OD
25 25KW 32.00
G40 30KW 38.00
G40 30KW 38.00
4PAC 50KW 43.00
SD080 80KW 55.00
CD103M 900gpm 40.00
CD103M 900gpm 40.00
74A2-TS2 600gpm 35.00
CD300M 6000gpm 105.00
QP40TH 400gpm 15.00
QP40TH 400gpm 75.00
QP40TH 400gpm 15.00
HLSM 1450gpm 50.00
6591 TA 2300gpm 60.00
62gpm 4.50
85gpm 12.00
90gpm 5.00
120gpm 8.50
270gpm 12.00
500gpm 74.00
3"-6" 5.00
8"-12" 8.00
3"-6" 5.00
8"-12" 8.00
1 1/2" 3.00
21/2" 4.00
5-11 gpm 70.50
3.00
3.00
LSC-fiONZ 4.5kw 20.00
LSC-60HZ 4.5kw 20.00
LSC-60HZ 4.5kw 26.00
LSC-60HZ 4.5kw 26.00
6kw 20.00
LSC-60HZ 4.5kw 26.00SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 24 of 86
Page 8 of 12
BUCKET SIZE/ y~~Y OPERATED OTEQUJPfi EQU/PDESCR/PT/ON '~~ ~~ pAYIDAD BARE OPERATED RATERENTAL RATE
3142 LfGHTTOWERlR/DOOSAN LSG60HZ 4.5kw 26.003743 LIGHT TOWER /R/DOOSAN LSC-60HZ 4,5kw 26.003744 LIGHT TOWER IR/DOOSAN LSC-60FIZ 4.5kw 26.00
AIR COMPRESSORS /AIR COOLS
2043 COMPRES50R-TOWING 185CFM 185cfm 44.002113 COMPRESSOR-TOWING 985CFM 185cfm 44.002T?5 COMPRESSOR-TOWING 185CFM iB5cfm 44.002120 COMPRESSOR-TOWING 195CFM 185cfm 44.002278 COMPRESSOR AIRM PDS185S 185c{m 44.003020 TOWABLE COMPRESSOR IR 185cfm 44.003021 TOWABLE COMPRESSOR !R 185cfm 44.00
A!R JACK HAMMERS/POWDER PUFF 30/60/90 4.50
CHIPPING GUNS 3.50
ELECTRIC HAMMER 60LB ?0.00
MISCELLANEOUS
BDi CEMENT MIXER ?2.OD
i4?5 CEMENTMlXER 92,pp
1426 CEMENT MIXER 1 z, pp
30' CHAIN FALL $50 /DAY
HARNESS /YO-YO ,~10 /DAY
3125 MfXER CONCRETE TR,4ILER (1 YDf $600 / YD
3129 MIXER CONCRETE TRAILER (T YD) $500 / YD1689 SHEEPSFOOT 5 X 5 18.001709 LEAK FINDER 12.001762 CHLORINATION TRAILER 13.50i 783 MOBILE OFFICE 12 X 60 1 p, pp1973 GRINDER REMAX TOW BEHIND 4800 36"-48" 254.002004 LEAK FINDER 20.002982 CHLORINATION TRAILER 13.503016 Ml N MITE BLOWER / TRAfLER 12, OOOcfm 20" 20.003017 TREBOR MADE BLOWER / TR,4ILER 10,000cfm 18" 8.00
ASPHALT / C~fYCRETE EQUIPMENT
2328 CURB MACHINE POWER CURB BERM MILLER 50.00 135.00 165.002357 STRIPING MACHINE LINE LASER 3900 3900 25.003027 ZlEMAN TRAILER SEAL TANK w/1000 1000GAL 25.003033 LEE BOY TACK WAGON 5738 150GAL 50.00
CONCRETE VIBRATOR w/stinger 110V 5.00CONCRETE VIBRATOR w/stinger HI-CYCLE Hl-CYC 9.75
FLAT SA WS &SAW TRUCKS
2276 TRUCK FORD F550XLT F550 18000 50.00 135.00 165.002300 TRUCK FORD /STRIPER F450 1500 50.00 135.00 165.003036 HUSQVARNA FLAT SAW 46HP 1S4600 45.003086 HUSQVARNA FLAT SAW 61HP FS 6100 D 45.003066 DIAMOND 4 SPEED DRILL DR401 40.003119 DIAMOND 4 SPEED DRILL DR401 40.00
PARTNER/STIHL 12%74" CHOP SAW 650!750 8.50SWEEPERS
3146 JOHNSTONFREIGHTLINER E535i 26,000 Y33.00 195.00 211.00WATER TRUCKS /TOWER
SEE PAGE 1Z FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 25 of 86
Page 9 of 12
EQUIP# EQUIPDESCR1P170N
1901 WATER TRUCK
2763 WATER TRUCK
1534 WATER TRUCK
1567 WATER TRUCK
1902 WATER TRUCK
1655 WATER TRUCK
2313 500 WATER BUFFALO
3024 500 WATER BUFFALO
3034 500 WATER BUFFALO
3?47 500 WATER BUFFALO
1984 WATER TOWER
SEMI TRUCK W/TRAILER
7768 TRUCK PETE ROLL OFF
2020 TRUCK PETE {SEE TRAILERS BELDWJ
3050 TRUCK PETE 367 (SEE TRAILERS BELOW)
3051 TRUCK PEfE 367 (SEE TRAILERS BELOW)
3104 TRUCK PETE 367 (SEE TRAILERS BELOW)
2264 TRUCK WESTERN STAR 4900SA (SEE TRAILERS BELOW)
1575 TRL LOWBED SIEBERT 5-AXLE
1692 TRL LOWBED SIEBERT JEEP 7-AXLE
2271 TRL LOWBED MURR,4Y 5-AXLE
p2y2 TRL LO WBED MURRAY JEEP 7-AXLE 4 AXL
2403 TRL TRAIL KING BEAVER TAIL 2 AXLE
END DUMPS W/TRUCK
1665 1992 WESTERN MODEL END DUMP
1737 END DUMP REL 1R,4CTOR/TRL
1985 END DUMP HIGH SIDE WESTERN
2396 END DUMP HIGH SIDE' WESTERN
SIDE DUMPS W/TRUCK
2393 SIDE DUMP TRAILERS THURSTON
2394 SIDE DUMP TRAILERS THURSTON
BOOSTER TRUCKS
2079 BOOSTER TRK PETE 3b7 SUPERDUMP
2716 BOOSTER TRK PETE 330 SUPERDUMP
2144 BOOSTER TRK PETE 379 SUPERDUMP
2145 BOOSTER TRK PETE 379 SUPERbUMP
2203 BOOSTER TRK WEST 4900FA
TRUCK AND TRANSFERS
1822 TRUCK &TRANSFER PETE
7938 TRUCK &TRANSFER PETE
3052 TRUCK 8 TR,4NSFER PETE 384
3055 TRUCK &TRANSFER PETE 384
3057 TRUCK &TRANSFER PETE 384
BUCKEfS/ZE/ yOURLV
OPERATED OThIODEL SIZE pAYL0.90
$ARE OPERATED RATERENTAL RATE
FORD 35,000 2000GAL 50.00 1?2.00 728.00
INTERNAT 35,000 2500GAL 50.00 112.00 128.00
AUTO CAR 54,000 4000GAL 60.00 122.00 138.00
FORD 54,000 4000GAL 60.00 12200 138.00
FORD 54,000 4000GAL 60.00 12200 738.00
lNTERNAT 54,000 5000GAL 70.00 132.00 748.00
MILLER TRAILER 500GAL 14.00
DEMCO TRAILER 500GAL 14.00
FXP500 TRAILER 500GAL 14.00
HLT TRAILER 5000AL 14.00
GLENDALE TRAILER 12,000GAL 77.00
?9,800 80,000 95.00 757.00 773.00
20, 660 80,000
20, 800 80,000
20, 800 80, 000
20,800 80,000
22, 000 80, 000
19,960 1?0,000 125.00 187.OD 203.00
16, 620 120, 000 140.00 202, 00 218, 00
19,450 7?0,000 125.00 787.00 203.00
17,530 12U,000 140.00 202.00 278.00
20,280 70,000 910.00 172.00 188.00
17,400 80,000 100.00 762.00 178.00
18,800 80,000 100,00 162.00 178.00
20, 000 80, D00 i 10.00 172, OD 188.00
20,000 80,000 110.00 172.00 188.00
062.00 78.00
15,520 80,000 44,400 710.00 172.00 188.00
15, 520 80, 000 44,400 710.00 17200 988.00
24,400 66,000 100.00 162.00 178.00
26,000 66,000 100.00 162.00 178.00
25,850 66,000 700.00 162.OD 178.00
25, 80D 66, 000 100.00 162.00 178.00
24,900 66,000 100.00 962.00 778.00
29, 040 80, 000 50, 960 95.00 157.00 173.00
30,800 80,000 49,200 95.00 157.0 173.00
30, 380 80, 000 49, 620 95.00 157.00 173.00
30, i 80 80, 000 49, 820 95.00 157.00 173.00
30180 80,000 49820 95.00 157.00 173.00
TEN WHEELERS / MISC
BOBTAIL DUMP TRUCK
1892 DUMP TRUCK 95.00 757.00 173.00
1901 BOBTAIL FORD 6 YARD DUMP FORD 35,000 95.00 157.00 173.OQ
3054 BOBTAIL PETE 6 YARD DUMP 337 PETE 33,000 95.00 157.00 173.00
3108 TACK DUMP TRUCK PETE 567 30180 80, 000 49820 95.00 157.00 173.00
SUPERINTENDENT TRUCKSSEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 26 of 86
~ Page 10 of 12
BUCKE7"S17E/ HOURLYEQUIPS EQUIPDESCR/PT10N MODfL SIZE pAYL0,4D B~f OPERATED
RENTAL R,gTE2296 TRK CHEV QUAD 4WD 2500WD 9,200 44.002217 TRK CHEV QUAD 4WD 2500HD 9,200 44.002218 TRK CHEV QUAD 4WD 2500HD 9,200 44.002238 FORDTRKSUPERDUTY F350 11,000 44.002295 TRKCHEWSlLVERADO 2500HD 9,200 44.002296 TRK CHEVY SILVERRDO 2500HD 9,200 44.003076 TRK GMC S/ERR.4 C1500 5,058 44.002299 TRK CNEVY SILVERADO SAFETY 2500HD 9,200 44.003126 GMC SIERRA CREW CAB 1500 7,200 44.003127 GMC SIERR,4 CREW CAB 1500 7,200 44.003738 GMC DENAL! 7500 7,200 44.003139 GMC DENAU 1500 7,200 44.00
ESTIMATING VEHICLES
3105 GMCYUKONXL GMC 5,820 44.Q02407 FORD FOCUS FOCUS 2,960 35.003092 CHEW CRUZE CHEVROLET 3,084 35.003093 CHEW CRUZE CHEVROLET 3,084 35.003094 CHEW CRUZE CHEVROLET 3,084 35.003095 CHEVI'CRUZE CHEVROLET 3,084 35.003096 CHEVYCRUZE CHEVROLET 3,064 35.003097 CHEVYCRUZE CHEVROLET 3,084 35.00
FOREMANS TRUCKS
2123 FOREMAN TRK FORD UTILITY F450 15,000 44,002146 FOREMAN TRK FORD UTILITY F450 75,000 44.002149 FOREMAN TRK FORD UTILITY F450 15,000 44.002?50 FOREMAN TRK FORD UTILITY F450 15,000 44.002184 FOREMAN TRKFORD UTlLIN F450 16,OOD 44.002185 FOREMAN TRK FORD UTILITY F430 15,000 44.002186 FOREMAN TRK FORD UTILITY F450 15, 000 44.002790 FOREMAN TRK FORD UTILIN F450 15,000 44.002191 FOREMAN TRK FORD UTILITY F450 15,000 44.002192 FOREMAN TRK FORD UTILITY F450 15,000 44.003041 FOREMAN TRK DODGE UTILITY 4500 26,000 44.003042 FOREMAN TRK DODGE UTILITY 4500 26,000 44.003043 FOREMAN TRKDODGE UTILITY 4500 26,000 44.D03044 FOREMAN TRK DODGE UTILITY 4500 26,OOD 44.003045 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003077 FOREMAN TRK DODGE UT1LlTY 4500 26,000 44.003078 FOREMAN TRK DODGE UTILITY 4500 26,000 44.003079 FOREMAN TRK DODGE UTfLlTY 4500 26,000 44.003080 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.003081 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003082 FOREMANTRKDODGEUTILIN 4500 26,000 44.03130 FOREMAN TRK CHEVY UTILITY 3500 19,000 44.003131 FOREMAN TRK CHEVY UTILITY 3500 79, 000 44.003132 FOREMAN TRK CHEVY UTILITY 3500 99, 000 44.003133 FOREMAN TRK CNEVY UTILITY 3500 19,000 44.00
BOXBUILDER TRUCK
2225 80XBUlLDER TRK FORD F450 15,000 90.001943 BOXBUfLDER TRK FORD F450 15,000 40.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
OPERATED OTRATE
2017-06-28 Item 8H 27 of 86
Page 11 of 12
HOURLYEQU1P#` EQUIPDESCRlPTlON MODEL SIZE BUCKETSIZf/ ~E OPERATEUOT
PAYLOAD OPERATES RATEREII?AL RgTE
2315 BOXBUlLDER TRK FORD F450 15,000 40.00
JOBSITE TRUCK W /MIXER
1899 TRUCK FLATBEDW/MIXER F450 75,000 15.00
1944 BOXBUILDER W/MIXER F450 15, 000 40.00
CONE/ SIGN TRUCKS
1948 COIVE/SIGNTRK DODGE 3500 15,000 40.00
2038 CONE/SIGN TRK DODGE 3500 15,000 40.00
MAINTENANCE /WELDER TRUCKS
1900 TRUCK-WELDER FORD F450 15,000 77.00 162.00 792.00
2257 FUEL TRUCK PETE PETE 357 70,000 969.00 246,0 276.00
2305 WELDER TRUCK FORD F550 18,000 77.00 762.00 19200
2993 WELDER TRUCK FORD F350 15,000 77.00 16200 192.00
3107 TRUCK-MECHANIC 337 PETE 33, 000 90.00 175.00 205.00
COMPRESSOR TRUCK W/DUMP
1724 COMPRESSOR DUMP TRK GMC ?85CFM 26,000 90.00 152.00 168.00
1725 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 ?68.00
7726 COMPRESSOR DUMP TRK GMC 985CFM 26,000 90.D0 15200 168.00
7727 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 752.00 168.00
TRAILERS
772 J08SITE TRAILER 8'X 23' 70 12,D0
1635 JOBSITE TRAILER CC-20961 5553 12,D0
7997 FLATBED TRAILER UTlL FLATBED 1588 12.00
2000 JOB SITE TRAILER BROW VAN 10860 12.00
2009 JOB SITE TRAILER MILL VAN 70860 12,00
2069 JOB TRAILER 5000 12.00
2070 JOB TRAILER #2 3000 1200
2071 JOB TR,4ILER #3 5000 1200
2096 JOB CLE4N UP TRAILER HOME 2530 1200
2256 TRAILER T2K5 UT1L 550 18.00
2311 TRAILER 27"VAN 10860 12.00
2325 TRAILER NEAL FB 1500 10.00
2326 TRAILER ZEMA TILT TRL 2 AX 1800 70.00
2331 TR.QILER ZEMA 7,500 70.00
2337 TRAILKING TK20 20 20, 000 18.00
2346 TRAILER ZEMA 10, 000 10.00
2383 TR,4ILERAR05 7,500 10.00
3010 JOBSlTETRAILERCONNIX 10,000 12,00
3071 JOBSITE TRAILER CONNIX 10,D00 1200
3012 JOBSITETRAILER 20,000 1200
3013 JOBSITETRAILER 20,000 12.00
3014 B!G TEX TRAILER 10, 000 10.00
3062 ZIEMAN TRAILER 20,000 12.00
LABOR
SUPERfMENDANT W?RUCK 148.00
SUPERINTENDANT W/O TRUCK 104.D0
FOREMAN W/TRUCK 139.00
FOREMAN W/0 TRUCK 35.00
CARPENTER W/TRUCK 111.00
CARPENTER W/0 TRUCK 71.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 28 of 86
Page 12 of 12
EQUIP,f EQUIP DESCRIPTION AA4IODEL SIZf
MECHANIC/WELDER W/7'RUCK
MECHANIC/WELDER W/O TRUCK
OPERATOR
OILER
LEADMAN
PIPELAYER
LABOR180XBU1LDER HELPER
TRUCK DRIVER
ADMIN/OFFICE
PROJECT MANAGER /ESTIMATOR
PROJECT STAFF ENGINEER
SHOP MACHINIST /WELDER FABRICATION
SHOP LABOR
SHOP MECHANIC
OVERTIME LABOR
OT SUPERlNTENDANT W/TRUCK
OT SUPERINTENDANT W/O TRUCK
OT FOREMAN W/TRUCK
OT FOREMAN W/0 TRUCK
OT CARPENTER W/TRUCK
OT CARPENTER
OT MECNANIC./WELDER W/TRUCK
OT MECHANIC/WELDER W/O TRK
OT OPERATOR
OT OILER
OT LEADMAN
OT PIPELAYER
OT L480RER/BOX BUILDER HELPER
OT TRUCK DRIVER
1/2 OT RATE PM
PM RATE StJPERlNTENDANT WlfRK
PM R,4TE SUPERINTENDANT W/O TRK
PM RATE FOREMAN W/TRUCK
PM RATE FOREMAN W/0 TRUCK
PM RATE MECHANIC/WELDER W/TRK
PM MECHANIC/WELDER W/0 TRK
PM RATE CARPENTER W/TRK
PM RATE CARPENTER W/O TRUCK
PM RATE OPERA TOR
PM RATE O1LER
PM RATE LEADMAN
PM RATE PIPELAYER
PM RATE l.ABORER/BB HELPER
PM R,4TE TRUCK DRIVER
TERMS AND CONDITIONS1.Mark up +overhead of 10% will be added to ap labor, equipment, materials and
subcontractors.
2. These T&M rates are subject to change et any ilme without notice.
Signed:
Austin Cameron, President Date: ~~j~~
SEE PAGE 12 FOR TERMS AND CONDITIONS
BUCKETSI7E/ HOURLY
PAYLOAD BARERENTAL
OPERATEDRATE
162.00
85.00
85.00
82.00
63. DO
62.00
61.00
62.00
85.00
115.00
85.00
110.00
65.00
95.00
799.00
155.00
185.00
141.00
137. DO
97, 00
192. DO
1 15.00
115. DO
1 10.00
84.00
83.00
81.00
78.00
88.00
44.00
84.00
40.00
129.00
52.00
81.00
47.00
52.00
51.00
39.00
39.00
38.00
45.00
OPERATED 07RATE
2017-06-28 Item 8H 29 of 86
T8~M RATES Page 1 of 12
oonsvuns~m
company
3/112017
BUCKETSIZE/ HOURLV
OPERATE00TEQUIPS EQU/PDfSCR/PTION MODEL S1ZE PAYLOAD
BARE OPERATED RATERENTAL RATE
EXCAVATORS
MINI EXCAVATORS
3728 CATERPILLAR 305.5E2 CR 11,863 12"-24" 70.00 155.00 185.00
3091 CATERPILLAR 308ECR SB 18,300 18'-36" 70.00 155.00 785.00
3714 CATERPILLAR 308E2 18,500 18"-36" 70.00 155.00 185.00
SMALL EXCAVATORS (UNDER 47,000 LBS)
1873 CATERPILLAR 312B 27,410 18"-55" 80.00 165.00 195.00
2013 CATERPILLAR 313B CR 29,540 18'=55" 80.00 165.00 195.00
1818 CATERPILL4R PC 150-6 39,500 i8"-55" 90.00 175.00 205.00
2132 KOMATSU PC 200 43,000 24"-67" 95.00 180.00 270.00
2133 KOMATSU PC 200 43,000 24"-67" 95.00 180.00 210.00
2201 KOBELCO W/BLADE ED190 43,700 i8"-55" 105.00 190.00 220.00
2253 KOBELCO W/BLADE ED 190 43,700 18"-55" 105.00 190.00 220.00
2178 LINKBELT 210 LX 44,800 18"-55" 95.00 180.00 210.00
2197 LlNKBELT 270 LX 44,800 18"-55" 95.00 180.00 210.00
2198 LINKBELT 210 LX 44,800 18"-55" 95.00 180.00 210.00
?968 CATERPILLAR 320CL 46,300 24"-67" 100.00 185.00 215.00
7990 CATERPILLAR 320CL 46,300 24"-67" 100.00 185.00 215.00
2249 CATERPILLAR 320CL 46,300 24 =67" 100.00 185.00 215.00
MEDIUM EXCAVATORS (50,000.99,000 LBS)
2027 LINKBELT 240LX 52,700 24"-67" 125.00 210.00 240.00
3070 CATERPILLAR 320 ELRR 56,440 27"-68" 125.00 210.00 240.00
31 i3 CATERPILLAR 320 ELRR 56,440 27"-68" 725.00 210.00 240.00
2090 CATERPILLAR 330C 77,400 27"-68" 145.00 230.00 260.00
2015 LINKBELT 330LX 78,000 27"-68" 145.00 230.00 260.00
2016 LINKBELT 330LX 78,000 27"-68" 145.00 230.00 260.00
2179 LINKBELT 330 LX 78,000 27"-fi8" 145.00 230.00 260.00
2247 LINKBELT 330LX 78,000 27"~8" 745.00 230.00 260.00
3074 CATERPILLAR 336E 82,000 27"-68" 145.00 230.00 260.00
1884 KOMATSU PC 400 94,000 27"-68" 165.00 250.00 280.00
2211 KOMATSU PC400LG6 94,000 27"-68" 165.00 250.00 280.00
1848 CATERPILLAR 3458 95,000 27"-76" 765.00 250.00 280.00
LARGE EXCAVATORS (100,000=150,000 LBS)
2154 LlNKBELT 46000 10?,200 27"-76" 175.00 260.00 290.D0
2131 KOMATSU PC 600 740,000 27"-76" 260.00 345.00 375.00
EX LARGE IXCAVATORS (OVER 150,000 LBS)
2155 LINKBELT 800LX 174,600 32"-78" 300.00 385.00 415.00
EXCAVATOR ATTACHMENTS
COMPACTION WHEELS 305-308 18"-24" 20.00
COMPACTION WHEELS 3128-320C 18"-36" 20.00
COMPACTION WHEELS 330C-460LX 24'-48" 20.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 31 of 86
Page 2 of 12
BUCKETSlZE/ HOURLY
OPERATED OTEQU/Pf EQUIPDESCRlP7/ON MODEL S/ZE PAYLOAD B'~f OPERATED RATE
RENTAL RATE
COMPACTION WHEELS 375-BOOLX 24"-48" 20.00ADDITIONAL BUCKETS 305-308 12"-36" 20.00ADDITIONAL BUCKETS 3128-320C 18 =48" 20.00ADDITIONAL BUCKETS 330G460LX 24"-fi0" 20.00ADDITIONAL BUCKETS 375-800LX 32"-78" 20.00THUMB ATTACHMENT 3128-320C 10.00THUMB ATTACHMENT 330C-460LX 10.00
BREAKERS /DEMOLITION
3137 1,500 LB BREAKER FITS 30B H95ES 1500L8 40.00
3040 4,500 LB BREAKER FITS PC-200, 320C TB980 4,5001b 72.002772 2,000 LB BREAKER FITS 3138, ED190 TB725 2,00016 50.002173 2,000 LB BREAKER FITS ED190, 3138 T8725 2,000Ib 50.00
2258 13,500 LB BREAKER FITS 3458, 350, 460LX T82580 13, 50016 144.002284 13,500 LB BREAKER FITS 345B,350, 460LX T85300 13,5001b 744.00
1942 PULVERIZER /PROCESSOR LABOUNTY CPi00 3458/350 62.00
2395 HYDRAULIC MULT! PROCESSSOR CAT MP30 MP 30 3458✓350 110.00
BACKHOELOADERS
420 BACKHOE
2246 CATERPILLAR 420D 15,700 12"-36" 62.00 147.00 177.002075 CATERPILLAR 420D 75,800 12"-36" 62.00 147.00 777.002076 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 777.002077 CATERPILLAR 42nD 15,800 12"-36" 62.00 147.00 777.002078 CATERPILLAR 420D 15,800 12"-36" 62.00 747.00 177.Oa3109 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 777.003110 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 777.003111 CATERPILLAR 420E 15,200 72"-36" 62.00 147.00 777.003112 CATERPILLAR 420E 15,200 12"-36" 62.00 147.00 777.00
446 BACKHOE
7913 CATERPILLAR 4468 19,600 18"-48" 75.00 160.00 190.001979 CATERPILLAR 4468 99,600 18"-118" 75.00 160.00 190.001920 CATERPILLAR 4468 79,600 78118" 75.00 160.00 190.001927 CATERPILLAR 4468 79,600 18"-48" 75.00 160.00 190.002182 CATERPILLAR 446D 19,600 18"-48" 75.00 160.00 190.002183 CATERPILLAR 446D 79,600 18"-48" 75.00 760.00 790.002195 CATERPILLAR 446D 19,600 18"-48" 75.00 160.00 790.002196 CATERPILLAR 446D 79,600 18"-48" 75.00 760.00 190.00
BACKHOE ATTACHMENTS 8 BREAKERS
3127 7,500 BREAKER FITS 420 & 446T H95E5 1500L8 40.00
2260 750 BREAKER FITS 4200 750LB 25.00
2168 1,100 BREAKER FITS 420D T8425 1,100/b 28.002109 1,100 BRE,4KER FITS420D TB425 1,1001b 28.002?72 z.000 BRERKER FITS 446D TB725 2,00016 43.00
' 2173 2.000 BREAKER FITS 446D T8725 2,000lb 43.00HYDR,4ULICAUGER 420D 6"24" 72.50FORKS 420D 60" 5.00FORKS 4468/D 60" 5.00EXTRA BUCKETS 420D 72"-36" 5.00EXRTA BUCKETS 446R/D 18"-48" 5.00COMPACTION WHEEL 420/446 78"-24" 20.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 32 of 86
EQU/P# EQUlP DESCRIPrlON
8' PICKUP BROOM
WHEEL LOADERS
SMALL LOADERS
1997 CATERPILLAR
MEDIUM LOADER
7849 CATERPILLAR
1886 CATERPILLAR
?969 CATERPILLAR
2014 KAWASAKI
2026 KAWASAKI
2759 KAWASAKI
2160 KAWASAKI
2780 KAWASAKI
2199 KAWASAKI
2200 KAWASAKI
2251 KAWASAKI
3064 CATERPILLAR
LARGE LOADERS
1962 KAWASAKI
2158 KAWASAKI
2781 KAWASAKI
2248 KAWASAKI
1885 CATERPILLAR
IX LARGE LOADERS
2139 KAWASAKI
WHEEL LOADER ATTACHMENTS
FORKS
BOOM LIFTS / SNORKLE
SIDE DUMP BUCKET
SKELETON BUCKET
4IN 1 MULTIPURPOSE
PICK UP BROOM
TR,4CK LOADERS
2202 CATERPILLAR
TRACK DOZERS
3075 DOZER CATERPILLAR
SLOPE BOARD
COMPACT TRACK LOADERS
3715 CATERPILLAR
3116 CATERPILLAR
3135 CATERPILLAR
SKIPLOADER/SKIDSTERS
2380 BOBCAT
2092 CATERPILLAR SKID
2101 CATERPILLAR SKID
2223 CATERPILLAR SKID
2224 CATERPILLAR SKID
2354 CATERPILLAR SKID
3030 CATERPILLAR SKID
3031 CATERPILLAR SKID
Page 3 of 12
MODEL
BP25
SIZE BUCKET SIZE/
NBAREY OPERATED OT
PAYLOAD OPERATED RATERENTAL RATE
98" 26.00
928G 27,250 2.9yd 90.00 175.00
938G 29,700 3.5yd 95.00 180.00
938G 29,700 3.5yd 95.00 780.00
938G 29,700 3.5yd 95.00 780.00
70ZIV 33,000 3.2yd 95.00 180.00
70Z1V 33,000 3.2yd 95.00 180.00
70ZIV 33,000 3.2yd 95.00 780.00
70ZIV 33,000 3.2yd 95.00 780.00
70ZV 34, 000 3.2yd 95.00 180.00
70ZV 34,000 3.2yd 95.00 180.00
70ZV 34,000 3.2yd 95.00 180.00
70ZV 34,000 3.2yd 95.00 180.00
938K 35000 3.2yd 95.00 180.00
80Z 39,825 4yd 110.00 195.00
80ZIV 39,825 4yd 770.00 195.00
80ZV 39,825 4yd 710.00 795.00
80ZV 39,825 4yd 110.00 795.00
950G 40,435 4yd 110.00 195.00
95ZV 66,330 7yd 200.00 285.00
10.00
70.00
10.00
10.00
15.00
10' 36. DO
963C 44,500 3.5yd 735.00 220.00
D6T 56, 758 6-WAY 750.00 235.00
10.00
299D XHP ruby 11, 612 .75 / 6-WAY 90.00
299D XHP steel 12, 000 .75 / 6-WAY 90.00
299D2 XHP 11, 608 .75 / 6-WAY 90.00
5150 5,935 .4yd 45.00
248 7,800 .5yd 54.00
248 7,800 .5yd 54.00
2488 7, 800 .5yd 54.00
2488 7,800 .5yd 54.00
248 7,800 .5yd 54.00
272C 8,362 .6yd 65.00
272C 8,362 .6yd 65.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
175.00
175.00
175.00
130.00
139.00
139.00
139.00
739.00
739.00
150.00
750.00
205.00
270.00
2?0.00
210.00
210.00
210.00
210.00
210. DO
210.00
210. DO
210.00
210.00
210.00
225.00
225.00
225.00
225.00
225.00
315.00
250.00
265.00
205.00
205.00
205.00
160.00
169.00
169.00
769.00
169.00
?69.00
780.00
180.00
2017-06-28 Item 8H 33 of 86
EQUIP6` EQUIPDESCR/PTION
2229 JOHN DEERE SKIP LOADER
2270 JOHN DEERE SKIP LOADER
SKIDSTEER ATTATCHMENTS
2348 SWEEPSTER BROOM
2099 SWEEPSTER BROOM
1102 SWEEPSTER BROOM
1103 SWEEPSTER BROOM
2106 SWEEPSTER BROOM
3037 500L8 BREAKER
1351 1,000LB BREAKER
2108 1,100LB BREAKER
1109 1,100LB BREAKER
3013 HYDR,4ULlC AUGER
2105 BACKHOE ATTACHMENT CAT
3031 COLD PLANER CAT
1404 COLD PLANER CAT
ZI00 COLD PLANER CAT
PALLET FORKS
MULTIPURPOSE BUCKET CAT
2104 GRAPPLE BUCKET
TRENCHER LOWE
MOWER CAT
SWEEPSTER BROOM
BREAKER
GRADERS/SCRAPER
3063 CATERPILLAR
???? CATERPILLAR
CRANE
1980 LINKBELT ROUGH TERRAIN
BOOM EXTENSION
2171 DROTT CRANE
A FRAME
PA VERS
2336 SLAW-KIV
2177 PAVERINGERSOLL
2406 PAVER CATAP-1055D
ROLLERS
3060 CATERPILLAR ROLLER
3117 CATERPILLAR UTILITY COMPACTOR
3118 WACKER ROLLER /walk behind
2275 80MAG ROLLER
2332 BOMAG ROLLER
2353 SAKAlROLLER
2241 IR SMOOTH ROLLER COMPACTOR
2242 lNGERSOLL PADFOOT ROLLER
2343 BOMAG ROLLER
2119 !R SMOOTH ROLLER COMPACTOR
2270 lNGERSOL RAND
3035 CATERPILLAR ROLLER
3061 CATERPILLAR ROLLER
3085 CATERPILLAR 9 WHEEL RUBBER
Page 4 of 12
HOURLYMODEL SIZE
BUCKfTSIZE/ BARE
OPERATED OTPAYLOAD OPERATED RATERENTAL RATE
210LE 14,500 1yd 31.00 176.00 146.00
210LE 14,500 fyd 31.00 116.00 146.00
S860 60" 19.00
S872 72" 79.00
5872 72" 19.00
SB72 72" 79.00
S872 72" 19.00
TOP35 500L8 18.50
304 1,000LB 25.00
T8425 1,100L8 28.00
T6425 1,100L8 28.00
HA20H8 6"-24" 12.50
H30 19.0
PC206 24" 50.00
PC9 24" 50.00
AP760 24" 50.00
CAT 48" 6.00
4 IN 1 72" 9.00
CAT 72" 9.00
40C 9.50
BR272 72" 11.50
S872 72" 19.00
SKIDSTEER 28.00
140M 43,950 14' 720.00 205.00 235.00
613 F11 33,650 13YD 90.00 175.00 205.00
RT8060 60 Ton 218.00 303.00 333.00
50.00
85RM2 4 Ton 24.00 109.00 739.00
25.00
DM5500 6'-10' 95.00 780.00 270.00
PF3120 15,800 8'-15' 149.00 234.00 264.00
AP-1055D 44,780 70'-18' 272.00 357.00 387.00
CBi4 2,415 33" 24.00 109.00 139.00
C824B 6, 003 47" 35.00 120.00 150.00
RD7H 7,829 25.5" 24.00 709.00 139.00
BW? 20AD 5, 952 48" 35.00 120.00 150.00
BW120AD 5,952 48" 35.00 720.00 150.00
S W320 7, 055 48" 35.00 120.00 150.00
SD77FB 16, 350 66" 43.00 128.00 158.00
SD77FB 16, 350 66" 43.00 128.00 158.00
BWi41AD-2 15,414 59" 38.00 723.00 753.00
SD70F6 75,330 66" 43.00 128.00 158.00
DD90 21,404 66" 47.00 732.00 162.00
CB54 23, 818 66" 47.00 132.00 162.00
CD54B '23, 525 66" 47.00 132.00 162.00
CW14 28,500 68" 45.00 130.00 160.00SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 34 of 86
Page 5 of 12
HOURLYEQU/P# EQU/PDESCR/PrION MODEL SIZE
BUCKET SIZE/ ARE OPERATED OTPAYLOAD aPERATED RATE
RENTAL RATE
COMPACTION EQUIPMENT
2151 VIBRATE PLATE MIKASA MVH-200 450 19.7" 21.00 706.00 136.00
2752 VIBRATE PLATE M/KASA MVH-200 450 79.7" 21.00 706.00 136.00
1874 VIBRATE PLATE MIKASA MVH-502 1, 202 27.6" 24.00 709.00 139.00
2126 VlBRATEPLATEMULTIQUIP MVH-502 1,202 27.6" 21.00 706.00 136.00
2164 VIBRATE PLATE MULTIQUIP MVH-502 1,202 27.6" 24.00 709.00 139.00
2207 VIBRATE PLATE MULTIQUIP MVH-502 1,202 27.6" 24.00 709.00 939.00
2221 MULTIQUIP RAMMAX walWbeh P33/24FC 2,998 33" 40.00 125.00 155.00
2222 MULTIQUIP RAMMAX wafWbeh P33/24FC 2,998 33" 40.00 125.00 155.00
2240 WACKER ROLLER WALK BEHIND RT82SC2 3,300 32" 40.00 125.00 155.40
WACKER/TAMPER MT74F 19.00 104.00 134.00
CRUSHING PLANT EQUIPMENT
1580 PORTABLE SCREEN EXTEC 50005 37, 500 40"X 33'
1998 BELT CONVEYOR FLECO 320 CD 7, 200 4yd Hopper
2360 METSO NORDBERG SCREEN ST620 60, 720 3 decks
i9'8'x5'i?"
2361 METSO NORDBERG CONE LT300HP 95,000 9 cu yard
2362 METSO NORDBERG JAW LT105 90,400 8-72 cu yard
2387 SUPERIOR RADIAL STACKER PRSC-S 15,400 30"X 60'
2386 MEGGA BAGGER MBT-2 3,700 2-1yd Hoppers
FORKLIFTS/SCISSOR LIFT
3102 TELENANDLER CAT TH255 73,000 55001ifr 54.00 !39.00 769.00
2279 TELEHANDLER JLG G9-43A 25,907 90001ift 64.00 149.00 179.00
2220 TELEHANDLER JLG G6-42A 20,400 60001ik 54.00 139.00 ?69.00
2239 TELEHANDLER JLG G6-42A 20,400 60001ift 54.00 139.00 169.00
1785 FORKLIFT CAT AM3Q 47, 760 30,000 liR 70.00 ?55.00 785.00
1786 FORKLIFT CAT V300B 42,280 30,000lift 56.00 141.00 171.00
ARROW/MESSAGE BOARDS
1509 ARROWBOARD-SOLAR WANCO 78.00
1788 ARROWBOARD-SOLAR AMIDA 18.00
1789 ARROWBOARD-SOLAR AM1DA 18.00
1800 ARROWBOARD-SOLAR WANCO 18.00
1801 ARROWBOARD-SOLAR WANCO 18.00
2390 MESSAGE BOARD WVT3 WVT3 20.00
2995 MESSAGE-SOLAR PREC PRECISION 20.00
2998 MESSAGE-SOLAR PREC PRECISION 20.00
2999 MESSAGE-SOLAR PREC PRECISION 20.00
3006 ARROWBOARD-SOLAR ECLIPSE 18.00
3007 ARROWBOARD-SOLAR ALAMOND 78.00
3008 ARROWBOARD-SOLAR ALAMOND 78.00
3009 ARROWBOARD-SOLAR ALAMOND 18.00
3039 ARROWBOARD-SOLAR SOLAR TECH 78.00
3099 ARROWBOARD-SOLAR FLATIRON 78.00
3100 ARROWBOARD-SOLAR FLATIRON 78.00
3101 ARROWSOARD-SOLAR FLATIRON 18.00
TRAFFIC CONTROL /DAILY
BARRICADES 1.50
BARRICADES W/Signs 3.00
BARRICADES W/Signs and Lighted 4.00
SOFT SIGN BARRICADES 79.00
IVO PARK BARRICADES 1.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 35 of 86
Page 6 of 12
EQUIP# BUCKfTS/Zf/ HOURLY
OPERATED OTEQUIPDESCRlPTlON MODEL S/Zf PAYLOAD
BARE OPERATED RATERENTAL RATE
DELINEATORS 1.00
CONES 1.00
STOP/SLOW PADELS 8.00
SHORING /DAILY RATE
Cylinder Ranae Color Code Daily Weekly Monthly
18"-27" Yellow $ 6.25 $ 31.00 $ 93.00
22"-36" Red $ 6.25 $ 31.00 $ 93.00
28"-46" Green $ 6.25 $ 31.00 $ 93.00
34"-55" Blue $ 6.75 $ 33.00 $ 99.00
42"-69" $ 6.75 $ 33.00 $ 99.00
52"-88" Brown $ 7.75 $ 38.00 $ 114.00
76"-112" Brown/Green $ 8.75 $ 43.00 $ 129.00
94"-130" Brown/Yellow ~u 9.25 $ 46.25 $ 138.00
108"-144" Black $ 9.75 $ 48.00 $ 144.00
12'-15' $ 15.00 $ 75.00 $ 225.00
12'-20' Long Shores Available
STEEL PLATES
7"X 4'X 4' 0.32
1"X 4'X 8' 0.38
7"X 4'X ?0' 0.44
1"X 5'X 5' 0.31
1"X 5'X 10' 0.44
1 "X 8' X 10' 0.75
1"X 8'X T5' 0.96
1"X 8'X 20' 1.44
i 1/2"X 8'X 20' 2,25
i 7/2" X 8' X 30' 3.13
7 1/2" X 10' X 30' 3.75
SHIELDS
8' X 8' Manhole boxes 7.50
10'X 10' Manhole boxes 8.75
4'X 14' Shield 3.75
4' X 20' Shield 5.00
4' X 24' Shield 7.50
4'X 28' Shield 1 D.00
6'X 14' Shield 4.60
6'X 20' Shield 6.25
6' X 24' Shield 8.75
6' X 28' Shield 17.25
8'X 14' Shield 6.25
8'X 20' Shield 10.00
8' X 24' Shield 12.50
8' X 28' Shield 15.00
8' X 30' Shield 17.50
8' X 32' Shield 21.25
1 D' X 14' Shield 7.50
10'X 20' Shield 12.50
10'X 24' Shield ~~,pp
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 36 of 86
EQUIP ~ EQUIP DESCRIPTION
10'X 28' Shield
10'X 30' Shield
10'X 32' Shield
12'X 14' Shield
12' X 20' Shield
12' X 24' Shield
72'X 28' Shield
72'X 30' Shield
92'X 32' Shield
10'
20'
K-RAIL
GENER,4TORS
3065 GENERATOR ONAN
3083 GENERATOR POWERPRO
3046 GENERATOR IR G40
3047 GENERATOR IR G40
1861 GENERATOR COLEMAN
3029 GENERATOR HOUSE GENERAL
PUMPS PORTABLE/TOWABLE
2233 4"GODWIN
2234 4" GODWIN
2137 4" GORMAN RUPP
2194 12" GODWIN
2213 4"MULTIQUIP
2214 4" MULTIQUIP
2215 4" MULTIQUIP
2072 6" GODWIN
1987 8" CASE
2" ELECTRIC SUBMERSIBLE PUMPS / 710v
3" TRASH PUMP PORTABLE/Honda engine
2"ELECTRIC SUBMERSIBLE PUMPS/220
3"ELECTRIC SUBMERSIBLE PUMPS
3" CENTRlFICAL PUMP PORTABLE/ Honda
4"ELECTRIC SUBMERSIBLE PUMPS
DCTR.4 SUCTION HOSE 25'
ECTRA SUCTION HOSE 25'
EXTRA DISCHARGE HOSE' 50'
EXTRA DISCHARGE HOSE 50'
F1RE HOSE 50'
FIRE HOSE 50'
HYDROSTATIC TEST PUMP
50' POWER CORD
TEMPORARY POWER BOX
LIGHT TOWERS
3025 LIGHT TOWER IR
3026 LIGHT TOWER IR
3048 LIGHT TOWER IR/DOOSAN
3049 LIGHT TOWER IR/DOOSAN
2997 PORTABLE LIGHT TOWER TEREX
3141 LIGHT TOWER IR/DOOSAN
Page 7 of 12
MODEL
7250
25
G40
G40
Q-PAC
SD080
CD103M
CD103M
14A2-TS2
CD300M
QP40TH
QP40TH
QP40TH
HL5M
6591 TA
SIZE BUCKET SIZE/
yBAREy OPERATED OT
PAYLOAD OPERATED RATERENTAL RATE
27.25
25.Oa
27.50
10.Oa
15.00
20.00
25.00
27.50
30.00
12.5KW
25KW
30KW
30KW
50KW
80KW
900gpm
900gpm
600gpm
6000gpm
400gpm
400gpm
400gpm
1450gpm
2300gpm
62gpm
85gpm
90gpm
120gpm
270gpm
500gpm
3"-6"
8"-12••
3"-6"
8"-12"
1 1/2"
2 1/2"
&11gpm
LSC-60FiZ 4.5kw
LSC-60HZ 4.5kw
LSC-60HZ 4.5kw
LSC-60HZ 4.5kw
6kw
LSC-60HZ 4.5kw
SEE PAGE 12 FORTERMSAND CONDITIONS
0.65
0.85
25.00
32.00
38.00
38.00
43.00
55.00
40.00
40.00
35.00
105.00
15.00
15.00
15.00
50.00
60.00
4.50
12.00
5.00
8.50
12. DO
14.00
5.00
8.00
5.00
8.00
3.00
4.00
10.50
3.00
3.00
20.00
20.00
26.00
26.00
20.00
26.00
2017-06-28 Item 8H 37 of 86
Page 8 of 12
HOURLYfQU/P#` EQU/PDESCRIPTION MODEL SIZE
BUCKETSIZf/ BARE OPERATED OT
PAYLOAD OPERATED {ZgTERENTAL RATE
3142 LIGHT TOWER IR/DOOSAN LSC-60HZ 4.5kw 26.00
3143 LIGHT TOWER IR/DOOSAN LSG60HZ 4.5kw 26.00
3144 LIGHT TOWER IR/DOOSAN LSGfiOHZ 4.5kw 26.00
AIR COMPRESSORS /AIR TOOLS
2043 COMPRESSOR-TOWING i85CFM 185cfm 44.00
2?13 COMPRESSOR-TOWING 185CFM 185cfm 44.00
2115 COMPRESSOR-TOWING 185CFM 185cfm 44.00
2120 COMPRESSOR-TOWING 185CFM 185chn 44.00
2278 COMPRESSOR AIRM PDS185S 185cfm 44.00
3020 TOWABLE COMPRESSOR IR 185cim 44.00
3021 TOWABLE COMPRESSOR IR 185cfm 44.00
AIR JACK HAMMERS/POWDER PUFF 30/60/90 4.50
CHIPPING GUNS 3.50
ELECTRIC HAMMER 60L8 10.00
MISCELLANEOUS
801 CEMENT MIXER 12. DO
1415 CEMENT MIXER 12.00
1426 CEMENT MIXER 12.00
30' CHAIN FALL $50 /DAY
HARNESS/YO-YO $10/DAY
3125 MfXER CONCRETE TRAILER (1 YD) $500 / YD
3129 MIXER CONCRETE TRAILER (1 YD) $500 / YD
1689 SHEEPSFOOT 5 X 5 18.00
1709 LEAK FINDER 12.00
7762 CHLORINATIONTR.4ILER 13.50
i 783 MOBILE OFFICE 12 X 60 12.00
1973 GRfNDER REMAX TOW BEHIND 4800 36"-48" 254.00
2004 LEAK FINDER 20.00
2982 CHLORINATION TRAILER 13.50
3016 MITYMITEBLOWER/TRAILER 12,000cfm 20" 20.00
3017 TREBOR MADE BLOWER /TRAILER 10,000cfm 18" 8.00
ASPHALT /CONCRETE EQUIPMENT
2328 CURS MACHINE POWER CURB BERM MILLER 50.00 135.00 165.002357 STRIPING MACHINE LINE LASER 3900 3900 25.00
3027 ZfEMAN TRAILER SEAL TANK w/1000 1000GAL 25.00
3033 LEE BOY TACK WAGON 5738 150GAL 50.00
CONCRETE VIBRATOR w/stinger 110V 5.00
CONCRETE VIBRATOR w/stinger HI-CYCLE HI-CYC 9.75
F~.,ar saws ~ saw r►tuc►cs2276 TRUCK FORD F550XLT F550 18000 50.00 135.00 165.002300 TRUCK FORD/STRIPER F450 15000 50.00 135.00 765.003036 HUSQVARNA FLAT SAW 46HP IS4600 45.00
3086 HUSQVARNA FLAT SAW 61 HP FS 6100 D 45.00
3066 DIAMOND 4 SPEED DRILL DR401 40.00
3? 19 DIAMOND 4 SPEED DRILL DR401 40.00
PARTNER/STIHL 12%14" CHOP SA W 650/750 8.50
SWEEPERS
3146 JOHNSTON FREIGHTLINER E5351 26,000 133.00 795.00 211.00
WATER TRUCKS /TOWER
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 38 of 86
Page 9 of 12
fQU/P# EQUIP DESCRIPTION
1901 WATER TRUCK
2763 WATER TRUCK
1534 WATER TRUCK
1567 WATER TRUCK
1902 WATER TRUCK
1655 WATER TRUCK
2313 500 WATER BUFFALO
3024 500 WATER BUFFALO
3034 500 WATER BUFFALO
3147 500 WATER BUFFALO
1984 WATER TOWER
SEMI TRUCK W/TRAILER
1768 TRUCK PETE ROLL OFF
2020 TRUCK PETE (SEE TRAILERS BELOW)
3050 TRUCK PETE 367 (SEE TRAILERS BELOW)
3051 TRUCK PETE 367 (SEE TRAILERS BELOW)
3704 TRUCK PETE 367 (SEE TRAILERS BELOW)
2264 TRUCK WESTERN STAR 4900SA (SEE TRAILERS BELOW)
7575 TRL LOWBED SIEBERT 5-AXLE
1692 TRL LOWBED SIEBERT JEEP 7-AXLE
2271 TRL LOWBED MURRAY 5-AXLE
2P7P TRL LOWBED MURRAY JEEP 7-AXLE 4 AXL
2403 TRL TRAIL KING BEAVER TAIL 2 AXLE
END DUMPS W/TRUCK
7665 1992 WESTERN MODEL END DUMP
1737 END DUMP REL TRACTOR/TRL
1985 EIVD DUMP HIGH SIDE WESTERN
2396 END DUMP HIGH SIDE WESTERN
SIDE DUMPS W/TRUCK
2393 SIDE DUMP TR,4ILERS THURSTON
2394 S1DE DUMP TR,4ILERS THURSTON
BOOSTER TRUCKS
2079 BOOSTER TRK PETE 357 SUPERDUMP
2716 BOOSTER TRK PETE 330 SUPERDUMP
2144 BOOSTER TRK PETE 379 SUPERDUMP
2145 BOOSTER TRK PETE 379 SUPERDUMP
2203 BOOSTER TRK WEST 4900FA
TRUCK AND TRANSFERS
7822 TRUCK &TRANSFER PETE
1938 TRUCK &TRANSFER PETE
3052 TRUCK &TRANSFER PETE 384
3055 TRUCK &TRANSFER PETE 384
3057 TRUCK &TRANSFER PETE 384
TEN WHEELERS / M1SC
BOBTAIL DUMP TRUCK
1892 DUMP TRUCK
1901 BOBTAIL FORD 6 YARD DUMP FORD 35,000
3054 BOBTAIL PETE 6 YARD DUMP 337 PETE 33,000
3108 TACK DUMP TRUCK PETE 567 30180 80, 000
SUPERINTENDENT TRUCKSSEE PAGE 12 FOR TERMS AND CONDITIONS
BUCKET SIZE/ HOURLY
OPERATED OTMODEL SIZE
pAVLOAD BARE OPERATED RATERENTAL {ZpTE
FORD 35,000 2000GAL 50.00 112.00 128.00
lNTERNAT 35, 000 2500GAL 50.00 112.00 128.00
AUTO CAR 54,000 4000GAL 60.00 122.00 138.00
FORD 54,000 4000GAL 60.00 122.00 138.00
FORD 54,000 4000GAL 60.00 922.00 138.00
INTERNAT 54,000 5000GAL 70.00 132.00 148.00
MILLER TR,4ILER 500GAL 14.00
DEMCO TRAILER 500GAL 14.00
EXP500 TRAILER 500GAL 14.00
HLT TRAILER 500GAL 14.00
GLENDALE TRAILER 12,000GAL 17.00
19,800 80,000 95.00 157.00 173.00
20,660 80,000
20,800 80,000
20, 800 80, 000
20, 800 80, 000
22, 000 80, 000
79,960 110,000 125.00 187.00 203.00
16,620 120,000 140.00 202.00 218.00
19, 450 170, 000 125.00 187.00 203.00
17, 530 720, 000 140.00 202.00 218.00
20, 280 70, 000 110.00 172. DO 188.00
17,400 80,000 100.00 162.00 178.00
18,800 80,000 100.00 762.00 778.00
20, 000 80, 000 110.00 172.00 788.00
20, D00 80, 000 710.00 172.00 188.00
062.00 78.00
75,520 80,000 44,400 110.00 172.00 188.00
15,520 80,000 44,400 110.00 172.00 188.00
24,400 66,000 700.00 162.00 178.00
26, 000 66, 000 100.00 162.00 178.00
25, 850 66, 000 100.00 162.00 178.00
25,800 66,000 700.00 162.00 178.00
24,900 66,000 100.00 162.00 178.00
29, 040 80, 000 50, 960 95.00 157.00 773.00
30, 800 80, 000 49, 200 95.00 157.00 173.00
30, 380 80, 000 49, 620 95.00 157.00 173.00
30,180 80, 000 49, 820 95.00 157.00 173.00
30180 80,000 49820 95.00 757.00 173.00
95.00 157.00 7 73.00
95.00 157.00 173.00
95.00 157.00 ?73.00
49820 95.00 157.00 173.00
2017-06-28 Item 8H 39 of 86
Page 10 of 12
BUCKETS/ZE/ HOURLY
OPERATED OTEQUIP# EQUlPDESCR/PTlON MODEL SIZE pAYLDAD
BARE OPERATES RATERENTAL RATE
2276 TRK CHEV QUAD 4WD 2500HD 9,200 44.00
2217 TRK CHEV QUAD 4WD 2500HD 9,200 44.00
2218 TRK CHEV QUAD 4WD 2500ND 9,200 44.00
2238 FORD TRK SUPERDUTY F350 11,000 44.00
2295 TRK CHEVY SILVERADO 2500HD 9, 200 44.00
2296 TRK CHEVY SlLVERADO 2500HD 9, 200 44.00
3076 TRK GMC SIERRA C1500 5,058 44.00
2299 TRK CNEVY SILVERADO SAFETY 2500ND 9, 200 44.00
3126 GMC SIERRA CREW CAB 1500 7,200 44.00
3127 GMC SIERRA CREW CAB 1500 7,200 44.00
3738 GMC DENALI 1500 7,200 44.00
3139 GMC DENAL! 7500 7,200 44.00
ESTIMATING VEHICLES
3105 GMC YUKON XL GMC 5, 820 44.00
2407 FORD FOCUS FOCUS 2,960 35.00
3092 CHEVY CRUZE CHEVROLET 3, 084 35.00
3093 CHEW CRUZE CHEVROLET 3,084 35.00
3094 CHEW CRUZE CHEVROLET 3,084 35.00
3095 CNEVYCRUZE CHEVROLET 3,084 35.00
3096 CHEVYCRUZE CHEVROLET 3,084 35.00
3097 CHEW CRUZE CHEVROLET 3,084 35.00
FOREMANS TRUCKS
2?23 FOREMAN TRKFORD UTILITY F450 15,000 44.00
2146 FOREMAN TRK FORD UTILITY F450 15,000 44.00
2149 FOREMAN TRK FORD UTILITY F450 15,000 44.00
2150 FOREMAN TRK FORD UTILITY F450 75,000 44.00
2184 FOREMAN TRK FORD UT1Ll N F450 15, 000 44.00
2185 FOREMAN TRK FORD UTILITY F450 ?5,000 44.00
2186 FOREMAN TRK FORD UTILITY F450 15, 000 44.00
2190 FOREMAN TRK FORD UTILITY F450 ?5,000 44.00
2191 FOREMAN TRKFORD UTILITY F450 15,000 44.00
2192 FOREMAN TRK FORD UTILlN F450 75,000 44.00
3041 FOREMAN TRKDODGE UT1LlTY 4500 26,000 44.00
3042 FOREMAN TRK DODGE UTIL1lY 4500 26,000 44.00
3043 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00
3044 FOREMAN TRKDODGE UTILfTY 4500 26,000 44.00
3045 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00
3077 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.00
3078 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00
3079 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00
3080 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.00
3087 FOREMAN TRK DODGE UTILITY 4500 26,000 44.00
3082 FOREMAN TRKDODGE UTILITY 4500 26,000 44.00
3730 FOREMAN TRK CHEVY UTILITY 3500 19,000 44.00
3131 FOREMAN TRK CNEVY UTILITY 3500 19, 000 44.00
3132 FOREMAN TRK CHEVY UTILITY 3500 19, 000 44.00
3133 FOREMAN TRK CNEVY UTfUTY 3500 19, 000 44.00
BOXBUILDER TRUCK
2225 BOXBUILDER TRK FORD F450 15,000 40.00
1943 BOXBUfLDER TRK FORD F450 75,000 40.00SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 40 of 86
Page 11 of 12
BUCKETS/7E/ HOURLY
OPERATED OTEQUIPA` EQUIPDESCR/PT10N MODEL S/ZE PAYLOAD
BARE OPERATED RATERENTAL RATE
2315 BOXBUILDER TRK FORD F450 15,000 40.00
JOBSlTE TRUCK W /MIXER
1899 TRUCK FLATBED W/MIXER F450 15,000 15.00
1944 BOXBUlLDER W/MIXER F450 15,000 40.00
CONE/SIGN TRUCKS
1948 CONE/SlGN TRK DODGE 3500 ?5,000 40.00
2038 CONE/SIGN TRK DODGE 3500 15,000 40.00
MAINTENANCE /WELDER TRUCKS
1900 TRUCK-WELDER FORD F450 75,000 77.00 762.00 792.00
2257 FUEL TRUCK PETE PETE 357 70,000 161.00 246.00 276.00
2305 WELDER TRUCK FORD F550 78,000 77.00 762.00 792.00
2993 WELDER TRUCK FORD F350 15, 000 77.00 162.00 192.00
3?07 TRUCK-MECHANIC 337 PETE 33,000 90.00 175.00 205.00
COMPRESSOR TRUCK W/DUMP
1724 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00
1725 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00
1726 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00
7 727 COMPRESSOR DUMP TRK GMC 185CFM 26, 000 90.00 752.00 168.00
rR,aicERs712 JOBSITE TRAILER 8' X 23' 70 12.00
1635 JOBSITE TRAILER CC-20961 5553 12.00
1991 FLATBED TRAILER UTIL FLATBED 1588 12.00
2000 JOB SITE TRAILER BROW VAN 10860 12.00
2009 JOB SITE TRAILER M1LL VAN 10860 12.00
2069 JOB TRAILER 5000 12.00
2070 JOB TRAILER #2 3000 12.OQ
2071 JOB TRAILER #3 5000 12.00
2096 JOB CLEAN UP TRAILER HOME 2530 72.00
2256 TRAJLER T2K5 UTIL 550 78.00
2311 TRAILER 27" VAN 10860 72.00
2325 TRAILER NEAL FB 1500 10.00
2326 TRAILER ZEMA TILT TRL 2 AX 7800 10.00
2331 TR.4lLER ZEMA 7,500 10.00
2337 TRAlLKING TK20 20 20,000 78.00
2346 TR,4ILERZEMA 70,000 10.00
2383 TRAILERAROS 7,500 10.00
3010 JOBSITE TRAILER CONNIX 10,000 12.00
301 T JOBSITE TRAILER CONNEX 10, 000 12.00
3012 JOBSITE TR,4ILER 20, 000 72.00
3013 JOBSITETR.4ILER 20,000 12.00
3014 BIG TEX TRAILER 10,000 10.00
3062 ZIEMANTRAILER 20,000 12.00
LABOR
SUPERlNTENDANT W/TRUCK 148.00
SUPERINTENDANT W/O TRUCK 104.00
FOREMAN W/TRUCK 139.00
FOREMAN W/O TRUCK 95.00
CARPENTER W/TRUCK 771.00
CARPEfYTER W/0 TRUCK 71.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-06-28 Item 8H 41 of 86
EQU/P#' fQUlP DESCRlPT/ON
MECHANIC/WELDER W/1'RUCK
MECHANIC/WELDER W/O TRUCK
OPERATOR
OILER
LEADMAN
PIPELAYER
LABORl80XBUILDER HELPER
TRUCK DRIVER
ADMIN /OFFICE
PROJECT MANAGER /ESTIMATOR
PROJECT STAFF ENGINEER
SHOP MACHINIST /WELDER FABRICATION
SHOP LABOR
SHOP MECHANIC
Page 12 of 12
BUCKET SIZE/ HOURLY
OPERATED OTMODEL SIZE PAYLOAD
BARE OPERATED {2pTERENTAL RATE
162.00
85.00
85.00
82.00
63.00
62.00
61.00
62.Q0
85.00
115.00
85.00
110.00
65.00
95.00
OVERTIME LABOR
OT SUPERINTENDANT W/TRUCK
OT SUPERINTENDANT W/0 TRUCK
OT FOREMAN W/TRUCK
OT FOREMAN W/O TRUCK
OT CARPENTER WlfRUCK
OT CARPENTER
OT MECHANIC./WELDER W/TRUCK
OT MECHANIC/WELDER W/O TRK
OT OPERATOR
OT OILER
OTLEADMAN
OT PIPELAYER
OT LABORER/BOX BUILDER HELPER
OT TRUCK DRIVER
1/2 OT RATE PM
PM RATE SUPERINTENDANT W/TRK
PM RATE SUPERINTENDANT W/O TRK
PM RATE FOREMAN W/TRUCK
PM FZATE FOREMAN W/O TRUCK
PM RATE MECHANIC/WELDER W/TRK
PM MECHANIC/WELDER W/O TRK
PM R,4TE CARPENTER W/TRK
PM RATE CARPENTER W/0 TRUCK
PM RATE OPERATOR
PM RATE OILER
PM RATE LEADMAN
PM RATE PIPELAYER
PM RATE LABORER/BB HELPER
PM RATE TRUCK DRIVER
TERMS AND CONDITIONSi.Mark up + overhead of 10% will be added to al! labor, equipment, materials and
subcontractors.
2. These T&M rates are subject to change at any time without notice.
Signed:
Austin Cameron, President Date: 3~j~~~
5EE PAGE 12 FOR TERMS AND CONDITIONS
199.00
155.00
185.00
141.00
137.00
97.00
?92.00
115.00
1?5.00
1?0.00
84.00
83.00
81.00
78.00
88.00
44.00
84.00
40.00
129.00
52.00
81.00
41.00
52.00
51.00
39.00
39.00
38.00
45.00
2017-06-28 Item 8H 42 of 86
ATTACHMENT B
Emergency Repair of Lone Jack Road; Project CX17B
INVOICES
TC CONSTRUCTION CO., INC INVOICE DATED 4.18.2017 $256,824.64TC CONSTRUCTION CO., INC INVOICE DATED 4.27.2017 $ 25,826.90
TOTAL INVOICES $282,651.54
2017-06-28 Item 8H 43 of 86
CITY OF ENCINITAS
Check Payable To:
Address:
SANTEE, CA
TC CONSTRUCTION CO., INC.
10540 PROSPECT AVE.
92071 OFFICE: 619-448-4560
Vendor No. 4690
Check if Misc. Vendor
CITY
New Vendor? Yes
I.D.
Notes:
STATE ZIPNo If Yes and not incorporated please enter Social Security # or Talc
2017ENG038 (not complete iyZ Murzis until contract is signed)LONE JACK EMERGENCY ROAD REPAIR
BRIEF DESCRIPTION AMOUNT INV. # INVC(25 Characters limit) DATE
MM/DD
CX17B-402101-CONSTFYI7 PAYMENT 1 $ 256,824.64 17-007-1 3/31CX17B-402101-CONSTFYI7 PAYMENT 2 $ 25,826.90 17-007- 5/1
TOTAL ~ $282,651.54
I HEREBY CERTIFY THAT THIS CLAIM REPRESENTS A
JUST CHARGE AGAINST THE CITY OF ENCINITAS
REQUESTED BY:
DEPARTMENT APPROVAL
DATE OF REQUEST 5/1/2 17
DATE CHECK REQUIRED
APPROVED FOR PAYMENT
FINANCE
DATE
2017-06-28 Item 8H 44 of 86
REQUEST FOR PAYMENT
From: TC Construction Company, In
c~~~e~~~~t~~~i
To:
CITY OF ENCINITAS
TC Job #
17-007
10540 PROSPECT AVE
505 S. Vulcan Avenue
17-007 /Emergency Roadway Repair
SANTEE, CA 92071
iEncinitas, CA 92024
Invoice
27652
Invoice date:
3/3112017
Contract For:
~~mna^y
Requ
est fo
r pa
ymen
t:Original contract amount
$0.00
Approved changes
$256,824.64
Revised contract amount
$256,824.64
Contract completed to date
$256,824.64
Add-ons to date
$0.00
Taxes to date
$0.00
Less Retainage
$0.00
Total completed less Retainage
$256,824.64
Less previous requests
$0.00
Current request for payment
$256,824.64
Current
billing
$256,824.64
Current additional charges
$0.00
Current tax
$0.00
Less current Retainage
$0.00
u
nt am unt du
5256,824.64
Remaining contract to
bill
$0.00 ~l lgf~7
2017-06-28 Item 8H 45 of 86
Project:
17-007 /Emergency Roadway Repair
REQUEST FOR PAYMENT DETAIL
Invoice 27652
Period End
ing Da
te:
Detail Pag
e 2
CONTRACTED
CURRENT
TOTAL TO DATE
Item
De
scri
ptio
n Un
it of
Bid
Unit
Amount
Quantity
Amount
Quantity
Amount
Unit
s to
ID
Meas
ure
Quan
tity
Price
Fini
sh
Emergency Roadway Re
pair
0.00
T8M Wor
k 0.00
TC Cha
nge Re
ques
t No
.1
0.00
TC1/
T&M 64
161
LS
1.00
2,79
8.62
2,
798.
62
1.00
2,79
8.62
1.00
2,798.62
TCt/
T8M 64163
LS
1.00
6,636.44
6,636.44
1.00
6,636.44
1.00
6,636.44
TCII
TBM 64164
LS
1 ~~
~ 5,807.23
5,80
7.23
1.00
5,807.23
1.00
5,807.23
TC1/T&M64t67
LS
1•~~
91.5
2 91
.52
1.00
91.52
1.00
91.52
TC1/
T8M 64
168
LS
1.00
3.253.03
3,253.03
1.00
3,253.03
1.00
3,253.03
TC1f
f8M 64169
LS
1.~~
38,594.81
38,594.81
1.00
38,594.81
1.00
38,594.81
7CtIT&M 64
170
LS
1 •~0
12,034.91
12,0
34.9
1 1.00
12,0
34.9
1 1.00
12,0
34.9
1TC
1lT8
M 64
171
LS
1.00
2,18
2.62
2,
182.
62
1.Q0
2.18
2.62
1.00
2,18
2.62
TC1/
TSM6
4172
LS
1.44
2,
182.
62
2,182.62
1.00
2,18
2.62
1.00
2,18
2.62
TC1/
T8M 64
173
LS
1.00
17,696.06
17,696.06
1.00
17,696.06
1.00
17,696.06
TC1l
T&M 64174
LS
1.00
11,021.37
11,0
21.3
7 1.00
11,021.37
1.00
11,021.37
TC1/
T8M 64
303
LS
1.00
12,540.94
12,540.94
1.00
12,5
40.9
4 1.00
12,5
40.9
4TC
1lf8
M 64304
LS
1.00
14,305.68
14,3
05.6
8 1.00
14,305.68
1.00
14,3
05.6
8TC
1lT8
M 64305
LS
1.00
26,508.31
26,508.31
1.00
26,5Q8.31
1.00
26,508.31
TC1/
7&M 64
306
LS
1.44
1,706.32
1,706.32
1.00
1,706.32
1.00
1,706.32
TC7l
f&M e4299
LS
1.D0
959.
20
959.
20
1.00
959.
20
1.00
959.
20TC
i/T8
M 64
294
LS
1.00
23,499.52
23,499.52
1.00
23,4
99.52
1.00
23,499.52
TCi1
T8M 64
307
LS
1.00
15,912.22
15,912.22
1.00
15,912.22
1.00
15,912.22
TC1/T8M64296
LS
1•~~
38,089.43
38,089.43
1.00
38,089.43
1.00
38,0
89.4
3TC
1/T8
M 64308
LS
1.00
6,030.92
6,030.92
1.00
6,030.92
1.00
6,030.92
TCt~T'8M64309
LS
1~~~
3,638.91
3,638.91
1.00
3,638.91
1.00
3,638.91
7Ct/T&M 64
214
LS
~ 1.00
11,333.96
11,333.96
1.00
11,333.96
1.00
11,333.96
Tota
ls
256,
824.
64
256,824.64
256,824.64
x256,825
7
2017-06-28 Item 8H 46 of 86
Chec
klis
t JTD Cost
$257
,15I
.~#
1Proof Billing -The Qua
ntit
y bi
lled
by line items on the
Dra
ft bil
l needs to agree to the Q
-she
et.
_OwnerlGC's Contract or
PO Number is written on Page one of invoice and com
miti
ng document is attached
necesary. (PO, Sch
edul
e of Values, LMA, et
c...
)JTD Billed is Gre
ater
tha
n JTD Cost
If not ask
est
imat
or for explanation
Esti
mato
r was given a cop
y of
Cur
rent
Bit
ing an
d CuRent Costs
Orig
inal
Contract Agree to Qwner\GC
_Ali change ord
ers are entered per th
e OwnerlGC paperwork
If not please no
te on Change ord
er log and we will approve when paid.
Rele
ases
are fil
led ou
t pr
oper
ly (Check throughly) and att
ache
d (if po
ssib
le)
All sub and sec
onda
ry vendors releases are requested
All de
duct
ive change ord
er are offset ag
ains
t th
e or
igin
al line
item
sPl
ease
enter due dale of
bil
ling
Bill all
T&M's entered on invoice
Can Retention Be Reduced per con
trac
tAmounts bil
led do not exceed contracted
Clos
e Commitments or place ve
ndor
on hol
d if al
l Job site re
quir
emen
ts are not met.
_Attach owner billing forms or af
favi
dit'
Is there Wrap Up Insurance Cre
dit
Does thi
s billing re
quir
e owner supplied releases
Cert
ifie
d Pa
yrol
l 8 AP Reports (i
f req
uire
d) are att
ache
d to
bil
ling
_If a # 3 or 4 release is attached, be spe
cifi
c in des
crib
ing th
e project for which we are rel
easi
ng rights. A
dditionally
pres
ent change ord
er log and AR Aging showing $0 out
stan
ding
, or inc
lude
unpaid or unapprove change ord
er amounts
on rel
ease
.
2017-06-28 Item 8H 47 of 86
CHANGE REQUESTinstruction
N~. 2TC Construction Company, Inc.Corporate Office REVISION 010540 Prospect AvenueSantee, CA 92071
Phone: 619-448-4560company Fax: 619-258-9751
To: CITY OF ENC[NITAS505 SOUTH VULCAN AVENUEENCIrR7:4S, CA 92024Ph:760-633-2606 Fax:760-633-2627
Job: 17-007 Emergence Road~~•ay RepairDate: 4/?7/I 7
Description: Tb;:M Traffic control for Sharidan Design -stamp horse crossing on Lone Jack Rd &Fortuna Rd
Reason: TR:M WORK
We are pleased to offer the follo~vin~ specifications and pricing to make the following changes:
Page 1 of I
2017-06-28 Item 8H 48 of 86
TIME AND MATERIAL REPORT ~ 4 3 a 1
construction ForOificeUseOnly— --
DEVELOPER __C~~-_~... ~~C-1►~ ~ _i~~ __.—_—_ DATE y_-20._~_~ Foreman __ ..--. _._ _p~ ,Field CoordJOB NAME _ . ~ __. .. ----- ---- — _ JOB NO I '? " ~ ~..._._
DEVELOPER'S P.O. # __ Sup-- - -_
DESCRIPTION OF WORK PERFORMED PresN
?~A~~L _~g~.~wo\ ~o.._ S~CYI~.lit~) ~~V1~lA ~tSo ~~ Purch
'~1 ~ S ~'A~~~ ~~3~.Y~.$Sl~t4~1~_~adi-~'~t{~Q ~ d- _ EST
company pREM1UM TIME ONLY YES — NO—__..
I. LABOR PREVAILING WAGE: YES NO.~_ HOURS ~ ~ '• •' • •
PfAME CLASSIFICATION REG OT RATE REG RATE UT TOTA€~S
~. - _
11. TC EGIUIPMENTNC3. r [}ESCRIPTION
TOTAL ' / '~$~ ̀,OILER REG OT RATE REG RATE OT ~Tf~TALS
'~ _1—`~ 1. 1, — / ~, l , ----- r~~,,' t'2 , .- __
__ ~ -
III. MATERIALS OR RENTED EQUIPMENT-_
,.~~.. - — ...tom-,'_~ -'~: '~~ - r
~'"'''~.'~i~~ ~~: ~~~~
~AMAGEQ BY.--- -- — --..DEVELOPER COMMENT _.
TC FOREMAN DEVELOPER APPROVAL
ORIGINAL
1~ 2 ~~ _._....Ut~~iT PRIG TC~iA! S
t. --- ~~~-icy y~Y~:~~.~ ~
.fir', ~3 ~._._ .~6~~~--
SUBTOTAL .?,~✓'~"~ --TAX ----'
_-- TOTAL
TC CONSTRUCTION CO., INC.10540 PROSPECT AVENUESANTEE, CA 92071 (619) 448-4560
_ FAX (619) 258-9751
2017-06-28 Item 8H 49 of 86
~R~~tT CE~K
SHARIDEN DESIGN ASPHALT, INC.P.O. Box 285Alpine, CA 91903
aiu To
T.C. Construction.Art Hernandez
ASR 7 1X017
-~-Q~ '~..1
Invoice
Date Invoice #
~~ ~V
P.O. No. Project~~
Lone Jack ~ Fortuna...
Item Description Quantify Rate Amount
Traffic Patterns XD (Lone Jack R Fortuna Ranchinstallation 4!20!2017
7R4FFIC PA7TE... Rehzat asphalt installed by others. Install Traffic 764 23.29188 17,791.00Fommla XD (minimum thickness of 1 ~0 mis)Traffic Pattzms is a durable przformed thermoplasticpa~~ement marking material used primaril}~ for streeucapeand traffic calming.Pattern: Random Stone ~~~ith Running Bond BrickBorderColor: Cocoa
PRE h4ARK Option :Install Pre Mazk I1~ermoplastic 12" n~hite lib ] 0.869 7 L~00.00Striping on out side of }~D \~l~alls( Additional S 1,00.00 )
CH.~i~GE ORDER O~~er time Charee (7 men n~~o additional hours) 968.00 968.00
TR4FFIC CONT... TRAFFIC COTTROL BY OT}~RS
PUBLIC PREVAI... Yes
LT'ION Shaziden is a Member of Local Labor Union !I 18~1
SHARIDEN DESIGN ASPHALT, INC.Phone: 619.445.3611Fax: 619.445.3642Email: [email protected]: sharidendesignasphait.com
Total $20.263.00
Balance Due ~~0,263.00Customer Total Balance $0.263.00
2017-06-28 Item 8H 50 of 86
'.~c:t~couM~~-soap.m.-[Nar29lfi.2iS117~i3en,ekExp[ores •e+.Mw3►+MR~!~-~4~awr,r..~7u.,~N,~wM,N~ Mme ,,.:.-~~ [~rw`=u~i7r
,~ ... gmn :us.corrt :̂.'.c» ~ ~;,.cx.ph;,i. ,x ~c-r8td p d=1del
yL.,.{ rntitled, "A Resolurion of tlx City Council of the City o£Encinitas
_', ~ , , r t ~y~ ', ?,mending the Fiscal Year 201 G I7 Adopted Budget" authonzine as ~,.,,., f~yp addinonal appropruhoa of S 39,800 (Attachment 3).
'~' ?Ql',-9i-~9Item lOB Emtreenc~ - ~4laachester
~ _ ~ s + ~~~y Cl'nrb: - Lonc Jack Road Revs¢ - Construction and In~pecnonContracts. Contact Peon. Deputy Duecmr of En¢interinz Deane
1}Authorize tha Public \l`orks Director, or his desi~ee, m cowultationKith ifie Cm Attorney, io executz a conmtt, and anc azczssart°amendmems, task ordzrs and duce extenswas, n'ith'I'C Construction, Inc.(.4ttachmrnt 1) for consssuacen ~~ark relazed to the emugenc~ repair on
lOC. Lone Jack Road; 2} Authonze the Pubic L~'mlcs Diractor, or hss desigvee,in consultzrion tivtth the City• Attorney, to execute an aznandanant. nzthGmgacifica (4tfachmrnt 2), in an amount not to exceed 518,$40 farinspection work related ro the emergarcy repair on Lone JacL Road; and 3)Adopt Gity Council Resolution No. ?01?•20 mhtled, "A Resoluhan aftheCity Council of the City ofEaciniraz Ammdmg the Fvscai Year ?D16-17Adapud &udget" authanziag an addiuona! appropriation of 54 47.300(Attachment 3).
~' ?.61 ?-03i9 [trm 1 M' F.hmwr:u:v - Laan Jack~~ .
~rgposzd reor~aruzation_and_persgnnel ~haagey_~ the Public_~orlts,
• 1. CALL TO ORDER P~a"n'i'..€_d~.5 Buildsgg ,City,~fuaa~er City C1efi..mid Pads.. ~. Recreationn L7c :artmrnts. Contact Person: Human ltesourc~s 44fl cr Uun h~
• 2. ROLL CALL
Suff recommends that the City Couaul~ 1) Appcoce the first reading ofna_____ ~ni. -r n_~ _~_~. ~~.n._Ma"'__. _:..w. r.~.rY.__:~. _r.a._.r:__..
~ 106'4
2017-06-28 Item 8H 51 of 86
Cit CouncilyMEETING DATE: March 29, 2017
PREPARED BY:
DEPARTMENT:
Ed Deane, DeputyDirector, Engineering
Public Works
INTERIM DEPTDIRECTOR:
CITY MANAGER
James G. Ross
Karen P. Brunt
SUBJECT:
EMERGENCY WORK —LONE JACK ROAD REPAIR —CONSTRUCTION AND INSPECTIONCONTRACTS
RECOMMENDED ACTION:
1. Authorize the Public Works Director, or his designee, in consultation with the CityAttorney, to execute a contract, and any necessary amendments, task orders and timeextensions, with TC Construction, Inc. (Attachment 1) for construction work related to theemergency repair on Lone Jack Road.
2. Authorize the Public Works Director, or his designee, in consultation with the CityAttorney, to execute an amendment, with Geopacifica (Attachment 2}, in an amount notto exceed $18,800 for inspection work related to the emergency repair on Lone JackRoad.
3. Adopt City Council Resolution No. 2017-20 entitled, "A Resolution of the City Council ofthe City of Encinitas Amending the Fiscal Year 2Q16-17 Adopted Budget" authorizing anadditional appropriation of $447,300 (Attachment 3).
STRATEGIC PLAN:
The project aligns with the Public Safety Focus Area by creating a safe and secure environmentfor citizens and businesses throughout the City.
FISCAL CON5IDERATIONS:
The fiscal impact associated with the staff recommendation requires an increase to the currentapproved General Fund budget in the amount of $447,300.
Final Estimated Time and Materials by TC Construction, Inc.GeopacificaContingency (15%)Total
$370,000$ 18,80058 50Q
$447,300
2017-03-29 Item 10C 1 of 35
2017-06-28 Item 8H 52 of 86
BACKGROUND:
On the morning of March 1, 2017, engineering staff was made aware of a road failure on LoneJack Road in the community of Olivenhain. Several weeks of heavy rain caused thegroundwater level to rise up to the surface to the point that pressure forced the groundwater toexit the pavement on Lone Jack Road and Fortuna Ranch Road. Continuous flow ofgroundwater has been coming out of pavement, out of water valve covers, and along the edgesof manholes on those streets. This significant amount of surface flow along with the over-saturated subgrade, has led to a significant road failure on Lone Jack Road, and the potentialfor failure on Fortuna Ranch Road. On March 1, 2017 a construction dump truck travelingsouthbound on Lone Jack Road between Bella Collina and Fortuna Ranch Road came to anabrupt stop, broke through the asphalt surface and sank 10 inches into the oversaturatedsubgrade. This incident highlighted the public safety hazard that existed on Lone Jack Roadand Fortuna Ranch Road due to the impact of high ground water flows. A pavement failurerelated to the high groundwater elevation also has a high probability of occurring on FortunaRanch Road. The timing of these types of failures is difficult to predict, but efforts to remediatethe groundwater problem prior to the failure assures the safety of the traveling public.
This situation met the definition of an emergency per the State Public Contract Code section1102, and an emergency declaration was signed by the City Manager on March 3, 2017(Attachment 4).
ANALYSIS:
The scope of work necessary to address the situation included excavating and hauling away theexisting damaged asphalt pavement and oversaturated subgrade, installing a perforatedsubdrain to drain the groundwater to an adjacent drainage channel, and installation of new baseand asphalt pavement.
TC Construction was selected based on their history of working with the City and have thenecessary experience, equipment and personnel, required to successfully execute a project ofthis magnitude and complexity.
ENVIRONMENTAL CONSIDERATIONS:
The action being considered by the City Council is exempt from the California EnvironmentalQuality Act (CEQA) because it is not a "project" per Section 15378(b)(5) of the CEQAGuidelines. The action involves an organizational or administrative activity of government thatwill not result in the direct or indirect physical change in the environment.
This item is not related to the Climate Action Plan.
ATTACHMENTS:
1. Contract for Construction Services between the City of Encinitas and TC Construction,Inc.
2. Amendment #7 to Agreement for Professional Consulting Services between the City ofEncinitas and Geopacifica
3. City Council Resolution No. 2017-20 entitled, "A Resolution of the City Council of theCity of Encinitas Amending the Fiscal Year 2016-17 Adopted Budget"
4. Emergency Declaration memo, dated March 3, 20175. Summary of Budgetary Fund Balance
2017-03-29 Item 10C Z of 35
2017-06-28 Item 8H 53 of 86
ATTACHMENT 1
CONTRACT FOR THECONSTRUCTION OF A PUBLIC WORKS
EMERGENCY PROJECT CX17B
THIS CONTRACT is made and entered into by and between the CITY ofEncinitas, a municipal corporation, hereinafter referred to as "CITY", and TCConstruction Company, Inc., hereinafter referred to as "CONTRACTOR".
RECITALS
WHEREAS, the subject site is located at Lone Jack Rd., south of Fortuna Ranch Rd.;and,
WHEREAS, recent rains have caused the ground water to rise and the subgradeof the road to be compromised to the point where truck sunk into the roadbed; and,
WHEREAS, the repair of this road failure constitutes an "Emergency", as definedby Public Contract Code §1102 since this erosion is a "sudden, unexpected occurrencethat poses a clear and imminent danger" to the integrity of a critical road that providesthe only access to the Olivenhain area of Encinitas, "requiring immediate action toprevent or mitigate the loss of impairment of life, health, property, or essential publicservices"; and,
WHEREAS, City requires a general contractor to perform the repairs as anemergency project generally described as:
Emergency Repair of Lone Jack Road; Project CX17B, and,
WHEREAS, Contractor represents itself as possessing the necessary skills andqualifications to construct the emergency project required by the City and possessingthe required Contractors license;
NOW THEREFORE, in consideration of these recitals and the mutual covenantscontained herein, City and Contractor agree as follows:
1.D CONTRACTOR'S OBLIGATIONS
1.1 CONTRACTOR shall construct the project in conformance with therequirements set forth in Attachment A, which is attached hereto and incorporatedherein as though fully set forth at length; and which will hereinafter be referred to as"PROJECT".
1.2 The CONTRACTOR shall perform all work required to construct thePROJECT in conformity with applicable requirements of all City, State, and federal laws.
1.3 The CONTRACTOR is hired to render professional services and anypayments made to CONTRACTOR are compensation fully for such services.
2017-03-29 Item 10C 3 of 35
2017-06-28 Item 8H 54 of 86
1.4 CONTRACTOR shall maintain throughout the full term of this CONTRACTall professional certifications and licenses required in order to comply with all City,State, and federal laws in the performance of this CONTRACT.
1.5 The CONTRACTOR shall pay to all laborers and mechanics employed onthe project not less than the State prevailing wage rate as determined by the Director ofIndustrial Relations of the State of California. See, Labor Code Sections 172Q et seq.and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 etseq. ("Prevailing Wage Laws")
3.0 PAYMENT FOR SERVICES
Payment for CONTRACTOR's work to be rendered hereunder shall be in accordancewith the provisions that are standard for the industry, subject to the unit prices reflectedin CONTRACTOR`S emergency rates (Attached herein) or for other items shall be billedand paid for on a Time and Materials basis, as appropriate.
3.5 SECURITY FAR CONTRACTOR'S PROMISE TO PERFORM — NOTAPPLICABLE
4.0 TERM OF CONTRACT
4.1 This CONTRACT shall be immediately effective on and from the day, monthand year of its execution by CITY.
4.2 CONTRACTOR has commenced with the construction of the PROJECT.
4.3 CONTRACTOR shall fully complete the performance of this contact within 5working days from the date of this contract.
5.0 TERMINATION OF CONTRACT
In the event of the CONTRACTOR'S failure to prosecute, deliver, or perform the work asprovided for in this CONTRACT, the CITY may terminate this CONTRACT by notifying theCONTRACTOR by certified mail of said termination.
6.0 STATUS OF CONTRACTOR
The CONTRACTOR shall perform the services provided for herein in a manner ofCONTRACTOR's own choice, as an independent contractor and in pursuit ofCONTRACTOR's independent calling, and not as an employee of the CITY.CONTRACTOR shall be under control of the CITY only as to the result to beaccomplished and the personnel assigned to the project. However, CONTRACTORshall confer with the CITY as required to perform this CONTRACT.
7.0 SUBCONTRACTING
2017-03-29 Item 10C 4 of 35
2017-06-28 Item 8H 55 of 86
7.1 Not Applicable. CONTRACTOR shall not subcontract out any Work.
7.2 If the CONTRACTOR subcontracts any of the work to be performed underthis CONTRACT, CONTRACTOR shall be as fully responsible to the CITY or the actsand omissions of the CONTRACTOR's subcontractor and of the persons either directlyor indirectly employed by the subcontractor, as CONTRACTOR is for the acts andomissions of persons directly employed by CONTRACTOR. Nothing contained in theCONTRACT shall create any contractual relationship between any subcontractor ofCONTRACTOR and the CITY. The CONTRACTOR shall bind every subcontractor bythe terms of the CONTRACT applicable to CONTRACT~R's work unless specificallynoted to the contrary in the subcontract in question approved in writing by the CITY.
8.0 ASSIGNMENT OF CONTRACT
The CONTRACTOR has no authority or right to assign this CONTRACT or any partthereof or any monies due thereunder without first obtaining the prior written consent ofthe CITY.
9.0 EQUALS —Not Applicable
10.0 VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent or employee of the CITY,either before, during or after the execution of this CONTRACT, shall effect or modifyany of the terms or obligations herein contained nor such verbal agreement orconversation entitle CONTRACTOR to any addition payment whatsoever under theterms of this CONTRACT. Direction from the City Inspector is the exception to thisstatement.
11.0 DISPUTES
11.1 Initial Dispute Resolution. If a dispute should arise regarding theperformance of this Agreement, the following initial dispute resolution procedures shallbe used prior to initiation of the statutory claims procedure set forth in Section 13.4 et.seq:
A. Within twenty (20) City working days after a dispute regarding theperformance of this Agreement arises, it shall be reduced to writing at staff levelby the complaining party setting forth the nature of the dispute in detail, alongwith all pertinent back up documentation in support. The writing shall bedelivered to the receiving party by first class mail or personal delivery directly tothe party's project manager, along with recommended methods of resolution.
B. The party receiving the letter shall reply to the letter with a detailedresponse, along with a recommended method of resolution, if any, within ten (10}City working days of receipt of the letter.
2017-03-29 Item 1 QC 5 of 35
2017-06-28 Item 8H 56 of 86
11.2 If the dispute is not resolved at staff level in accordance with Section 13.1,within five (5) City working days of the receiving party response (or longer if agreedbetween the parties) ,the aggrieved party, through its respective project manager shalldeliver to the City Manager's office a letter outlining the dispute for the City Manager'sreview. The receiving party may submit further response, if required, to the Citymanager within five {5) city working days thereafter. The City Manager, at his/her solediscretion may respond as he/she deems appropriate, including recommendations forresolution, discussions or rejection of the dispute within fifteen (15} working days ofreceipt of the complaint.
11.3 If the dispute remains unresolved and the parties have exhausted theprocedures outlined in this section, the parties may then seek remedies available tothem under this Agreement and at law, including, but not limited to, under thetermination procedures. This provision does not relieve Contractor of its obligation andContractor is required to timely comply with all applicable provisions of the GovernmentClaims Act before initiating any legal proceeding against City.
11.4 Public Contract Code ~ 201 Q4. Consistent with Public Contract Code §20104 et. seq., a claim by the Contractor for a time extension; payment of money ordamages arising from work done by or on behalf of the Contractor pursuant to theContract which is not otherwise expressly provided for or the claimant is not otherwiseentitled to; or an amount the payment of which is disputed by the City, shall be dealtwith as follows:
A: The claim shall be in writing and include the documents necessary tosubstantiate the claim. Claims must be filed on or before the date of finalpayment. Nothing in this subdivision is intended to extend the time limit orsupersede notice requirements otherwise provided by the Contract for the filingof claims.
B. For claims of less than fifty thousand dollars ($50,000):
1. For claims of less than fifty thousand dollars ($50,000), the Cityshall respond in writing to any written claim within 45 days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.
2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.
3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 1 S days after receipt of the furtherdocumentation or within a period of time no greater than that taken by theclaimant in producing the additional information, whichever is greater.
C. For claims of fifty thousand dollars ($50,000) or more:
2017-03-29 Item 10C 6 of 35
2017-06-28 Item 8H 57 of 86
1. For claims of over fifty thousand dollars ($50,000) and less than orequal to three hundred seventy-five thousand dollars ($375,000), the Cityshall respond in writing to all written claims within 6d days of receipt of theclaim, or may request, in writing, within 30 days of receipt of the claim, anyadditional documentation supporting the claim or relating to defenses tothe claim the City may have against the claimant.
2. If additional information is thereafter required, it shall be requestedand provided pursuant to this subdivision, upon mutual agreement of theCity and the claimant.
3. The City's written response to the claim, as further documented,shall be submitted to the claimant within 30 days after receipt of the furtherdocumentation,, or within a period of time no greater than that taken by theclaimant in producing the additional information or requesteddocumentation, whichever is greater.
D. If the claimant disputes the City's written response, or the City fails torespond within the time prescribed, the claimant may so notify the City, inwriting, either within 15 days of receipt of the City's response or within 15days of the City's failure to respond within the time prescribed,respectively, and demand an informal conference to meet and confer forsettlement of the issues in dispute. Upon a demand, the City shallschedule a meet and confer conference within 30 days for settlement ofthe dispute.
E. Following the meet and confer conference, if the claim or any portionremains in dispute, the claimant shall file a government claim pursuant toChapter 1 (commencing with Section 900) and Chapter 2 (commencingwith Section 91 Q} of Part 3 of Division 3.6 of Title 1 of the GovernmentCode. The Government Claim filing requirement is a required prerequisiteto bring a court action against City. For purposes of those provisions, therunning of the period of time within which a claim must be filed shall betolled from the time the claimant submits his or her written claim pursuantto this section until the time the claim is denied, as a result of the meetand confer process, including any period of time utilized by the meet andconfer process.
11.5 Contractor acknowledges that California Government Code Sections12650 et seq., the False Claims Act, provides for civil penalties where a personknowingly submits a false claim to a public entity. These provisions include false claimsmade with deliberate ignorance of the false information or in reckless disregard of thetruth or falsity of the information. This provision does not relieve Contractor of itsobligation and Contractor is required to timely comply with all applicable provisions ofthe Government Claims Act before initiating any legal proceeding against City.
2017-03-29 Item 1 QC 7 of 35
2017-06-28 Item 8H 58 of 86
11.6 As required by Public Contracts Code ~ 9201, the City will provideContractor with timely notification of any third party claim related to the contract.
12.0 HOLD HARMLESS
12.1 To the fullest extent allowed by law, CONTRACTOR, (including, but notlimited to, its employees, subcontractors, officials, officers or representatives) agrees toindemnify, immediately defend and hold the City and City's, officers, elected officials,employees, City contractors and agents harmless from, and against any and all liabilities,claims, suits, actions ,demands, administrative actions, fines, actions for injunctive relief,causes of action, losses, damages, attorney's fees and casts, including all casts ofdefense thereof, brought against them arising directly or indirectly from, any workperformed by Contractor or Contractor's agents, employees, subcontractors, officials,officers or representatives during the performance of any services and work under thiscontract. This includes the active or passive negligence of City, as allowed by law. Upondemand, Contractor shall, at its own expense, immediately defend and indemnify City andCity's officers, elected officials, employees, City contractors and agents, from and againstany and all such liabilities, claims, suits, actions, demands, administrative actions, fines,penalties, actions for injunctive relief, causes of action, losses, damages and costs broughtagainst them. The Contractor shall provide a defense to the City's indemnitees or at theCity's option reimburse the City for its costs of defense, including reasonable attorneys'fees, incurred in the defense of such claims; and the Contractor shall promptly pay anyfinal judgment or portion thereof rendered against the CITY.
12.2 CONTRACTOR'S obligation herein includes, but is not limited to, fines,penalties, attorney's fees, costs, ADA claims arising during the course of construction ofthe improvements, ADA claims arising as the result of defects in the construction of theimprovements, alleged defects in the construction of the improvements; alleged defectsin the materials furnished in the construction of the improvements; alleged injury topersons or property; alleged inverse condemnation of property as a consequence of theconstruction or maintenance of the work or the improvement; and any accident, loss ordamage to the work or the improvements prior to the acceptance of same by City.
12.3 By inspecting, approving or accepting the improvements, City shall nothave waived the protections afforded herein to City and City's officers, officials,employees and agents or diminished the obligation of CONTRACTOR who shall remainobligated in the same degree to indemnify and hold City and City's officers, officials,employees and agents, harmless as provided above.
12.4 CONTRACTOR's obligation herein does not extend to liabilities, claims,demands, causes of action, losses, damages or costs that arise out of the City'sintentional wrongful acts, violations of law, ar the City's sole active negligence.
13.0 INSURANCE
The Contractor shall obtain and for the full term of this contract maintain in full force andeffect, comprehensive general liability and property damage insurance, or commercialgeneral liability insurance, automobile and Worker's Compensation Insurance from
2017-03-29 Item 10C 8 of 35
2017-06-28 Item 8H 59 of 86
insurers having a Best Rating of A-: VII or better and licensed and authorized by theInsurance Commissioner of the State of California Department of Insurance to betransacting business in the State of California and approved by City. CONTRACTORshall also name City as an additional insured and provide adequate proof of insurance.
14.0 NOTICES
14.1 Any notices to be given under this CONTRACT, or otherwise, shall beserved by certified mail.
14.2 For the purposes hereof, unless otherwise provided in writing by the,parties hereto, the address of CITY and the proper person to receive any such notice onits behalf is:
Karen P. BrustCity ManagerCity of Encinitas505 S. Vulcan AvenueEncinitas, CA 92024-3633
and the address of CONTRACTOR and the proper person to receive any such notice onits behalf is:
TC Construction Company, Inc.Attn: Austin Cameron, President10540 Prospect Ave.Santee, CA 92071619-417-7396License # A4Q2459
15.0 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATIONREFORM AND CONTROL ACT OF 1986
"CONTRACTOR certifies that CONTRACTOR is aware of the requirements ofthe Immigration Reform and Control Act of 1986 (8 USC Secs. 1101-1525} and willcomply with these requirements, including but not limited to verifying the eligibility foremployment of all agents, employees, subcontractors and consultants that are includedin this Contract."
16.0 AFFIDAVIT OF NONCOLLUSION
As required by California Public Contracts Code section 7106, the CONTRACTOR hassubmitted within Section F, Bid Forms, affidavit of non-collusion affidavit, which isattached hereto and incorporated herein as though fully set forth at length.(NOTAPPLICABLE —EMERGENCY WORK}
2017-03-29 Item 1 QC 9 of 35
2017-06-28 Item 8H 60 of 86
17.0 CONTRACTOR'S AWARENESS AND COMPLIANCE WITH THE STATE OFCALIFORNIA FAIR EMPLOYMENT PRACTICES
CONTRACTOR certifies that CONTRACTOR is aware of the requirements of the FairEmployment and Housing Act (Gov. Code, 1290-0 et seq.) and will comply with theprovisions as required by Labor Code section 1735.
18.0 RECORDS RETENTION AND INSPECTION
CONTRACTOR agrees that it will retain all records, including financial and employmentrecords, relating to the Emergency Repair of Lone Jack Rd. ;Project CX17B for a periodof three years from substantial completion of the project. CONTRACTOR agrees that onthree days' written notice from the City, CONTRACTOR will make all records available forinspection and copying by the City or the City's authorized representative.
19.0 PROGRESS OF WORK
Pending resolution of any dispute under the contract, the CONTRACTOR shall not beexcused from any scheduled completion date provided for by the CONTRACT, and shalldiligently proceed with all work necessary to complete the work of improvement. Na workshall be delayed or postponed by the CONTRACTOR pending resolution of any dispute ordisagreement, including payment, with the CITY unless otherwise agreed to in writing.The CITY shall compensate the CONTRACTOR based on the CONSTRUCTIONMANAGER's interpretation of the CITY's obligation to pay, or on a subsequent writtenagreement of the parties, or as otherwise determined or fixed by arbitration or in a court oflaw.
20.0 NO VERBAL AGREEMENT OR CONVERSATION
No verbal agreement or conversation with any officer, agent or employee of the City, eitherbefore, during or after the execution of this Contract, shall affect or modify any of the termsor obligations herein contained nor such verbal agreement or conversation entitleContractor to any additional payment whatsoever under the terms of this Contract. Allcontractual modifications shall be in writing and executed by City personnel authorized tobind City.
21.0 CLAIMS STATUTE COMPLIANCE
In addition to any other notice requirement contained herein, Contractor is required tocomply with all California Government Claims Act Requirements before initiating suit.
22.0 NO ASSIGNMENT
Contractor has no right ar power to assign or transfer this Contract, or any portion thereof,nor shall any of the Contractor's duties be delegated, without the express, prior writtenconsent of the City. Any attempt to assign or delegate this Contract without the expresswritten consent of the City shall be void and of no force or effect. Consent by the City to
2017-03-29 Item 10C 10 of 35
2017-06-28 Item 8H 61 of 86
one assignment, transfer or delegation shall not be deemed to be a consent to anysubsequent assignment, transfer or delegation.
23.0 ENTIRE AGREEMENT
This contract and related Contract Documents comprise the entire agreement between theCity and the Contractor concerning the work to be performed and the project.
CONTRACTOR
TC Construction Company, Inc.
Austin CameronPresident
CITY OF ENCINITAS
byInterim Public Works Director
Dated:
APPROVED AT TO FORM:
Glenn Sabine, City Attorney
Dated:
2017-03-29 Item 10C 11 of 35
2017-06-28 Item 8H 62 of 86
ATTACHMENT A
Emergency Repair of Lone Jack Road; Project CX17B
WORK TO BE DANE
All work shall be done in accordance with the Special Provisions, the "GreenbookStandard Specifications for Public Works Construction (2015 edition), and the 2010edition of the State of California Department of Transportation Standard Specifications,the San Diego Area Regional Standard Drawings (August, 2009 edition), and the State ofCalifornia Department of Transportation Standard Plans (201 Q edition).
This project involves the rehabilitation of Lone Road, south of Fortuna Road. This workconsists of dewatering the site and filtering the ground water through coordination with theSan Elijo Joint Powers Association, removing the compromised road bed and transportingthis material to another site. Placing a French system and reconstruction of the road witha section described as 8" of AC over 12" of virgin class II base that will rest on HP570fabric underlain by 2ft. of 3/4' rock resting on another layer of HP570 fabric. The silt tankshown below is to be replaced with Pure Effect's mechanical filtration system. Thereinstallation of the horse trail crossing immediately south of Fortuna Ranch Rd. Fieldchanges may modify the required work.
2017-03-29 Item 10C 7 2 of 35
2017-06-28 Item 8H 63 of 86
T8~M RATES Page 1 of 12i
consuucclm
company
311/2017
6UCKETSIZE/ H~u~y OPERATED OTEQUIP„ EQUIP DESCRIPTION MODEL S1ZE
pAYLQAO BARE OPERATED ATERENIAL RATE
EXCAVATORS
M1N! EXCAVATORS
3128 CATERPILLAR 305.5E2CR ?1,863 12"-24" 70.00 155.00 985.00
3091 CATERPfLLAR 308ECRS8 1$300 98"36" 7Q.00 155.00 165.Od
31T4 CATERPILLAR 308E 2 98,500 18"-36" 7Q.00 155.00 185.00
SMALL EXCAVATORS (UNDER 47,000 LSS)
1873 CATERPILLAR 312B 27,410 18"-55" 80.00 165.00 195.00
2013 CATERPfLLAR 3138 CR 29,540 98'=55" 80.00 165.00 195.00
1818 CATERPILLAR PC ?50-6 39,500 78"55" 90.00 175.00 205.00
2132 KOMATSU PC 200 43,000 24"-67" 95,00 980.00 2f0.00
2133 KOMATSU PC 200 43,000 24"-S7" 95.00 180.00 210.00
2201 KOBELCO W/BLADE ED190 43,700 18"-55" 105.00 190.00 22Q.00
2253 KOBELCO W/BLADE ED 19Q 43,700 78"-55" 105.00 990.00 220.00
2978 LiNKBE~T 270 LX 44,80 18"-55" 95.00 180.00 21Q.00
2197 L1NK8ELT 210 LX 44,800 78"-55" 95.00 180.00 214.00
2198 L(NKBELT 210 LX 44,800 78"-55" 95.00 180.00 210.00
1968 GATERPILL4R 320CL 46,300 24"-67" 700.00 185.00 215.00
199Q CATERP(LL4R 320CL 46,30Q 24'=67" 100.00 185.00 215.00
2249 CATERPILLAR 320CL 4fi,300 24"-67" 700.40 185.00 215.00
MEDIU1tR EXCAVATORS (50,000-89,00018SJ
2027 L1IVKBELT 240LX 52,700 24"-fi7" 125,00 210.00 240.00
3070 CATERPILLAR 320 ELRR 56,440 27"-68" 925.00 210.00 240.00
31 i3 CATERPILLAR 320 ELRR 56,440 27"-68" i25.Q0 210.00 240.00
2090 CATERPILLAR 330C 77,400 2'"-68" 145.00 230.00 260.00
2015 LINKBELT 330LX 78,g00 27"-68" 145.00 230.00 260.0
2076 L1AlKBELT 330LX 78,000 27"-68" 145.00 230.00 260.00
2179 LINKBELT 330 LX 78,000 27"-68" 145.00 230.OU 260.00
2247 LINKSELT 330LX 78,000 27"-68" 145.00 230.00 260.00
3074 CATERPILLAR 336E 82,000 27"68" 145.00 230.00 260.00
1884 KOMATSU PC 400 34,000 27"-68" ?65.00 250.00 280.00
2271 KOMATSU PC4QOLC-6 94,000 27"-68" 165.00 250.00 280.00
1848 CATERPILLAR 3458 85,000 27"-76" 765.00 250.00 280.00
LARGE EXCRVAT~RS (100,000=150,000 LBSJ
2154 LIIJKBELT 4fi0LX 101,200 27"-76" 175.00 260.00 290.00
2731 KOMATSU PC 600 140.000 27"-76" 260.00 345.00 375.00
EX LRRGE EXCAVATORS (OVER ?SO,000 LBS}
2155 L1IVKBELT 800LX 174,600 32"-78" 300.00 385.00 415.00
EXCAVATOR ATTACHMENTS
COMPACTION WHEELS 305-3a8 '!8"-24" 20.00
COMPAC710N WNEELS 312B-320C iB"-36" 20.00
COMPACTION WHEELS 3300-460LX 2448" 20.Q0
SEE PAGE 12 FOR TERMS AND CONDfTI0N5
217-Q3-29 Item 10C 14 of 35
2017-06-28 Item 8H 65 of 86
Page 2 of iZ
NOURLVEQUIPA' EQUlPDESCRIPTiON MODEL SIZE
&UCKETSlZE/ BARE
OPERATED OTPAYLQAD OPERATED RATERENTAL RATE
COMPACTIOIJ WHEELS 375-BQOLX 24"-48" 20.04
ADDITIONAL BUCKETS 305-308 i2",36" 20.00
ADDITIONAL BUCKET'S 3728-320C ?8"-'18" 20.00
ADDITIONAL BUCKETS 330C-4fiaLX 24"-60" 20.00
ADDITIONAL BUCKETS 375-SOOLX 32"-78" 20.00
TNUMB ATTACNMEIJT 3128-320C 10.00
THUMB ATTACHMENT 330C-460LX f 0.00
BREAKERS / DEMOLIT70N
3137 1,500 LB BREAKEFZ FITS 308 H95c5 1500LB 40.OG
3040 4,500 LB BREAKER FITS PC-200, 320C TB980 4,5001b 72.00
2172 2,OQ4 LB BREAKER F1TS 3138, ED790 TB725 2,000lb 50.00
2773 2,000 LB BREAKER FITS ED190, 313B TB725 2,000lb 50.00
2258 13,500 LB BREAKER FITS 3458, 350, 460LX 782580 i3,500lb 114.00
2284 13,500 LB BREAKER FITS 3458,350, 4EOLX TB5300 13,5001b 944.00
1942 PULVERIZER/PROCESSORLABOUNTY CP100 3458/350 62.00
2385 HYDR.4UL1C MULT! PR~CESSSOR CAT MP30 MP 30 345Q/350 1 i0.00
BACKHDELOADERS
420 BACKHOE
2246 CATERPILLAR 420D 75,700 72"-36" 62.D0 147.00 177.002075 CATERPILLAR 420D 15,800 12"-36" 62.00 147.00 177.00
2076 CATERPfLL4R 420D 15,80 12"-36" 62.OG 147.00 177.00
2077 CATERPILLAR 420b 15,800 12 =36" 62.00 147.00 177. Q0
2078 CATERPfLL4R 420D 15,800 12"-36" 62.00 147.60 977.00
31 D9 CATERPILLAR 420E 15,20Q 12"-36" fi2.00 ?47.00 177.00
3110 CATERPILLAR 420E ?5,200 12"-36" 62.06 147.00 177.00
3111 CATERPILLAR ~20F 15,200 72"~6" 62.00 147.00 177.003112 CA7ERPlLL,4R 420E 15,200 72"-36" 62.06 147.00 177,00
446 BACKHOE
1913 CATERPILLAR 4468 19,600 78"-48" 75.00 16Q.00 19Q.00
1919 CATERPILLAR 4468 19,600 18"-48" 75.00 1fiQ.00 190.001920 CATERPILLAR 446E 19,600 18"-48" 75,00 150.00 190.00
1927 CATERPILLAR 446B 19,600 18"-48" 75.00 160.00 190.00
2182 CATEP,PILIAR 446D 79,600 18"-48" 75.00 ifi0.00 190.00
2183 CATERPJLLAR 446D 79,600 78"-48" 75.00 ?&0.00 190.00
2195 CATERPILLAR 446D 19,600 78"-48" 75.00 ?80.00 190.00
2?96 CATERPILLAR 446D 19,600 18"-48" 75.00 160.00 790.00
BACKHOE ATTACHMENTS &BREAKERS
3?27 i,5Q0 BREAKER FITS 420 & 446T N95ES i500L8 40.00
2260 750 BREAKER FITS 420D 750LB 25.00
p~gg i,100 BREAKER FITS 420D T8425 i, 9001b 28.00p~ pg i,1C0 BREAKER F1T5420D T6425 ?, 900fb 28.00p~yp 2,000 BREAKER FITS 446D TB725 2,000lb 43.00P473 2,000 BREAKER FITS 446D TB725 2,000fb 43.00
HYDRAULIC AUGER 420D 6"-24" 72.50FORKS 420D 60" 5.00FORKS 4468/D 60" 5A0EXTRA BUCKETS 420D 12"-36" 5.00EXRTA BUCKETS 4468/D 18"-48" 5.00COMPACTION WHEEL 420/446 18"-24" 20.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-03-29 Item 'f OC 15 of 35
2017-06-28 Item 8H 66 of 86
Page 3 of 12
BUCKET SIZE/ HOURLY
OPERATED OTEQUfP~ FQUIPDESCRIPT101U MODEL SIZE pAYLQ~ p BAR£ OPERATED RATERENTAL {~pTE
8' PICKUP BROOM gp25 98" 26.OG
WHEEL LOADERS
SMALL LOADERS
1997 CATERPILLAR 928G 27,250 29yd 90.Q0 175.00 205.00
MEDIUM LpAUER
?849 CATERP/LL4R 938G 29,700 3.5yd 95.00 180.D0 210.00
1886 CATERPILLAR 938G 29,700 3.5yd 95.00 180.00 210.OQ
?969 CA7ERP(LL4R 938G 29,700 3.5yd 95.OG 180.00 210.00
2014 KAWASAKI 70ZlV 33,000 3.2yd 95.00 180.00 210.00
2026 KAWASAKI 70ZlV 33,000 3.2yd 95.OG 180.0 210.OQ
2159 KAWASAKI 70ZIV 33, 000 3.2yd 95.00 18C.00 210.00
2160 KAWASAKI 70Z1V 33,000 3.2yd 95.00 180.00 210.00
2180 KAWASRK! 70ZV 34,000 3.2yd 95.00 180.00 2?0,00
2199 KAWASAKI 70ZV 34,000 3.2yd 95.00 180.00 210.00
2200 KAWASAKI 70ZV 34,000 3.2yd 95.00 180.00 2f0.00
2251 KAWASAKJ 70ZV 34,000 3.2yd 95.00 180.00 29Q.00
3064 CATERPILLAR 938K 35000 3.2yd 95.00 180.00 210.00
LARGE LOADERS
7962 KAWASAKI 80Z 39,826 4yd 110.00 195.00 225.00
2158 KAWASAKI 80ZIV 39,825 4yd 110.00 195.00 225.00
218! 1fAWASAK! 80ZV 39,825 4yd 110.00 795.00 225.00
2248 KAWASAKI 80ZV 39,825 4yd t?0.00 195.00 225,00
1885 CATERPILLAR 950G 40,435 4yd 910.00 195.00 225.00
EXLARGE LOADERS
2139 KAWASAKI 95ZV 66,330 7yd 200.00 285.00 315.00
WHEEL LOADER ATTACHMENTS
FORKS ?0.00
BOOM LIFTS / SNORKLE ?0.00
SIDE DUMP BUCKET ?0.00
SKELETON BUCKET 10.00
4 !IV 7 MULTlPURPQSE 15.00
PICK UP BROOM 10' 3B, 00
TRACK LOAbERS
2202 CATERPILLAR 963C 44,500 3.5yd 135.00 220.04 250.00
TRACK DOZERS
3075 DOZER CATERPILLAR D6T 56,158 6-WAY 150.00 235.00 265.OQ
SLOPE BOARD 10.00
COMPACT TR4CK LOADERS
3115 CATERPILLAR 299D XHP rubr 11, 612 .75 / 6-WAY 90. DO 175.00 205.00
3116 CATERPILLAR 299D Xt-fP steel f 2, 000 .75 / 6-WAY 90.00 i 75.00 205.{)0
3135 CATERPILLAR 299D2 XNP 11, 608 .75 / 6-WAY 90.Op 975.00 205.00
SKIPLOADER/SKIDSTERS
2380 BOBCAT 5150 5,935 .4yd 45.00 130.00 160.0
2092 CATERPILLAR SKID 248 7,800 .5yd 5.00 139.00 169.00
2141 CATERPILLARSKlD 248 7,800 .5yd 54.00 139.00 169.00
2223 CATERPILLAR SKID 2488 7,800 .5yd 54.00 139.00 169.Q0
2224 CATERPILLAR SKID 248B 7,800 .5yd 54.00 939.Q0 169.Q0
2354 CATERPILLAR SKID 248 7,800 .5yd 54.00 139.00 169.00
3030 CATERPILLAR SKID 272C 8,362 .6yd 65.00 150.f~ 180.00
3031 CATERPILLAR SKID 272C 8,362 .6yd 65.00 150.00 ?80.00
SEE PAGE 12 FOR FERMS AND CONDITIONS
2017-03-29 Item 10C 16 of 35
2017-06-28 Item 8H 67 of 86
Page 4 of 12
EfjUlP# EQtIlP DESCRIPTION
2229 JOHN DEERE SKIP LOADER
2270 JOHN DEERE SKlP LOADER
SKIDSTEER ATTATCNMENTS
1348 SWEEPSTER BROOM
2099 SWEEPSTER BROOM
2102 SWE'EPSTER BROdM
2103 SWEEPSTER BROOM
1106 SWEEPSTER BROOM
3037 500LB BREAKER
2351 1,ODOLB BREAKER
2108 1,10016 BREAKER
2109 7,?OOLB BREAKER
3023 NYDR.4ULICAUGER
2105 BACKHOE ATTACHMENT CA 7
3031 COLD PLANER CAT
2404 COLD PLANER CAT
2100 COLD PLANER CAT
PALLET FORKS
MULTIPURPOSE BUCKET CAT
2104 GRAPPLE BUCKET
TRENCHER LOWS
MOWER CRT
SWEEPSTER BROOM
BREAKER
GRADERS/SCRAPER
3063 CATERPILLRR
???? CATERPfLLAR
CRANE
1980 LINKBELT ROUGH TERR,41N
BOOM EXfENSlON
2171 DROTT CRANE
A FRRME
PAVERS
2336 BLAW-KN
2177 PA VER INGER50LL
240fi PAVER CA7AP-1055D
ROLLERS
3060 CATERP2LAR ROLLER
3117 CATERPILLAR UTILITY COMPACTOR
3118 WACKER ROLLER/ walk behind
2275 BOMAG ROLLER
2332 80MAG ROLLER
2353 SAKA! ROLLER
2247 /R SMOOTH ROLLER COMPACTOR
2242 INGEftSOLL PADFOOT ROLLER
2343 80MRG ROLLER
2119 !R SMOOTH ROLLER COMPACTOR
2210 INGERSOL RRND
3035 CATERPILLAR ROLLER
306? CATERPILLAR ROLLER
3085 GATERPlL.LAR 9 WHEEL RUBBER
2017-03-29
BUCKETSIZE/ HOURLY
OPERATED OT,4fODEL SIZE PAYLOAD BARE OPERATED ~pTE
RENTgL RATE
210LE 14,500 1yd 31.00 116:00 146.OQ
2 f OLE 74, 500 1 yd 31.00 1 i 6.00 746.00
SB60
SB72
5872
SB72
SB72
TOP35
304
T64Z5
TB425
NA20H8
N30
PC206
PC9
AP760
CAT
4 IN 1
CAT
aacBR272
S872
SKfDSTEER
140M 43, 950
6i3 Gi 1 33, 650
RT8060 50 Ton
85RM2 4 Ton
DM55D0
PF3120 J5,800
AP-1055D 44,780
C814 2,415
CB248 6,003
RD7H i, 829
BW120A0 5,952
BW120AD 5,952
SW320 7,055
SD77F8 7&,350
SD77F8 16, 3b0
BW141AD-2 95,414
SD70FB 15,330
DD90 21,404
C854 23,81&
CD54B 23, 525
CW14 28,500
SEE PAGE 12 FOR TERMS AND CONDITIONS
Item 10C
60"
72"
72"
72"
72"
500L8
1,000LB
9,100LB
1, 900L8
6'=24"
24"
2d"
24"
48"
72•,
72"
72"
72•.
19.00
99.00
19.00
19.Q0
19.OQ
78.5(]
25,00
28.00
28.00
J2.50
19.00
50.Oa
50.00
50.00
6.00
3.OQ
8.00
s.~o17.50
19.00
28.0
i4' ?20.00 205.00 235.00
13YD 90.OQ 175-00 205.00
2i 8,00 303.00 333.00
50.00
24.00 709.00 139.00
25, 00
E'-l0'
8'-15'
70'-f 8'
95.00
149.00
272.OD
180.00 210.00
234.00 264.00
357.00 387.00
33"
47..
25.5"
48"
48"
48"
6fi"
66"
53"
66"
fib"
66"
66"
68"
24.00
35.00
24.00
35.00
35.00
35.00
43.00
43.Od
38.00
43.00
47.00
47. DO
47.Q0
45.00
109.Oa ?39.00
120.00 150.00
109.00 139.00
120.00 150.Q0
120.00 150.00
120.00 150.00
728.00 158.OQ
128.00 158.00
123.00 153.00
128.00 75&.00
132.00 162.00
132.00 162.00
132.00 162.00
130.00 160.00
17 of 35
2017-06-28 Item 8H 68 of 86
Page 5 of 12
BUCKETSIZE/ HOURLY
OPERATED OTEQU1P~ EQUIPDESCRlPr10N MODEL S1Zf PAYLOAD
BARE ppERATED RATEREAITAL agTE
COMPACTION EQUfPMENT
2151 VIBRATE PL4TE MlKASA MVN-200 450 19.7" 21.00 106.Q0 136.00
2152 VJBRAi'E PLATE MlKASA MVN-200 450 ?9.7" 21.00 f 06.00 736.00
1874 VIBRATE PLATE MlKASA MVN-b02 1,202 27.6" 24.00 109.00 739.00
212fi VlBR,4TE PLATE MULTlQUlP MVN-502 1,202 27.6" 21.00 106. D0 136.00
2164 VlBRATEPLATEMUL7lQUfP MVH-5Q2 1,2Q2 27.6" 24.OG 108.OD 739,00
2207 VIBRATE PLATE MULTIQUtP MVH-502 1,2Q2 27.6" 24.00 103.Q0 139.00
222f MULTfQUJP RAMMRX wa!lv'beh P33/24FC 2,898 33" 40.00 125.00 155.00
2222 MULTIQUIP RAMMAX waJWbeh P33/24FC 2,998 33" 40.OG 125.00 ~55.~0
2240 WACKER ROLLER WALKBENINd RT82SC2 3,300 32" 40.00 125.00 155.00
WACKER'TAMPER MT74F 19.00 f p4.00 734.00
CRUSNlNG PLANT EQUIPMENT
9580 PORTABLE SCREEN EXTEC 5000S 37, 500 40" X 33'
1998 BELT CONVEYOR FLECO 320 CD 7,200 4yd Hopper
2360 METSO NORDBERG SCREEN ST620 6Q, 720 3 decks
19'8"x5'17"236? METSO NORDBE'RG CONE LT300NP 95,D00 9 cu yard
2362 METSO NORDBERG JAW LTi05 90, 4Q0 8-12 cu yard
2387 SUPERIOR RAQIAL STACKER PRSGS 95, 400 30"X 6d'
?_386 MEGGA BAGGER MBT-2 3,700 2-1yd Hoppers
FORKLIFTS/SCISSOR L1FT
3702 .7ELENANDLER CAT TH255 13,000 55001ift 54.00 139.00 169.00
2219 TELEHANDLER JLG G9-43A 25,907 900011ft 64.00 ?49.00 179.00
2220 TELEHANDLER JLG G6-42A 20,400 6000 fih 54.00 139.00 169.00
2239 TELEHANDLER JLG G6-42A 24,400 60001iR 54.00 139.00 169.00
1785 FORKLIFT CAT AM30 47,760 30,000!iR 70.00 755.00 185.00
1786 FORKLIFT CAT V300B 42,280 30, 000IiR 56.0 149.Q0 471.00
ARROW/MESSAGE BOARDS
1509 ARRQW80ARD-SOLAR WANCO 18.00
1788 ARRQWBOARD-SOLAR RMIDA 18.00
1789 ARROWBOARD-SOLAR AMIDA 98.00
1800 ARROWBOARD-SOLAR WANCO 18.00
1801 ARROINBOARD-SOLAR WANCO 18.00
2390 MESSAGE 80ARD WVT3 WVT3 20.00
2995 MESSAGE-SOLAf2 PREC PRECISION 2Q.00
2998 MESSAGE-SOLAR PREC PRECISION 20.00
2999 MESSAGE-SOLAR PREC PRECiSlON 20.00
3006 ARROW80ARD-SOLAR ECLlPSF_ 18.00
3007 ARROWBOARD-SOLAR ALAMO/VD 78.00
3008 ARROWBOARD-SOLAR ALAMOND 18.00
3009 ARROWBOARD-SOLAR AL4MOND 78.00
3039 ARROWBOARD-SOLAR SOLAR TECH 18.00
3099 ARROWBOARD-SOLAR FlATlRQN 18.00
3900 ARROWBOARD-SOLAR FLATIROtV 18.00
3701 ARROWBOARD-SOLAR FLATlROtV 78.00
TRAFFIC CONTROL /DAILY
BARRICADES 1.50
BARRICADES W/Signs 3.00
BARRICADES W/Signs and Lighted 4.00
SOFT SIGN BARRICADES 19.00
NO PARK BARRICADES 1,00
SEE PAGE 12 FOR TERfNS AND CONDITIONS
2017-D3-29 Item 10C 18 of 35
2017-06-28 Item 8H 69 of 86
Page 6 of 12
fQUIP~` EQUIP DESCRIPTION
DELINEATORS
CONES
STOP/SLOW PADELS
SNORING / DAILY R.47E
Cylinder Range
18"-27"
22"-36"
28"-46"
34"-55"
42"-fi9"
52"-88"
76"-112"
94"-130"
1 D8"-144"
12'-15'
12'-20' Long Shores Available
STEEL PLATES
1"X 4'X 4'
1"X 4'X 8'
1"X 4'X 10'
1"X 5'X 5'
1"X 5'X1'
1"X 8'X 10'
1"X 8'X 15'
1 "X 8'X 20'
7 1/2" X B' X 20'
1 1/2" X 8' X 30'
1 1/2" X 10' X 30'
8'X 8' Manhole boxes
10' X 10' Manhole boxes
4' X 94' Shield
4'X 20' Shield
4' X 24' Shield
4' X 28' Shield
6' X 14' Shield
6' X 20' SFreld
fi'X 24' Shield
6' X 28' Shield
8'X 14' Shieid
8' X 20' Shield
8' X 24' Shield
8'X 28' Shield
8' X 30' Shieid
8' X 32' Shield
10' X 14' Shield
10' X 20' Shield
14' X 24' Shield
SHIELDS
2017-03-29
BUCKFfS(ZE/ HOURLY
OPERATED OThIODEL SIZE p~yLOAD
BARE OPERATED {t,gTERENTAL RATE
1.00
1.00
8.00
Color Code Daily Weekly Monthly
Yellow $ 6.25 $ 31.00 $ 93.00
Red $ 6.25 $ 31.00 $ 93.00
Graen $ 6.25 $ 31.00 ~ 93.00
Blue $ 6.75 $ 33.00 $ 99.00
$ 6.75 $ 33.00 $ 99.00
Brown $ 7.75 $ 38.00 $ 114.00
BrownlGreen $ 8.75 $ 43.0 $ 129.00
Brown/Yeilow $ 9.25 $ 46.25 $ 138.00
Black $ 9.75 $ 48.00 $ 144,0
$ 15.00 $ 75.00 $ 225.00
0.32
0.38
0.44
0, 31
0.44
0.75
0.96
1.44
2.25
3.13
3.75
7.5Q
8.75
3.75
5.00
7.50
10.00
4.60
6.2b
d.75
11.25
6, 25
10.00
12.50
?5.00
17.50
21.25
7.50
12.54
15.00
SEE PAGE 12 FORTERIY~S AND CONDITIONS
Item 'f OC 19 of 35
2017-06-28 Item 8H 70 of 86
Page 7 of 12
EQUlP ~ EQUIP DESCR/PTIQN
?0' X 28' Shlsld
i0'X 30' Shield
10'X 32' Shield
12' X 14' Shield
12' X 20' Shisld
12' X 24' Shield
12'X 28' Shield
12' X 30' Shield
12' X 32' Shield
K-RAIL10'
20'
GENERATORS
3065 GENERATOR ONAN
3083 GENER,4TOR POWERPRD
3046 GENERATOR IR G40
3047 GENERATOR 1R G40
?861 G~NER,4TOR COLEMAN
3029 GENERATOR HOUSE GENERAL
PUMPS PORTABLE/T~WABLE
2233 4" GODWIN
2234 ~t" GODWIN
2137 4" GORMAN RUPP
2794 i2" GODWlN
2213 4"MlJLTIQUIP
2214 4" MULTIQUIP
2215 4"MtILTlQUIP
2072 fi"GODWlN
1987 8" CASE
2"ELECTRIC SUBMERSIBLE PUMPS / 110v
3"TRASH PUMP PORTABLE / Nonda engine
2" ELECTRIC SUBMERSIBLE PUMPS/220
3" ELECTRIC SUBMERSIBLE PUMPS
3" CE'NTRIFfCAL PUMP PORTABLE / Nonda
4" ELECTRIC SUBMERSIBLE PUMPS
EXTRA SUC770N HOSE 25'
EXTRA SUCTION HOSE 25'
IXTRA DISCHARGE HOSE 50'
EXTRA UlSCNARGE HOSE 50'
FIRE NOSE 50'
FIRE NOSE 50`
HYDROSTATIC TEST PUMP
50' POWER CORD
TEMPORARY POWER BOX
LIGHT TOWERS
3025 LIGHT TOWER !R
3026 LIGHT TOY'!ER 1R
3048 LIGHT TOWER IR/D005AN
3049 LIGHT TOWERlR/DOOSAN
2997 PORTABLE LIGHT TOWER TEREX
3141 LIGHT TOWER IR'DOOSAN
2017-03-29
HOURLY1Y10DEL SIZE
~KETSIZE/ BARE
OPERATED OTPAVLQAD OPERATEp RATERENTAL RATE
21.25
25.00
27.50
10.00
15.Oa
20.00
25.00
27 50
30.00
O. sb
0.85
7250 12.5KW 25.00
25 25KW 32.00
G40 30KiN 38.00
G40 30KW 38.00
4PAC 50KW 43.00
SI1080 80KW 55.00
CDi03M 900gpm 40.00
CD103M 9(JOgpm 40.00
14A2-TS2 600gpm 35.00
CD300M 6000gpm 105.00
QP4QTN 400gpm 15.00
QP40TH 400gpm 15.00
QP40TN 400gpm 15.00
NL5M 1450gpm 50.00
6591 TA 2300gpm 6D.00
62gpm 4.50
85gpm 12.00
30gpm 5.00
120gpm 8.50
270gpm 12.00
500gpm 14.00
3"6" 5.00
B"-72" 8.00
3"-6" 5. DO
8"-12" 8.00
? 1/2" 3.00
2 ?/2" 4.00
5-11gpm 10.50
3.00
3.00
LSC-60HZ 4.5kw
LSC-60HZ 4.5kw
LSC-60HZ 4,5kw
LSC-60NZ 4.5kw
6kw
LSC-60HZ 4.5kwSEE PAGE 12 FOR TERMS AND CONDITIONS
Item 10C
20.00
20.Oa
26.00
26.00
20.00
26.00
20 of 35
2017-06-28 Item 8H 71 of 86
Page 8 of 12
EQUIP,t fQUlPDf5CR1PT10N
3947 LIGHT TOWER IR/DOOSAN
3143 LfGHT TOWEF2 fR/OOOSAN
3144 LIGHT TOWER !R/DOOSAN
A!R COMPRESSORS /AIR TOOLS
2043 COMPRES50R-TOWING 185CFM
2713 COMPRES50R-Td WING i85CFM
2f i5 COMPRESSOR-TOWING 185CFM
2?20 COMPRESSOR-TOWING 985CFM
2278 COMPRESSOR AIRM PDS185S
3020 TQWABLE COMPRESSOR IR
3021 TOWABLE COMPRESSOR fR
AfR JACK HAMMERS/POWDER PUFF 30160,'90
CH1PPlNG GUNS
ELECTRIC HAMMER 60L8
MISCELL4NEOUS
HouRtyMODEL 517.E
B~KETSIZE/ BARE OPERATED OT
PAYLOAD OPERATED {ZpTERENTAL RATE
LSC-60NZ 4.5kw 26.00
LSG-60NZ 4.5kw 26.00
LSC-60NZ ~.5kw 2&.00
i85cfm 44.00
185cfm 44.00
?B5cfm X4.00
185cfm d4.d0
?85cfm 44.00
185cfm 44.00
185cfm -~.0p
X1.50
3.50
1 D.00
80i CEMENT MIXER
1415 CEMENT MIKER
i42fi CEMENT MIXER
30' CNAlN FAIL
HARNESS/YO-YO
3125 MIXER CONCRETE TRRlLER {1YDj
3729 MIXER CONCRETE TR4ILER (iYD}
7689 SHEEPSFOOT 5 X 5
7709 LE4KFlNDER
1762 CHLOR1NATfONTRAILER
1783 MOBILE OFFICE i2 X 60
1973 GRINDER REMAX TOW BEHIND 4800
2Q~4 LEAK FINDER
2982 CHLORlNAT10N TRAILER
3016 M1TYMITEBLOWER/TRAILER 12,000cfm 20"
3~J 7 TREBOR MADE BLOWER /TRAILER 90, OOOcfm 18"
ASPHALT /CONCRETE EQUIPMENT
2328 CURB MACHINE POWER CURB BERM MILLER
2357 STRIPING MACHINE LINE LASER 3900 3900
3027 ZlEMAN TRAILER SEAL TANK w/1000
3Q33 LEE BOY TACK WA601Y 573B
CONCRETE VlBR,4TOR w/stinger 110V
CONCRETE VlBR.4TOR w/stinger H!-CYCLE N!-CYC
FLAT SAWS &SAW TRUCKS
2276 TRUCK FORD F550XLT F55Q
2300 TRUCK FORD /STRIPER Fa50
3036 NUSQVARNA FLAT SAW 46NP lS4600
3086 HtJSQVARNA FLAT SAW 61HP FS 600 D
3066 DIAMOND 4 SPEED DRILL DR401
3T 19 DIAMOND 4 SPEED DRILL DR401
PARTNER/STIHL 12%14" CHOP SAW 65Q/750
SWEEPERS
3146 JOHNSTONFREl~NTL1NER E5351 26,000
WATER TRUCKS /TOWER
SEE PAGE 12 FOR TERMS AND CONDITIQNS
2017-03-29 Item 10C
36"-48"
1000GAL
150GAL~
i80d0
15000
12.00
12.00
12.00
$50 /DAY
$i0 /DAY
$500 / YD
$500 / YD
18.00
12.00
13.50
12.00
254.D0
20.00
13.50
20.00
8.00
50.00
25.00
25.00
50.00
5.00
9.75
135.00 165.00
50.00
50. ~0
45.00
45.00
40.00
40.00
8.50
135.00 165.00
135.00 165.00
133.00 195.00 211.00
21 of 35
2017-06-28 Item 8H 72 of 86
Page 9 of 12
EQUfP~ EQUIPDESCRIPnONBUCKETSIdE/
yOURLY OPERATED OT
MODEL SIZE PAY~QgQ BARE ppERATED RATERENTAL RATE
FORD 35,000 2000GAL 50.00 112.00 128.00
INTERNAT 35,000 2500GAL 5Q.00 112.D0 128.00
AUTO CAR 54,OOp 4000GAL 60.00 122.00 ?38.00
FORD 54,000 4000GAL 60.00 722,00 138.00
FORD 54, G00 4000GAL 60. DO 122. DO 138.00
1NTERNAT 54,D00 5000G,4Z 70.00 ?32.04 948.00
MILLER TfZ41LER 5(10GAL 14.00
DEMCO TRAILER 500GAL 74.00
EXP500 TRAILER 500GAL 14.00
NLT TRAILER 500GAL 94.00
GLENDALE TRAILER 12,000GAL 77.00
99,800 &0,000 95.00 157.G0 173.00
zo,sso ao,00a20, 800 B0, 000
20,80Q 80,000
20,80Q 80,000
22,OQ0 80,000
19, 960 110, 000 125.00 187.00 203.00
16,62Q 720,000 14Q,00 202.00 218.00
19, 450 1 ? 0, 000 125.OP 187.00 203.00
97, 53Q 120, 000 140.D0 202.00 218.OQ
20,28Q 70,000 110,00 172.00 188.00
17,4D0 80,000 100.00 162.00 178.00
18, 800 80, 600 100.00 162,00 178.OQ
20,000 BQ,000 110.00 172.00 i88.OQ
20, 000 80, D00 ? 10.00 172.00 188.OQ
062.OQ 78.00
15, 520 80, 000 44, 400 910.00 172.00 188.00
15, 520 80, Q00 44, 400 110.00 7 72.00 188.00
24,400 '66,000 100.00 462.OD 178.00
26.000 66,000 TQ0.00 162.00 178.00
25, 850 6S, 000 100. DO 762.00 178.00
25,800 66,000 100.00 1fi2.QQ 178.00
24, 900 66, 000 900.00 162.0 1 i 8.00
29,040 80,000 50,96Q 95.00 157.00 973.00
30, 800 80,X00 49, 20Q 95.00 157.00 173.00
30, 380 80, 000 49, 62(? 95.00 157.00 173.00
30, 780 80, 000 49, 820 95. QO ?57.00 173.00
3Q180 80,000 49820 95.00 157.00 773.00
95.00 757.00 173.00
95.Q0 157.00 173.00
95.00 157.Q0 773.00
49820 95.00 157.40 773.00
22 of 35
1901 WATER TRUCK
2163 WATER TRUCK
1534 WATER TP.UCK
1567 WATER TRUCK
7902 WATER TRUCK
1655 WATER TRUCK
2313 50Q WATER BUFFALO
3024 500 WATER BUFFALO
3034 500 WATER BUFFALO
3147 500 WATER BUFFALO
7984 WATER TOWER
SEMI TRUCK W/TRAILER
7768 TRUCK PETE ROLL OFF
2020 TRUCK PETE (SEE TRAILERS BELOW)
3050 TRUCK PETE 367 {SEE TRAILERS BELOW}
305? TF'UCK PETE 367 {SEE TRADERS BELOW)
3?04 FRUCK PETE 3fi7 {SEE TRAILERS BELOW)
2264 TRUCK WESTERN STAR 4900SR (SEE TRAILERS BELOW)
1575 7RL. LOWBEQ SlESERT 5-AXLE
1692 TRL LOWBED SIEBERT JEEP 7-AXLE
2271 TRL LOWBED HURRAY 5-AXLE
2272 TRL LOWBED HURRAY JEEP 7-AXLE 4 AXL
2403 TRL 7RAlL KING BEAVER TAIL 2 AXLE
END DUMPS W/TRUCK
7665 1992 WESTERN MODEL END DUMP
1737 END DUMP REL TRACTORlfRL
1985 EFID DUlvtP H1GN SIDE WESTERN
2396 END DUMP HIGH S1DE WESTERN
SIQE DUMPS WlTRUCfC
2393 SIDE DUMP TR.41LER5 THURSTON
2394 SIDE DUMP TRAILERS TNURSTON
soasr~R rRucres2079 BOOSTER TRK PETE 357 SUPERDUMP
2? 16 BOOSTER TRK PETE 330 SUPERDUMP
2144 BOOSTER TRK PETE 379 SUPERDUMP
2145 BOOSTER 'TRK PETE 379 SUPERDUMP
2203 BOOSTER TRK WEST 4900FA
TRUCK AND TRANSFERS
1822 TRUCK &TRANSFER PETE
193f3 TRUCK &TRANSFER PETE
3052 TRUCK &TRANSFER PETE 384
3055 TRUCK &TRANSFER PETE 384
3057 TRUCK & TF2ANSFER PETE 384
TEN WNEELE'RS / MISC
BOBTAIL DUMP TRUCK
1892 DUMP TRUCK
1901 BOBTAIL FORD 6 YARD DUMP FORD 35,000
3054 B087A1L PETE 6 YARD PUMP 337 PETE 33, 000
3108 TACK DUMP TRUCK PETE 567 3Q 18Q f30, 00d
SUPERINTE'NDEIYT TRUCKSSEE PAGE 7.Z FOR TERMS AND CONDITIONS
2017-Q3-29 Item 1 DC
2017-06-28 Item 8H 73 of 86
Page 10 of 1~
EQUIP # EQUlP DFSCRlPTION MODEL SIZE
2216 TRK CHEV QUAD 4WD 25DOND 9,200
2217 TRK CHEV QUAD 4WD 2500HD 9, 200
2218 TRK CNEV QUAD 4WD 2500ND 9,200
2238 FORD TRK SUPERDlJTY F350 11, Ot70
2295 TRK CHEi/Y SlLVERADO 2500ND 9,200
2296 TRK CHEVY SlLVERADO 2500HD 9,200
3076 TRK GMC SIERRA Ci500 5,058
2299 TRK CHEVY SILVERADO SAFETY 25QOND 9,200
3126 GMC SIERRA CREW CAB 9500 7,200
3127 GMC SIERRA CREW CAB 1500 7,200
3138 GMC DENALI 1500 7, 20Q
3139 GMC DElJAL( 7500 7,21)0
BUCKETSlZE/PAYLOAD
HOURLYBART OPERATEDRENTAL RATE
44.00
44.00
44.00
44.00
44.00
44.00
44.00
44.00
44.00
44.00
A4.00
44.00
ESTIMATING VEHICLES
3105 GMC YUKON XL GMC 5, B20 44.002407 FORD FOCUS FOCUS 2,A60 35.003092 GHEVY CRUZE CHEVROLET 3, 08? 35.00
3093 CNEVYCRUZE CNEVl70LET 3,084 35.003094 CHEVY CRUZE CHEVROLET 3, 084 35.OU
3095 CHEVY CRUZE CHEVROLET' 3, 084 35.003096 CHEVY CRUZE CHEVROLET 3, 084 35.Q03097 CHE1/YCRUZE CHEVROLET 3,084 35.00
FOREMANS TR!lCKS
2123 FOREMANTRKFORDUTILlTY F450 i5,00J 44.002746 FORMAN TRK FORD UTlL1N F450 15, 000 44.002149 FOREMAN TRK FORD UTILJTY F450 15,000 44.002150 FOREMAN TRK FORD UTILITY F450 15,000 A4.002184 FOREMAN TRK FORD UTILITY F450 15,000 44.00
2185 FOREMAN TRK FORD U71LlTY F450 15,040 44.D0
2186 FOREMAN TRK FORD UTfLlTY F450 15,000 44.00
2990 FOREMAN TRK FORD UTILITY F450 15,000 44.00
2191 FOREMAN TRK FORD UTILITY F450 15,000 44, 002192 FOREMAN TRK FORD UTlLt N F450 15,000 44.003041 FOREMAN TRK DODGE UTILITY 4500 28, 000 44.003042 FOREMAN TRK DODGE UTILITY 4500 26, 000 44.003043 FOREfvfANTRKDODGE UTILITY 4500 26,000 44.OQ3044 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003045 FOREMAN TRK DODGE UTILITY 4500 26, 000 ?4.003077 FOREMAN TRK DODGE UTlL1TY 4500 26,000 44.003078 FOREMAN TRK DODGE UT1LlTY 450D 26,000 44.003079 FOREMAA~ TRK DODGE UTfLlTY 45(10 26,000 44.003080 FOREbhW N 7RK DODGE UTILITY 4500 26, 000 44.003081 FOREMAN TRKDODGE UTILITY 4500 26,000 44.003082 FOREP~fAN TRKDOUGE UTILITY 4500 26,000 44.Q03130 FOREAAfiN TRK CNEVY UTILITY 3500 19,000 44.003131 FOREMAN TRK CHEW UT1Ll7Y 3bQ0 19,000 44.003132 FOREMAN TRK CNEVY UTILITY 3500 19, 000 44.003?33 FOREMAN TRK CNEVY UTlL1TY 3500 19, 000 44.00
BOXBUILDE'R TRUCK
2225 BOXBUIIDERTRKFORD F450 ?5,000 40.007943 BOXBUILDER TRK FORD F450 15,000 40.00
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-03-29 Item 10C
OPERATED 07RATE
23 of 35
2017-06-28 Item 8H 74 of 86
Page 11 of 12
HOURLYBUCKETS(ZE{ OPERATED 4T
EQUIP# EQUIPRESCRIPTIOIV MUDFL $~ZF PAYLOAD HARE_ OPERATES RATERENTAL RATE
2375 SOXBUILDER TRK FORD F460 15,000 40.00
JOBSlTE TRUCK W /MIXER
7899 TRUGK FLATBED W,~MlXER F450 75,000 15.00
7944 BOXBUILDER W/MIXER F450 15,000 40.00
CLINE/SIGN TRUCKS
1948 CONFJSlG/V TfZK DODGE 3500 15,000 40.00
2038 CONFJSlGIV TRK DODGE 3500 15,000 4.00
MAINTENANCE /WELDER TRUCKS
1900 TRUCK-WELDEf2 FORD F450 15,00 77.00 762.Q0 192.00
2257 FUEL TRUCK PETE PETE 357 70,000. 161.00 246.00 276..00
2305 WELBERTRUCKFORD F550 78,000 77.00 162.00 192.00
2993 WELDER TRUCK FORD F350 15,000 77.00 162.00 192.00
3107 TRUCK-MECNAIVIC 337 PETE 33,000 90.00 175.00 205.00
COMPRESSOR TRUCK W/DUMP
1724 COMPRESSOR DUMP TRK GMC 185CFM 26,00 90.0 15200 168.00
1725 COMPRESSOR DUMP TRK GMC 185CFM ~ 26,000 9D.00 152.00 'f6&A0
1726 COMPRESSOR DUMP TRK GMC 485CFM 26,000 90.00 f 52.00 168.00
?727 COMPRESSOR DUMP TRK GMC 185CFM 26,000 90.00 152.00 168.00
TRAILERS
792 JOBSJTE TRAILER 8' X 23' 7o J2.0o
1635 JOBSITE TRAILER CC-2~96i 5553 12.00
1999 FL4T8EQ TR4ILER UTlL FLATBED 758E 12.00
2000 JOB Sl7E Tf2AftER BROW VAfV 10660 12.00
2QQ9 JOB SITE TRAILER MILL VAN f 0860 12.00
2069 JOB TRAILER 5006 12.00
2070 JOB TRAILER #2 3000 12.00
2071 JOB TRAILER #3 5000 12.00
2096 J08 CLEFiN UP TRAILER HOME 2530 92.00
2256 TRAILER T2K5 UT1L 550 18.D0
2311 TRAILER 27" VAN 10860 12.0(1
2325 TRAJLER HEAL FB 1500 ?0.00
2326 TRAfLER ZEMA T1LT TRL 2 AX ?800 10.00
2331 TRAILERZEMA 7,500 10.00
2337 TRAfLKlNG TK20 20 20,000 18.00
2346 TRAlLERZEMA 10,000 40.00
2383 TR4(LERAROS 7,50Q 10.Q0
3010 J08SlTE TRAILER CONNIX 10,000 72.40
3011 J08S(TE TR4lLER CONNEX 10,000 12.00
3012 JOSSITE TRAILER 20, 000 ; 2.00
3013 JOBSlTE TRAILER 20,000 1 Z.00
3074 BlGTEXTRAlLER 1Q,000 10.00
3062 ZIEMAN TR,4ILER 20,000 92.00
LABdR
SUPERINTENDAIYT W/TRUCK 148.00
SUPERINTENDAIYT W/O TRUCK 104.00
FOREMAN W/TRUCK 739,00
FOREMAN W/O TRUCK 95.00
CARPENTER W/TRUCK 111.00
CARPENTER iNi'0 TRUCK 71.00
SEE PAGE 12 FAR TERMS AND CONDITIONS
2017-03-29 Item 10C 24 of 35
2017-06-28 Item 8H 75 of 86
Page 12 of 12
EgUIP,~ EQUIP DESCR1PTi0N
MECNANICM/ELDER W/TRUCK
MECHANIC/WELDER WIO TRUCK
OPERATOR
OfLER
LEADMAN
PIPELAYER
LABORIBOXBUlLDER HELPER
TRUCK DRIVER
ADMfN /OFFICE
PROJECT MANAGER / ESTIAAATOR
PROJECT STAFF ENGINEER
SHOP MACHINIST/WELDER FABRlCAT10N
SHOP L4BOR
SHOP MECHANIC
OVERTIME LABOR
OT SUPERlNTENDAM' W/TRUCK
OT SUPERlNTENDANT W/O TRUCK
OT FOREMAN W/TRUCK
OT FOREMAN W/O TRUCK
OT CARPENTER W/TRUCK
OT CARPENTER
OT MECNRNIC./WELDER W?RUCK
OT MECNAtV1C/WELDER W/O TRK
OT OPERATOR
OT OfLER
OTLEADMAN
OT PIPELAYER
OT LASORER/BOX BUILDER HELPER
OT TRUCK DRIVER
7/2 OT RATE PM
PM RATE SUPERINTENDANT W,~TRK
PM RATE SUPERINTENDANT W.iO TRK
PM RATE FOREMAN W/TRUCK
PM RATE FOREMAN W/O TRUCK
PM RATE MECHANIC/WELDER W/TP,K
PM MECHANlC/WELDER W/O TRK
PM RATE CARPENTER W/7RK
PM RATE CARPElJTER W/O TRUCK
PM RATE OPERATOR
PM RATE OfLER
PM RATE LEADMAN
PM RATE PIPELAYER
PM RATE I.ABORER/SB HELPER
PM RATE TRUCK DRlVFR
TERMS AND C~ND1TlONS9.Mark up +overhead of 10% will be added (o all labor, equipment, materials and
subco~ttr-dctors,
2. These T8M rates are subjecf to change at any time wrthouf notice.
Srgned: ~~~Z-~~t:~VC~,~/-"'~~~-
MODEL SIZE BUCKE7'SlZE/PRYLOAD
Austin Cameron, President Date: 3f3~~/~
SEE PAGE 12 FOR TERMS AND CONDITIONS
2017-03-29 Item 10C
HOURLYBARE OPERATEDRENTNL RATE
162.00
85, DO
85, 00
82.00
63.00
62.00
61.00
62.00
B5.00
i 15. DD
85.00
110.Q0
65.00
95.00
199.00
155.00
185.00
14 i.00
137.00
87.00
192.00
115.00
1i5.~0
? f 0.00
84.00
83.00
81.00
78.00
88.00
44.00
84.00
40.00
129.00
52.00
8i.00
41. DO
5200
51.00
39.00
39. DO
38.00
45.00
OPERATED bTRATE
25 of 35
2017-06-28 Item 8H 76 of 86
_.,ATTACHMENT 2
_
AMENDMENT #7
TO AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES
THIS AMEf~1QMENT #1 TO AGREEMENT ("AGREEMENT"~ is made and entered into in
Encinieas, California, as of Juiy 18, 2016, between the City of Encinitas, a Municipal Corporation,
hereinafter referred to as "CITY",and GEOPACI FICA hereinafter referred to as "CONSiJLTANT".
REGTALS
The CITY requires outside assistance to provide the services c{escribed in the original
AGREEMENT which entered into effect on MARCH 1, 2017. The original AGREEMENT is hereby
modified by AMENDMENT #7 and he effective on MARCH 31, 2017.
LONE JACK ROAD @MERGENCY REPAIR
CX1T6
Section #1.0, TERM OF AGREEMEiVT is modified as follows:
Effective date of MARCH 1, 2017 and shall continue until all tasks are completed
through MARCH 32, 2017, unless extendeel by contract amendment or otherwise
terminated.
_Section #2, CONSULTANT 08LIGATIONS (ATTACHMENT "Q") is modified as follows;
2.1 CONSULTANT shall provide the CITY with the following DESCRIBED SERVICES.
A, Task is Construction Inspection
Consultant shalt perform all construction inspection an Lone Jack Road
during the duration of emergency road repair construction.
B. Task 2: Material Testing
Consultant shall perform as needed material #esting during the duration of
emergency road repair construction.
2.2 Payment to CONSULTANT to render the DESCRIBED SERVICES hereunder is set
forth in ATTACHMENT'A',
AEI other provisions a~the SEPTEMBER 28, 2015 AGREEMENT between the parties shall remain in
full force and effect with the exception of the amendments as outlined in Amendment #7.
2017-03-29- Item 10C - - 26 of 35
2017-06-28 Item 8H 77 of 86
SIGNATURES
CONSULTANT
GEOPACIFICA
By
James F. Knowlton
Vice President
Title Date
APPROVED AS TO FORM
Glenn Sabine
City Attorney
Date
CI1Y
CITY OF ENCINITAS
By
Interim Public Date
Works Director
2017-03-29 Item 10C 27 of 35
2017-06-28 Item 8H 78 of 86
ATTACHMENT "A"
PAYMENT FOR SERVICES
The CITY shaEl pay CONSULTANT for the DESCRI6E~ SERVICES as follows:
Soils Technicia~i 1GQlirs@ $72.50/l~r $11,GOU.00
Laboratory Testing/Compaction $3000.00
Testing
Consulting/Supervision 40hrs(rc,~105/hr $4200.00
Total ~+18,800.U0
Payment wilt be made on a bi-weekly basis.
2017-03-29 Item 1 OC 28 of 35
2017-06-28 Item 8H 79 of 86
Gcopacifica, Inc.306 Industry Street, Suite 1.05Oceanside, Ca]iforllza 92054
~~60~~21-s4ss
City of EncinitasSOSS. Vulcan AvenueEncinitas, LA
Attention: Gren Shields, ,assistant City Enainccr
Subject: Prapos~il fur Geutechnical Services — Geotecliiiic~zl ServicesLone Jack Emergene~~ Road RepairEncinitas, Califoi~iia
Tear Mr. Shields:
In response. tc~ yoLu~ request I have prepared this rrorosal t.n Perfoi7n GeQtechnicalconsulting, consu•uction inspection, compaction testing; labarhtory testing and Uacktlllcompaction testing, Qtr scope of ser~~ices would be to verify tl~e excavations. and to testthe compaction X90% relative compaction and 95%relative compaction] for ali tills rindgrading, perform laboratory tcstin~ of the onsite soils and verify adherence to therequirements of the City of Encinil~s. Our estimates for this emergency operation ru'e forn 3D day period.
We estimate that a technician will be T~quired for inspectial~ for approximately 16U hours.for tiie repair operations. We also a~~ti~ E~atc appruxirnatefy 40 hours oP geotechnicalconsulting and an estimated amount for the laboratory testing and compaction.Laboratory testing will be performed oil the base materiat(Billed can work pi:rf~rmed endin accordance with our approved schedule of fees). Some supervision will be required~tnd is incli.~ded in the geptechnical consulting hours. Daily reports will Ue prepared fotevery day of work along with a photo l.oe of all performed work.. Our rate foi a sailstechnician and engineerinD inspector incl~ides mileage. ~i~r nuclear de~tsiEy jauge will becharged on an hourly basis and wi11 be based on usage.
2017-03-29 ---- Item 1 DC 29 of 35
2017-06-28 Item 8H 80 of 86
G~opacifica, Inc.
~Ve estimate the following cos?s for the Lone Jack Emergency repair projecC:
Soils Technician
Laboratory'1'esting/Compaction toting
Consulti«g/Supervision
l 601u~s @ $?2.50/hr ~ l l ,60Q.0(1
~300Q00
40tu•s C~ $105/hr ~42UU.UU
Total $18,800.00
We propose to perform the requested cervices fo a total 01' $18,800,00. We 4vould notexceed that amount unless fhe scope of services chtingzd and only upon writtenauthorization. Afield technician curl engineering i.ispector will be assigned to yourproject and that ,same technicizn woi.ild remain. on t1;e project until ~c~mpletiau. Tl~e fieldtechnician and engineerinc inspecCor that t~~ill be assigned has extensive experience inboth canscruetion oUservation and compaction testing and also have pe.rfc~rmzd work. onabler ~rc?jects for the City of Encinitas.
I!' y~~u have any yueslions, ple~E$~ call me al X760)802-7560,~ rlr` ?' .'
Sincerely, ~.`"~,.-
"~ ~~':
.. --~~J~rties F. I{no~vlton '`~~-
President
2017-03-29 item 1OC 30 of 35
2017-06-28 Item 8H 81 of 86
ATTACHMEI~IT 3
RESOLUTION NO. 2017-20
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF ENCINITASAMENDING THE FISCAL YEAR 2016-17 BUDGET
WHEREAS, on June 22, 2Q 16 the City of Encinitas City Council adopted :ResolutionNo. 2016-64 appropriating the budget for Fiscal Fear 2016-17; and
WHEREAS, changes iii a~iti~ipated revenues and/or expenditures of the City ofEncinitas necessitates a revision of the appropriations for Fiscal Year 2016-17; and
WHEREAS, budgeted expenditures do not exceed anticipated revenue and availablefund balance; and
WHEREAS, the City Cotuicil has. reviewed the proposed Fiscal. Yeax 2016-17budget amendments; and
NOW,. THEREFORE, BE TT RESOLVED, DETERMINED AND QRDERED thafthe City Council of tie City of Encinitas does, hereby, adopt the amencirnents for FiscalYear 2016-17 as shown in Exhibit A to this resolution.
PASSED AND ADOPTED this, 29nd day of March, by the following vote, to wit:
AYESNAYS:ABSENT:ABSTAIN:
Catherine S. Blakespear, MayorCity of Encinitas
ATTEST:
Kathy Hollywood, City Clerk
2017-03-29 Item 1 DC 31 of 35
2017-06-28 Item 8H 82 of 86
Exhibi# A to Resolution 2017-20Revenue/ Expenditure)
Transfer in Transfer Out
Organization Ob}ect Project Increase Increase
Fund Narne Code Code No. Description (Decrease) (Decrease)
Transfef to Capital
Improvement Fund for
Lone lack Rd. emergency
1. General 1010000Q 498.2 repairs. $ 447,300.40
Transfer from General
Fund for Lone Jack Rd.
~. Capital Improvement 40200000 398,2 emergency repairs. $ 447,300.Q~
Project budget for Lone
Jack Rd. emergency
3. Capital improvement 40295101 59~ CX17B repairs. $ a47,300.OD
Total $ 447,300.00
2017-03-29 Item 1 DC 32 of 35
2017-06-28 Item 8H 83 of 86
~l:l~il_~~~i!
CITY (~F EN~INITASPublic Works Departineilt —Engineering
505 South Vulcan avenueEncinitas, Ca. 92024-3633
Phone. (760) f~33-2770
MEMORANDUM
To: Ifaren P. Brust, City Manager
From: Paul Malone, Interim Public Works Director
Date: March 3, 2017
Subject: Emergency road repairs on Lone Jack Road and Fortuna Ranch Road
On the morning of March 1, 2017, engineering staff was made aware of a road failure anLome Jack Road in the community of Olivenhain. Several weeks of heavy rain hascausedthe groundwa#er level to rise up to the surface to the point that pressure forced thegroundwater to exit the pavement on Lone Jack Road and Fortuna Ranch Road.Continuous flow of groundwater has been coming out of the pavement, out of water valvecovers, and along the edges of manholes on those streets. This significant amount ofsurface flow along witF~ the over-saturated subgrade, has Jed to ~ significant road failure onLone Jack Road, and the potential for failure on Fortuna Ranch Road. On March 1, aconstruction dump tn~ck traveling southbound on Lone Jack Rd. between Bella Callina andFortuna Ranch Rd. came to an abrupt slop, broke through the asphalt surface and sank 1Dinches into the oversaturated subgrade. This incident highlighted the public safety hazardThat exists on Lone Jack Road and Fortuna Ranch Road due to the impact of high groundwater flows. A pavement failure related to the high groundwater elevation also has a highprobability of occurring on Fortuna Ranch Road. The timing of these types of failures isdifficult to predict, but efforts to remediate the groundwater problem prior to the failureassures the safety of the traveling public.
This situation meets the definition of an Emergency per the State Public Contract Codesection 1102, which states the following; "Emergency, as used in this code, means asudden, unexpected occurrence that poses a clear and imminent danger, requiringimmediate action to present or mitigate the loss or impairment of life, health, property, oressential public services."
The current situation ca(Is for immedia#e action for the protection of the travelling public anLone Jack f~oad and Fortuna Ranch Road.
2017-03-29 Item 10C 33 of 352017-03-08 Item 11D (Updated with Signature) 1 of 22017-06-28 Item 8H 84 of 86
The scope of work necessary to address the situation includes, but is no# limited to,excavating and hauling away the existing damaged asphalt pavement and oversaturatedsubgrade, installing a perforated subdrain to drain the groundwater to an adjacent drainagechannel or stvrrn drain, and installing new base and asphalt pavement.
Sectiari 7.18.60 of the Municipal Code covers emergency work and states that in the eventof an emergency. as determined by the City Manager, wrhich requires immet~iate action toensure public health, safety, welfare and continuity of operations, the City Manager maycause the purchase of necessary supplies, equipment and services without competitivebidding for the purpose of responding to the emergency with unencumbered money,irrespective of whether said money has been appropriated for such purpose. A full report ofthe circumstances of any such emergency purchase shall be presented to the City Councilat the next available regularly scheduled City Council meeting.
am recommending that you declare a local eme~~gency to allow for the expeditious repairsto the damaged section of road on Lone Jack Road, and the installation of subsurfacegrau~dwater mitigation efforts on Fortuna Ranch Road- Please sign below to acknowledgeyour concurrence.
I, Karen P, Brust, with knowledge of the read failure on Lone Jack Road and thepotential failures on Fortune Ranch Road due to ~Nater intrusion caused by theextensive rains on and before March 1, 2017, acting on the professional advice ofthe City Engineer Kamran Saber, PE, do hereby declare a condition of localemergency pursuant to Encinitas M«nicipal Code Section 7.i 8,060. This codesection allows for expedited repairs to address emergency conditions to ensurepublic health, safety and welfare. A report will be made to the City Council regardingthis declaratjon at the regularly scheduled Council meeting on March 8, 2017.
~a
EngineerApproved As To Farm:
ren P. Brust, City Manager Glenn Sabine; City Attorney
2017-03-29 Item 10C 34 of 352017.03-08 Item 11D (Updated with Signature) 2 of 2
2017-06-28 Item 8H 85 of 86
City of En
cini
tas
Summary of Bu
dget
ary Fund Balance
FY 2U 16-2017
FY2016-77 Council Action
ATTACHMENT 5
Increase
Meeting
(Decrease) to
Available fund
Desc
ript
ion
Date
Reso
luti
on#
Fund Balance
Balance
Net Available Beginning Fund Balance, 7/
1/16
18
,594
,757
FY 2016-17 Original Budgets Adopted
6l22
11fi
2016-64
X9,7
86,7
42)
8,808,415
FY 2016-17 Budget Adjustments by Council:
1. Increase funding for pa
rkin
g study (WC15C)
7!13!16
2016-72
(25,
000}
8,783,015
2. Continuing ap
prop
riat
ions
for
uns
pent
FY 15-16 appropriations $1,201,403
8124116
2016-82
(328
,157
) 8,454,858
3. Hwy 101
Emergency Repairs Mon
itor
ing and Mai
nten
ance
9/14!16
2016-79
(77,
512)
8,377,346
4. Increase Construction Budget Car
diff
School Di
st. (CS17C)
9/14/16
2016
-81
98,000
8,475,346
5. Increase Tree Tri
mmin
g Budget fo
r Ficus Trees
9128!16
2016-90
(54,
000}
8,
421,
346
6. Increase funding fo
r Ma
rine
Safety Center at Moonlight Beach (CP14C)
9128116
2016
-91
(628,104)
7,79
3,24
2
7. CaIPERS pension liability lump sum payment from FY 7 5/16 Fund Baf
. 10
/19!
16
2016-93
(220,434)
7,572,808
8. FY 201
5-16
firs
t qu
arte
r budget adjustments
1111fi/16
2Q16-104
(256,995)
7,315,813
9. Clo
seou
t pr
ojec
t CS17E and return fu
nds to General Fund
12/14/16
60576
243,000
7,558,813
10. Co
ncep
tual
Plans for
a pedestrian
rail cro
ssin
g at
or near Verdi Aye. (pending}
2/15117
2017
-16
(64,
000)
7,
494,
813
11. FY 2016-17 mid yea
r adjustments
3/81
17
2017-18
41,060
7,53
5,87
3
12. FY 2016-17 mid yea
r CIP transfer ad
just
ment
s 3/8 /
17
2017-18
155,984
7,691,857
13. Emergency Rep
airs
-Lone Jack Rd.
3129!17
2017-20
(447,300)
7,244,557
i4. Emergency Rep
airs
-Manchester Ave. slo
pe
3/29117
2017
-21
(39,
800)
7,204,757
Projected Available Fund Balance 613
0/20
17
(11,
390,
000}
7,691,857
2017-03-29
Item 10C
35 of 35
2017-06-28 Item 8H 86 of 86