Loading...
HomeMy WebLinkAboutC-7154-1 - Citywide ADA ImprovementsJune 26, 2019 Victor Concrete, Inc. Attn: Victor Granillo 6135 Barcelona Avenue Riverside, CA 92509 CITY 9F NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov Subject: Citywide Americans with Disabilities Act "ADA" Improvements — C-7154-1 Dear Mr. Granillo: On June 26, 2018, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 28, 2018 Reference No. 2018000237279. The Surety for the contract is American Contractors Indemnity Company and the bond number is 1000934739. Enclosed is the Faithful Performance Bond. Sincere y, a� 4 Leilani I. Brown, MMC City Clerk Enclosure Issued in two separate counterparts. Premium: $22,303.80 CITY OF NEWPORT BEACH BOND NO. 1000934739 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 22,303.80 , being at the rate of $ 0.018 (1.8% of the contract price) thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Victor Concrete, Inc. hereinafter designated as the "Principal," a contract for sawcutting concrete and asphalt concrete; removing curb and gutter; removing asphalt concrete, sidewalk, cross gutter, and spandrels; removing or pruning tree roots; replacing and relocating electric pull box and associated wiring; constructing concrete access ramps with truncated domes, sidewalk, curb and gutter, cross gutter and spandrel; restoring private irrigation and improvements impacted by the work; providing temporary access during construction, and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and American Contractors Indemnity Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Thirty Nine Thousand One Hundred Dollars and 00/100 ($1,239,100.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable Victor Concrete, Inc. Page B-1 expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 8th day of December ,20_17 . Victor Granillo _ Name of Contractor (Principal) American Contractors Indemnity Company Name of Surety 801 S F�ueroa St #700, Los Angeles, CA 90017 Address of Surety (310)6.42-0220 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: i Ili f %___ Aaron C. Harp AIA 1titttl r City Attorney President Authorized Signature/Title Authorized Agent Signature Jose L. Gurrola Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Victor Concrete, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CalifoLnja County jpfrill 7 .�_ )ss' l On LiL�r�y wt!cti 20/ — before xX � Notary Public, personally appeared/7cL who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. � SUZAN M. MARTINEt WITNESS my hand and official seal. a Comm * 21M761 Z . Notary Public • California z Orange County A p M Comm. Ex ares Mar 29, 2020+ Signt e / 44 �' (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County 99� O,1;a �r ) ss. On 207 beforeyne, Notary Public, personally appeared r J2 2 proved to me on the basis of satisfac ry evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. my hand and official seal.' UWAN M. MARTINEZ r Commission M 2144751 = d Notary Public -California z Orange County s Signature —� My Comm. Exolres Mar 2420 A (seal) Victor Concrete, Inc. Page 8-3 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company,-aTexas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Catherine Denise Huckabay, Karin Zeich Thorp, Robert B. Gates or Jose L. Gurrola of Santa Ana, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Three Million***** Dollars ($ **$3,000,000.00** ). This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons. w Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: _ Allorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this I st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Cit1H3.,.. .PSE95U11 gFrHOINGrCO ,fpD�9 H 8� e iz n a "y Daniel 1 P d B 'a3 o, �'I' i ",.!/V y '• anie P. Agm ar, Vice resi ent ��liiOPN �eP ...*1 .' T,og,,9TEOf tE�'P.oc ..,*,. A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles SS: On this 1 at day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorizedcapacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIA G. RODRIGUEZ-WORE Commisslon #t 2049771 Signature (Seal) a z i'. Notary Publlc - California z s z Los Angelo County Comm. Ea Ices Dee 20 2017 I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. InrtnesS-Whereof, I have here to set my hand and affixed the seals of said Companies at Los Angeles, California this t i day of2c Prtr��v' r Corporate Seals ,,,.riN".iTo"ddW,,,,, '$AEss�Rfr°, `,o0ono uQ'0o, ,....�y �>;a or,,........... ' ...ti. `9. ♦Y .•a: 'V!aec= 4 8 Q Bond No. 11" ` r�, >e. °°° _*_ , a Kin Lo, Assistant Secretary 9 a Agency No. 101 3 jf9UF00.MP A 'y' r *nu P �j97EOF tE�'P nn�un No. 5906 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Corte of the State of California, American Contractors Indemnity Company ofLosAngeles, California, organized under the laws of California, subject to its Articles oflncorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance:. Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in Ml compliance with all, and not in violation of any, ofthe applicable laws and lawful requirements made under authority ofthe laws ofthe State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as ofthe 23rd day of May, 1994, I have hereunto set my hand and caused my official seal to be affixed this 24th day of December, 2005. Fee $2,361.00 Ree. No. 578370 John Garamendi Insurance Commissioner Filets 10/04/90 BY Victoria S. Sidbury DPuiv Certification I, the undersigned Insurance Commissioner of the State of California, do hereby certify thatl have compared the above copy of Certificate ofAuthoritywith the duplicate oforiginal now on file in my office, and that the'same is a full, true, and correct transcript thereof, and of the whole ofsaid duplicate, and said Certificate ofAuthority is now in fullforce and effect. IN WITNESS WHEREOF, I hava hereunto,set my hand and caused my official seal to be ajflxed this 13th day of December, 2006, John Garamendi Insurance Commissioner By 1(L(�.( VA4KL— Pauline D'Andrea September 4, 2018 Victor Concrete, Inc. Attn: Victor Granillo 6135 Barcelona Avenue Riverside, CA 92509 CITY OF NEWPORT BEACH 100 Civic Center Drive Newport Beach, California 92660 949-644-3005 1949-644-3039 FAx newportbeachca.gov Subject: Citywide Americans with Disabilities Act "ADA" Improvements C-7154-1 Dear Mr. Granillo: On June 26, 2018 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on June 28, 2018, Reference No. 2018000237279. The Surety for the bond is American Contractors Indemnity Company and the bond number is 1000934739. Enclosed is the Labor & Materials Payment Bond. Sincerely, 44a,bVk- Leilani I. Brown, MMC City Clerk Enclosure Issued in two separate counterparts. Premium: Included in Performance Bond. EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 1000934739 W_1-1i1:KI�G7i4/_`iA 7/\WN7i\9a[4arTil.G7 WHEREAS, the City of Newport Beach, State of California, has awarded to Victor Concrete, Inc., hereinafter designated as the "Principal," a contract for sawcutting concrete and asphalt concrete; removing curb and gutter; removing asphalt concrete, sidewalk; cross gutter, and spandrels; removing or pruning tree roots; replacing and relocating electric pull box and associated wiring; constructing concrete access ramps with truncated domes, sidewalk, curb and gutter, cross gutter and spandrel; restoring private irrigation and improvements impacted by the work; providing temporary access during construction; and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS. Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, American Contractors Indemnity Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Thirty Nine Thousand One Hundred Dollars and 00/100 ($1,239,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Victor Concrete, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 8th day of December , 2017 . Victor Granillo Name of Contractor (Principal) American Contractors Indemnity Company Name of Surety 801 S Figueroa St #700, Los Angeles, CA 90017 Address of Surety (310)649-0990 Telephone APPROVED AS TO FORM: CITY ATTORNEY'. FICE Date: By: Aaron C. Harp UM ,tlali> City Attorney President Authorized Signature/Title Authorized Agent Signature Jose L. Gurrola Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Victor Concrete, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Calif is County of + } ss. On _ -. 20 / % befor2 e, n �=. L(Af/r�Geu Notary Public, personally appeared — t C �f c'L! r who proved to me on the basis of satisfactory evidence to be th persoe n(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SUZAN M. MARTINEZ WITNESS my hand and official seal. Commission # 2144751 9 =QMg Notary Public • California Z Orange County C C v/1�2 � Comm. Expires Mar 29, 2020 `Signa re GC (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countyof/2c1z- Z_.. } ss. / On ��Jti ti 20 / 7 befor / 1� 110"z Notary Public, personally appeared/.� proved to me on the basis of satisf ' ory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SUZAN M. MARTINEZ i ,/ rr Commission M 2144751 i . A eez z e"s Notary Public • California = Signature Orange County (seal) 4�7M Comm. Ex (res Mar 29, 2020 Victor Concrete, Inc. Page A-3 POOR OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas __ orttlr ymli an assumed name of American Contractors Indemnity Zoi*ani rtd tates Surety Company, a Maryland --- NOMP I Specialty Insurance Company, a Texas corporation (co( , .. [I>e-_r nies"), do by these presents make,. _ onstitiftelandRippoint: Catherine Denise Huckabay, Karin Zeich Thorp, Robert B. Gates or Jose L. Gurrola of Santa Ana, California its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place. WAt sod,:To e;�ui acknowledge and deliver any and all bonds, recognizaapigA "dertalag `., or other instruments or contraw oLsut-e�ch nUitde riders, amendments, and consents of surety, Wo%dt* We bWU penalty doesnotexceed *"**Three Million***** Dollars This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full _oraea an> bori appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and =-t4� and amBehalf of the Company subject to the following UMMwiffinr—ay given full power and authority for and in the name of and on bele mf r rpt Rtea€€utg cknowI dge and deliver, any and all bonds, lWroctgmaance , contracts, agreements or indemnity and other conditional or obligatory iiffAffilrii inctadingany and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be U Resolved, that the signature of any authorized officer and seaLofThe Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto byfacsumle, and any power of attorrrcXor cerkfik to be inj simile signature or facsimile seal shall be valid and binding upon the gen any winxrespect to any bond or undertaking to which it is attac�re 1 – — _ - - IN WITNESS WHEREOF, The Comp ani&have caused this instrument to be signed and their corporate seals to beldeto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCF_COMPANY `,.4Es sUgFj} OONOING coi�nsursn�°.:,. - ; : _ Daniel .a^ el^P AguilarVice Preident 4�OFliO unman A notary public or other officer completing this certificate vermes only the identity of the individual who signed the document to which'this certificate is attaeee—,surd Agilaft ass, accuracy, or validity of that document. - - - State of California - County of los Angeles SS: On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in _ biszauthir>�_ aROW, and that by his signature on the instrument the person, or the entity--u-poabehal whic lie person acted, executed the instrument. M dMiMMUWATY OF PERJURY under the laws of the State of California thaMe ssseg imftniggre isMe and correct. IESSVyshaaannd and official seal. MARIA G. ROURIGUE2-11101101g; Commission • 2019711 Signature (Seal) i , �� Notary Public - California z Los Angeles County M Carron. Ex Ices Deo 20, 2017 J I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect In Vh if, I have h�ret}c}io set my hand and affixed the seals of said Companies at Los Angeles, California this 0 day MEW -Cot}toraSealsears qat ACil1RSµy" a•"lES sURff- `,a00ND�NGC �oY:C 00's Shu 0", 3 O°.. x _ c} L qLf =i.' •cumwrm i—c -Ni 1_ 0 } Bond No. / rir%C / 3l =' .E.=v.,.* ;; - - _ _ = r a Kin Lo, Assistant Secretary Agency No. 90113 .'�;'..._. xv,,,, _,,'�•. r 4FOP ••tn. = pr F,GF UE' unmet No. 5906 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California, American Contractors Indemnity Company ofLos A ngeles, California, organized under the laws of California, subject to its Articles oflncorporation or otherfundamental organizational documents, is herebyauthorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance:. Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of Cal forma. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation ofany, ofthe applicable laws and lawful requirements made under authority ofthe laws ofthe State of California as long as such laws or requirements. are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as ofthe 23rd day of May, 1994,1 have hereunto set my hand and caused my official seal to be affixed this 24th day of December, 2005. Fee $2,361.00 Ree. No. 578370 John Garamendi Insurance Commissioner Filed 10/04/90 By Victoria S. Sidbury Deputy Certification I, the undersigned Insurance Commissioner ofthe State of California, do hereby certify that 1 have compared the above copy of Certificate of Authority with the duplicate oforiginal now on file in my office, and that the' ame is a full, true, and correct transcript thereof, and of the whole ofsaid duplicate, andsaid Certificate of Authority is now in full force and effect. - - IN WITNESS WHEREOF, I have hereumo.set my hard and caused my official seal to be affixed this 13th day of December, 2006, John Garamendi Insurance Commissioner Pauline D'Andrea Batch 3552936 Confirmation RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 Page 1 of 2 Recorded in Official Records, Orange County Hugh Nguyen, Clerk -Recorder 1111111111111111111111111111111111111111111111 I 11 1111111111 NO FEE *$ R 0 0 1 0 1 8 6 6 9 4$* 2018000237279 9:27 am 06128118 90 SC5 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.000.000.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, Califomia, ,92660, as Owner, and Victor Concrete, Inc., Riverside, California, as Contractor, entered into a Contract on November 14, 2017. Said Contract set forth certain improvements, as follows: Citywide Americans With Disabilities Act ("ADA") Improvements Contract No. C-7154-1 Work on said Contract was completed, and was found to be acceptable on June 26, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is American Contractors Indemnity Company. BY Public Wo s Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. j' ,I �%�j wn p Executed on V i�/y�i �, lat Newport Beach, California. M https://gs.secure-recording.com/Batch/Confirmation/3552936 06/28/2018 RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and Victor Concrete, Inc., Riverside, California, as Contractor, entered into a Contract on November 14, 2017. Said Contract set forth certain improvements, as follows: Citywide Americans With Disabilities Act ("ADA") Improvements Contract No. C-7154-1 Work on said Contract was completed, and was found to be acceptable on June 26, 2018, by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is American Contractors Indemnity Company. BY Public Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on V u�� �(/ at Newport Beach, California. City Clerk CITY CLUK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids shall be submitted via PlanetBids to office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 By 10:00 AM on the 24th day of October, 2017, at which time such bids shall be opened and read for CITYWIDE ADA IMPROVEMENTS Federally Assisted Project U.S. Department of Housing and Urban Development Contract No. 7154-1 $ 1,185,000.00 Engineer's Estimate Approved by ark Vuk jevic City Engineer Prospective bidders may obtain Bid Documents, Project Specifications and Plans via PlanetBids: hftp://www.planetbids.com/portal/portal.cfm?Company[D=22078 Hard copy plans are available via Mouse Graphics at (949) 548-5571 Located at 659 W. 19"' Street, Costa Mesa, CA 92627 Contractor License Classification(s) required for this project: "A" For further information, call Ben Davis, Project Manager at (949) 644-3317 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 TABLE OF CONTENTS NOTICEINVITING BIDS..........................................................................................Cover INSTRUCTIONS TO BIDDERS......................................................................................3 BIDDER'S BOND............................................................................................................7 DESIGNATION OF SUBCONTRACTOR(S)................................................................. 10 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................................... 11 NON -COLLUSION AFFIDAVIT..................................................................... 13 DESIGNATION OF SURETIES...................................................................... 14 CONTRACTOR'S INDUSTRIAL SAFETY RECORD .................................................... 17 ACKNOWLEDGEMENT OF ADDENDA....................................................................... 19 INFORMATION REQUIRED OF BIDDER.....................................................................20 NOTICE TO SUCCESSFUL BIDDER...........................................................................23 CONTRACT...................................................................................................................... LABOR AND MATERIALS PAYMENT BOND ............................................. Exhibit A FAITHFUL PERFORMANCE BOND........................................................... Exhibit B INSURANCE REQUIREMENTS.................................................................Exhibit C FEDERAL LABOR STANDARDS PROVISIONS — HUD -4010 .................. Exhibit D FEDERAL WAGE DECISION...................................................................... Exhibit E FEDERALLY ASSISTED PROJECT - EXHIBIT 1 TO EXHIBIT 16............................FA-1 PROPOSAL.............................................................................................................. PR -1 SPECIALPROVISIONS............................................................................................ SP -1 SUPPLEMENTAL DETAILS........................................................................................ D-1 2 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 INSTRUCTIONS TO BIDDERS 1. The following documents shall be completed, executed, uploaded and received by the City Clerk via PlanatBids in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS (Contractor shall also submit info via PlanetBids) CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any; Contractor shall confirm via PlanetBids) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES FEDERALLY ASSISTED PROJECT (EXHIBIT 1 to EXHIBIT 16) PROPOSAL (LINE ITEMS to be completed via PlanetBids) The City Clerk's Office will open and read the bid results from Planet8ids immediately following the Bid Opening Date (Bid Due Date.) The Bid Results are immediately available to the public via PlanetBids following the Bid Opening Date (Bid Due Date). Members of the public who would like to attend this reading may go to Bay E. 2" Floor of the Civic Center (Located at 100 Civic Center Dr.) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. Original copies must be submitted to the City Clerk's Office. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703.4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. 9. Prevailing Wage Statement: This contract will be funded in whole or in part with federal housing and community development funds. The Federal Labor Standards Provisions, including prevailing wage requirements of the Davis -Bacon and Related Acts will be enforced. A copy of the Federal Wage Decision applicable to this project is included in the Bid Document. This is project is a public work in the State of California, funded in whole or in part with public funds. Therefore, the higher of the two applicable prevailing wage rates, federal or state, will be enforced. The Contractor's duty to pay State prevailing wages can be found under Labor Code Section 1770 at seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and to employ apprentices, including forfeitures and debarment. The State Wage Decision is available online at http://www.dir.ca.gov/dlsr/ or by contacting the Awarding Body for this contract. 10. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq, of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". Apprenticeship Program: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative code, Section 200 et seq. to ensure compliance and complete understanding of the law regarding apprentices. 11. Section 3 Statement: This is a HUD Section 3 construction contract. Contracts of $100,000 or more shall be required to address the Section 3 employment, training and subcontracting opportunity regulations set forth by the U.S. Department of Housing and Urban Development at 24 CFR Part 135 by 1) demonstrating that the firm is a Section 3 Business, or 2) submitting a written commitment (Economic Opportunity Plan) to hire Section 3 Residents or to subcontract with Section 3 businesses, or 3) certifying that no new hires are necessary to complete the contracted work and that no subcontracts will be awarded. 12. No contractor or subcontractor may be listed on a bid proposal for a public works project (submitted on or after March 1, 2015) unless registered with the Department of Industrial 4 Relations pursuant to Labor Code section 1725.5 (with limited exceptions from this requirement for bid purposes only under Labor Code section 1771.1(a)]. 13. No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. 14. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. 15. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. 16. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on behalf of itself or a subcontractor that lacks privity of contract with the City but has requested that contractor proceed on its behalf, sent by registered mail or certified mail return receipt requested for a time extension, payment by the City for money or damages arising from work done by, or on behalf of, the contractor and payment for which is not otherwise expressly provided or to which the claimant is not otherwise entitled, or for payment of an amount that is disputed by the City, the following is a summary of the claims resolution process to be applied: A. The City shall review the claim and, within 45 days, shall provide a written statement identifying the portions of the claim that are disputed and undisputed. This time period may be extended by mutual agreement. The claimant shall furnish all reasonable documentation to support the claim. If the City needs approval from its City Council to provide the written statement and the City Council does not meet within the prescribed time period, the City shall have up to 3 days following the next regular meeting of the City Council to provide the written statement. Payment of the undisputed portion of the claim shall be made within 60 days after the City issues its written statement. B. If the claimant disputes the City's written statement or if the City does not issue a written statement in the prescribed time period, the claimant may demand in writing an informal meet and confer conference, which shall be scheduled within 30 days of receipt of claimant's demand. C. Within 10 business days of the meet and confer conference, if a dispute remains, the City shall provide a written statement identifying the portion of the claim that remains in dispute and the undisputed portion. The City shall pay any remaining amount of the undisputed portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding mediation or similar nonbinding process, with the City and claimant sharing the costs equally and agreeing to a mediator within 10 business days. If the parties cannot timely agree on a mediator, each party shall select a mediator and those mediators shall select a qualified neutral third party to mediate the remaining disputed portion. If mediation is unsuccessful, any remaining disputed portion shall be addressed using procedures outside of Public Contract Code section 9204. D. Failure by the City to meet the time requirements herein shall result in the claim being rejected in its entirety and shall not constitute an adverse finding with regard to the merits of the claim or the responsibility or qualifications of the claimant. V( C The signature below represents that the above has been reviewed. 1004077 C-8 %� C� /PRESIDENT Contractor's License No. & Classification Authorized Signaturelritle 1000025082 DIR Reference Number & Expiration Date VICTOR CONCRETE INC. Bidder 10-23-2017 Date Bid Bond No. 1000934633-94 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Total Bid Amount Dollars ($10% of Bid Amount), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of CITYWIDE ADA IMPROVEMENTS, Contract No. 7154-1 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 23rd day of October , 2017. 4KVictor Concrete.Tnc. /-, 0 Pr 'dent Name of Contractor (Principal) Authorized Si gnature/Title American Conti actors Indemnity Company 44 B Name of Surety Authorized Agent Signature 625 The City Drive South, Ste. 205 Orange. CA 92868 Jose L. Gurrola, Attorney -in -Fact Address of Surety Print Name and Title 714-740-7000 Telephone (Notary acknowledgment of Principal & Surety must be attached) _ POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland Lcorporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Catherine Denise Huckabay, Karin Zeich Thorp, Robert B. Gates or Jose L. Gurrola of Santa Ana, California its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with fill power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings _ or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Three Million***** Dollars ($* *53,000,000.00** )- This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney-iu-Fact maybe given full power and authority for and in the name of and on behalf of the Company, to executed acknowledge and deliver, any and all bonds, - recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and constmetion contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attomey or certificate bearing facsimile signature or facsimile seal shall he valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY �:crporate!scalak UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY L 1! y 0.8TOgyN,f a`SES.SUR Fjtiy ..eONOINO COs.- 04\;t\nsuryn cp, a waxro mi W y; x 1q� Z y 4+ 9 > ( a Y s Daniel P. g lar, Vice President UI nn "I,. .... A notary public or other officer completing this certificate verifies only the identity of the individual who signed the - document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia _ County of Los Angeles SS: - - On this lst day of December, 2014, before me, Maria G. Rodrigue2-Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose time is subscribed to the within instrument and acknowledged to me that he executed the same in Jhisamhorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. tl�-I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. =WITNESS my hand and official seal. - - — - MARIA G. ROl( I, Z•WONG Commission N 20/9771 Signature (Seal) i a Notary Puolic - California zZ Los Anpelas County M Comm. Es Tres Dec 20, 2017 J i Kin Lo; Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. q In WiastC Vyhereof, I have hereu to set my hand and affixed the seals of said Companies at Los Angeles, California this .-(� ay --of_ 0 ✓, Corporate Seals �„,, ,„ ,, ,,, - Z rp e apACiORR'".i a'95Uap `"p01N�° �s lnauran... Or............ . may.. .•ootE .FT�.,,-y`o... °�,........., eo . a.;R.; 0. ,S y .,tom' - NLVAua(Y c Wi i3; Wi .. Bond No �`.'r.*u•"°°�= _ rda= :.. tom_ Kto o,Assistant Secretary 33 1/��l['/✓�- lel L Agency No. 10113 ul60ftN,o• ,num4 EOFi1E,o mann ACKNOWLEDGMENT ............................................................................... State of Calif nia County of ) ss. Notary Public, personally proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT MESS my hand and official seal. -Signte ------------------- SUZAN M. MARTINEZ Commiaaion M 2144761 = _• Notary Public • California z Orange County M Comm. Expires Mar 29, 2020+ ............................................................................... OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: _ Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer _ Other: Other Information: Thumbprint of Signer ❑ Check here if no thumbprint or fingerprint is available. ACKNOWLEDGMENT ............................................................................... State of Calif nia County of _ 'le Q )Ss. On (901r;U-20,7 before Notary proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. igntre SUZAN M. MARTINEZ Conlml6Slon M 2144751 _ • Notary Public - California i Orange County s M Comm. Ex fres Mar 29, 2020' .............................................................................. OPTIONAL INFORMATION Date of Document Type or Title of Document Number of Pages in Document Document in a Foreign Language Type of Satisfactory Evidence: Personally Known with Paper Identification Paper Identification Credible Witness(es) Capacity of Signer: Trustee Power of Attorney CEO/CFO/COO President / Vice -President / Secretary / Treasurer Other: Other Information: Thumbprint of Signer Check here if no thumbprint or fingerprint is available. City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work °ro or Number Total Bid Name: ,.NONE` -VICTOR CONCRETE INC WI PERFORM ALL ASPECTS OF PROJECT Address: Phone: State License Number: DIR Reference: Email Address: Name: Address: Phone: State License Number: DIR Reference: Email Address: Name: Address Phone State License Number: DIR Reference: Email Address VICTOR CONCRETE INC. L�.=9 10 /PRESIDENT Authorized Signature/Title City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formal Please print or type. Bidder's Name VICTOR CONCRETE INC FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $100,000, provide the following information: No, 1 Project Name/Number CJTY_SIDENALK REPAIR PHASE 3___35c1552 35J _430 REMOVE AND REPLACE SIDEWALK. �CURB & GUTTER, SPANDRELS. ADA RAMPS, DRIVEWAYS, PAVERS, Project Description TRUNCATED DOMES, INSTALL PERVIOUS RUBBER. Approximate Construction Dates: From 05/02/2017 To: 08/29/20.17 Agency Name CI.TY.OFMQNTEREY Contact Person ROB RT PsTgFi I A Telephone (8.3_1) 2_4_2-87_52 Original Contract Amount $455.081.00Final Contract Amount $ $553.279.00 If final amount is different from original, please explain (change orders, extra work, etc.) CJTY OF MONTEREY ADDED ADD1TIQNALwORK - VIA CHANGE ORDERS DUE .T0 CITY OF MONTEREY CONTINGENCY ALLOWANCE$ Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO -CLAIMS FILED AGAINST_ AGENCY. NO CLAMS -FILED -BY. THE AGEWY-AGAINSI THE CONTRACTOR 11 No. 2 Project Name/Number CONCRETE_REPALRLBEELACEMENI-SEgyl PRO I r al5- , REMOVE AND REPLACE SIDEWALK, CURB 8 GUTTER, SPANDRELS, ADA RAMPS, Project Description DRIVEWAYS PAVERS TRUNCATED DOMED Approximate Construction Dates: From Q7/9112M To: 06/30/2017 Agency Name CITY OF VICTORVUE Contact Person ROBERT MANRIQUEZ Telephone (s0) 559-9032 Original Contract Amount $3fz9,9Il=Final Contract Amount $ 359 000 00 If final amount is different from original, please explain (change orders, extra work, etc.) FINAL AMOUNT LS_IHE_SAMEA_$_LHE_QRIQINAL AMOUNT Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number ANNUALCUABaOUTT�LAACEMENTfORSTREETRES.UREAC1t1G Project Description PROJECT NO. 15509 Approximate Construction Dates: From 2132017 To: 928=2Q17 Agency Name CITY OF. PLEASANTON Contact Person S�'OrT�RMN Telephone (924) 931-5_&58 Original Contract Amount $5.75,10o.00Final Contract Amount $571,1190 00 If final amount is different from original, please explain (change orders, extra work, etc.) CITY ENDED THE CQ-lDlJ EI9_RU.DSaET RE5TRAINTS Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims, NQCLAIMS FILED AGAINST AGENCY NO CLAIMS FILED BY THE AGENCY AGAINST THE CONTRACTOR 12 No. 4 Project Name/Number CDBG_CURB RAMPS2016. Project Description 91445 Approximate Construction Dates: From 4L1012416 To. 08/29/2016 Agency Name BLLY_01SAN..Luls oelsao Contact Person MARKY..VILLIAMS Telephone (SD5) 431-5473 Original Contract Amount $206.977.00 Final Contract Amount $ 206.977.00 If final amount is different from original, please explain (change orders, extra work, etc.) FINALAMQUNTIS THE_SAME.AB THE ORIGINAL Uhff Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO CLAIMS FILED AGAINST AGENCY. NO CLAIMS FILED BY THE AGENCY AGAINST THE CONTRACTOR No. 5 Project Name/Number CIIY.SIP_EYYALKREPAIRPRIASEZ REMOVE AND REPLACE SIDEWALK, CURB 8, GUTTER, SPANDRELS, ADA RAMPS, Project Description TRUNCATED DOMES Approximate Construction Dates: From oe112/2o16 To: 10111/2016 Agency Name CITY OF MONTEREY Contact Person ROBERT E TR a Telephone (831) 242-8752 Original Contract Amount $269.359.00 Final Contract Amount $ 2.59.359.4' If final amount is different from original, please explain (change orders, extra work, etc.) FINAL.AMO.UNLS,THESAMEAS_THE ORIGINALAM4UNTT Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO CLAIMS FILED AGAINST AGENCY. NO CLAIMS FILED BY THE AGENCY AGAINST THE CONTRACTOR 13 No. 6 Project Name/Number 201£zCONCRETE REPLACEMENT Project Description PWS17-40.TRAN Approximate Construction Dates: From 01/11/2016 To: 03/23/2016 Agency Name CITY OF CARL,SBAD Contact Person MIKE BALEY Telephone M 602-2761 Original Contract Amount $ 2M.2W.00 Final Contract Amount $ 288 z 7. O If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. NO CLAIMS FILED AGAINST AGENCY. NO CLAIMS FILED BY THE AGENCY AGAINST THE CONTRACTOR Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. VICTOR CONCRETE INC, (PRESIDENT Bidder Authorized Signature(Title 14 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 NON -COLLUSION AFFIDAVIT State of California ) ) $5 ccudty of VICTOR GRANILLO being first duly sworn deposes and says that he or sne is PRESIDENT _ of VICTOR CONr'RETE INC, , ;he party making the foregoing bid that the bid is not made in the interest of, or on behalf of any undisclosed person, partnership. company. association organization, or corporation. that the bid is genuine and not collusive or sham: that party making the foregoing bid: that the bid is riot made in the interest ofor on behalf of, any undisclosed Person. partnership. company, association. organizationor corporation. that the bid is genuine and not collusive or sham that the bidder ties not directly or indirectly induced or solicited any other bidder to put n a false of sham bio. and has not directly or indirectly colluded conspired, connived, or agreed with any bidder or anyone else to put in a sham bid. or that anyone shall refrain from bidding, that the bidder has not in any mannerdirectly or indirectly. sought by agreementcommunication, or conference with anyone to fix the bid price of the bidder or any other bidder. or to fix any overhead• profit. or cost element of the bid price or of ;hat of any other bidder. or to secure any advantage against the pubic body awarding the contract of anyone interested in the proposed contract that all statements contained in the bid are true, and, further. that the bidder has not directly or indirectlysubmitted his or her bid price or any breakdown thereof. or the contents thereof or divulged information or data relative thereto. or paidand wr•J not payany fee to any corporation. partnership, company association, organization,. bid depository or to any member or agent thereof to effectuate a collusive or sham bid I declare under penalty of perjury of the laws of the Slat of California ;hat the foregoing is true and correct VICTOR CONCRETE INC PRESIDENT Bidder Authorized Signature(Title ya' /� Subscribed and sworn to (or affmned) before me on this .j clay of N'C&t 2017 by in me nn the i. , — ,.r satisfactory evidence to be the person(s) who appeared befo'e me I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. i 1 Notar Public SUZAN M. MARTINEZ ISE4LJ a Commission a 2144751 z •'� Nogry Public • Ctlllornla n my Commission Expires:�� .',p4t..�(i ,�G.;�t Orange County i M Comm. Ex Ifaa Mar 29.2020 15 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 DESIGNATION OF SURETIES Bidder's name VICTOR CONCRETE INC Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): DEALY RENTON & ASSOCIATE 3 MC ARTHUR PLACE SUITE 440SANTA ANA CA 2707 X903 AMERICAN .CQNTRACTORS INDEMNITY CpMPANLY 801 & FIGUERROA ST, #Z0Q.-LOaANf GEMS CA 90017 31.0-6.49--(WQ 16 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidder's Name VICTOR CONCRETE INC. Record Last Five (5) Full Years Current Year of Record i tie information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary—Occupational Injuries and Illnesses, OSHA No. 102. 17 Current Record Record Record Record Record Year of for for for for for Record 2016 2015 2014 2013 2012 Total 2017 No. of contracts 9 10 15 18 20 17 89 Total dollar Amount of Contracts (in 2.OM 1.5M 1.2M 1.0M 1.OM 900K 7.6M Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving 0 0 0 0 0 0 0 permanent transfer to another job or termination of employment i tie information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary—Occupational Injuries and Illnesses, OSHA No. 102. 17 Legal Business Name of Bidder VICTOR CONCRETE INC. Business Address: 6] @j3ABCzLQNAAYE.BIVERSIDE CA 92509 Business Tel. No.: s5j,06_4215 State Contractor's License No. and Classification: 1Q049P C-8 Title cQN_Dg.ETE CONTRACTOR The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Iltle pRESDENI Signature of bidder Date Title SECRETARY Signature of bidder Date Title Signature of bidder Date Title Signature Requirements: If bidder is an individual, name and signature of individual must be provided, if doing business under a fictitious name, the fictitious name must be set fort along with the County. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or if fewer than all of the partners/joint ventures submit with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by signatures of the corporation President or Vice 'President or President and Secretary or Assistant Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of the corporation. All must be acknowledged before a Notary Public, who must certify that such individuals, partners/joint ventures, or officers were proven on the basis of satisfactory evidence to be the persons whose name are subscribed to and acknowledged that they executed the same in their authorized capacities. [NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHEDI CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 ..Arw,M �•^�,— - - - :acac�r�esssxsr�t�,r,�c A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California _ County of On if O 4_ Date personally appeared before me, \ Here 1\0 r. Name(s) of Signer(s) J, Title of the Officer 1 \ li P,A 1-� r .I .X" IJ who proved to me on the basis of satisfactory evidence to be the persorW whose names is re subscribed to the within instrument and acknowledged to me that he/ he/ ey xecuted the same in his/her/ e, uthorized capacity�ee and that by his/her/�signature(6T1n the Instrument the persot0s or the en`fity upon behalf of whic�l the persores acted, executed the instrument. 6. RAMIRET 77 Notarytary Public •California i± Riverside County z Commission M 2164741 4 Comm. Ea iris Oct 10, 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. L� Signature Sig t re Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. S AdA �."'�a vi�rrt:1 f der +r Description of Attached Document' Title or Type of Document5ir Document Date: %� — 213 — / Signer(s) Other Than Named Above: Capacity(les) CI i(nedppy Signers Signer's Name: 1 ,"?,,y r n �.11l,Ac, Cl Corporate Officer — Title(s): ❑ Partner — ❑ Limited General • Individual F Attorney in Fact 7 Trustee -- Guardian or Conservator J Other: Signer Is Representing: •7 of Signer's Name: ka ll9/C(/T Corporate Officer — Title(s): Partner — Limited - General Individual "_', Attorney in Fact Trustee :7 Guardian or Conservator Other: Signer Is Representing 02016 National Notary Association - www.NationalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 ACKNOWLEDGEMENT OF ADDENDA Bidder's name VICIODONCRETEJNC. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: dum No. 19 Page. 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CITYWIDE ADA IMPROVEMENTS Federally Assisted Project U.S. Department of Housing and Urban Development Contract No. 7154-1 DATE: O l I BY: 44 CITY YNGINEERY TO: ALLPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same Changes affected by this Addendum A. NOTICE INVITING BIDS Replace the following sentence: Contractor License Classification(s) required for this project: "A", with: Contractor License Classification(s) required for this project: "A" or "C-8". B. SPECIAL PROVISIONS Section 2-1 AWARD AND EXECUTION OF THE CONTRACT Replace: the first sentence with the following "At the time of the award and until completion of work. the Contractor shall possess a Class "A" or a "C-8" license. C. PREVAILING WAGE RATES The prevailing wage rates have been updated. By signing Addendum No 1, the Bidder certified that he/she has reviewed and is aware of the updated wage rates and has included the cost of the current wage rates in the unit bid prices. Attached is copy of the most current wage rates (10113/2017) which were downloaded and printed, replacing "Contract - Federal Wage Decision - Exhibit E" and Federally Assisted Project - Exhibit 16 - Federal Wage Decision. Page: 2 of 2 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. VICLOR CONCRETE.INC Bidder's Name (Please Print) 10-23-2017 gDate LPRESIAENT Authorized Signature & Title Attachments: Updated Davis Bacon Wage Determinations 10/13/2017 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: VICTOR CONCRETE INC Business Address. 6135 BARCELONA AVE., RIVERSIDE CA 92509 Telephone and Fax Number: TELEPHONE - 951-686-4215 FAX 951-686-4020 California State Contractor's License No. and Class: 1004077 C-8 (REQUIRED AT TIME OF AWARD) Original Date Issued: 9-9-2013 Expiration Date: 5-3'1-2019 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents. VICTOR GRANILLO The following are the names, titles. addresses, and phone numbers of all Individuals. firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone 6135 BARCELONA AVE VICTOR GRANILLO PRESIDENT _ RIVERSIDE CA 92509 951.636-4215 6135 BARCELONA AVE n GRnNaLb dlt -,_ ^:E FRESICF.MT RIVERSIDErA 92504 951-686-4215 6135 BARCELONA AVE - :E CR:w• sECRrr 4Rr RIVERSIDE- CA 52509 _ 951-686-4215 6135 BARCELONA AVE MEASURER RIVERSIDE CA 92509 951-696-4215 Corporation organized under the laws of the State of CALIFOR 20 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: NON[ All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties: Briefly summarize the parties' claims and defenses NIA Have you ever had a contract terminated by the owner/agency? If so, explain. NO Have you ever failed to complete a protect? If so. explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)?Yes tob.; 21 Are any claims or actions unresolved or outstanding? Yes ! No If yes to any of the above, explain. (Attach additional sheets, if necessary,, NIA. Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive VICTOR CONCRETE INC Bidder VICTOR GRANILLO (Print name of Owner or President of Corporation/Company) /PRESIDENT Authorized SignaturerTitle PRESIDENT I nle L Zi/ Date On l�l'X[i-'(�YY( Zo.C/ %before ma ..J�=.✓moi /%/.es appeared .�_ ci fir. �_ who proved to me on the basis of satisfactory evidence to be the persons) whose namets) is/a"e subscribed to tra within instrument and acknowledged to me that hershe!they executed the same in histhedthelr authorized capacoy(ies), and that by hlsiher/their signature(q) on the Instrument the person(s) or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph Is true and correct WITNESS my handandofficial seal. y`/(SEAL;SUZAN M. MARTINEZ Notar ubbc In and for said a Commicelon N 2144751 i• �� Notary Public • California z Orange County € My Commission Expires 4L&-ieA Zn' 'Ws o M Comm. EA Hn Mar 29, 2020 r 22 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 NOTICE TO SUCCESSFUL BIDDER Per Federally Assisted Project guidelines contained within this complete Bid Package, the successful bidder will be required to post a listing of all job openings (construction and non -construction) at the site of construction, City Hail, local community based employment agencies, and any trade unions or worker's representative organizations to which the contractor is a signatory. Contractors may utilize the Notice of Section 3 Commitment form for this purpose. The following Contract Documents shall be executed and delivered to the Engineer within ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Ratino Guide: Property -Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 23 �/g CITYWIDE AMERICANS WITH DISABILITIES ACT ("ADA") IMPROVEMENTS CONTRACT NO. 7154-1 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 14th day of November, 2017 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and VICTOR CONCRETE, INC., a California corporation ("Contractor"), whose address is 6135 Barcelona Avenue, Riverside, California 92509, and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City has advertised for bids for the following described public work: The work necessary for the completion of this contract consists of: sawcutting concrete and asphalt concrete; removing curb and gutter; removing asphalt concrete, sidewalk, cross gutter and spandrels; removing or pruning tree roots; replacing and relocating electric pull box and associated wiring; constructing concrete access ramps with truncated domes, sidewalk, curb and gutter, cross gutter and spandrel; restoring private irrigation and improvements impacted by the work; providing temporary access during construction; and other incidental items to complete work in place as required by the contract documents (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Insurance Requirements (Exhibit C), Federal Labor Standards Provisions — HUD -4010 (Exhibit D), Davis -Bacon ("DB") Federal Wage Determinations (Exhibit E), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. 7154-1, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Million Two Hundred Thirty Nine Thousand One Hundred Dollars and 00/100 ($1,239,100.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. PROJECT MANAGER Contractor shall designate a Project Manager, who shall coordinate all phases of the Project. This Project Manager shall be available to City at all reasonable times during the term of the Contract. Contractor has designated Victor Granillo to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. 5. ADMINISTRATION This Contract shall be administered by the Public Works Department. City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. Victor Concrete, Inc. Page 2 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract shall be given in writing, and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first-class mail, addressed as hereinafter provided. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Victor Granillo Victor Concrete, Inc. 6135 Barcelona Avenue Riverside, CA 92509 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of City. The manner and means of conducting the Work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. Contractor shall have the responsibility for and control over the means of performing the Victor Concrete, Inc. Page -3 Work, provided that Contractor is in compliance with the terms of this Contract. Anything in this Contract that may appear to give City the right to direct Contractor as to the details of the performance or to exercise a measure of control over Contractor shall mean only that Contractor shall follow the desires of City with respect to the results of the Work. 9. BONDING 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. 10. COOPERATION Consultant agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the Work to be performed. City agrees to cooperate with the Consultant on the Project. 11. PROGRESS Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. Victor Concrete, Inc. Page 4 13. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS Except as specifically authorized under this Agreement, the services to be provided under this Agreement shall not be assigned, transferred contracted or subcontracted out without the prior written approval of City. Any of the following shall be construed as an assignment: The sale, assignment, transfer or other disposition of any of the issued and outstanding capital stock of Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, which shall result in changing the control of Consultant. Control means fifty percent (50%) or more of the voting power or twenty-five percent (25%) or more of the assets of the corporation, partnership or joint -venture. 14. PREVAILING WAGES 14.1 Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime Work for each craft or type of workman needed to execute the Work contemplated under the Contract shall be paid to all workmen employed on the Work to be done according to the Contract by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the Work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774 and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him/her to comply with all State of California labor laws, rules and regulations, and the parties agree that the City shall not be liable for any violation thereof. 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Victor Concrete, Inc. Page 5 Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16. RESPONSIBILITY FOR DAMAGES OR INJURY 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers and all persons and entities owning or otherwise in legal control of the property upon which Contractor performs the Project and/or Services shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project and/or Services by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project and/or Services, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees, volunteers and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement (collectively, the "Indemnified Parties") from and against any and all claims (including, without limitation, claims for bodily injury, death or damage to property), demands, obligations, damages, actions, causes of action, suits, losses, judgments, fines, penalties, liabilities, costs and expenses (including, without limitation, attorneys' fees, disbursements and court costs) of every kind and nature whatsoever (individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate (directly or indirectly) to any breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify the Indemnified Parties from any Claim arising from the sole negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall be construed as authorizing any award of attorneys' fees in any action on or to enforce the terms of this Contract. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition Victor Concrete, Inc. Page 6 and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. 18. CONFLICTS OF INTEREST 18.1 Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act"), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the Work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due Victor Concrete, Inc. Page 7 performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for Services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 Compliance with all Laws. Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. In addition, all Work prepared by Contractor shall conform to applicable City, county, state and federal laws, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. Victor Concrete, Inc. Page 8 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and it shall not discriminate against any subcontractor, employee or applicant for employment because of race, religious creed, color, national origin, ancestry, physical handicap, medical condition, marital status, sex, sexual orientation, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 23. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] Victor Concrete, Inc. Page 9 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATT EY'$ OFFICE Date: 0 By: Aaron C. Harp City Attorney ATTEST: Date: &-'Jti�� By: Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: By: ' Kevin NWdoon Mayor CONTRACTOR: VICTOR CONCRETE, INC., a California corporation Date: Signed in Counterpart Bv: Victor Granillo President / Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Exhibit D — Federal Labor Standards Provisions — HUD -4010 Exhibit E — Davis -Bacon ("DB") Federal Wage Determinations Victor Concrete, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATT EY'$ OFFICE Date: Q By: Aaron C. Harp CNM unur City Attorney ATTEST: 0 Leilani I. Brown City Clerk CITY OF NEWPORT BEACH, a California municipal corporation Date: Bv: Kevin Muldoon Mayor CONTRACTOR: VICTOR CONCRETE, INC., a Califois corporation Date: 15--T- 17 By: Victor Granillo President / Secretary [END OF SIGNATURES] Attachments: Exhibit A — Labor and Materials Payment Bond Exhibit B — Faithful Performance Bond Exhibit C — Insurance Requirements Exhibit D — Federal Labor Standards Provisions — HUD -4010 Exhibit E — Davis -Bacon ("DB") Federal Wage Determinations Victor Concrete, Inc. Page 10 Issued in two separate counterparts. Premium: Included in Performance Bond. INFIRIM CITY OF NEWPORT BEACH BOND NO. 1000934739 WHEREAS, the City of Newport Beach, State of California, has awarded to Victor Concrete, Inc., hereinafter designated as the "Principal," a contract for sawcutting concrete and asphalt concrete; removing curb and gutter; removing asphalt concrete, sidewalk, cross gutter, and spandrels; removing or pruning tree roots; replacing and relocating electric pull box and associated wiring; constructing concrete access ramps with truncated domes, sidewalk, curb and gutter, cross gutter and spandrel; restoring private irrigation and improvements impacted by the work; providing temporary access during construction; and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon. for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and. American Contractors Indemnity Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Thirty Nine Thousand One Hundred Dollars and 00/100 ($1,239,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. Victor Concrete, Inc. Page A-1 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 8th day of December 12017 . Victor Granillo Name of Contractor (Principal) American Contractors Indemnity Company Name of Surety 801 S Figueroa St #700, Los Angeles, CA 90017 Address of Surety (310)649-0990 Telephone le\9�:Z�PI ��7eF.�[i73i77iriA CITY ATTj R EY_ 1� . ,S.4FFICE Date: o� By: Aaron C. Harp tnM %yhttli- City Attorney Authorized Signature/Title Authorized Agent Signature Jose L. Gurrola Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Victor Concrete, Inc. Page A-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Calif is County of t.Ks } ss. / On 20 / 7 before /�e, Notary Public, personally appeared V ,C/ who proved to me on the basis of satisfactory evidence to be th person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SUZAN M. MARTINEZ WITNESS my hand and official seal.a' Commission # 2144751 Z `m Notary Public - California z tZ Orange County C M Comm. Expires Mar 29, 2020+ -Sig a re (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califgrnia k,UUHL UI L // (�/ } SS On e 20 /7 befor r1ja/ Notary Public, personally appeared �, , 2 ,, proved to me on the basis of satisf ory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WIT ESS my hand and official seal. SUZAN M. MARTINEZ Commission # 2144751 _ :': Notary Public • California z Signature Z Orange Cc my '(seal) M Comm. Ex fires Mar 29, 2020 Victor Concrete, Inc. Page A-3 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas - Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland -_-corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, _constitute and appoint: Catherine Denise Huckabay, Karin Zeich Thorp, Robert B. Gates or Jose L. Gurrola of Santa Ana, California its true and lawftil Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority -- hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings. or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed *****Three Million***** Dollars ($ **$3,000,000.00** ); This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full ,power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following _provisions r Attorney -in -Fact maybe given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, =:recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seed of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding. upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY _ Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY ................. r ,eOoilPigo'�o, o*iRncrgasN , '• s �`r s Daniel P.AguilarrVicePresident °•e Q�iERR�s�e° ti, : j ::,%aur aJ\ 9Z ��9rEOFSE�P wn A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. _ - State ofCalifornia County of Los Angeles - SS: On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in —, his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. `I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. MARIA G. RODRIGUEZ-WORM Commission re 2019771 Signature (Seal) i » - Notary Public - California z Los Angeles County My Comm. Ex Iris Dec 20, om 7 It It I, Kio Lo; Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In W,lttnesa Whereof, I have hone unto set my hand and affixed the seals of said Companies at Los Angeles, California this day Corporate Seals"F', ... e",,,, „^o.�.ao"„ O..Q...., 3 e!'l.... .,, Bond No. /OL) .3� J W':'E°*"•"°'+'�` =ri. "_ ',-i ?._' KioLo,AssistantSecretary n= a= '..$ A. :2 :'i 4 4 '��5 r a , i�'i 10113 �.. Agency No. No. 5906 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Code of the State of California, American Contractors Indemnity Company ofLos Angeles, California, organized under the laws of California, subject to its Articles oflncorporation or otherfundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Surety as such classes are now or may hereafter be defined in the Insurance Laws ofthe State of California. THIS CERTIFICATE is expressly conditioned upon the holder hereofnow and hereafter being in full compliance with all, and not in violation ofa» y, ofthe applicable laws and lawful requirements made under authority ofthe laws ofthe State of California as long as such laws or requirements. are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as ofthe 23rd day of May, 1994, I have hereunto set my hand and caused my official seal to be affixed this 24th day ofDeeember, 2005. Fee $2,361.00 John Garamendi Insurance Commissioner Ree. No. 578370 Filed 10/04/90 By Victoria S. Sidbury Deputy Certification I, the undersigned Insurance Commissioner ofthe State of California, do hereby certify that I have compared the above copy of Certificate of Authority with the duplicate oforiginal now on file in my office, and that the same is a full, true, and correct transcript thereof, and of the whole ofsaid duplicate, and said Certificate of Authority is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and caused my official seal to be afJized this 131h day of December, 2006. John Garamendi Insurance Commissioner By TWA" DIISIKJ"_ Pauline D'Andrea Issued in two separate counterparts. Premium: $22,303.80 WAIW 7i '. CITY OF NEWPORT BEACH BOND NO. 1000934739 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 22,303.80 , being at the rate of $ 0.018 (1.8% of the contract price) thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to Victor Concrete, Inc. hereinafter designated as the "Principal," a contract for sawcutting concrete and asphalt concrete; removing curb and gutter; removing asphalt concrete, sidewalk, cross gutter, and spandrels; removing or pruning tree roots; replacing and relocating electric pull box and associated wiring; constructing concrete access ramps with truncated domes, sidewalk, curb and gutter, cross gutter and spandrel: restoring private irrigation and improvements impacted by the work; providing temporary access during construction; and other incidental items to complete work in place as required by the contract documents, in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and American Contractors Indemnity Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of One Million Two Hundred Thirty Nine Thousand One Hundred Dollars and 001100 ($1,239,100.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable Victor Concrete, Inc. Page B-1 expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the Rth day of December ,2017. Victor Granillo Name of Contractor (Principal) American Contractors Indemnity Company Name of Surety 801 S Figueroa St #700, Los An eg les, CA 90017 Address of Surety (310)649-0990 Telephone APPROVED AS TO FORM: CITY ATTORNEY'S OFFICE Date: iWiViZ By: Aaron C. Harp fAAo.0thY City Attorney President Authhori�zeQd Signature/Title iVri Authorized Agent Signature Jose L. Gurrola Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED Victor Concrete, Inc. Page B-2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califo a County f ) ss. On IA41 20, / 77 before AV4 t�a Notary Public, personally appeared V.crs� et o who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under -the laws of the State of California that the foregoing paragraph is true and correct. SU2AN M. MARTINET Commission # 2144751 WITNESS my hand and official seal. z :_- Notary Public • California Z ' Orange County My Comm. Expires Mar 29, 2020 Sign t e n (seal) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Count ss. Y On n�A . 20 7 before e Z04:2'04/ `��rt Notary Public, personally appeared �p� , Z � J ( , proved to me on the basis of satisfac ry evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. _ aucnn m. Mannnez my hand and official seal _ r Commission Y 2144751 ez;.L�. = tem Notary Public • California z �p _ ' Orange County > Signature My Comm. Expires Mar 29. 2020 t (seal) Victor Concrete, Inc. Page B-3 gOVVER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW-ALL MEN BY THESE PRESENTS: That American Contractors Indemnity. Company, a California corporation, Texas OWi lill'- ompMan assumed name of American Contractors Indemnity Company, United States Surety Company, aMaryland �r� Specialty Insurance Company, aTexas corporation (collectively, the "Companies"), do by these presents make, ooiisfitut-e=ff"point: - Catherine Denise Huckabay, Karin Zeich Thorp, Robert B. Gates or Jose L. Gurrola of Santa Ana, California its true and lawful Attomey(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority - hereby conferred in its name, place ani stead, to execute, acknowledge and deliver any. and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to _include riders, amendments, and consents of surety, providing the bond penalty does not exceed - **`**ThmeMillion***** Dollars ($ **$3,000;000.00** ). This Power of Attorney shall expire without further action on December 20,2017. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(*in-Fact to represent and act for and on behalf of the Company subject to the following provisions. - Attorney -In -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, 'recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating _-- thereto by facsimile, and any power of attorney or, certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to :any bond or undertaking to which it is attached.-- IN ttached IN WITNESS WHEREOF, The Companieshave caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of December, 2014. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY =- UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY -Coorat3ea15 a $Fci4Aa su, k, 'A I.NDIN6 o,,, ,.•xn nsuran..%„ ofy xe•.�s .........1 Daniel P -aY ante g 1 ice President ''O ..1*,. ,i,�gjFOF '� ni ...*.. .1(�FORMP•A iE�'P,a A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of Califomia -- - County of Los Angeles SS: On this 1st day of December, 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which. the person acted, executed the instrument. ••-I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. = WITNESS my hand and official seal. - MARIA 6. R0DRI6UE2-W0N6 ComtMssion N 2019771 Signature (Seal) i '�_� - Notary Public - California i z Los Angeles County a• COMM. Ea acs gee 20 2017 - - - -: I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. 1/ fA In fitness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this U day -.of 2c- Pn-r6.0✓ > U Corporate Seals •nia.'c"9o'�',',"„ ••gsuR• ,•,•No;H�... x' • Bond No. /003113 -fit. °'` =w'' "' '�`, rte' - " Kio Lo, Assistant Secretary Agency No. 'ytlFOg,e• mann �f OF t auni�m No. 5906 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Certificate of Authority THIS IS TO CERTIFY, That, pursuant to the Insurance Corte of the State of California, American Contraclorslndemnity Company ofLos Angeles, California, organized under the laws of California, subject to its Articles oflncorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance.'. Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of Caltfornia. THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, ofthe applicable laws and lawful requirements made under authority of the laws ofthe State of California as long as such laws or requirementsare in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as ofthe 23rd day of May, 1994, I have hereunto set my hand and caused my official seal to be affixed this 24th day of December, 2005. Fee $2,361.00 Rec. No. 578370 John Garamendi Imumnce Commissioner Filed 10/04/90 By Victoria S. Sidbury Deputy Certification I, the undersignedLnsurance Commissioner ofthe State of California, do hereby certify that I have compared the above copy of Certificate ofAuthorlty with the duplicate of original now on file in my office, and that the same is afull, true, and correct transcript thereof, and of the whole ofsaid duplicate, and said Certificate of Authority is now in full force and effect. IN WITNESS WHEREOF, I have hereunlo.set my hand and caused my official seal to be affixed this 13th day of December, 2006. John Caramendi Insumnre C01MISS1011er 17y 1(A{�Aµ4 �IAV'j&A • Pauline D'Andrea EXHIBIT C INSURANCE REQUIREMENTS — PUBLIC WORKS AND CONSTRUCTION 1. Provision of Insurance. Without limiting Contractor's indemnification of City, and prior to commencement of Work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than one million dollars ($1,000,000) per occurrence, two million dollars ($2,000,000) general aggregate and two Victor Concrete, Inc. Page C-1 million dollars ($2,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each accident. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees, volunteers, and any person or entity owning or otherwise in legal control of the property upon which Consultant performs the Project and/or Services contemplated by this Agreement. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. Victor Concrete, Inc. Page C-2 D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days notice of cancellation or nonrenewal of coverage (except for nonpayment for which ten (10) calendar days notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit A are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally Victor Concrete, Inc. Page C-3 provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self -insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Victor Concrete, Inc. Page C-4 Contractor's insurance agent to this effect is acceptable. A certificate of insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. Victor Concrete, Inc. Page C-5 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 12/6/17 Dept./Contact Received From: Edwin/Raymund Date Completed: 12/11/17 Sent to: Edwin/Raymund By: Jan Company/Person required to have certificate: Victor Concrete Type of contract: Other GENERAL LIABILITY EFFECTIVE/EXPI RATION DATE: 1/15/17 —1 /15/18 A. INSURANCE COMPANY: West American Insurance Compan B. AM BEST RATING (A-: VII or greater): A / XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? D. LIMITS (Must be $1 M or greater): What is limit provided? E. ADDITIONAL INSURED ENDORSEMENT — please attach F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) G. ADDITIONAL INSURED FOR PRODUCTS AND COMPLETED OPERATIONS ENDORSEMENT (completed Operations status does not apply to Waste Haulers) H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? K. ELECTED SCMAF COVERAGE (RECREATION ONLY): L. NOTICE OF CANCELLATION: ® Yes ❑ No $1 M/$2M ® Yes ❑ No ® Yes ❑ No ® Yes ❑ No ® Yes ❑ No ❑ Yes ® No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 8/5/17 — 8/5/18 A. INSURANCE COMPANY: Ohio Security Insurance Company B. AM BEST RATING (A-: VII or greater) A / XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS - If Employees (Must be $1M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): ❑ N/A ® Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes ® No H. NOTICE OF CANCELLATION: ❑ N/A ® Yes ❑ No WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 8/5/17 — 8/15/18 A. INSURANCE COMPANY: Everest National Insurance Compt B. AM BEST RATING (A-: VII or greater): A+/ XV C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK HAVE ALL ABOVE REQUIREMENTS BEEN MET? IF NO, WHICH ITEMS NEED TO BE COMPLETED? Broker of record for the City of Newport Beach 12/11/17 Date ® Yes ❑ No ® Yes ❑ No $1,000,000 ® Yes ❑ No ® N/A ❑ Yes ❑ No ❑ N/A ® Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® N/A ❑ Yes ❑ No ® Yes ❑ No RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management * Subject to the terms of the contract. Date EXHIBIT D Federal Labor Standards Provisions — HUD -4010 Victor Concrete, Inc. Page D-1 Federal Labor Standards Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(aX1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(aX1Xii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (it) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: U.S. Department of Housing and Urban Development (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rale, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 - day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1Xii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part form HUD -4010 (0612009) Previous editions are obsolete Page 1 of 5 ref. Handbook 1344.1 of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, lake such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (t) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rales of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(1v) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described In Section I(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed In the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215.0140 and 1215-0017.) (ti) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at htto://www.dol.gov/esa/whd/formalwh347fnstr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an Investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information Is correct and complete; form HUD -4010 (0612009) Previous editions are obsolete Page 2 of 5 ref. Handbook 1344.1 (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (111) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a Slate Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractors or subcontractors registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (it) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant '.to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by form HUD4010 (0612009) Previous editions are obsolete Page 3 of 5 ref. Handbook 1344.1 the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rale for the work performed until an acceptable program is approved. (it!) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (t) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractors firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(ax1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (If) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act The provisions of this paragraph B are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and ane -half limes the basic rale of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United Stales (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. form HUD -4010 (06/2009) Previous editions are obsolete Page 4 of 5 ref. Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et sec. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. form HUD -4010 (06/2009) Previous editions are obsolete Page 5 of 5 ref. Handbook 1344.1 EXHIBIT E Davis -Bacon ("DB") Federal Wage Determinations Victor Concrete, Inc. Page E-1 General Decision Number: CA170035 10/13/2017 CA35 Superseded General Decision Number: CA20160035 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Orange County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015..If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 ASBE0005-002 07/03/2017 Publication Date 01/06/2017 01/20/2017 01/27/2017 02/17/2017 03/10/2017 03/31/2017 05/12/2017 05/26/2017 06/02/2017 07/07/2017 07/14/2017 07/28/2017 08/04/2017 09/08/2017 09/29/2017 10/13/2017 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 39.72 20.81 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 26.96 17.81 ASBE0005-004 07/03/2017 Rates Fringes Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 19.26 11.27 * BRCA0004-010 05/01/2017 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 39.13 15.11 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ------------------------- * BRCA0018-004 07/01/2017 Rates Fringes TERRAZZO FINISHER ................$ Rates Fringes MARBLE FINISHER ..................$ 12.27 30.93 12.95 TILE FINISHER ....................$ 37.57 25.98 11.23 TILE LAYER .......................$ 07/01/2016 37.76 16.37 * BRCA0018-010 09/01/2017 __--__ ______________ Rates Fringes TERRAZZO FINISHER ................$ 30.53 12.27 TERRAZZO WORKER/SETTER ........... $ 37.57 13.14 ------------------------------------------------------------ CAR20409-001 07/01/2016 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 39.83 15.50 (2) Millwright ..............$ 40.90 15.50 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 40.53 15.50 (4) Pneumatic Nailer, Power Stapler ...............$ 40.09 15.50 (5) Sawfiler...............$ 39.83 15.50 (6) Scaffold Builder ....... $ 31.60 15.50 (7) Table Power Saw Operator ....................$ 40.93 15.50 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H -Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. _ ---------- CARP0409-005 07/01/2015 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 40.40 15.03 STOCKER/SCRAPPER ............ $ 10.00 7.17 ------------- — CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer ...... $ 17.00 7.41 --------------------------------------------------------- ELEC0011-002 07/31/2017 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 30.73 14.00 Technician ..................$ 32.18 3"s+27.32 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background -foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master cluck systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ---------------------------------------------------------------- ELEC0441-001 08/28/2011 Rates Fringes CABLE SPLICER ....................$ 44.13 19.09 ELECTRICIAN ......................$ 42.76 19.03 --------------------------------------------------------- * ELEC0441-003 12/26/2016 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer ...................$ 32.50 12.64 Technician ..................$ 31.23 15.39 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background -Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low -Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems -installation, wire pulling and testing. D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems 1. Fire Alarms -In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. 2. Fire Alarms -Open Wire Systems: installed by the Technician. ------------------------------------------- ELEC0441-004 08/28/2017 Rates Fringes ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer .....................$ 44.73 19.09 Electrician .................$ 42.76 19.03 Technician ..................$ 31.76 16.75 SCOPE OF WORK: Electrical work on public streets, freeways, toll -ways, etc, above or below ground. All work necessary for the installation, renovation, repair or removal of Intelligent Transportation Systems, Video Surveilance Systems (CCTV), Street Lighting and and Traffic Signal work or systems whether underground or on bridges. Includes dusk to dawn lighting installations and ramps for access to or egress from freeways, toll -ways, etc. Intelligent Transportation Systems shall include all systems and components to control, monitor, and communicate with pedestrian or vehicular traffic, included but not limited to: installation, modification, removal of all Fiber optic Video System, Fiber Optic Data Systems, Direct interconnect and Communications Systems, Microwave Data and Video Systems, Infrared and Sonic Detection Systems, Solar Power Systems, Highway Advisory Radio Systems, highway Weight and Motion Systems, etc. Any and all work required to install and maintain any specialized or newly developed systems. Ali cutting, fitting and bandaging of ducts, raceways, and conduits. The cleaning, rodding and installation of "fish and pull wires". The excavation, setting, leveling and grouting of precast manholes, vaults, and pull boxes including ground rods or grounding systems, rock necessary for leveling and drainagae as well as pouring of a concrete envelope if needed. JOURNEYMAN TRANSPORTATION ELECTRICIAN shall perform all tasks necessary toinstall the complete transportation system. JOURNEYMAN TECHNICIAN duties shall consist of: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and comnmunication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, dector loop, fiber optic cable and video/data. --- ---- -- ELEC1245-001 06/01/2017 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---- ------ --- ELEV0018=001 01/01/2017 Rates Fringes ELEVATOR MECHANIC ................$ 52.21 31.585 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Rates Fringes LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 55.49 3%+17.65 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) ........... $ 44.32 3%+17.65 (3) Groundman...............$ 33.89 3s+17.65 (4) Powderman...............$ 49.55 3%+17.65 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---- ------ --- ELEV0018=001 01/01/2017 Rates Fringes ELEVATOR MECHANIC ................$ 52.21 31.585 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ----------------------------------------- * ENGI0012-003 07/01/2017 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1 ....................$ 44.00 24.25 GROUP 2 ....................$ 44.78 24.25 GROUP 3 ....................$ 45.07 24.25 GROUP 4 ....................$ 46.56 24.25 GROUP 5 ....................$ 47.66 24.25 GROUP 6 ....................$ 46.78 24.25 GROUP 8 ....................$ 46.89 24.25 GROUP 9 ....................$ 47.99 24.25 GROUP 10 ....................$ 48.01 24.25 GROUP 11 ....................$ 48.11 24.25 GROUP 12 ....................$ 47.18 24.25 GROUP 13 ....................$ 47.28 24.25 GROUP 14 ....................$ 47.31 24.25 GROUP 15 ....................$ 47.39 24.25 GROUP 16 ....................$ 47.51 24.25 GROUP 17 ....................$ 47.68 24.25 GROUP 18 ....................$ 47.78 24.25 GROUP 19 ....................$ 47.89 24.25 GROUP 20 ....................$ 48.01 24.25 GROUP 21 ....................$ 48.18 24.25 GROUP 22 ....................$ 48.28 24.25 GROUP 23 ....................$ 48.39 24.25 GROUP 24 ....................$ 48.51 24.25 GROUP 25 ....................$ 48.68 24.25 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 45.35 24.25 GROUP 2 ....................$ 46.13 24.25 GROUP 3 ....................$ 46.42 24.25 GROUP 4 ....................$ 46.56 24.25 GROUP 5 ....................$ 46.78 24.25 GROUP 6 ....................$ 46.89 24.25 GROUP 7 ....................$ 47.01 24.25 GROUP 8 ....................$ 47.18 24.25 GROUP 9 ....................$ 47.35 24.25 GROUP 10 ....................$ 48.35 24.25 GROUP 11 ....................$ 49.35 24.25 GROUP 12 ....................$ 50.35 24.25 GROUP 13 ....................$ 51.35 24.25 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................$ 41.80 23.35 GROUP 2 ....................$ 42.58 23.35 GROUP 3 ....................$ 42.87 23.35 GROUP 4 ....................$ 43.01 23.35 GROUP 5 ....................$ 43.23 23.35 GROUP 6 ....................$ 43.34 23.35 GROUP ?....................$ 43.46 23.35 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator -inside; Engineer Oiler; Forklift operator (includes load, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt -rubber plant operator (nurse tank operator); Concrete mixer operator -skip type; Conveyor operator; Fireman; Forklift operator (includes Toed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt -rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra -hammer -aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power -driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 £t.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary -Johnson -Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt -rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast -in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Holman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumperete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber -tired earth -moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber -tired scraper operator (self -loading paddle wheel type -John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar -bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types -Texoma 900 auger or similar types -drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type -except Quad 9 cat.); Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi -engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13: Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 19: Canal liner operator; Canal trimmer operator; Remote- control earth -moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP n: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K -crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/9 yd. without attachment) GROUP 2: Power -driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power -driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber -tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the HE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MGM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of BE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, RIE, SBM. Continue S along west boundary of RIB, SMB to Riverside County line at the SW corner of T1S, RIF, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of T8S, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California stare line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA 5 VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SSM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of TBN, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, TBS, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, TION, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE __----__ ENGI0012-004 08/01/2015 _---_ Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer ............ $ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge) ............ $ 42.87 23.60 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate ..............$ 42.94 23.60 ---- IRON0377-002 07/01/2016 - ---------- Rates Fringes Ironworkers: Fence Erector ...............$ 28.33 20.64 Ornamental, Reinforcing and Structural ..............$ 34.75 29.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ----------------------------------- LAB00300-005 01/01/2017 Rates Fringes Asbestos Removal Laborer ......... $ 31.88 16.82 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. LAB00345-001 07/02/2017 Rates Fringes LABORER (GUNITE) GROUP 1 .....................$ 41.08 17.39 GROUP 2 .....................$ 40.13 17.39 GROUP 3 .....................$ 36.59 17.39 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen LAB00652-001 07/03/2017 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline Rates Fringes LABORER (TUNNEL) GROUP 1 .....................$ 39.04 18.24 GROUP 2 .....................$ 39.36 18.24 GROUP 3 .....................$ 39.82 18.24 GROUP 4 .....................$ 40.51 18.24 LABORER GROUP 1 .....................$ 33.19 18.24 GROUP 2 .....................$ 33.74 18.24 GROUP 3 .....................$ 34.29 18.24 GROUP 4 .....................$ 35.84 18.24 GROUP 5 .....................$ 36.19 18.24 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6 -in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi -plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Berko, Wacker and similar type; Trenching machine, hand -propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.) GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rudder and spreader GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work -- - ----------- LAB00652-003 07/01/2017 Rates Fringes Brick Tender .....................$ 31.36 17.82 -------------------- LABO1184-001 07/01/2017 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ (2) Vehicle Operator/Hauler.$ (3) Horizontal Directional Drill Operator ..............$ (4) Electronic Tracking Locator .....................$ Laborers: (STRIPING/SLURRY SEAL) GROUP 1 .....................$ GROUP 2 .....................$ GROUP 3 .....................$ GROUP 4 .....................$ LABORERS - STRIPING CLASSIFICATIONS 34.65 13.20 34.82 13.20 36.67 13.20 38.67 13.20 35.86 16.21 37.16 16.21 39.17 16.21 40.91 16.21 GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ---- ---- ----- LABO1414-001 08/02/2017 Rates Fringes LABORER PLASTER CLEAN-UP LABORER .... $ 32.50 18.29 PLASTER TENDER ..............$ 35.05 18.29 Work on a swing stage scaffold: $1.00 per hour additional. ----- ---- ------ PAIN0036-001 07/01/2017 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 27.59 13.94 (2) All Other Work ........... $ 31.12 13.94 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---- ---- ---- * PAIN0036-008 10/01/2017 Rates Fringes DRYWALL FINISHER/TAPER ........... $ 38.58 18.57 __ ---_ ------------- PAIN0036-015 06/01/2017 Rates Fringes GLAZIER ..........................$ 40.95 24.40 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ------------------------ PAIN1247-002 05/01/2017 Rates Fringes SOFT FLOOR LAYER .................$ 32.35 19.56 ---------------------------- — -------------- PLAS0200-009 08/02/2017 Rates Fringes PLASTERER ........................$ 91.26 19.96 ---------------------------------------------------------------- PLAS0500-002 07/01/2016 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 33.30 23.33 -------------- PLUM0016-001 07/01/2017 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work .......................$ 99.28 21.61 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 97.76 20.63 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ ---------------------------------------------------------------- 36.91 18.96 PLUM0345-001 07/01/2019 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work .... $ 33.24 17.13 ------------------ ROOF0036-002 08/01/2017 Rates Fringes ROOFER ...........................$ 37.07 16.17 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ------ ------- SFCA0669-008 04/01/2017 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER .................$. 39.07 15.84 ---------------------------------------------------------------- SFCA0709-003 07/01/2015 SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER (Fire) .......... $ 42.93 24.04 _____ _________ SHEE0105-003 07/01/2016 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work ........................$ 41.86 26.88 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A-C, heating, ventilating systems for human comfort ... $ 41.86 26.88 ---------------- — TEAM0011-002 07/01/2017 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Perna, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of Rates Fringes TRUCK DRIVER GROUP 1 ....................$ 29.59 27.74 GROUP 2 ....................$ 29.74 27.74 GROUP 3 ....................$ 29.87 27.74 GROUP 4 ....................$ 30.06 27.74 GROUP 5 ....................$ 30.09 27.74 GROUP 6 ....................$ 30.12 27.74 GROUP ....................$ 30.37 27.74 GROUP 8 ....................$ 30.62 27.74 GROUP 9 ....................$ 30.82 27.74 GROUP 10 ....................$ 31.12 27.74 GROUP 11 ....................$ 31.62 27.74 GROUP 12 ....................$ 32.05 27.74 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Perna, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 9 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP B: Dump truck, 25 yds. to 99 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9. axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the E0, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CER Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION C�Ca STATE LICENSEDBOARD •••^�^^•••• ACTIVE LICENSE M.....,.1004077 CORP k.,• VICTOR CONCRETE INC .. C-8 C61/D12 C61/D63 ^, .. 05/31/2019 www .cslb-ca gov 7+21;2016 Supplier Profile State of California Certification Certification ID : 1789753 Legal Business Name VICTOR CONCRETE, INC. Doing Business As (DBA) Name1: VICTOR CONCRETE, INC. Doing Business As (DBA) Narri Office Phone Number 951/686.4215 Business Fax Number Business Web Address Supplier Profile 7G5 GENERALSERVICES .Gov OJS��ESS 6 DyBf�� ��arresn�` 1789753 Address 6135 BARCCELONA AVE. RIVERSIDE CA 92509 Email: kathleengmontes@yahoo.com (mailto:kathleengmontes@yahoo.com) Total No. of Employees 5 Business Types: Construction Notification Preference Email Service Areas Los Angeles , Orange , Riverside , San Bernardino , San Diego , San Francisco , Santa Barbara , Ventura View Keywords View Classifications Active Certifications Certification Type Status From SB(Micro) Approved 09/18/2014 Certification History To 09/30/2018 Z Z https://caleprocure.ca.gov/pages/SuplAiwProfile/supplier-profile.aspx 112 State of California Secretary of State CERTIFICATE OF STATUS. ENTITY NAME: VICTOR CONCRETE, INC. FILE NUMBER: C3603562 FORMATION DATE: 09/09/2013 TYPE: DOMESTIC CORPORATION JURISDICTION: CALIFORNIA STATUS: ACTIVE (GOOD STANDING) I, ALEX PADILLA, Secretary of State of the State of California, hereby certify: The records of this office indicate the entity is authorized to exercise all of its powers, rights and privileges in the State of California. No information is available from this office regarding the financial condition, business activities or practices of the entity. IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of May 04, 2016. 0&"Z, � ALEX PADILLA Secretary of State NSS d 0 0 Nq N a E z 8 � N U W_2 F W K U Z v O E U z a CITY OF NEWPORT BEACH BUSINESS TAX CERTIFICATE THIS TAX PAYMENT EXPIRES: 10/31/2018 ACCOUNT NUMBER: BT30061002 SERVICE ADDRESS:� OWNER/PRINCIPAL NAME: V4 CJS}y, VICTOR CONCRETE INC '�`'+'� VICTOR GRANILLO 6135 BARCELONA AVE ��i OWNERSHIPTYPE: RIVERSIDE, CA 92509 / z\(i� g ,)> CORPORATION BUSINESS CATEGORY: }-- (� TAX INCLUDES PAYMENT FOR: (, t\� CONCRETE WORK P \ .w�I 10 EMPLOYEES SELLERS PERMIT:' NO SELLERS PERMIT DATE OF ISSUE: �'���i�. 10/27/2017 ; </ Fo PRINT DATE: 11/02/2017 BUSINESS TAX CERTIFICATf 3900 Main Street Riverside, CA 92522 This certificate is issued for revenue purposes only, and does not,Eonstlipte 8 permit to (951)826-5485 operate a business. Renewal of this certificate is due no later than 60 days from the posted FAX (951) 826-2356 expiration date to avoid. panaftles. '.Fedure to receive a renewal notice does:not tefisve. the FLjVlilt$IDE holder's responsibility to maintain a current certificate while conducting business in the City. BUSINESS NAME: VICTOR CONCRETE INC BUSINESS LOCATION: 8135 BARCELONAAVE RIVERSIDE, CA 92509-1726 BUSINESS OWNER: VICTOR GRANILLO VICTOR.CONCRETE;INC 6135 BARCELONA AVE RIVERSIDE, CA 92509.1726 City +lArtq & fnnomtion Account No.: 0051879 Expiration Date: September 30. 2018 Business Type: CONTRACTOR NAICS: Poured Concrete Foundation And StrucluntzCorltCactors N Yee v Uco .� � c � c `CH�i � m ` U c O C mf O b y u v tO N v J E V Q �O/ w m c m C W Q u O U F- a� dA CO Z Q U u G v U Ljj W a w LL Z • U U C7 (Q( V LU q � a ZQ '� ® 11 CC C y t �= C v m VQ 7 t G O j J N .� � 1 z Z ti � w U _ W Q H _LA0 ._ LL L w s a `� en m0 y iw O V a Z cq EZ�'c 0 O w o;v�= W C ' s U y a = O O' u u d W fifp+ V to U J u Z n �0 v LL O O V ° o �a U = :� W U so a LL S cl A H U f Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 CITYWIDE ADA IMPROVEMENTS Federally Assisted Project U.S. Department of Housing and Urban Development Contract No. 7154-1 DATE: O -(7-t BY: CITY ENGINEERY TO: ALLPLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. Changes affected by this Addendum A. NOTICE INVITING BIDS Replace the following sentence: Contractor License Classification(s) required for this project: "A", with: Contractor License Classification(s) required for this project: "A" or "C-8". B. SPECIAL PROVISIONS Section 2-1 AWARD AND EXECUTION OF THE CONTRACT. Replace: the first sentence with the following "At the time of the award and until completion of work. the Contractor shall possess a Class "A" or a "C-8" license C. PREVAILING WAGE RATES The prevailing wage rates have been updated. By signing Addendum No. 1, the Bidder certified that he/she has reviewed and is aware of the updated wage rates and has included the cost of the current wage rates in the unit bid prices. Attached is copy of the most current wage rates (1011312017) which were downloaded and printed, replacing "Contract - Federal Wage Decision - Exhibit E" and Federally Assisted Project - Exhibit 16 - Federal Wage Decision. r V Page: 2 of 2 Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. VICTOR CONCRETF_11TC. Bidder's Name (Please Print) 10-23-20.17 Date /���g , /PRESIDENT Authorized Signature & Title Attachments: Updated Davis Bacon Wage Determinations 10/13/2017 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 PROPOSAL (Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids. Contractor shall sign the below acknowledgement) To the Honorable City Council City of Newport Beach 100 Civic Center Drive Newport Beach, California 92660 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby Proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 7154-1 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: 10/23/2017 Date PH: 951-686-4215 FAX: 951-686-4020 Bidder's Telephone and Fax Numbers 1004070 - C-8 Bidder's License No(s). and Classification (s) VICTOR CONCRETE INC. Bidder I PRESIDENT Bidder's Authorized Signature and Title 6135 BARCELONA AVE. RIV. CA 92509 Bidder's Address Bidder's email address: vci@victorconcreteinc.com I maryg victorconcreteinc com PR -1 City of Newport Beach CITYWIDE ADA IMPROVEMENTS (C-7154-1), bidding on October 24, 2017 10:00 AM (Pacific) Bid Results General Attachments Bidder Details General Attachment Vendor Name Victor Concrete Inc Address 6135 Barcelona Ave BID BOND.pdf Riverside, CA 92509 Line Items United States Respondee Andrew Borquez Respondee Title Project Manager Phone 951-686-4215 Ext. Email AndrewB@victorconcreteinc.com Vendor Type DGS License # 1004077 CADIR Bid Detail Bid Format Electronic Submitted October 24, 2017 9:47:08 AM (Pacific) Delivery Method Bid Responsive Bid Status Submitted Confirmation # 120602 Ranking 0 Respondee Comment Buyer Comment Attachments Page 1 Printed 11/22/2017 File Title File Name File Type General Attachments CITYWIDE ADA IMPROVMENTS PROPOSAL 7154-1 AND General Attachment HUD SIGNED DOCUMEN.pdf BID BOND BID BOND.pdf Bid Bond Line Items Type Item Code UOM Qty Unit Price Line Total Comment Section 1 1 Mobilization Lump Sum 1 2 Traffic Control Lump Sum 3 Remove and Construct Concrete Curb and Gutter Linear Ft. 4 Remove and Construct Concrete Sidewalk Sq. Ft. 5 Remove and Construct Concrete Access Ramps Each 111PP1 K11411I 199 PlanetBids, Inc. $15,000.00 $15,000.00 $2,500.00 $2,500.00 $50.00 $50,000.00 $9.00 $45,000.00 $3,700.00 $736,300.00 City of Newport Beach CITYWIDE ADA IMPROVEMENTS (C-7154-1), bidding on October 24, 2017 10:00 AM (Pacific) Bid Results Type Item Code uOM qty Unit Price 6 Remove and Construct Concrete Cross Gutter Spandrel Each 98 $3,800.00 7 Remove and Install New Electrical Pull Box Each 31 $500.00 8 Remove and Replace Traffic Sign Each 8 $300.00 Subcontractors Name & Address Description License Num PlanetBids, Inc. Subtotal Total CADIR Page 2 Printed 11/22/2017 Line Total Comment $372,400.00 $15,500.00 $2,400.00 $1,239,100.00 $1,239,100.00 Amount Type PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS CITYWIDE ADA IMPROVEMENTS CONTRACT NO. 7154-1 PART 1 - GENERAL PROVISIONS 1 SECTION 1 —TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1 1-2 TERMS AND DEFINITIONS 1 SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents 2-6 WORK TO BE DONE 2-9 SURVEYING 2-9.1 Permanent Survey Markers SECTION 3 - CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General SECTION 5 - UTILITIES 5-1 LOCATION 5-2 PROTECTION 5-4 RELOCATION 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 SECTION 6 - PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 4 6-1.1 Construction Schedule 4 6-7 TIME OF COMPLETION 5 6-7.1 General 5 6-7.2 Working Days 5 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY 6 6-9 LIQUIDATED DAMAGES 6 SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR 6 7-1 THE CONTRACTOR'S EQUIPMENT AND FACIUITIES 7 7-1.2 Temporary Utility Services 7 7-2 LABOR 7 7-2.2 Laws 7 7-8 WORK SITE MAINTENANCE 7 7-8.4 Storage of Equipment and Materials 7 7-8.4.2 Storage in Public Streets 7 7-8.6 Water Pollution Control 7 7-8.6.2 Best Management Practices (BMPs) 7 7-10 PUBLIC CONVENIENCE AND SAFETY 8 7-10.1 Traffic and Access 8 7-10.3 Street Closures, Detours and Barricades 9 7-10.4 Safety 10 7-10.4.1 Safety Orders 10 SECTION 9 - MEASUREMENT AND PAYMENT 10 9-3 PAYMENT 10 9-3.1 General 10 9-3.2 Partial and Final Payment, 12 PART 2 - CONSTRUCTION MATERIALS 12 SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 12 201-1 PORTLAND CEMENT CONCRETE 12 201-1.1 Requirements 12 201-1.1.2 Concrete Specified by Class and Alternate Class 12 SECTION 215 - TRAFFIC SIGNS 12 PART 3 - CONSTRUCTION METHODS 12 SECTION 300 - EARTHWORK 12 300-1 CLEARING AND GRUBBING 13 300-1.3 Removal and Disposal of Materials 13 300-1.3.1 General 13 300-1.3.2 Requirements 13 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 13 302-6.7 Traffic and Use Provisions 13 SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 14 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 14 303-5.1 Requirements 14 303-5.1.1 General 14 303-5.5 Finishing 14 303-5.5.2 Curb 14 SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 14 308-1 General 14 SECTION 313 - TRAFFIC SIGN INSTALLATION 15 PART 4 IS SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, 15 PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 15 400-2 UNTREATED BASE MATERIALS 16 400-2.1 General 16 400-2.1.1 Requirements 16 400-4 ASPHALT CONCRETE 16 400-4.1 General 16 CITY OF NEWPORT BEACH rr PUBLIC WORKS DEPARTMENTNJAMINSPECIAL PROVISIONS DAVIS A2 CITYWIDE ADA IMPROVEMENTS CONTRACT NO. 7154-1 INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing No. R -6080-S); (3) the City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction, (2004 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition) including supplements. The City's Design Criteria, Standard Special Provisions and Standard Drawings for Public Works Construction are available at the following website http://www. newportbeachca.gov/government/departments/public-works/resources Copies of the Standard Specifications for Public Works Construction may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517- 0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 - GENERAL PROVISIONS SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS Add the following definition: City — City of Newport Beach SECTION 2 - SCOPE AND CONTROL OF THE WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT Page 1 of 16 At the time of the award and until completion of work, the Contractor shall possess a Class "A" license. At the start of work and until completion of work, the Contractor and all Subcontractors shall possess a valid Business License issued by the City. 2-5 PLANS AND SPECIFICATIONS 2-5.2 Precedence of Contract Documents If there is a conflict or discrepancy between different Contract Documents, the more stringent requirement as determined by the Engineer shall control. 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of sawcutting concrete and asphalt concrete, removing curb and gutter, removing asphalt concrete, sidewalk, cross gutter and spandrels; removing or pruning tree roots; replacing and relocating electric pull box and associated wiring, constructing concrete access ramps with truncated domes, sidewalk, curb and gutter, cross gutter and spandrel, restoring private irrigation and improvements impacted by the work, providing temporary access during construction and other incidental items to complete work in place as required by the contract documents." 2-9 SURVEYING 2-9.1 Permanent Survey Markers Delete this section and replace with the following: The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the Engineer to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense per the bid item. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work. 3-3 EXTRA WORK 3-3.2 Payment SECTION 3 - CHANGES IN WORK Page 2 of 16 3-3.2.3 Markup Delete this section and replace with the following: (a) Work by Contractor. The following percentages shall be added to the Contractor's costs (prior to any markups) and shall constitute the markup for all overhead and profit: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in Section 3-3.2.3(a) shall be applied by the Subcontractor to the actual costs (prior to any markups) and shall constitute the markup for all overhead and profit. An additional markup of five (5) percent of the subcontracted actual cost (prior to any markups) may be added by the Contractor. To the sum of the costs and markups provided for in this subsection, one (1) percent may be added for compensation for bonding. SECTION 4 - CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.1 General All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer with full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - UTILITIES Page 3 of 16 5-1 LOCATION Add the following after the 3rd paragraph: The Contractor is responsible for, and shall at his or her expense, pothole all existing utilities which may be affected by the work to verify points of connection and potential conflicts. No segment of work shall begin until the contractor has potholed and verified points of connection and related connection material requirements, and coordinated the final/existing layout of the laterals/pipeline with the Engineer, including adjustments due to field conflicts with other utilities or structures above or below ground. Within seven (7) calendar days after completion of the work or phase of work, the Contractor shall remove all USA utility markings. Removal by sand blasting is not allowed. Any surface damaged by the removal effort shall be repaired to its pre - construction condition or better at the contractor's expense. 5-2 PROTECTION In the event that an existing pull box, meter box or any other utility box is damaged by the Work and is not re -useable, the Contractor shall provide and install a new replacement pull box, meter box or any other utility box of identical type and size at no additional cost to the City. 5-4 RELOCATION All City owned pull boxes, water meter boxes, water valve boxes, sewer cleanout boxes and survey monument boxes (collectively known as "utility boxes") which are affected by the Work shall be replaced to finish grade with new utility boxes. The Contractor will be required to contact Southern California Edison, The Gas Company, cable television companies, telecommunication companies and any other utility companies to have their existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities in advance of work to avoid potential delays to the project schedule. The Contractor shall provide the necessary survey control for all utility companies to adjust boxes and vaults to the final grade. The Contractor will be required to coordinate with these companies for inspection of the work. SECTION 6 - PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK 6-1.1 Construction Schedule No work shall begin until a Notice to Proceed has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Page 4 of 16 Engineer. The Contractor shall submit a baseline schedule to the Engineer for approval a minimum of five working days prior to the pre -construction meeting. The Engineer will review the baseline schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved baseline schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the baseline schedule and has demonstrated the ability to maintain the schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job. Contractor shall update the schedule periodically or as directed by the Engineer to reflect any delay or extension of time. In additional, Contractor shall prepare 2 -week look -ahead schedules on a bi-weekly basis with detailed daily activities. 6-7 TIME OF COMPLETION 6-7.1 General The Contractor shall complete all work under the Contract within 80 consecutive working days after the date on the Notice to Proceed. The Contractor shall ensure the availability and delivery of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time . Normal working hours are limited to 7:00 a.m. to 4:30 p.m., Monday through Friday. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30 p.m. on weekdays or 8:00 a.m, to 6:00 p.m. on Saturdays only. A request for working outside the normal working hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $146 per hour when such time periods are approved. 6-7.2 Working Days Designated City holidays are defined as: 1. January 1s' (New Year's Day) 2. Third Monday in January (Martin Luther King Day) 3. Third Monday in February (President's Day) 4. Last Monday in May (Memorial Day) Page 5 of 16 5. July 4th (Independence Day) 6. First Monday in September (Labor Day) 7. November 11th (Veterans Day) 8, Fourth Thursday and Friday in November (Thanksgiving and Friday after) 9. December 24th, (Christmas Eve) 10. December 25th (Christmas) 11. December 26th thru 30th (City Office Closure) 12. December 31St (New Year's Eve) If the holiday falls on a Sunday, the following Monday will be considered the holiday. If the holiday falls on a Saturday, the Friday before will be considered the holiday. 6-8 COMPLETION, ACCEPTANCE, AND WARRANTY Prior to acceptance of work, the Contractor shall submit a full size set of plans to the Engineer. Retention payment and bonds will not be released until the as -built plans are reviewed and approved by the Engineer. A set of approved plans and specifications shall be on the job site at all times. The Contractor shall maintain as -built drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress payment is submitted. Any changes to the approved plans that have been made with approval from the Engineer shall be documented on the as -built plans. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. 6-9 LIQUIDATED DAMAGES For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Execution of the Contract shall constitute agreement by the City and Contractor that the above liquidated damages per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. SECTION 7 - RESPONSIBILITIES OF THE CONTRACTOR Page 6 of 16 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILIITIES 7-1.2 Temporary Utility Services If the Contractor elects to use City water, Contractor shall arrange for a meter and tender a $1,073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and any repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for compaction, dust control, etc. City shall designate to the Contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-2 LABOR 7-2.2 Laws In accordance with California Labor Code Section 1720.9, hauling and delivery of ready -mixed concrete for public works contracts are subject to prevailing wages. 7-8 WORK SITE MAINTENANCE 7-8.4 Storage of Equipment and Materials 7-8.4.2 Storage in Public Streets Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer in advance. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction. 7-8.6 Water Pollution Control 7-8.6.2 Best Management Practices (BMPs) The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: Page 7 of 16 a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate administrative citation per Section 14.36.030 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access Steel plates utilized for trenching shall be the slip resistant type per Caltrans standards. In addition, steel plates on asphalt pavement shall be pinned and recessed flush with existing pavement surface. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbons, up to four (4) changeable message boards (CMBs), and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into and out of the affected establishments. Messages for the CMBs shall be updated by the Contractor as directed by the Engineer. The Contractor shall install and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which shall be posted at least forty- eight hours in advance of the need for enforcement. The signs will be provided by the City at no cost to the Contractor. However, the City reserves the right to charge $2.00 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. City "Temporary Tow -Away, No Parking" signs are available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high non -erase letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. Page 8 of 16 Ten (10) working days prior to starting work, the Contractor shall distribute construction notices to residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notices. Forty-eight (48) hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notices when construction operations will start for each block or street. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-10.3 Street Closures, Detours and Barricades The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic control and detours shall incorporate the following items: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and/or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street or alley during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3466 and all affected property owners. 5. At a minimum, the Contractor shall maintain one lane of traffic in each direction at all times when completing the work. 6. Sidewalk closures in non-residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure and SIDEWALK CLOSED USE OTHER SIDE signs on barricades at the closest crosswalk or controlled intersection. Page 9 of 16 7. Sidewalk closures in residential areas, or as determined by the City, shall be set with barricades and SIDEWALK CLOSED signs on barricades at the closure. 8. Bike lane closures shall have BIKE LANE CLOSED AHEAD, BIKE LANE CLOSED, and SHARE THE ROAD/BICYCLE WARNING (combination) signs mounted on barricades in order on the approach and at the closure. 7-10.4 Safety 7-10.4.1 Safety Orders The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during performance of the work. The Contractor shall fully comply with all state, federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site. SECTION 9 - MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General Revise paragraph two to read: The unit and lump sum bid prices for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for providing bonds, insurance and financing, preparing and implementing the BMP Plan, preparing and updating construction schedules as requested by the Engineer, attending construction progress meetings as needed, and all other related work as required by the Contract Documents. This bid item shall also include work to demobilize from the project site including but not limited to site cleanup, removal of USA markings and providing any required documentation as noted in these Special Provisions. Item No. 2 Traffic Control: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for delivering all required notifications and temporary parking permits, posting signs, covering conflicting existing signs, and all Page 10 of 16 costs incurred notifying businesses and residents, providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow boards, K -rails, temporary striping, and flag persons. This item includes providing four CMBs and updating messages on the CMBs as requested by the Engineer. This item also includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, latest edition, and City requirements. Item No. 3 Remove and Construct Concrete Curb and Gutter: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete curb and gutter, removing roots, grading and compacting subgrade, reconstructing existing curb openings and curb drains, constructing concrete curb and gutter per CNB STD 182-L, Type A, constructing asphalt concrete slot paving adjacent to the curb and gutter, re -chiseling the curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 4 Remove and Construct Concrete Sidewalk: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing sidewalk, removing roots, grading and compacting subgrade, constructing concrete sidewalk per CNB STD -180-L, installing expansion joint material, constructing weakened plane joints, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Remove and Construct Concrete Access Ramps: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete sidewalk, curb and gutter, removing any roots, grading and compacting subgrade, removing asphalt slot next to gutter, constructing concrete access ramps per Detail Sheet 1 to 3, paving asphalt slot patch, restoring all existing improvements damaged by the work, modifying landscape and irrigation to match limits of new ramp, and all other work items as required to complete the work in place. Refer to Detail 4 and 5 for limits of this pay item. Item No. 6 Remove and Construct Concrete Cross Gutter Spandrel: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing concrete cross gutter spandrel, removing any roots, grading and compacting subgrade, doweling with epoxy coated rebars, constructing concrete cross gutter spandrel per CNB STD -185-L, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. The spandrel limits shall be from the new access ramp to the joint of the cross gutter. Item No. 7 Remove and Install New Electrical Pull Box: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing existing electrical boxes, furnishing and installing new electrical pull boxes, moving the electrical pull box to new location outside of access ramp, splicing conductor wires, removing and installing sidewalk panel around new pull box location, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Refer to City of Newport Beach Standard Drawing No, Page 11 of 16 STD -204-L Pull Box Details and STD -205-L Circuit Splicing, Fuse Holder and Wiring Details. Item No. 8 Remove and Replace Traffic Sign: Work under this item shall include, but not be limited to, all labor, tools, equipment and material costs for removing and disposing the existing traffic sign, supply new sign mounting hardware and brackets, installing anti seize lubricant to all hardware and fasteners, installing new sign post, unistrut base, supply and install new sign, and all other work items as required to complete the work in place. 9-3.2 Partial and Final Payment. From each progress payment, five (5) percent will be retained by the City, and the remainder less the amount of all previous payments will be paid. Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code. PART 2 - CONSTRUCTION MATERIALS SECTION 201 - CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1 Requirements 201-1.1.2 Concrete Specified by Class and Alternate Class Portland cement concrete shall be Class 560-C-3250 unless shown otherwise on the plans. SECTION 215 - TRAFFIC SIGNS Signs shall be standard size per the California MUTCD unless otherwise shown. Retroreflective sheeting shall be Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New sign posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2'/4 inch unistrut (OD) base. Sign mounting hardware and brackets shall be stainless steel. Unless otherwise specified, mounting hardware shall be 5/16"-18. PART 3 - CONSTRUCTION METHODS SECTION 300 - EARTHWORK Page 12 of 16 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials Removal and disposal of material shall be done by City approved licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be found on the City's website at: http://newportbeachca.gov/index.aspx?page=157 and then selecting the link for Franchised Haulers List. 300-1.3.1 General The Contractor shall maintain the job site in a clean and safe condition. The Contractor shall remove any broken concrete, debris or other deleterious material from the job site at the end of each workday or as directed by the Engineer. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer and provide appropriate confirmation documentation from the recycling facility. All material disposal manifests shall be provided to the Engineer prior to release of final retention. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Concrete shall be removed to neatly sawed edges with saw cuts made to a minimum depth of two (2) inches. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. 302-6 PORTLAND CEMENT CONCRETE PAVEMENT 302-6.7 Traffic and Use Provisions The Contractor shall not allow vehicular traffic on new concrete until the concrete has attained a minimum compressive strength of 3000 psi. High early strength concrete Page 13 of 16 may be attained to meet the time constraints by the use of additional portland cement or chemical admixtures in accordance with Section 201-1 and with prior approval of the Engineer. The cost of high early strength concrete shall be included in the unit prices for all concrete bid items. SECTION 303 - CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General Sidewalks and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. 303-5.5 Finishing 303-5.5.2 Curb The Contractor shall install or replace curb markings that indicate sewer laterals on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer. A two (2) day notice to the Engineer is required for requests to the City to determine the location of sewer laterals. SECTION 308 - LANDSCAPE AND IRRIGATION INSTALLATION 308-1 General The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester at the site to discuss City standards and requirements. If required, the submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. Page 14 of 16 b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.) b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. Add Section 313 — TRAFFIC SIGN INSTALLATION SECTION 313 - TRAFFIC SIGN INSTALLATION Location of traffic signs shall be approved by the City prior to installation. Signs shall be installed at a clear height of seven feet at minimum. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Anti -seize lubricant shall be applied to hardware/fasteners prior to installation. PART 4 SECTION 400 - ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL Page 15 of 16 400-2 UNTREATED BASE MATERIALS 400-2.1 General 400-2.1.1 Requirements The Contractor shall use crushed miscellaneous base as the base materials. 400-4 ASPHALT CONCRETE 400-4.1 General Asphalt concrete finish course shall be III -C3 -PG 64-10 RAP. Page 16 of 16 City of Newport Beach CITYWIDE ADA IMPROVEMENTS Contract No. 7154-1 SUPPLEMENTAL DETAILS ■ Detail Sheet 1 ■ Detail Sheet 2 ■ Detail Sheet 3 ■ Pay Exhibit — Detail 4 ■ Pay Exhibit — Detail 5 ■ STD -180-L ■ STD -182-L ■ STD -185-L ■ STD -204-L ■ STD -205-L ■ Location Map — Layout ■ Area 2 Access Ramps Construction ■ Area 3 Access Ramps Construction ■ Area 4 Access Ramps Construction D-1 (2 11II1 s xew pY Wry R �� J o� u U yy N LL� a oIS% 'I 3 1111 LL > VI % o N � wed qmo algeueq as � 2 y, Py w u 9k"ll J m c 7y =o �.� o N Ir v ox VY U m «� 0 v i algeueA 0 a 0 0 �i r°Y li S �CO NIX nE 1 � � N f U 1 U�, 3 11II1 s xew R m adol5 %5'L xe u U yy N LL� a oIS% 'I � 1111 LL > o o wed qmo algeueq w___ U ��E w Q "'w u F yy o N Ir v ox VY U m «� 0 0 16 u s uo prn NY Q e 2 u U yy N LL� Qv U o U U� LLVI m � OQ 7.1 W Q U 9 oej`gl ssal I o D w Q 2= kS�jL. vj e z e �pII xe Evl f N N O o N f f ¢ I I m m w q�l E xe 'L 91 I w 'm••Z'•b %5 W W 'xeW w i Z ` TN � DRAWING NO. R -6080-S r CITYWIDE ADA IMPROVEMENTS CITY OF NEWPORT BEACH DETAIL SHEET 1 PUBLIC WORKS DEPARTMENT C-7154-1 8/29/17 NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMODATE RAMP AND 4-2 " PLATFORM (LANDING) AS IN CASE A, THE SIDWALK MAY BE DEPRESSED LONGITUDINALLY OR MAYBE WIDENED AS IN CASED. 2. IF SIDEWALK IS LESS THAN 6' WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN IN DETAIL B TO ACCOMMODATE WHEELCHAIRS. 4. NOT USED 5. IF LOCATED DNA CURVE, THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4'-2" 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T", SHALL BE 4" MINIMUM. 8. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. 9. COUNTERSLOPES OF ADJOINING GUTTERS AND ROAD SURFACES IMMEDIA TEL Y ADJACENT TO AND WITHIN 24" OF THE CURB RAMP SHALL NOT BE STEEPER THAN IV. 20H (5.0%). GUTTER PAN SLOPE SHALL NOT EXCEED I" OF DEPTH FOR EACH 2'-0" OF WIDTH. 10. RASIED TRUNCATED DOMES SHALL BE DARK GREY IN COLOR AND SHALL BE ADA PAVERS. 11. DETECTABLE WARNING SURFACES SHALL EXTEND 36 INCHES MINIMUM IN THE DIRECTION OF TRAVEL AND THE FULL WIDTH OF THE CURB RAMP. A 4'-0" WIDE DETECTABLE WARNING MAYBE USED ON A 4'-2" WIDE CURB RAMP. CITYWIDE ADA IMROVEMENTS DETAIL SHEET 2 DRAWING NO. R -6080-S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7154-1 1 8/29/17 _L TOP5" DIAMETER .20" BASE DIAMETER ^.90" O RAISED TRUNCATED DOME CROSSWALK IF PROVIDED DETAIL A TYPICAL TWO -RAMP CORNER INSTALLATION 2.3" Min. to 2.4" Max. Center to Center spacing O O O O O RAISED TRUNCATED DOME PATTERN IN-LINE CITYWIDE ADA IMPROVEMENTS DETAIL SHEET 3 WHERE A FLARED SIDE OCCURS f PROVIDE T-0" MIN. OF CURB CROSSWALK IF PROVIDED DETAIL B TYPICAL ONE -RAMP CORNER INSTALLATION DRAWING NO. R -6080-S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7154-1 1 8/29/17 WHERE A FLARED LL x SIDE OCCURS o w PROVIDE 2'-0" MIN. OF CURB 0 o � a V �Q4 SIDEWALKIr p FV nr22., �� CITYWIDE ADA IMPROVEMENTS DETAIL SHEET 3 WHERE A FLARED SIDE OCCURS f PROVIDE T-0" MIN. OF CURB CROSSWALK IF PROVIDED DETAIL B TYPICAL ONE -RAMP CORNER INSTALLATION DRAWING NO. R -6080-S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-7154-1 1 8/29/17 J PAY liM1l r Ndif 1. CURB AND GUTTER WILL BE s POURED FIRST AND RAMP THE FOLLOWING DAY TO CREATE COLD JOINT y c� ➢X 2. LOCATIONS WITH CROSS y GUTTER SHALL HAVE 3 SPANDREL REPLACED I m 3. PARKWAY LANDSCAPE AND S OQ6 IRRIGATION SHALL BE MODIFIED IN KIND Q. s °y o: / / U FG ti a` DRAWING NO. R-6080-S CITYWIDE ADA IMPROVEMENTS CITY OF NEWPORT BEACH DETAIL 4 PUBLIC WORKS DEPARTMENT CURB RAMP PAY LIMITS C-7154-1 9/1/2017 NOTES: 1. CURB AND GUTTER WILL BE POURED FIRST AND RAMP THE FOLLOWING DAY TO CREATE COLD JOINT 2. LOCATIONS WITH CROSS GUTTER SHALL HAVE -• SPANDREL REPLACED 3. PARKWAY LANDSCAPE AND IRRIGATION SHALL BE MODIFIED IN KIND s t, v X SLOPE Mf N q F f+'2 O GF � GF FULL CF Z GUTTER y� pP 2• AC PATCH DRAWING NO. R-6080-S CITYWIDE ADA IMPROVEMENTS CITY OF NEWPORT BEACH DETAIL 5 PUBLIC WORKS DEPARTMENT CURB RAMP PAY LIMITS C-7154-1 9/1/2017 VARIES I 10' OR 3/8' EXPANSION JOINT 2' MATERIAL (TYP) 4/3 h v 3 O q 4/3 5 R=15' FOR LOCAL STREETS AND 25' FOR ARTERIAL STREETS f�' 0 UNLESS OTHERWISE SPECIFIED R 00` x 10' FOR MAJOR, IO' FOR PRIMARY, p .aQy AND 8' FOR SECONDARY STREETS UNLESS OTHERWISE SHOWN CONCRETE SHALL BE 560-C-3250 b CURB ACCESS RAMP SHALL COMPLY WITH CURRENT ADA REQUIREMENTS CURB FACE CURB RETURN AREA R 10' TYPICAL 2' OR 4' Mle MATCHSLOPE 2% MA EXIST. LANDSCAPE PARKWAY WITH X. a.. ...a: .. ... -?u.. STREET TREES REQUIRED ° WHEN DISTANCE FROM CURB 4' MIN. P,C.C. TO PROPERTY LINE EXCEEDS 6 IN TYPICAL SECTION AREAS.T CONCR TEENTIAL SIDEWALK IN COMMERCIAL AREAS WITH STREET TREES WEAKENED PLANE JOINTS i i i 3/8' EXPANSION JOINT MATERIAL PLANTING OR CONCRETE WALK WEAKENED PLANE JOINTS & EXPANSION JOINTS CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTMENT RCE NO. 36106 LI WORKS DIRECTOR SIDEWALK DETAIL Drawn: M.Cracia Scale N.T.S. Date: Se 1994 s:wse rD DO . UOWU I sro� P sm oevaa�am sm- DRAWINGNO. STD -180-L (-1/4' SAWED, QUICK -JOINT OR EQUAL 8' 8' 8' 8' 8' 8' 8' 8' i i i i 1' 6' 24' 1/2' R [11 WIDE BY P DEEP L 3/8' LIP AC PATCH BACK w m 3.12 CURB FACE BATTER° 1/2' R d d I' R d LEVEL TYPE A P.C.C. CURB AND GUTTER (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) 6' v 1/2' R V WIDE BY V DEEP ° ° o AC PATCH BACK 3.12 BATTER 0 o d TYPE B P.C.C. CURB (CURB FACE SHALL BE 6' UNLESS OTHERWISE NOTED) NOTES: 1, GUTTER SURFACE WITHIN 4' OF FLOWLINE SHALL BE GIVEN A STEEL TROWEL. (APPLIES TO TYPE 'A' CURB) 2. PREFORMED 3/8' THICK EXPANSION FILLER SHALL BE INSTALLED IN ALL TYPES OF CURB AT THE B.C. AND EC, OF RETURNS, AT INTERVALS OF 60' BETWEEN RETURNS AND AT THE ENDS OF DRIVEWAYS. SIMILAR EXPANSION JOINTS SHALL BE INSTALLED IN ALL GUTTERS ADJOINING CURB. WEAKENED PLANE JOINTS SHALL BE FORMED AT INTERVALS OF 20' BETWEEN RETURNS, (APPLIES TO TYPES 'A', 'B; AND 'C' CURBS). 3, CONCRETE SHALL BE 560-C-3250, 4. SMOOTH TROWL THE TOP 4-INCH OF THE BACK OF CURB, CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT RCF. NO. 36106 -PUBLIC WORKS DIRECTOR STANDARD CURB SECTIONS Drawn M.Oracia Scale: N.T.S. Date: Nov. 1993 F:WSERSTBW Sh.NWAD STD' TYPES "A" AND "B" ETDM,OWNIS,m- DRAWING NO. STD_ 1 82-L 0 h 2 I I II I II I BE61N GUTTER SII . B�.. 3/8' EXP, JOINT MAT'L (TYP) 8' RCC. OVER 6' AG. BASE 92' C 1s �c PLAN LEVEL, LINE I - A.C. PAV'T, � 4 SECTION A -A 3/8' EXPANSION JOINT MA TL. EXTEND THRU CURB (TYP) (D4-#4 SMOOTH GALV BARS C4' LONG) 8 18' 0C„ 3' FROM BOTTOM (TYP). ALL LOCATIONS SHOWN VARIES A.C. PAV'T.-� A.C, PF la a SECTION B -B VARIES SECTION C -C 3/8' EXPANSION JOINT MAT'L, 4 EXTEND THRU CURB (TYP) III BEGIN GUTTER TRANSITION III NDTES1 III 1, SMOOTH TROWEL 8' WIDE FLOWLINE IN CROSS III GUTTERS AND APRONS WHERE GRADES ARE LESS III THAN 1,07 III 2, CONCRETE TO BE 560-C-3250. REV. M.W. 1/2003 CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPA12'1'MEN'1' RCE NO. 36106 LIC WORKS DIRECTOR STANDARD CROSS GUTTER Drawn: M.Cracia Scale: N.T.S. Date: Nov. 1993 1 IUS STU RSTD a;i haooi AD 91 D, 8 FEET WIDE DRAWING NO, STD -185-L 5'-0" MAX. III I I CITYI PULL13OX 1" OR IV' 0 PVC CONDUIT WITH 3 WIRES AS PER PLAN, % I\ AND BELOW I I I I v Tr} c is CRUSHED s ROCK BASE .ro-�� I INSTALL (2) PER BOX 2A"x4"x8" COMMON RED BRICK. a •. a" SECTION A—A EISEL ENTERPRISES NO. 3—Ye F 1" OR 1Ya" 0 PVC CONDUIT WITH 3 PULL BOX OR PRE—APROVED WIRES AS DETAILED, BELOW STREET EQUAL MARKED "STREET LIGHT LIGHT OR HIGH VOLTAGE" BOLLARD NOTE: IF 5 OR MORE CONDUITS FUSE HOLDER AS PER TERMINATE IN BOX, USE EISEL CNB STD -205—L. ENTERPRISES NO. 5 F. 1Yi 0 PVC CONDUIT 1O I iV A A CURD FACE 5' MAX. TO r4 OF STREET LIGHT _TYPICAL PULL BOX REQUIRED AT EACH LIGHT STANDARD NOTES: 1. ALL CONDUIT SHALL BE 1Y." DIA. P.V.C., SCHEDULE 40, UNLESS SPECIFIED OTHERWISE, PER PLAN. 2. SEE CNB STO-205—L FOR FUSE HOLDER & WIRING DETAILS. 3. AFTER CONDUCTORS ARE INSTALL, ALL CONDUIT ENDS SHALL BE SEALED WITH DUCT SEAL OR PRE—APPROVED EQUAL. 4. NO CONDUIT RUN SHALL BE GREATER THAN 180' BETWEEN PULL BOXES. 5. PULL BOXES SHALL NOT BE INSTALLED IN DRIVEWAYS, RAMPS OR BETWEEN THE B.C.R. & E.C.R. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS IIEPARTAIENT RCI? NO. 36106 PUBLIC WORKS DIRBCrOR PULL BOX DETAILS Drawn: M. Elias Scale N.T.S. Date: Jan. 2004 u o<m;ll�M Sle D SMJ nn DRAWING NO. '1' _ —L CIRCUIT SPLICES SERIES (5KV) (OVERLAP APPLIES TO (NOT TO SCALE) EACH END OF SPLICE)THOMAS & BETTS #2D-8 CONNECTOR (USE APPROVED CRIMPING TOOL) #8 AWG, SOLID COPPER, 5000 VOLT STREET LIGHTING CABLE 3M/SCOTCH BRAND #23 RUBBER TAPE, TO OVERLAP MIN. 1" & FILL DIAMETER -- " 1 6 I7I-7I `3M/SCOTCH BRAND #33 VINYL TAPE, TO OVERLAP I- 1 min. 1" min. (MIN. 3 WRAPS) I20/240V CIRCUIT SPLICES 3M/SCOTCH BRAND SCOTCH KOTE SEALANT OVERALL y4"—�I THOMAS &BETTS 'SEE DIMENSION, LEFT 20-8 CONNECTOR 3M/SCOTCH BRAND #23 RUBBER " 3M/SCOTCH BRAND #33 VINYL (MIN. 3 WRAPS) #8 AWO 3M/SCOTCH BRAND SCOTCH KOTE SEALANT WIRE (TYP.) THOMAS & BETTS 600V C—TAP, SERIES 547XX, AS REQUIRED. USE APPROVED *SEE DIMENSION, LEFT GENERAL NOTES: T&B TOOL, PER MANUFACTURER 1. All phase conductors shall be stranded copper, THWN, identified by a continuous, distinct, color—coded insulation. 2. Circuit pairs for 240V conductors shall be of two distinct colors, continuously traceable from luminaire to circuit breaker. 3. With the exception of the first, 2" diameter conduit from the service cabinet to the first adjacent pullbox, no conductor insulation—color shall be duplicated in any conduit run. Wires of different AWG sizes may repeat colors in the some conduit run. 4. Circuit grounds shall be #8 AWG bore, solid copper, spliced using Thomas & Betts 'C—Taps as shown , above. Ground conductors to luminaires may be reduced as per specification on CNB STD -205—L, BELOW. 5. Gray (277V), White, or White with color—striped insulation shall be used only for the neutral, or grounded—conductor. 3 LAYERS OF 3M ELECTRICAL TAPE NO. 23 OVER 3 LAYERS OF 3M TAPE NO. 33 OR EQUAL (TYPICAL), RUBBER BOOT NOT ACCEPTABLE, COAT WITH SCOTCH KOTE SEALANT. FUSE HOLDER IN PULLBOX TRON #HEX—AA OR EQUAL FUSES: GOULD SERIES GGU5, 5 AMP UNLESS SPECIFIED OTHERWISE. TYPICAL FUSE HOLDER LUMINAIRE & LOAD—SIDE OF FUSE HOLDER COPPER CONDUCTOR SIZING STANDARD PHASE CONDUCTOR GROUND CONDUCTOR* STD -200—L #10 THWN STRANDED #12 THWN, Solid or Stranded STD -201—L #12 THWN STRANDED #12 THWN, Solid or Stranded STD-202—L—A #12 THWN STRANDED #12 THWN, Solid or Stranded STD -202—L-8 #12 THWN STRANDED #12 THWN, Solid or Stranded *NOTE. STD -203—L #10 THWN STRANDED #12 THWN, Solid or Stranded Terminate ground conductor in fixture using appropriate Thomas & Belts 'Sta—kon' brand, Series 'CIO', non—Insulated fork terminal. CITY OF NEWPORT BEACH APPROVED: PUBLIC WORKS DEPARTNIEN'r CIRCUIT SPLICING, RCE NO. 36106 PUBLIC WORKS DIRECTOR FUSE HOLDER & WIRING Drawn: M. Elias Seale N.T.S. Date: Jan. 2004 s'mn.auui sw - n.. n DETAILS DRAWING NO. TD— OS—L d S 2 6 fry \ j ra 3r y r aC/ -All max:. •,'+��°r^` © �... �&,, i S • ,.r . f. MsK Fj �d11 3 i ' ky�f„ e+e� Fp� �,• € m E N Br �` �o.. : �.• t K a O w N m 0 c3i U r M1e'�.d � z LU yY ii W \ > a 5\�`s eeia Fr Z a o < r Q U 0 W fry \ j ra 3r y r aC/ -All max:. •,'+��°r^` © �... �&,, i S • ,.r . f. MsK Fj �d11 3 i N� N dIMIdIdIdIdIeIdIdINI.I NININIHINI.I�INIMINI�I*IMINIdI.INI.ININININ mmmmmmG 0©MM00M= d MidlddldldldldlNl.�-II MIMINI�-II NIHIHINIMININIdIMINId��••�I NIHININININ Z v w v J a a«J a L ), L a a a w u J m w« a w 0 a m no v 'e J a w 'w w m 3 u d 0 v c m w H N v a m w E t= m m N L a L ° 10 in (p N w j,, w 1p 'C w O ry L a N o v3m¢�n�Y�3�-uz ��nxum`mm`3a`zu¢ a a a a a a a a a a a a a a a a a a a a a a a a a a EL w w � �3 J u c a t a a ,Loo ❑ V1 u Z J t t t t t d d d 0 a 3 VI N N N 4 22 N VI N VI N VI N VI V2 N N 22 N VI a d V1 N N VI N= t2 N L t r t t t t t t t t t t t t t t t t t t P t t t t r t t t t t 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0w o 0 0 0 0 0 0 0 0 a a a a a a a a a a a o. o. p o, a 0. o. a s u a a a a a a a a a N U a �0 U c B LL N N N U LL ryN U rl N m Sy N rl d W Q N m " M �QyV1 (O U C T T J V1 VI N Q `g w m bq m AL O` Y Y J V C E E m C m J C I< a o Y m C7 m in ¢¢ m u tp�pa u U u J m m m J= m m J m Q¢ H c -- J O N 0 i i N O H y N m m w c_ w c IY/1 a N a O a N% L¢¢¢ in Y o J .c -+e U E E o o E m 0 0 0—=— a s¢`mODuuu<mmmmmmN ry ry a A 6 h m U B LL d J LL N 'i ei N N N 'i 'i rl ed rl ei N E rc c O O N O w u a u d w m ei N T N T T N C o 3 w v E o o —>' t a c N N v if c c r u s O jQ C � W VI W N m Vf � VI VI U p a m J N h N � y 7 N Vf Rl V1 IO 2 O D V ~ �$ 01 °'dowvv3r3 uuuo R ," x