Loading...
HomeMy WebLinkAboutC-2901 - Jamboree Road Rehabilitation Ford Road to South Bristol StreetCITY OF NEWPORT BEACH April 22, 1994 OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 Boral Resources, Inc. 1301 E. Lexington Avenue Pomona, CA 91766 (714) 644 -3005 Subject: Surety: Insurance Company of North America Bond No. TO 02 94 05 6 Contract No.: C -2901 Project: Jamboree Road Rehabilitation - Ford Road to Bristol Street The City Council of Newport Beach on March 28, 1994 accepted the work of subject project and authorized the City Clerk to file a Notice of Completion and to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. The Notice was recorded by the Orange County Recorder on April 7, 1994, Reference No. 94- 0243659. Sincerely, Wanda E. Raggio City Clerk WER:pm cc: Public Works Department 3300 Newport Boulevard, Newport Beach RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk ���% /� '� CM ofwPNewp rt Beach Newport Beach, CAe92663 & # 94- 4243659 07 —APR -1994 03 :59 PM Recorded in Official Records of Orange County, California Lee A. Branch, County Recorder Page 1 of 1 Fees: f 0.00 Tax: f 0.00 "Exempt from recording fees pursuant to Government Code Section b103" NOTICE OF COMPLETION �P NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Boral Resources, Inc., 1301 E. Lexington Avenue, Pomona, CA 91766 as Contractor, entered into a Contract on January 20, 1993 Said Contract set forth certain improvements, as follows: Jamboree Road Rehabilitation - Ford Road to Bristol Street (C -2901) - located in the City of Newport Beach. County of Orange Work on said Contract was completed on July 8. 1993 , and was found to be acceptable on March 28. 1994 by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Insurance Company of North America. 2400 East Katella Avenue. Ste. 300K. Anaheim. CA 92806 BY ✓!� Il �7 u is or cs irec or 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 ! / Newport Beach, California. BY City clerK RECEIVED APR 22 1994 ArAW , at • :7 TO: FROM 6 MAR 7 RIM CITY COUNCIL PUBLIC WORKS DEPARTMENT 0 March 28, 1993 CITY COUNCIL AGENDA ITEM NO. 14 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD REHABILITATION FROM FORD ROAD TO SOUTH BRISTOL STREET (C -2901) RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. 3. Authorize the City Clerk to release the bonds 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. DISCUSSION: The contract for the rehabilitation of Jamboree Road from Ford Road to South Bristol Street has been completed to the satisfaction of the Public Works Department. The bid price was $849,564.00 Amount of unit price items constructed 956,206.63 Amount of change orders 1,380.08 Total contract cost $957,586.71 The contract was awarded in November, 1992. While waiting for the Gas Company project in the same area to be completed before the City project could start, extremely heavy rains occurred in February 1993. The result was a major increase in the amount of pavement to be replaced and thus in the cost of the unit price items constructed. is Six Change Orders were issued. The first, in the amount of $460.00, provided for the replacement of approximately 20 feet of deteriorated gutter. The second authorized the additional pavement replacement noted above. The third, in the amount of - $97.57, provided a credit for slightly reduced compaction of the surfacing in one area. The fourth, in the amount of $1,030.74, provided for reimbursement of Caltrans 0 0 SUBJECT: ACCEPTANCE OF JAMBOREE ROAD REHABILITATION FROM FORD ROAD TO SOUTH BRISTOL STREET (C -2901) March 28, 1994 Page 2 • permit fees, and for contractor delays resulting from plan revisions. The fifth provided for over excavation and replacement with asphaltic concrete in areas where wet grade was encountered. The sixth provided for a change in specification terminology required by Caltrans. Funds for the project were budgeted in the Gas Tax Fund, Account No. 7197 - 98313071 and through the Intermodal Surface Transportation Efficiency Act, Account No. 7283 - 98313071. The contractor is Boral Resources, Inc. of Pomona. The contract date of completion was April 19, 1993. Due to delays caused by weather and the Gas Company's project the completion date was adjusted to July 8, 1993. The work was completed on that date. agz Benjamin B. Nolan Public Works Director fit, M. • • CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 TO: FINANCE DIRECTOR FROM: CITY CLERK (714) 644 -3005 DATE: January 20, 1993 SUBJECT: -Contract No. C -2901 Description of Contract to Bristol Street Jamboree Road Rehabilitation - Ford Effective date of Contract January 20, 1993 Authorized by Minute Action, approved on November 23, 1992 Contract with Boral Resources, Inc. Address 1301 E. Lexington Avenue Pomona, CA 91766 Amount of Contract $849,564.00 "94e26r' s - Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach i CITY CLERK , NOTICE INVITING BIAS Sealed bids may be received at the office of the City Clerk, 3388 Newport Boulevard, P. 0. Box 1768, -Newport Beach, (A 92659 -1768 until �on the 12 day of November , 1992, at chic t� ime such bids shall be opened and read for X11 thi ITATION - FORD R09D le of Project 2901 Contract No. 1,100,000 Engineer's Estimate STPLN - 5151(0 eral Aid Proje by the Sit Council ay of OctYober, 1992. _sue Wanda E. Raggi City Clerk M.00" Prospective bidders may obtain one set of bid documents at no cost at the office of the Public Works Department, 3308 Newport Boulevard, P. 0. Box 1768, Newport Beach, CR 92659 -1768. For further information, call Gilbert Wong at 644-3311. Project Manager w � � f f • • PR 1.1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMEN PROPOSAL JAMBOREE ROAD REHABILITATION FROM FORD ROAD TO SOUTH BRISTOL STREET CONTRACT NO. 2901 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard P.O. Box 1768 Newport Beach, CA 92659 -1768 Gentlemen: The undersigned declares that he has carefully examined the location of the work, that he has examined the Plans and Special Provisions, and hereby proposes to furnish all materials and do all work required to complete this Contract No. 2901 in accordance with the Plans and Special Provisions, and that he will take in full payment therefore the following unit price for the completed item of work, to wit: ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 1. Lump Sum Mobilization and Traffic Control @ Twenty -Seven Thou- Dollars san and 0 Cents $27,000.00 Per Lump Sum 2. 13,000 Remove existing street section, Tons prepare subgrade, and replace with 11.5 inch thick A.C. base course over compacted subgrade @ Twenty -Eight Dollars and Sixty Cents $28.60 $371,800.00 Per Ton 3. 10,000 Cold plane existing pavement Sq. Yds. @ One Dollars and Fifteen Cents $ 1.15 $ 11,500.00 Per Square Yard { � i • PR 1.2 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 67,000 Provide and install Sq. Yds. reinforcing pavement fabric @ 0 Dollars and Seventy -Four Cents $ .74 $ 49,580.00 Per Square Yard 5. 60 Remove existing P.C.C. Lin. Feet curb and gutter and replace with modified Type "A" P.C.C. curb and gutter with variable curb face @ Twenty -Three Dollars and 0 Cents $ 23.00 $ 1.380.00 Per Lineal Foot 6. 160 Remove existing P.C.C. Lin. Feet median curb and gutter and replace with modified Type "B" P.C.C. curb with variable curb face @ Twenty -Two Dollars and Sixty Cents $ 22.60 $ 3,616.00 Per Lineal Foot 7. 570 Remove and replace existing` Sq. Feet P.C.C. sidewalk @ Four Dollars and Ninety Cents $ 4.90 $ 2,793.00 Per Square Foot 8. 180 Remove and replace concrete Sq. Feet in landscaped median @ Six Dollars and 0 Cents $ 6.00 $ 1,080.00 Per Square Foot 9. 3 Remove and replace local Each depression @ Two Hundred Seventy- Dollars our and 0 Cents $ 274.00 $ 822.00 Per Each } � i 0 PR 1.3 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 3 Reconstruct top portion of Each existing grate inlet @ Twenty -Two Hundred Dollars Eighty and 0 Cents $2.280.00 $ 6.840.00 Per Each 11. Lump Sum Crack seal existing pavement @ Eighteen Thousand Dollars and 0 Cents $ 18,000.00 Per Lump Sum 12. 200 Construct leveling course Tons @Thirty -Seven Dollars and 0 Cents $ 37.00$ 7,400.00 Per Ton 13. 12,400 Construct 2" asphalt Tons concrete overlay @ Twenty -Three Dollars and 0 Cents $ 23.00 $285,200.00 Per Ton 14. 9 Adjust existing sewer and Each manhole frames and covers to finished grade @Two Hundred Twenty- Dollars Three and 0 Cents $ 223.00 $ 2,007.00 Per Each 15. 24 Adjust existing water valve Each and survey monument frames and covers to finished grade @One Hundred Sixty- Dollars Eight and 0 Cents $ 168.00 $ 4,032.00 Per Each • 0 PR 1.4 ITEM QUANTITY ITEM DESCRIPTION UNIT TOTAL NO. AND UNIT UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Provide Traffic striping pavement markings, & markers @ Twenty Eight Thou- Dollars san ive un re and 0 Cents $ 28.500.00 Per Lump Sum 17. 138 Replace traffic loops Each @ Two Hundred Three Dollars and 0 Cents $ 203.00 S 28.014.00 Per Each - Eight Hundred Forty -Nine Thousand F Hundred Sixty Four 0 TOTAL BID PRICE (WORDS) 10 -29 -92 Date (714) 865 -6855 and Cents $849-564-no TOTAL BID PRICE (FIGURES) Bidder's Telephone No. Authorized Signature /Title Richard Vallecorsa, Vice President 634631 A 'A301 E. Lexington Avenue Pomona CA 91766 Bidder's License der 's Address No. & Classification Page 2 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: PROPOSAL (Page 1) INSTRUCTIONS TO BIDDERS (Page 2) DESIGNATION OF SUBCONTRACTORS (Page 3) BIDDER'S BOND (Page 4) NON - COLLUSION AFFIDAVIT (Page 5) TECHNICAL ABILITY AND EXPERIENCE REFERENCES (Page 6) CERTIFICATION WITH REGARD TO THE PERFORMANCES OF PREVIOUS CONTRACTS (Page 7) TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 (Page 8) BIDDER DBWrINFORMATION (Page 9) PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT (Page 10) PUBLIC CONTRACT CODE SECTION 10162 QUESTIONAIRE (Page 11) PUBLIC CONTRACT CODE SECTION 10232 STATEMENT (Page 11) CERTIFICATION FOR FEDERAL AND CONTRACTS (Page 12) DISCLOSURES OF LOBBYING ACTIVITIES FORM (Page 13) INSTRUCTIONS FOR DISCLOSURES OF LOBBYING ACTIVITIES (Page 14) except that cash, certified check or cashier's check (sum not less than 10% 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. The City of Newport Beach will not permit a substitute format for the documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 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 estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of bid totals. 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. 5/91 Page 2A 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. 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 in the office of the City Clerk. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 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." All documents shall bear authorized to sign on behalf of signatures shall be of a col authorized by the corporation. shall be of a general partner. shall be of the owner. signatures and titles of persons the bidder. For corporations, the -porate officer or an individual For partnerships, the signatures For sole ownership, the signature 634631 A Contractor's License No. & Classificat on Boral Resources, Inc. Bidder 10 -29 -92 I A Vice President Date Authorized Sianature /Title 5/91 0 Page 3 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 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. 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. Subcontract Work 1. Co,,J C(� (:-7 Tc 2. L'Vq C, 3. C 4. /J�J It 5. Cfcc 6. 7. SrR� 8. 9. 10. 11. 12. M Q IAJC) Subcontractor C, (-, Ca "i CRC�r� / 60 06/4 Co N7R / J�n I T (4 sa ,v Cti e Address " S k 41TTc= Oee vG C`- �Ov7_recy� RK (_1J1q Boral Resources, Inc. Bidder 5/91 /i 11 ZRAC/ Vide President Y uthorized Slgnatu e/Title , . r E KNOW ALL MEN BY THESE PRESENTS, Page 4 That we Boral Resources, Inc as bidder, and I m , as Surety, are a an rmly oun unto e City of Newport Beach, California, in the sum of T P B' I Dollars (S 10 ! ) ,lawful money of a United States for t he payment of wh c sum we and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH, That if the proposal of the above bounden bidder for the construction of (Title of Project an Contra o. n e C ty o Newport eat , is accepted by the City Council of said City, and if the above bounden bidder shall duly enter into and execute a contract for such construction and.shall execute and deliver to said City the "payment" and "Faithful Performance" contract bonds described in the specifications within ten (10) days (not including Saturday, Sunday, and Federal holidays) after the date of the mailing Notice of Award to the above bounden bidder by and from said City, than this obligation shall become null and void; otherwise it shall be forfeited to the said City. In the event that any bidder above named executed this bond as an individual, it is agreed that the death of any such bidder shall not exonerate the Surety from its obligation under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this 27th day -of October , 1992- Bidder (Attach Acknow edgment Of Attorney -In -Fact) /'9 �JCc -4� ti No cry ub c J 63 Commission Expires: �� 2�. ; � 5/91 Boral Resources, Inc. thor zed S gnature /T t e SURETY lnsu ante Company of No th �rthrica Pamela L. J bs, Attorney -in -Fact OFFICIAL SEAL 00 "'A' 7 R SWEt,*M m _ NOUG.: FUuUC - CALIFORNIA SA;7 DER '. DINp t'DUryTy My comm. mlplra JIA. 2D. 1993 r� % l � / . r ( \ ( P I) g !{ j} {\ 67 k \ $ lo� § § .o o { /CD IL c \ ) kCL )L - in o£ ;!! C, ; /k ®af! = &a rE f §£i \#�~ i k lllr +_ k ■ ( k \ J & § $ 2§� §< a 2 §/ \ \ \0 2® 2 \ \/. f k k2,; ®f §k K K ® #2 >� R R$�� /.«® �) } E / / { / E /�f\ C, ; /k ®af! = &a rE f §£i \#�~ i k lllr +_ k ■ ( k \ J & § $ 2§� §< a 2 §/ f'OWE' R OF • Insurance Company of Nash Americo 405561 ATTORNEY a aGNA contpary Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth d Perxtsylvania. having its principal Office in the City of Philadelphia, Pennsylvania, pursuant to the following Resolution, adopted by the Board of Directors of the said Company an December 5, 1963, to wit: 'FtEs(xvEo, The pursuant to Amces 3.18 and 5.1 of m 9y -txas, me following Rutty am gown the execution for the Company of bonds, undenaMngs, recogniaances. burroasomen Wtngsinnare 9w.of. ay The the Presoem. any soon, vice President. any nip president. any Assistant vice president, or any Anomay4n -Fact, may execute for ono on bmaif of the Cn pe ry my and all bonds, undenagngs, reNgnxaaroa. mnsace and otMr txltlngs In tlw natty Ilereol, Ile soon. o W aiteeed vAdert neommry by tie Cotporab seaatary, or any Acsialam �arpor a 5egelary and me ma of the Compam� afOnd Ihrwo: and and the PresiMm, my Se for vice Pratldent. any Vim Preslaerm or any NYWm nice Pnanant m y appoint and awhoou my oet un= foledod wappdmed) of ms Company. aria AnonwyNlhFaa b w asfCUlear Wee to theeswtlon of 0 such Whings on b"f cf tar Company and to affix the seal (if" Company thaao. gp Any such xMerg executed in aunni acs with meea woes stag a a blocing upon tie Campary In any bate as dough signed W the Pr adent and mwea to by Me curpwale seaway. (� The Kr nut, of the this Hdent. or aSentlurntl add �tiM P� myAds�vip President and UN Mae of the Company, m y be a111nd by feCsimNe on any power of money granted Pumuant gal Company they a amad byfaatrdfe to any caN9cate of arty ouch power, and any such never or certlticMM bearing soon Madmileedgreture and see Gall be Valid and binengon On Company. (q Such CUM QUMS of the Company. and Atonm WW Fae shad then authority to aemry or catty bond" of the Re dutloa the By-Law at the cornpanl', aria any andaw or record of me Company neClary b the discharge of max duties. (5) The postage of this Revolution tloes not mob my Mailer eulMmy grated by Readutlon of the spend of axeMn adopted an June 9.1957, May 29.1975 ono March 23.19". does hereby nominate, constitute and appoint JEAN L. WILLCOX, EVELYN DENIBAN, and PAMELA L. JACOBS, all of the City of Los Angeles, State of California---------------------------------------- - - - - -- ' rz ------------- -------- ---- ------- --- ---------.each individually if there be more than one �+ named, its true and lawful attwW4n -fact, to make, execute, seal and deliver an its behalf, and as its act and deed any and all bonds, C undertakings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION ------- — '. . C --------------- ------------ -------- - - - - -- -DOLLARS ($ 10 ,000 ^000 • )each. and the execution of ja ca such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as if they had been duty executed - dR and acknowledged by the regularly elected officers of the Company at its principal office. I, the krill d INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of wbfcythe foregoing is afU�Qe' and correct copy, is in full force and effect In witness whereof, I have hereunto subscribed my name: as Secretary, and affixed the corporate seal of the Corporation, this ,` er ti• 27th day of October 19 �Z .: Daryl F. Taylor Secretary ! . • THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER Mav 6, 1994 _ I BS333363b Pbf. in LLSA ,.:,.e. .. , ... ,. ^+u-�.nrrs.�r^*a�•�sw•.uksfo �tsrRd"srnc „�. dD IN WITNESS WHEREOF, the said R. E Giveans. Vice - President. has hereunto subscribed his name and affixed the - 0.2 `m> corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 5th day of August 1991 •' ••. .mid r INSURANCE COMPANY OF NORTH AMERICA j (W Core C15 in, a R. E. GIVEANS, Vice President d' to COMMONWEALTH OF PENNSYLVANIA 4 C COUNTY OF PHILADELPHIA S5. ' ��; On this 5th day of August , A.D. 19 91_ . before me, a Notary Public of f I �0 the Commonwealth of Pennsylvania in and for the County of Philadelphia came R. E. Gevearls, Vice- President of the INSURANCE COMPANY OF NORTH AMERICA to me personally known to be the ind'ividunal and officer who executed the preceding instrument, and he acknowledged that he executed the same, and that the seal affixed to the preceding instrument is the corporate seal of said Comparry; that the said aQ• Corporate seal �Pj5fsignature were duly affixed by the authority and direction of and the said corporation, a that Resolution, adopted by the t Board o` U�pay. referred to in the preceding instrument. is now in force. , n. �0N� F EOF, 1 have hereunto set my hand and affixed my official seal at the City of Philadelphia the day and year i k0: c. m firsal rw �? s NO \RIAL SEAL V -` y = = JULIA ANNA ROHANA, Notary Public G OF =? Philadelphia, Philadelphia County - My Commission Expires Aug. 20, 1 Notary Public zz •' 4ftyLVWQ.,= k .; I, the krill d INSURANCE COMPANY OF NORTH AMERICA, do hereby certify that the original POWER OF ATTORNEY, of wbfcythe foregoing is afU�Qe' and correct copy, is in full force and effect In witness whereof, I have hereunto subscribed my name: as Secretary, and affixed the corporate seal of the Corporation, this ,` er ti• 27th day of October 19 �Z .: Daryl F. Taylor Secretary ! . • THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTION DATE AFTER Mav 6, 1994 _ I BS333363b Pbf. in LLSA ,.:,.e. .. , ... ,. ^+u-�.nrrs.�r^*a�•�sw•.uksfo �tsrRd"srnc Page 5 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County Of Los Angeles ) Richard Vallecorsa , being first duly sworn, deposes and says that he or she is vice �rPCMwt of _pnr,�, Anc� „rrna,�nr , the party making the foregoing bid, F__ hat 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 the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham -bid, 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 manner, directly or indirectly, south by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public 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 indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any 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 that the foregoing is true and correct. Boral Resources, Inc. A Vice President Bidder Outlorized Signature /Title 2cribed and sworn to before me this 29th day of October 19 9 Notary Public My Commission Expires: \l ,4i7 53 5/91 [SEAL] OrrIC ?AL SEAL R SWENSON ''OULIC - CAUFORNIA "i SXJ GEUARDINO COUNTY My comm. expires AX 20, 1993 0 Page 6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES The undersigned submits herewith a statement of the work of similar character to that proposed herein which he has performed and successfully completed. Year For Whom Person Telephone Completed Performed (Detail) To Contact Number See Attached Boral Resources, Inc. Bidder 5/91 4,v)�Am Vice President uthorized Signature /Title CITY Of- MARINO VALLEY "- MARLA`MATLOVC DEPT. OF PUBLIC WORKS P.O. 1440 MORENO VALLEY CA 92556 714 243 -3120 i CITY Or LONG BEACH - GIL GOOOgIN DEPT. Or PUBLIC WORKS 333 W. OCEAN BLVD. LONG BEACII, CA 90002 310 590 -6303 CIT "Y OF ORANGE_ - ASHOK [IA:,ARGCKAR DEPT Or PUBLIC IJOrKG P.O. BOX 449 ORANGE, CA 92666 - 71.4 744 -5444 CITY Or.- 1-ULLrrZTON - 6,r Or GC LI:N DEPT. or PUBLIC WORKS 303 W. COMMONWEALTH ruLLERTON, CA 92632 714 730 -G300 COUNTY Or LOS ANGCI.CS - TONY V.ISCONTI DEPT. Or PUDLTC worm,-, 900 S. rREMONT AVE. P.O. Box 1469 AIJIAMBRA, CA 9100^- BIB 450- -5100 COUNTY or SAN DERNARDTNO - toll CUDIN 81-5 EAS "I I IIIlZD ST. SAN BERNARDINO. CA 9241r 71.4 307 -26,00 COUNTY Or RIVERSTDC - JIM Y.INLOCII 2950 WASHING "TON S'[. RIVERSIDE_, CA 92504 714 275 -GO85 CITY Or RIVCRSI[1C - DOR CCY. 3900 MAIM ST. RIVERSIDE, CA 92622 714 702 -5346 CITY OF LAGUNA DEACII -- FRCD -,IIIADI 505 FOREST AVE. LAGUNA DEACII, CA 92651, 714 497 -0706 i CITY OF CHINO - TOM MACE 13220 CENTRAL AVE. CHINO, CA 91710 714 591 -9880 CITY OF SAN BERNARDINO - RICHARD MORALES 300 NORTH 'D' STREET SAN BERNARDINO, CA 92418 714 384 -5166 CITY OF EL MONTE - WILLIAM J. CONKLIN 11333 VALLEY BLVD., SECOND FLOOR EL MONTE, CA 91731 818 580 -2063 CAL TRANS - WALLEY CARROLL OCEANVIEW OFFICE 7372 PRINCE DRIVE HUNTINGTON BEACH, CA 92647 CITY OF VILLA PARK - FRED HALEY 17855 SANTIAGO BLVD. VILLA PARK, CA 92667 714 998 -1500 CITY OF WESTMINSTER - HOMES ARGAND 14381 OLIVE STREET WESTMINSTER, CA 92683 714 898 -3311 CITY OF ONTARIO - LOUIS HUESO 303 EAST "B" STREET ONTARIO, CA 91761 717 391 -2527 CITY OF POMONA - BOB HAAGENSON 505 S. GAREY AVE. POMONA, CA 91766 714 620 -2261 KASLER CORPORATION - BOB VARSHAY P.O. BOX 387 SAN BERNARDINO, CA 92402 -9906 714 884 4811 BRUTOCO ENGINEERING & CONSTRUCTION - MIKE KING P.O. BOX 429 FONTANA, CA 92334 714 350 -3535 0 Page 7 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder x , proposed subcontractor , hereby certifies that he hag x , has not , participated in a previous contract or subcontract subj ct to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has x , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Boral Resources_ inn_ (Company) By: ichard vallecorsa V ire Pres;d n (Title) Date: 10 -29 -92 Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set fourth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60- 1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. 5/91 3•' • • Page 8 TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 DEBARMENT AND SUSPENSION CERTIFICATION The bidder under penalty of perjury, certifies that except as noted below, he /she or any person associated therewith in the capacity of owner, partner, director, officer, manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency. has not been suspended, debarred, voluntarily excluded, or determined ineligible by any federal agency within pass three years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgement rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidders responsibility. For any exception noted above, indicate below to whom it applies, initialing agency, and dates of action. NOTE: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. 5/91 O H F .S 6 O W �a WO Q M G 4 j w � M W O h w N � a w ,N 0 b z a u a ro AJ N F $A. 0 ° A r/ p A H t+l O 6 u m u o a b H m 10 a $4 q a W ?. $4 O a O +1 1� V A u u m ST O u V U C T a� w N Ln CD Im co co i� i v z m K 0 r ►. 0 W F a >0 av O 0 N A k w H H u 0 0 u Y. a x b O m O H F tL H V) V) W a w A Q W 0 1 00 O O O 0 O N t+l Vl N 1 LrN m W � � H � H H U U � O � W H � w w O Q- . zV F Z W F H N PG y U z H z M fn ae a V W � C W vFi V q a H z O O xz N a a H '� U N N fC Page 9 w a H O a Np WE4 5S .1H �m N 9 H xH WQ H W s Y Q O O W o v H O � x a � � a w o R1 H a o0 • Page 10 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In accordance with Public Contract Code Section 10285.1 (Chapter 376, $tats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has _ , has not -A -been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy. or any otter act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any parmer, member. officer. director. responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after " has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. • Page 11 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In accordance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes _ No x_ If the answer is yes, explain the cQCUmstaooes in the following space. PUBLIC CONTRACT SECTION 10232 STATEMENT In accordance with Public Contract Code Section 10232, the Contractor. hereby states under penalty of perjury, that no mare than one final tmappealable funding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal cant which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are pan of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that malang a fake certification may subject the certifier to criminal prosecution 0 • Page 12 Certification for Federal Aid Contracts The prospective participant certifies. by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that (l) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the malting of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal comma, grant, ban, or eoopeadve agreement (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract. grant. ban, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than 510,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts which exceed $100,000 and that all such subrecipients shag certify and disclose accordingly. Page 13 WCLOSURE OF LOBBYING ACTIVIW Complete this form to dscicse lobbying activities pursuant to 31 U.S.C. 1352 1. Type of Federal Action: 2. Status of Federal Action: 3. Report Type: ❑a r back ❑ a. b:dotter /application ❑ b. grant b. Patel award b. mnrarial charge C. roop.rali" agreement G post-award For Material Change Only: d ban e. ben guarantee year t. low ban iruarence dace of last report 4. Name and Actress of Reporting Entity: S. If Reporting Entity In No. 4 Is Subawardee. Ester ❑ Prime ❑ Subawardee Name and Address of Prime: Tier_, if known Congressional District, ff known: Congressional District, ff known: 6. Federal Deparimant/Agency: 7. Federal Program Name/Description: CFDA Number, I o p/kable 8. Federal Action Number, d known: 9. Award Amount, it known: S 10. a. Name and Address of Lobbying Entity b. Indhrlduals Performer SsMces (ncludkv address if (d individual, last name, first name, MQ: different from No. 10a) (last name, first name, Ml): (affach Continuation Sheet(s) l7necessary: 11. Amount of Payment (check aff that oppy): 13. Type of Payment (check all that apply) $ ❑ actual ❑ planned a retainer b. one-time fee 12 Form of ftyment (dm" that apply): c. commission 0 a cash d contingent fee 1 ❑ b. in -kind; specify: nature e. deferred value 1. what, specify: 14. Brief Description of Services Performed or to be performed and Date(s) of Service, Including offlcer(s), employee(aL or member(*) contacted, for Payment Indicated In Item 11: No Lobbying Activities (attach C.orbnuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: ❑ Yes Q No 16. M. 1.tb .a..waa. abarkwelr.awdeasrmalasc Signature: socooft ISZ Thwdbctoswool bbybhp.nNltl.c Yowarty Idd Yrtgi.d rt Print Nartla: ichard Vallecorsa .w,bava 1~M.dWw�w peno.nt to 31 USG 1352 1N. adorwdmt da b rt1porYd t. N C..narhw Title: vice President .. nd.mh.rgw.rae...w.a.ar Pub" wpocdm Ay .....n. Telephone No.: 714- 865 -6855 Date•10 -29 -92 WW to N.0 ..r.Wd di.cb.w..b.a be "boa b. c"p..ly oreel r...m..s+abbe..a ea w�. ta«h slop 000twoorrh.,ahw.& Federal Use Only: s,,,,d„draan�i.kie4vdV°°h shwa Fenn tit a«. alo.ea Page 14 IN UCTIONS FOR COMPLETION OF *LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed Lw the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report If this is a followup report caused by a material change to the information previously reported. enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and cep code of due reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient Identify the tier of the subawardee, a g.,the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgrants and contract awards under grants- 5. If the organisation filing the report in Item 4 checks "Subawardee" then enter the full name, address, city. state and nip code of the prime Federal =Cipient. Include Congressional District. if known. 6. Enter the name of the Federal agency making the award or loan commitment Include at least one organisation level below agency name, if known. For example, Department of Transportation, United States Coast Guard. 7. Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements. loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in item 1(e g., Request for Proposal (RFP) cumber. Invitation for Bid (IFB) number, gram announcement number, the contract grant or loan award number, the applicatiortiproposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE- 90-001." 9. Far a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Faster the full name, address, city. state and cep code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) perfTnmg services include full address if different from 10 (a). Enter Last Name. First Name and Middle Initial (b6). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indira whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter die cumulative amount of payment made or plumed to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment 13. Check the appropriate box(es). Check all boxes that apply. If other. specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the dates) of any services tendered. Include all preparatory and related activity not just time spent in actual contact with Federal officials. Identify the Federal offioer(s) or employee(s) contacted or the officer(s) employees) or Members) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and dare the form, print hi0w name title and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for reviewing instruct ion, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348 - 0046). Washington. D.C. 20503. SF- 111,1, w u Rev. 0S4r-90 0 Page 15 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 of mailing Notice of Award to the successful bidder: PAYMENT BOND (Page 16) FAITHFUL PERFORMANCE BOND (Page 17) CERTIFICATE OF INSURANCE (Page 18) GENERAL LIABILITY INSURANCE ENDORSEMENT (Page 19) AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT (Page 20) WORKERS' COMPENSATION INSURANCE CERTIFICATION (Page 21) CONTRACT (Page 22) 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. Payment and faithful performance bonds 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. 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 VIII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. The Workers' Compensation Insurance Certification shall be executed and delivered to the Engineer along with a Certificate Of Insurance for workers' compensation prior to City's execution of the Contract. 5/91 KNOW ALL HEN BY THESE PRESENTS, that EXECUIM IN QUADRUPLICATE BOND MW TO 02 94 05 6 PREMIUM INCLUDED JgCf &RI6 BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted November 23 1992 has awarded to Boral Resources Inc. hereinafter desiggnated as the "Pr nc pal", a contract or - Jamboree Road Rehab. = Ford Road t R 'Brist QContract No. ) in the City of Newport each, in strict conformity with the Draw nqs and Specifications and other contract documents in the office of the city Clerk of the City of Newport Beach, and all of which are incorporated herein by this reference; WHEREAS, said Principal has executed or is about to execute Contract No. C -2901 and the terms thereof require the furnishing of a bond, P—r—o-v-1aTnq 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, BORAL RESOURCES INC. as Principal, and 4NPUgANCL COMP&M OF NORTH AMERICA as Surety, are he firm u duD���� a C1 y of Newport Beach, n the sum of FJOF H S F A o Dollars ($ 4 5 ). said sum being equal to 100% e t e est mated amount pay& y the City of Newport Beach under the terms of the contract; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal or his /her subcontractors, fail to pay for any materials, provisions, or other supplies, 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, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 Of the Civil Code of the State of California. $191 Page 16A The bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right to them or their assigns in any suit brought upon this bond, as required by and in accordance with the provisions of Sections 3247 et, seq. of the Civil Code of the State of California. And said 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 or the specifications accompanying the same 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 , 1992. Name o Contractor (Pr nc papal) or ze gna ure /T t e //Ri hard Val ecorse, Vice Presiden- INSURANCE COMPANY OF NORTH AMERICA BY: % Name of Surety AutWbrlZed AgentAignature PAMELA L. JACDSS. ATTORNEY -IN -FACT 2400 EAST KATELLA AVENUE, STE. 300K IA EIB C -TEORNTA 92806 714 - 939 -5756 ddresa of Surety Telephone NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST HE ATTACKED 5191 m E d 0 `m a W N N U N a `o �v ^I d « N « c O v a� m d a T b C h d a U n IL IL r R 0 z v c c .N d V C d N y c d c E N d c rV O L N 3 W d �p « N � O N � E a E $ d o «L 3 0 O y c d c Y E N 0 c v n O « a as P9 ❑ o C d m L c 0 0 a O U d `o A L d a C O 0 d U d X d C 0 o` a 0 U m L m « d E d CD 3 c Y ro a C N L d E m c _ vi N 3 � S z =<iq �� UU d Q Cr rQ O U O _ O T d C YQ 0 0 tp ( | \ - ƒ \ ■! � | § t m 76 \{\ $ f � © / \ \ ) � ` 2 to) 1110- ) &� &CL § { \\k � CD ! § )k]\ B ` a 2i ■2 § n 3§ ) Fr � i ) ` § 'l .�.- f',r..•.... -. '.«'?'b':.:'.'t� :_' ':' Y2S `Ye ",'Ti.F"�W&`s`{.3:c.'�1._� .. _ __ POWEA OF 0 Inslurcill1ce COMPO y Of Nofth Attterko 405633 ATE gRNEY a CIGNA conporty Know all men by these presents: That iNSURANOE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia. Pennsylvania. pursuant to the following Resolution, adopted by the Board of Directors of the said Company of December 5, 1983, to wit' mrecuen0o wfenapn That . u wP,unwe 3.1e and' 5.1 or.w aY+aw..' n:,raaiMny ;Fkw ,rau aoi!sm m. uon "c« en: Cornpany. of bonds. ondwmHnpr, remsrilmicea al Sher aw President, my Sea« vice President. any wm.Pwddent, any Amraaa Nee Piadds a d, enr Aop rW rPeS mpxe for w behYi or d e axlYmtlnaa ftlnmllyIDe9r. ®Mmaanemw,rinnnn rx,r,e..exx,.,x._.,..x_ W_._ ^.!!Y _ oa CanPadY any and as bonds. RI Any eucn wdanq .secured In aa«tlinro yAtn lhsee 11111149 aril. bon mriana Won vie Compulyyi.anY ow 0 Uauah 4906 Ey ttw P WAM and a Anso m by an carpwa i S...V. (s) naslpnaue stn. Pr saw. «a9m«NCayMl ae aretl Pindea. m ny Anin,irm. Merdeni'hnd awaer aBis`Wenpmry meyuan� ;o Mtabanxro on any ro.�er nr arcomeY .'9rordedWaaammm . aaealutlon . endtM Mna'paarmdaw eaa ortneoama+ rmey. warsndrw Nodnde to am cagarnn a any eucti pow, arw"'UCh porn. or :==P bewr W reomwroaaand9 endeaelaaabeyaldantlbirWnaon dwfkrtgary r . .. (<) SKh ~.lbw's Of the aFW mfaa era � aWmn to i i • r .; Congmy necessary to tlwme a'ur 11YSrA a�waea� w ddN or Mlh Cq++s of lr oinauxw6 iho'sy Luna. or o' C«Ipany: end any amdwl «'score a the lsH The Pamaeadte Rmmwoa doaelroi rwsiiaany aaB« aahodty enVonby nsaaWoner'ra dN Boars of DUiaorsl dopmdMJmp8 1993. Hiry?9. 19y5 and Mbcn'13, rey7.' does hereby nominate, constitute and appoint JEAN L. WILL COR; `EVELYN DENIAAN,•' and PAiELA L. JACOBS, all of the City of LOS Angeles, State of California------ - - - - -- ---- ---- --- ---- ------------ -- - - - - -- O CL d z a c N C Co m Y iZ s p Co m 7 O7 0 o w m w O 7 i rd o N> w 4) col o (Col N 0 y O m xs aj L y„ O C as H Fm 0 E ei Otto C CD O Z U ------------------------- ------------ — ----- — --- ---�_ , each individually if there be more than one named, its true and lawful attomey -in -fact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION-------- - ------------- ------------------ -- --- ----------- - - - - -- DOLLARS ($ 10-000 000 - )each, and the execution of such writings in pursuance of these presents, shall be as binding upon said Company, as fully and amply as If they had been duly executed and acknowledged by the regulady elected officers of the Company at Its principal office. IN WITNESS WHEREOF, the said R. E Giveans, Vice- President, has hereunto subscribed his name and affixed the Corporate seal of the said INSURANCE COMPANY OF NORTH AFRICA this 5th day of _ August 1991 INStAiANCE COhPANV OF NORTH AMERICA e COMMONWEALTH OF PENNSYLVANIA ' r COUNTY OF PHILADELPHIA ss. .. On this 5th juyrof AMad St the Commonwealth of Pennsylvania in and for the Coady of Philadelphiacai OF NORTH AMERICA to mepersonally knxlwn fo:be the individual anid'olfioer that he executed the same;. etld flier the se81 affixed to the Meced9np Ins 60rporate seal op)fsrsignature were fitly affixed by the authority , and,'direct Board of \ FL'mpany, referred to in the precading Instrument Is OF. I have hereunto set nary hand and affixe ry NO iiNRIAL SEAL OF - = JULIA ANNA ROHANA, Notary Public .= Philadelphia, Philadelphia County My Commission Expires Aug.. 20; 1. V l is 1, theurt(ly of INSURANCE COMPANY OF NOR'T'H AM8WA, db heistiy.t which the foregoing is a"(01,101 and correct copy, is in full force and effect. In witness whereof, I have hereunto subscribed my name .as' Secretary, adn- -atftiii 8th day of .`.. DEC EEk.'`.'; • E TED IN QUADRUPLICATE B N0. TO 02 94 05 6 PR IUM: $3,823.00 Page 17 � zl; *oy KNOW ALL MEN BY THESE PRESENTS, That WHEREAS, the city Council of the City of Newport Beach, State of California, by motion adopted Novem r -3- 19Q1 has awarded to hereinafter designated as hE a '1Pr noipel", a contract for Jamboree Rd. Rehab. -Ford Rd._to ( D in the City of Newport Bnac n str c con orm W w t t e Con ract, Drawings and Specifications and other contract documents in the office of the City Clerk of the City of Newport Beach, all of which are incorporated herein by this reference; WHEREAS, Principal has executed or is about to execute Contract No. '- 9 and the terms thereof require the furnishing of n bon or the faithful performance of the Contract; —. NOW, THEREFORE, we, BORAL RESOURCES INC. as Principal, and INSURANCE COMPANY of NORTH AMERICA as Surety, A r�t9 µ�y�g gI ty o Newport eac n the aum ofti o 4DD--- - - - - -- Dollars ($ 849,564.00 ) , said sum Meng equal to 100 of the estimated amount of the contract, to be paid to the City or its certain attorney, its successors, and assigns; for which payment well and truly made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal, its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well keep truly and perform the covenants, conditions, and agreements in the Contract 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, and shall indemnify and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and effect. As a part of the obligation secured hereby, and in addition to the fact amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, in the event it is required by bringing any action in law or equity 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 or to the specifications accompanying the same shall in any wise affect its 5/vt I 1 a E 0 Page 17A 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 six (6) months following the date of formal acceptance of the Project by lhw 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 , 1992. Soral Resources Inc. Name of on ractor r nc pa ) Ze signature/Title COMPA Y F NORTH AMERICA Name of Sure y 2400 EAST KATELLA AVENUE, #300K ANAHEIM. CALIFORNIA 92806 Address of surety /Richards Vallec„orsa, Vice Pres. PAMELA L. TAC6BS, ATTORNEY -IN -FACT 714 - 939 -5756 iTe ep one NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED S /91 N Z W 0 W 3 0 z x 0 a of E m 0 OryAy 0I r H N U C7 a U O N N C O .-..tip W a N 0 w V D d 16 N M C J O U a m N CL m T A C yN a V A 4 r O Z N C y d a C d d V c d a .y m r 0 V, N O N d m E s o y �Y C O X T O R •' O N � O a n and N G W E 2 S C d qL N d d 0 r N C O d n d 0 c m m s c O O �a O U d s 0 R C O �p a L Y s3 y: a r� X�2d tt a d a U X d C O 0 n U N L O L N E O a b d C X a C 0 E R c J4 \ ƒ k |! f 27 �16 {}\- kJft , eI{ f »77` \) )£!�] |)k {t { r)k ))§ \ jz cn sa O \ \/ $(7 82 $ � ■ � �< \, / .z k± I A _ ) 7 )K� .�f \ k $ 7 > 2` §I kk /2 4 .i?OW6 of � to North Americo` 405634 I A�7T�IiA1EY.. Know all men by these presents: That INSURANCE COMPANY OF NORTH AMERICA, a corporation of the Commonwealth of Pennsylvania, having its principal office in the City of Philadelphia. Pemsylvania, pursuant to the following Resdutkx% adopted by the Board of b rectors-of that said Camparty on December 5. 1983, to wit: 'RESOLVED. Thai purw0m W ANdes 3.10 and 5.1 Of tlN 9y-LSM 9M (Otlowin0; SrN am gw Ore m oaft.: for the ewme y M Cantle. axiona41rg, mmgni7anm . dai6d6 000 «hv w1M1g6 nn the laiaaetlglaof: N' IW Me PMOMI. any Seal« Nw Pm41d!M. any vice :Predden4 "Aadstara Vin ProMOma. «any Altplipyki.Fad. ma f« am{.on mI"r of the Canpany any and au haode. Q W i 0 z w 0 05 Any mr h wMkq exacuaa In aaWrdi nce wM 411966 Wall SW b6 n 1anaing MW the CanWanyra any CMM"Oivupn YWWtl My. Me Pm id m andpxsylatl m by am Corp«ap Swmtwy. M The danaW$of "Pm41dma.«a 9ed« VIP* PMkW.L«aVb PMR10d.« any ANNISIN Via PnmdWSM Matti at mrCaiioarry may be aNxid by tacainte on any pow of adonwy grWlW puOUemrolNb Reeduaat,ON Atl Of amapby asar and the 6041 of On Canpairy M Wasl"d by faarnae to any cmOOlate of any each POW. and any arch pow«« rsMmtebemingeap LVSW siortua dwlbevaffdaMbi(angcn MOCdnpWy {e Sllon olna Opiceai Or the Conpaiy, ail0 AllomsyNRFaeI 41t6p haw adlanly b ornry «wiry OopeO of ties 4106614101' UW by -Laws of Coftv"y,:6Mn any affidavit «ree«tl of the CarRmN neufeary to lM 6edVrga of fl41 OVOea . 131 The Plai6ap0 «ayt Reeolutlon does lql A6akaariyemNer armoury gmMadby Raeduaone0(MO BOad o/OlrfelOm adopKd 01{JVA08. 1903,: Nay Bl.lg75 eritl luama ?3, 1977.' does hereby nominate, arutituts and appoint JEAN L. WILLCOX; EVELYN DkNiHAN,Nand "PAMELA L. JACOBS, all of the City of Los Angeles, State of California------------------------------------ ------ - - - - -- Cm � c r ff to U � O? ® > m� C �gy C m s� �, tD d ---------- -- ------ ------- ----------- --- -- —,-- , each in"dually if there be more than one named. its true and lawful attorney -in -tact, to make, execute, seal and deliver on its behalf, and as its act and deed any and all bonds, undertakings, recognizances, contracts and other writings in the nature thereof in penalties not exceeding TEN MILLION-------- - ---------------------------------------------- -DOLLARS ($ 10-000 000. ) each. and the execution of such writings in pursuance of these presents, shall be as bindng upon said Company, as fully and amply as if they had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office. IN WITNESS WHEREOF, the said R. E Giveans, Vice- President, has hereunto subscribed his name and affixed the corporate seal of the said INSURANCE COMPANY OF NORTH AMERICA this 5th days August 1991 INSUIRANCE COMPANY OF NORTH AMERICA •r COMMONWEALTH OF'.PENNSYLVANIA COUNTY OF PHILADELPHIA ss. On this 5th" ... day of Aueu the Commonwealth of Pennsylvania In and for the County of PNladdpNl OF NORTH AMERICA to me personally known lobe the individual aild'ofl that he executed the same; and that the seal affixed to the precetlir3l dorporate seal signature were duly affixed by the authority , and d Board � . � mpany, referred to in the'preceding irxtifmrm ate_ EOF. I have hereunto set my hand and a U \ O C /• R. E. GIVEANS, Vice President i kb` 19 91.. before me, a Notary Public of ne:�R�E Qveari Vice- Presidant of the NM RANCE COMPANY wh0sxa uted the preceding instrument, and he acknowledged Ih no It is thB fofdorate seal of said Company; 'that the said on and that�Resdution, adopted by the yaall sse�al it thHd/,,aty of Philadelphia the day and year \;;; .. Notary Public NO TARiAL SEAL OF - - JULIA ANNA ROHANA. Notary Public Philadelphia .Philada3phiaCounty.., -- My CommissionfsxpiresRug.20,1 1, the ii�fer Fd10 * "of INSURANCE COMPANY OF NORTH�Aa�tICA, which the foregoing is a'ful,IW}� and correct copy, is in full face and effect . In witness whereof, I have hereunto subscribed my name as Secretary, 8th day af.•. VMS POWER OF AT MAY NOT BE USED TO EXECUTE A� ld� Vla� ..i1S?3736gb' PTd .M, U.S.A is aftt%ed Cppprale sget ot. the Corporation, this 7. THIS CERTIFICATE CANCELS & SUPERSEDES CERTIFICATE P - 0 T ISSUED Pdye 10 MAY 26 • S2 714527 SG2 PRGE.007 C RYIFICATE rO�F�RINSU�iAt�C � its NV, ;, � ..'«" PAOOVGER COMPANIES AFFORDING COVERAGE Alexander & Alexander of CA. COMPANY A 650 Town Center Driver 11600 LETTER Continental Casualty Costa Mesa, Ca. 92626 -- 1/, SURRCO COMPANY B Transportation Ins. Co. iN LETTER Boral Resources, Inc. —' 1301 E. Lexington COMPANY C LETTER National Union Fire Ins. Co. Pomona, CT. 91766 'a�CQV G A fN •. .T L a I ' . "I . 1T MUC v R%o Tsui & Yb.� D 7dlf1E Pb Aec77E Fa+ I+OICATM NOT*fT)*TANONNO ANY REQUIREMENT. TEAK OR OONW)ON Of ANY CONTACT OR OTHER DOCUMENT WITH RESPECT TO WHIG N TINS CCMY GTE MAY BE 05WEO OR MAY FMW THE NLUMNCE AFFONDfD BY THE POUCIES OCSCE46M HEREIN k iUOACT TO ALL 1NE TERMS. EYGLUSIONA AND CONORIW W Of SUCH POUGEJ AND $$ NOT AMENOE0. WENDED OR ALTEREO BY THIS CERTIFICATE 00 TYPO OF INSURANCE NOAA;Y NUMBER EFFECME aTF__ EXPw%If1CN 6AT( ALL UMnS N iDS THOUNN O(NERAL UANUry GENERAL AOOREGATE S J00DJ WKE BASIS ONLY) 2,000 GL707417903 6/30/9 6/30/9 OPEMiIONi AGCf1E0ATE OPERATIONS AGGMO $2,000, coMPREIIENSFYE E3 CONTPACTUAL FOR 6PECB'I0 PCA90WL WJURY i 1,000, FACII OOCVRANCE P i/WMPL OVER CV - -. 1 000 .2— .i___.`. BNIOAD FORM PROP. DAAAOE ® SEYE'RABR TY Of TNmi CLAIne i FIRE DAMAGE (ANY ONE FIRE) S 200, POOOWAL KAIR "nil E1pLOYEE EXoLU$7 MEOKaL EXPENSES i PEMOVED MARINE (M+Y ONE PERSON) 10, AUTOMOBILE wwtmr oawRE HENSVE OOMBINEDR $ 1,000, —_ BootyIWRY $ BUA007417901 6/30/92 6/30/9 " :DOWNED (PER PERSOt4 __ _ N A WOLYIiIVRY $._.— NRDO (PERAGCWEtFn yf • . �NONOWNED . fr 11OPERTY S DAMAGE EXCEit UABIUTY — • - -. —_ I. AOOIIEGATQ UMBRELLA FORM BE3087078 6/30/92 6/30/9 i + '• OCCURRENCE C OTHER rtMVAN8RELLIIFOREN 1 ` , $1,000, $ 1 1.000 STATUTORY •. : *;i.. 11 ,O WOAKERT COMPENSATION 2 000 FAOH B AND WC20741 J895 6/30/92 6/30/9 522,000, DISEASE POLICY LIMIT EMPLOYERS, uw rf — — •� 12000 1 ORFASE - EACH EMPLOYEE COHOS140AEMCNV AND HAFIOO — — ^• •— - - -- � I ff $fATUTOFIY IFI WORKERS' COMPENSA110N +�" DE9cF4PnoN OF OPEMTIONSAOCArONSNEHIOLE S+RESTPoCIgNS/SPECAI nEMS. OIL OPEMTN)NS PERFORMED FOR THE CITY OF NEv&catii BEACH BY OR ON 60 0 OF nfE NAMED I SUREO IN CONNECTION YdRI THC FO;COWiNG CONTACT: Jambofee._Rd: ._. Rehab., - Ford Rd. to Bristol St. C -2901 FAIOACT TITLE AND CONTRACT NVMBEA -- — •� f E iO� LOE e'r: CEAT)FI( H tANCELLATION: A, WOULD AM V nlE ABODE DESCRIBED POLICIES BE IION-RENEWED• CITY OF NEWPORT BEACH I CA++0CUE0 O% WVE AOE REOVCEO BEFORE THE EOEPWIKTDN DATE Tr P -O. BOX 1768 OOMPANr FC : COVE AC,E SIAU. PROVIDE SD DAYS MIN ADV"Iti 3300 NEWPORT BLVD. NOIKE Y eF r.Ewl`Ogf B Y PEG TTRED MAIL NEWPORT BEACH, CA 92659 -1760 MAY 26 • S2 714527 SG2 PRGE.007 Page 11A The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one occurrence in excess of the limits of liability stated in the policy as applicable to General Liability Insurance. 6. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days' advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Jamboree Rd'. Rehabilitation- 7. Designated Contract: Ford.Rd. to Bristol Stiee - Project T ale and Contract o. This endorsement is effective 1/6/93 at 12:01 a.m. and forms a part of Policy No. GL7074179033 Of Continental Casualty_ (company Affording Coverage). Insured: Boral Resources, Inc. EMonsement No.: TBD ISSUING COXPANY llw-�� ` lr zed Rep esentat ve� -_�� id6r & Alexander of Califo THIS ENDORSEMENT CANCELS & SUPERSEDES ENDORSEMENT ISSUED 12/8/92 S /91 r.ar 29 '92 13:09 7145e77962 PRGE.004 Page 12 AUTOMOBTL£ LIABILITY INSURANCE £-ND0RUZZOM It is agreed thatt 1. With respect to such insurance as is afforded by the policy for Automobile Liability, the city of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured, or (1) operated by an additional insured. The insurance afforded said additional insureds) shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: 5 /91 "The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the lilaits of liability of the company affording coverage." The limits of liability undor this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: ( ) Multiple limits Bodily Injury Liability Bodily injury Liability $_ Property Damage Liability $_ (X) Combined Single Limit Bodily Injury Liability i Property Damage Liability $ 1 000,000 per person per accident The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident or occurrence in excess of the limits of liability stated in the policy as applicable to Automobile Liability Insurance. MAY 28 •92 13:09 7145277962 PAGE -005 0 Page 12A 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days@ advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. J�Bb2rge $o�d §ehalfi}ibatiop- 5. Designated Contract: r oa o ris o tree C -2901 Pro ect T t e and Contract No. This endorsement is effective 1/6/93 at 12:01 a.m. and forms a part Of POliCy NO.BUA007417901 Of r,.,.,;ne,tai r,s„a1ty (Company Affording coverage). Insured: Boral Resources, Inc. "orsemant No.9 TBD ISSUING COMPANY B Alexander & Alexander of THIS ENDORSEMENT CANCEL & SUPERSEDES ENDORSEMENT ISSUED 12/8/92 5/91 0 0 UMBRELLA LIABILITY INSURANCE ENDORSEMENT It is agreed that: 1. With respect to such insurance as is afforded by the policy for Umbrella Liability, the City of Newport Beach, its officers and employees are additional insureds, but only with respect to liability for damages arising out of the ownership, maintenance or use of automobiles (or autos) used by or on behalf of the named insured in connection with the contract designated below. The insurance extended by this endorsement to said additional insured does not apply to bodily injury or property damage arising out of automobiles (1) owned by or registered in the name of an additional insured, or (2) leased or rented by an additional insured. The insurance afforded said additional insureds shall apply as primary insurance and no other insurance maintained by the City of Newport Beach shall be called upon to contribute with insurance provided by this policy. 2. The policy includes the following provision: The insurance afforded by the policy applies separately to each insured who is seeking coverage or against whom a claim is made or suit is brought, except with respect to the limits of liability of the company affording coverage. 3. The limits of liability under this endorsement for the additional insureds named in Paragraph 1. of this endorsement shall be the limits indicated below for either Multiple Limits or Single Limit: () Multiple limits Bodily Injury Liability Bodily Injury Liability Property Damage Liability () Combined Single Limit Bodily Injury Liability & Property Damage Liability $ 1,000,000 person accident The limits of liability as stated in this endorsement shall not increase the total liability of the company affording coverage for all damages as the result of any one accident occurrence in excess of the limits of liability stated above as applicable to Automobile Liability Insurance. 4. Should the policy be non - renewed, canceled or coverage reduced before the expiration date thereof, the Issuing Company shall provide 30 days advance notice to the City of Newport Beach by registered mail, Attention: Public Works Department. Jamboree Road Rehabilitation - 5. Designated Contract: Ford Road to Bristol Street Contract #C -2901 Project Title and Contract No. This endorsement is effective 1/13/93 at 12:01 a.m. and forms a part of Policy NO. BE3087078 of National Union Fire (Company affording coverage). Boral Resources, Inc. Endorsement No: TBD ISSUING COMPANY Authorized Representative Alexander & Alexander of Cal�fqfnia, Inc. 0 • Page 21 WORKERS' COMPENSATION INSURANCE CERTIFICATION "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self- insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." 12 -10 -92 C -2901 Contract Number 5/91 Boral Resources, In Name of Contractor (Principal) A thor�i�1��� ized Signature and Title Richard Vallecorsa. Vice President Jamboree Rd. Rehabilitation - Ford Rd. to Bristol Title of Project C -2901 ". r{ Page 22 CONTRACT THIS AGREEMENT, entered into this / day of , 190, by and between the CITY OF NEWPORT BEACH, he after re "C y," and Boral Resources. Inc. , herei fter A. City has heretofore advertised for bids for the following described public work: Jamboree Rd.Rehab -Ford Rd. to Bristol St. c -9901 Title of Project Contract No. B. Contractor has been determined by City to be the lowest responsible bidder on said public work, and Contractor's bid, and the compensation -Aet forth in this contract; is based upon a careful examination of all plans and specifications by Contractor, NOW, THEREFORE, the parties hereto agree as follows: 1. Contractor shall furnish all materials and perform all of the work for the construction of the following described public work: Jamboree Rd. Rehab -Ford Rd. to Bristol S c - ?901 Title of Project Contract No. which project is more fully described in the contract documents. Contractor shall perform and complete this work in a good and workmanlike manner, and in accordance with all of the contract documents. 2. As full compensation for the performance and completion of this work as prescribed above, City shall pay to Contractor the sum of Eight Hundred Forty-Nine Thousand Five Hundred Sixty Four 00/100($849,564.00)This compensation inc u es: (a) Any loss or damage arising from the nature of the work, (b) Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the work, (c) Any expense incurred as a result of any suspension or discontinuance of the work, but excl4deb any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance of the work by City. 5/91 0 0 Page 22A All of the respective rights and obligations of City and Contractor are set forth in the contract documents. The contract documents are incorporated herein by reference as though set out in full and include the following: (a) Notice Inviting Bids (b) Instructions to Bidders and documents referenced therein (c) Payment Bond (d) Faithful Performance Bond (e) Certificate of Insurance and Endorsement(s) (f) Plans and Special Provisions for Jamboree Rd. Rehab. Ford Rd. to Bristol St. C -2901 Title of Project Contract No. (g) This Contract - (h) Standard Specifications of Public Works Construction (current Edition) and all supplements 4. Contractor shall assume the defense of, pay all expenses of defense and hold harmless, City and its officers, employees and representatives from all claims, loss or damage, injury and liability of every kind, nature and description by reason of or arising out of the negligent or willful conduct of the Contractor, his /her employees, agents and subcontractors in the performance of the Project, except such loss or damage caused solely by the active negligence of City or its officers, employees and representatives. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY OF NEWPORT BEACH A M 'cipal Corpora on Y� ayor Boral Resources, Inc. Name of Contractor thorized Signature and Title ichard Hallecorsa V.�ptiSio�N� SECTION 11. (BLANK) SECTION 12, (BLANK) SECTION 13. (BLANK) SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS GENERAL.-- The work herein proposed will be financed in whole or in part with Federal funds, and therefore all of the statutes, rules and regulations promulgated by the Federal Government and applicable to work financed in whole or in part with Federal funds will apply to such work. The 'Required Contract Provisions, Federal -Aid Construction Contracts; Form FHWA 1273, are included in this Sedan 14. Whenever in said required contract provisions references are made to 'SHA contracting officer', 'SHA resident engineer', of 'authorized representative of the SHA -, such references shall be construed to mean 'Engineer' as defined in Section 1 -1.18 of the Standard Specifications. PERFORMANCE OF PREVIOUS CONTRACT.-- In addition to the provisions in Sedan 11, *Nondiscrimination; and Section VII, "Subletting or Assigning the Contract; of the required contract provisions, the Contractor shall comply with the following: The bidder shall execute the CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS located in the proposal. No request for subletting or assigning any portion of the contract in excess of $10,000 will be considered under the provisions of Section VII of the required contract provisions unless such request is accompanied by the CERTIFICATION referred to above, executed by the proposed subcontractor. NON - COLLUSION PROVISION. — The provisions in this section are applicable to all contracts except contracts for Federal Aid Secondary projects. Title 23, United States Code, Section 112, requires as a condition precedent to approval by the Federal Highway Administrator of the contract for this work that each bidder file a sworn statement executed by, or on behalf of, the person, firm, association, or corporation to whom such contract is to be awarded, certifying that such person, firm, association, or corporation has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the submitted bid. A form to make the non - collusion affidavit statement required by Section 112 as a certification under penalty of perjury rather than as a sworn statement as permitted by 28, USC, Sec. 1746, is included in the proposal. PARTICIPATION BY MINORITY BUSINESS ENTERPRISES IN SUBCONTRACTING. -- Part 23 Tittle 49, Code of Federal Regulations applies to this Federal - aid project. Pertinent sections of said Code are incorporated in part or in its entirety within other sections of these special provisions. Schedule B— Information for Determining Joint Venture Eligibility (This form need not be filled in lf all joint venture firms are minority owned.) FR -1 1. Name of joint venture 2. Address of joint venture 3. Phone number of joint venture 4. Identify the firms which comprise the joint venture. (The MBE partner must complete Schedule A.) _ a. Describe the role of the MBE fine in the joint venture. b. Describe very briefly the experience and business qualifications of each non -MBE joint venturer: 5. Nature of the joint venture's business 6. Provide a copy of the joint venture agreement. Revised 12 -4 -89 7. What is the claimed percentage of MBE j ownership? B. Ownership of joint venture: (This need not be filled in If described in the joint venture agreement, provided by question 6.). a. Profit and loss sharing. b. Capital contributions, including equipment. c. Other applicable ownership interests. 9. Control of and participation in this contract Identify by name, race, sex, and 'firm' those individuals (and their titles) who are responsible for day -today management and policy decision making, including, but not limited to, those with prime responsibility for: a, Financial decisions b. Management decisions, such as: 1. Estimating 2. Marketing and sales 3. Hiring and firing of management personnel 4. Purchasing of major items or supplies c. Supervision of field operations Note.—H, after tiling this Schedule B and before the completion of the pint venture's work on the contrail covered by this regulation, there is any sign'if'icant change in the information submitted, the joint venture must inform the grantee, either directly or through the prime contractor 9 the joint venture is a subcontractor. AfWavft 'The undersigned swear that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joW venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to grantee current, complete and accurate information regarding actual john 0 venture work and the payment therefor and any proposed changes in any of the joint venture arrangements and to permit the audit and examination of the books, records and files of the joint venture, or those of each joint venturer relevant to the joint venture, by authorized representatives of the grantee or the Federal funding agency. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm Name of Firm Signature Signature Name Name Idle Title Date Date Date State of County of On this _day of 19 before me appeared (Name) to me personally known, who, being duly swom, did execute the foregoing affidavit, and did state that he or she was properly authorized by (Name of firm) to execute the affidavit and did so as his or her free act and deed. Notary Public Commission expires (Seafj Date State of _ County of n2 -a-M FR -2 0 On this _day of 19 J before me appeared (Name) to me personally known, who, being duly swom, did execute the foregoing affidavit, and did state that he or she was property authorized by (Name of firm) n to execute the affidavit and did so as his or her free act and deed. Notary Public Commission expires [Seal] FR-3 u -a -rm REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Page I. General ......... ......... ....................................... FR -4 II. Nondiscrimination ............... ...........................FR -4 111. Nonsegregated Facilities ............................. FR-6 IV. Payment of Predetermined Minimum Wage .................. ...........................FR-6 V. Statements and Payrolls ............................ FR -10 VI. Record of Materials, Supplies, and Labor ............... .................................... FR -11 VII. Subletting or Assigning the Contract .......... FR -11 Vlll. Safety: Accident Prevention .......................FR -12 IX. False Statements Concerning Highway Projects ......... ............................... FR-12 X. Implementation of Clean Air Act and Federal Water Pollution Control Act ............ FR-12 XI. Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion - Lower Tier Covered Transactions ................ ............................... FR -13 GENERAL I. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: FHWA 1273 Rev. &89 12 -4 -e9 Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g. 5. Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Sedan V of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFA Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Certification of Eligibility: By entering into this contract, the contractor certifies as follows: a. Neither the contractor nor any person or firm who has an interest in the contractor's firm is ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act, 29 CFR 5.12(a)(1), or 49 CFA 29. b. 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, 29 CFR 5.12(a)(1), or 49 CFR 29. c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 11. NONDISCRIMINATION (Applicable to Federal -aid construction contracts and related subcontracts and purchase orders exceeding $10,000.) 1. Selection of tabor: During the performance of this contract, the contractor shall not: FR-4 a. discriminate against labor from any other State, possession, or territory of the United States, or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. 2. Employment Practices: a. The Equal Employment Opportunity Affirmative Action Notice set forth in 41 CFR 60-4.2 and the Equal Employment Opportunity Construction Contract Specifications set forth in 41 CFR 60-4.3 are incorporated by reference in this contract. b. Regulation 41 CFR 60.4.2 requires goals and timetables for minority and female participation expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area. The goals for this contract are stated elsewhere in the bidding documents and in the construction contract. c. Regulation 41 CFR 60-4.3 provides specific affirmative action standards the contractor shall implement to ensure equal employment opportunity in achieving the minority and female participation goals set forth in paragraph 2b of this Section. 3. Equal Opportunity Clause: During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants.are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoffs or termination; rates of pay or other forms of compensation; and, selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the State highway agency (SHA) setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. c. The contractor will send to each labor union or representative of workers with which the contractor has a collective bargaining agreement or other contract or understanding a notice to be provided by the SHA advising the said labor union or workers' representative of the contractors commitments under this Sedan II, paragraph 3. d. The contractor will comply with all provisions of Executive Order 11246, Equal Employment Opportunity, datteptember 24, 1965, and of the rules, regulations (41 CFR Part 60), and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order 11246 and by rules, regulations, and orders of the Secretary of Labor, pursuant thereto, and will permit access to its books, records, and accounts by the Federal Highway Administration (FHWA) and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. f. In the event of the contractor's noncompliance with the nondiscrimination clauses of this Section II, paragraph 3, or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part. The contractor may be declared ineligible for further Government contracts or federally- assisted construction contracts in accordance with procedures authorized in Executive Order 11246 and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of this Section II, paragraph 3, in every subcontract or purchase order so that such provisions will be binding upon each subcontractor or vendor, unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246. The contractor will take such action with respect to any subcontract or purchase order as the SHA or the FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a contractor becomes a party to litigation by a subcontractor or vendor as a result of such direction, the contractor may request the SHA to enter into such litigation to protect the interest of the State. In addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. 4. Selection of Subcontractors, Procurement of Materials, and Leasing of Equipment: a. The contractor shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. in all solicitations made by the contractor each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract relative to nondiscrimination on the grounds of race, color, sex, or national origin. FHWA 1273 Rev. 489 12 -489 FR -5 P b. In the event of the contractor's noncompliance with the nondiscrimination provisions of this Section 11, paragraph 4, this contract may be subject to sanctions including but not limited to the withholding of payments to the contractor under the contract until the contractor complies and/or cancellation, termination, or suspension of the contract in whale or in part. c. The contractor shall include the provisions of this paragraph 4 in every subcontract, including procurement of materials and leases of equipment. The contractor shall take such action with respect to any subcontractor or procurement as the SHA or the FHWA may direct as a means of enforcing such provisions, including sanctions for noncompliance. In the event a contractor becomes Involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the contractor may request the SHA to enter into such litigation to protect the interests of the State. In addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. S. General Participation Requirements: a. Policy: It is the policy of the DOT that disadvantaged business enterprises (DBE's), as defined in 49 CFR Part 23, shall have equal opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. Consequently, the requirements of 49 CFR Part 23 apply to this contract. b. Obligation: The contractor agrees to take all necessary steps to ensure that eligible businesses, as defined in 49 CFR Part 23, have equal opportunity to compete for and perform subcontracts financed in whole or in part with Federal funds provided under this contrail. c. The contractor's failure to carry out the requirements of paragraphs 5a and 5b of this Section 11 shall constitute a breach of contract and may result in termination of the contract or other appropriate action. d. The contractor shall provide all information and reports required by 49 CFR Part 23 or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the SHA or the FHWA to be pertinent to ascertain compliance with the regulations or directives. 111. NONSEGREGATED FACILITIES (Applicable to Federal -aid construction contracts and related subcontracts exceeding $10,000.) R WA 1273 Rev. ales 12.4 -69 FR6 a. By submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. The firm further candies that no employee will be denied access to adequate facilities on the basis of sex. b. As used in this certification, the term 'segregated facilities' means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive, or are, in fad, segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or otherwise. c. The contractor agrees that it has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements exceeding $10,000 and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to Federal -aid construction contracts exceeding $2,000 and related subcontracts.) 1. General: a. All mechanics and laborers 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 Ad (29 CFR Part 3)) the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not. less than those contained in the wage determination of the Secretary of Labor (hereinafter 'the wage determination') which is attached hereto and made a r1 L -A part hereof, regardless of any contractual reationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Sedan IV and the DOL poster (WH -1321) or Form FHWA -1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and aocessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona tide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, 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 paragraphs 4 and 5 of this Section IV. b. 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 employers payroll records accurately set forth the time spent in each classification in which work is performed. c. 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. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits therefor only when the following criteria have been met: (1) the work to be performed by the additional classification requested is not performed by a classification in the wage determination; (2) theetional classification is utilized in the area by the construction industry; and (3) the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. c. It the contractor or subcontractors, as appropriate, the laborers and mechanics (-if known) to be employed in the additional classification or their representatives, and the contracting officer 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 the contracting off'moer to the U.S. Department of Labor, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe Benefits: a. 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 or subcontractors, as appropriate, 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. FHWA 1273 Rev. &499 12 -4-89 FR -7 a b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he /she may consider as part of the wages of any taborer 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. 4. Apprentices and Trainees (Programs of the U.S. Department of Labor): a. Apprentices: (1) Apprentices will be permitted to work of 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, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/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 Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. (2) The allowable ratio of apprentices to journeyman -level employees 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 employee 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 listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the rata 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 or subcontractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed FHWA 1273 Rev. 6" 12.499 FR-8 0 in percentages of the journeyman -level hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. (3) 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 journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisios of apprenticeship program. N the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits fisted on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. Apprenticeship (4) In the event the Bureau of and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: (1) 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. (2) The rata of trainees to journeyman-level neater employees on the job site shall not be by the than permitted under the plan app Employment and Training Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of 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 r1 LJ the wage determination for the work actually performed. (3) Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman -level 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 journsyman4evel wage rate on the wage determination which provides for less than full fringe benefits for apprentices, in which case such trainees shall receive the same fringe benefits as apprentices. (4) In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal Employment Opportunity: The utilization of apprentices, trainees, and journeymen -level employees shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, 23 CFR 230A, and 29 CFR Part 30. S. Apprentices and Trainees (Programs of the U.S. Department of Transportation): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting equal employment opportunity in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. ME-1 6. withholding The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor 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, as 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, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices and trainees described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in such workweek unless such laborer, mechanic, watchman, or guard receives compensation at a rate not less than one- and-one -hall times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. t. Violation: Liability for Unpaid Wages; Liquidated Damages: in the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible therefor shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (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, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of FHWA 1273 Rev. Nee 12 -4.89 $10 for each calendar day on which such employee 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 paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, 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 paragraph 8 above. V. STATEMENTS AND PAYROLLS (Applicable to Federal -aid construction contracts exceeding $2,000 and related subcontracts.) 1. Compliance with Copeland Regulations (29 CFR Part 3): The contractor shall comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contact for all laborers, mechanics, apprentices, trainees, watchmen, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or rash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the FMVA 1273 Rev. &89 12-489 FR -10 Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any casts reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor and each subcontractor 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 costs incurred in providing such benefits. Contractors or subcontractors 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 apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish each week in which any contract work is performed to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices and trainees described in Section IV, paragraphs 4 and 5 and watchmen and guards engaged on work during the preceding weekly payroll period). The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029 -005- 0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a 'Statement of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the corr,ract and shall certify the following: (1) that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; (2) that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the Y , • which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall riot be construed to relieve the contractor of any responsloility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contrad. WN. SAFETY: ACCIDENT PREVENTION 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR Part 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. If is a condition of this contract, and shall be made a condition of each subcontract entered into pursuant to this contract, that the contractor and any subcontractor shall not require any laborer or mechanic employed in performance of the contract to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety, as determined under construction safety and health standards [Tttle 29, Code of Federal Regulations, Part 1926 (formerly Part 1518) as may be revised] promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Ad (83 Stat. 96). iX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers. FHWA 1273 Rev. 9189 12 -4-89 and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR Part 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS Title 18, United States Code, Section 1020, reads as follows: -Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the costs thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or 'Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or 'Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -Aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; "Shall be fined not more than $10,000 or imprisoned not more than 5 years, or both." X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable Federal -aid construction contracts and related subcontracts exceeding $100,000.) By submission of this bid, or the execution of this contract or subcontract, as appropriate, the bidder, FR-12 Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any W14 that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 at seq., as amended by Pub. L 91-604), and under the Federal Water Pollution Control Act, as amended (33 U.S.C. 1251, at seq., as amended by Pub. L. 92 -500), Executive Order 11738, and regulations in implementation thereof (40 CFR Part 15) is not fisted, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 1520. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Sedan 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraphs 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION —LOWER TIER COVERED TRANSACTIONS (Applicable to all subcontractors, material suppliers, vendors and other lower tier participants.) 1. Instructions for Certification: a. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. H it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. FR -13 c. The prossfive lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. d. The terms 'covered transaction,' 'debarred,' "suspended.* "ineligible; 'lower tier covered transaction; 'participant; 'person; 'primary covered transaction; 'principal; "proposal,* and 'voluntarily excluded; as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause tilled 'Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — Lower Tier Covered Transaction,' without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph a of these instructions, H a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other FHWA 1273 Ray.a99 12-4 -e9 4480 Los Angeles -Long 181 San Diego, CA: Beach, CA .......... ...........................28.3 CA Los Angeles. 6000 Oxnard -Simi Valley - Ventura, CA ........ ...........................21.5 CA Ventura. 6780 Riverside-San Bernardino- Ontario, CA .... ............................... 19.0 CA Riverside; CA San Bernardino. 7480 Santa Barbara -Santa Maria - Lompoo, CA ... ............................... 19.7 CA Santa Barbara. NonSMSA Counties ......... ...........................24.6 CA Inyo; CA Mono; CA San Luis Obispo. 12 -4 -e9 SMSA Counties 7320 San Diego, CA . ...........................16.9 CA San Diego. Non -SMSA Counties ......... ...........................18.2 CA Imperial. In addition to the reporting requirements set forth elsewhere in this contract the Contractor and subcontractors holding subcontracts, not including material suppliers, of =10,000 or more, shall submit for every month of July during which work is performed, employment data as contained under Form PR -1391 (Appendix C to 23 CFR, Part 230), and in accordance with the instructions included thereon. FR-16 I. II. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS FOR JAMBOREE ROAD REHABILITATION FROM FORD ROAD TO SOUTH BRISTOL STREET CONTRACT NO. 2901 SCOPE OF WORK SP 1 of 19 The work to be done under this contract consists of (1) cold planing along edge of PCC gutter; (2) constructing asphalt concrete overlay; (3) constructing stamped concrete; (4) reconstructing A.C. street section; (5) reconstructing P.C.C. curb and gutter and sidewalk; (6) replacing traffic detections; (7) adjusting existing utility frames and covers to finished grade; and (8) restriping and performing other incidental items of work as necessary to complete the work in place. All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions, (2) the Plans (Drawing Nos. R- 5659 -5 (Shts. 1 thru 6), T- 5579 -S (Shts. 1 thru 3), T- 5543 -5, T- 5286 -5, T- 5288 -5, T- 5289 -5, T- 5447- S,T -5451- S, and T- 5466 -5, (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1991 Edition), (4) the Standard Specifications for Public Works Construction, (1991 Edition, including Supplements), and (5) the Standard may be purchased at the Public Works Department for Ten Dollars ($10.00). Copies of the Standard Specifications may be purchased from Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, telephone (213) 202 -7775. DISADVANTAGED BUSINESS ENTERPRISES Disadvantaged Business Enterprises (DBE) -- This project is subject to Title 49 Part 23 Code of Federal Regulations (40CFR23) entitled "Participation by Minority Business Enterprise in Department of Transportation Programs." Portions of the regulations are set forth in Section 14, Federal Requirements for Federal -Aid Construction Projects of these special provisions. The Regulations in their entirety are incorporated herein by this reference. Bidders shall be fully informed regarding the requirements of the Regulations and (City's, County's or Authority's), hereinafter referred to as Agency's, DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM developed pursuant to the Regulations. Particular attention is directed to the following: (a) A DBE must be a small business concern as defined pursuant to Section 3 of U.S. Small Business Act and relevant regulations promulgated pursuant thereto. ' • • SP 2 of 19 (b) A DBE bidder, not bidding as a joint venture with a DBE, will be requited to meet the DBE goal through subcontracting or material purchases or make good faith effort to do so. (c) A DBE may participate as a subcontractor, joint venture partner with a prime or subcontractor, or vendor of material or supplies. (d) A DBE joint venture partner must be responsible for a clearly defined portion of the work to be performed in addition to satisfying requirements for ownership and control. The DBE joint venturer must submit either Schedule B of the Regulations or California Department of Transportation Form, "Minority /Disadvantaged /Woman Business Enterprise Joint Venture." (e) A DBE must perform a commercially useful function, i.e., must be responsible for the execution of a distinct element of the work and must carry out its responsibility by actually performing, managing and supervising the work. (f) Credit for a DBE vendor or materials or supplies is limited to 60 percent of the amount to be paid to the vendor for the material unless the vendor manufactures or substantially alters the goods. (g) Credit for trucking by DBEs will be as follows: (1) The amount to be paid when a DBE trucker will perform the trucking with his /her own trucks, tractors and employees. (2) One hundred percent of trucking costs will be allowed for all trucking acquired through certified DBE Trucking brokers. (h) A DBE must be certified DBE on the date bids for the project are opened before credit may be allowed toward the DBE goal. The Department's DBE Directory identifies DBEs which have been certified. Others may also qualify for certification but must be certified before bid opening. The DBE directory may be obtained from the Department of Transportation, Plans and Bid Documents, Room 39, Transportation Building, 1120 N Street, P.O. Box 942874, Sacramento, California 94274 -0001, Telephone: (916) 445 -3325, or from the offices of the Department of Transportation at Los Angeles, San Francisco, and the District in which the work is situated. (i) Noncompliance by the Contractor with the requirements of the regulations constitutes a breach of this contract and may result in termination of the contract or other appropriate remedy for such breach. (j) Bidders are encouraged to utilize services offered by banks owned and controlled by minorities or women. r, • • SP 3 of 19 A. DBE Goal for this Proiect The Agency has established the following goal for DISADVANTAGED BUSINESS ENTERPRISES (DBE) participation for this project: DBE GOAL 14$ (percent) It is the bidders responsibility to make a sufficient portion of the work available to sub - contractors and suppliers and to select those portions of the work or material needs consistent with the available DBE sub- contractors and suppliers so as to assure meeting the goal for DBE participation. The State has contracted with the following organization to assist DBE's in preparing bids for subcontracting or supplying materials and to assist bidders in contacting interested DBE's: Triaxial Management Services 2120 San Diego Avenue, Suite 102 San Diego, CA 92110 Phone (619) 543 -5109 Fax (619) 543 -5108 B. Submission of DBE Information and Award of Contract General. -- The bidder's attention is directed to these Special Provisions for the requirements and conditions concerning submittal of DBE information and award of contract. It is the bidder's responsibility to meet the goal for DBE participation or to provide information to establish that, prior to bidding, the bidder made good faith efforts to do so, as outlined elsewhere in these special provisions. DBE Information. -- The BIDDER DBE INFORMATION FORM is included in the Bid Proposal and should be completed by the bidder and submitted with the bid. If DBE information is not submitted with the bid, the apparent successful bidder (low bidder) and the second low bidder, and the third low bidder shall submit DBE information to the Agency so the information is received by the Agency no later than close of business on the fourth day not including Saturdays, Sundays and legal holidays, following bid opening. DBE information sent by certified mail and postmarked on or before third day, not including Saturdays, Sundays and legal holidays, following bid opening will be accepted even if it is received after said fourth day following bid opening. Failure to submit the required DBE information by the time specified will be grounds for finding the bid or proposal non - responsive. Other bidders need not submit DBE information unless requested to do so by the Agency. When such request is made, the DBE information of such bidders shall be submitted so the information is • SP 4 of 19 received by the Agency not later than close of business on the third day, not including Saturdays, Sundays and legal holidays, after said notification, unless a later time is authorized by the Agency. The bidders DBE information shall establish that the DBE goal will be met or that a good faith effort to meet the goal has been made. Bidders are cautioned that even though their submittal indicates they will meet the stated DBE goal, their submittal should also include their good faith efforts information along with their DBE goal information to protect their eligibility for reward of the contract in the event the Agency, in its review, finds that the goal has not been met. The information to show that the DBE goal will be met shall include the names of DBEs to be used, with a complete description of work or supplies to be provided by each and the dollar value of each such DBE transaction. When 100 percent of a contract item of work is not to be performed or furnished by a DBE, a description of the exact portion of said work to be performed or furnished by the DBE shall be included in the DBE information, including the planned location of said work. (Note: DBE subcontractors to whom the bidder proposed to subcontract portions of the work in an mount in excess of of one percent of his total bid or $10,000, whichever is greater, must have been named in the bid - See section entitled "Subcontracting and DBE Records" of these special provisions). The information necessary to establish the bidder's good faith efforts to meet the DBE goal should include: (1) The names and dates of advertisement of each newspaper, trade paper, and minority -focus paper in which a request for DBE participation for this project was placed by the bidder. (2) The names and dates of notices of all certified DBEs solicited by direct mail for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested. (3) The items of work for which the bidder requested sub - bids or materials to be supplied by DBEs, the information furnished interested DBEs in the way of plans, specifications and requirements for the work, and any break down of items of work into economically feasible units to facilitate DBE participation. where there are DBEs available for doing portions of the work normally performed by the bidder with his own forces, the bidder will be expected to make portions of such work available for DBEs to bid on. • SP S of 19 (4) The names of DBEs who submitted bids for any of the work indicated in (3) above which were not accepted, a summary of the bidder's discussions and /or negotiations with them, the name of the subcontractor or supplier that was selected for that portion of work, and the reasons for the bidder's choice. If the reason for rejecting a DBE bid was price, give the price bid by the rejected DBE and the price bid by the selected subcontractor or supplier. Since the utilization of available DBEs is expected, only significant price differences will be considered as cause for rejecting such DBE bids. (5) Assistance that the bidder has extended to DBEs identified in (4) above to remedy the deficiency of their sub -bids. (6) Any additional data to support a demonstration of good faith effort, such as contracts with DBE assistance agencies. Award of Contract. -- The award of contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed and who has met the goal for DBE participation or has demonstrated, to the satisfaction of the Agency, good faith effort to do so. Meeting the goal for DBE participation or demonstrating, to the satisfaction of the Agency, good faith efforts to do so is a condition for being eligible for award of contract. C. Performance of DBE Subcontractors and Suppliers DBEs listed by the Contractor in response to the requirements in the section of these special provisions entitled "Submission of DBE Information, Award, and Execution of Contract," which are determined by the Agency to be certified DBEs, shall perform the work and supply the materials for which they are listed unless the Contractor has received prior written authorization to perform the work with other forces or to obtain the materials from other sources. Authorization to utilize other forces or sources of materials may be requested for the following reasons: (1) The listed DBE, after having had a reasonable opportunity to do so, fails or refuses to execute a written contract, when such written contract, based upon the general terms, conditions, plans and specifications for the project, or on the terms of such subcontractor's or supplier's written bid, is presented by the Contractor. (2) The listed DBE becomes bankrupt or insolvent. (3) The listed DBE fails or refuses to perform his subcontract or furnish the listed materials. • • SP 6 of 19 (4) The Contractor stipulated that a bond was condition of executing a subcontract and the listed DBE subcontractor fails or refuses to meet the bond requirements of the Contractor. (5) The work performed by the listed subcontractor is substantially unsatisfactory and is not in substantial accordance with the plans and specifications, or the subcontractor is substantially delaying or disrupting the progress of the work. (6) It would be in the best interest of the Agency. In accordance with the Federal DBE regulations Title 49 CFR Part 23, Section 23.45(f)(2): (1) The Agency shall approve all substitution of DBE subcontractors; and (2) If a DBE subcontractor is unable to perform successfully and is to be replaced, the prime contractor shall make good faith efforts to replace the DBE subcontractor with another DBE subcontractor. THE CONTRACTOR SHALL NOT BE ENTITLED TO ANY PAYMENT FOR SUCH WORM OR MATERIALS UNLESS IT IS PERFORMED OR SUPPLIED BY THE LISTED D. Subcontracting and DBE Records Each proposal shall have listed therein the name and address of each subcontractor to whom the bidder proposed to subcontractor portion of the work in an amount in excess of k of one percent of his total bid or $10,000, whichever is greater, in accordance with the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code. The bidder's attention is invited to other provisions of said Act related to the imposition of penalties for a failure to observe its provisions by using unauthorized subcontractors or by making unauthorized substitutions. A sheet for listing the subcontractors, as required herein, is included in the Proposal. Bidders are cautioned that this listing requirement is in addition to the requirement to provide a list of DBE subcontractors at the opening of the proposals. DBE Records. -- The Contractor shall retain records of all subcontracts entered into with certified DBE subcontractors and records of materials purchased from certified DBE suppliers. Each record shall identify the name and business address of each DBE subcontractor or vendor with supporting documentation. 0 SP 7 of 19 Upon completion of the contract, Form C(LS &R1- 43rev. 9 -88 shall be prepared and signed by the contractor or his authorized representative and submitted to the Agency. The Agency shall certify it complete and correct before releasing the retention. III. COMPLETION. SCEEDULE AND PROSECUTION OF WORK No work shall begin until a schedule of work and a traffic control plan have been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five (5) working days prior to commencing any work. The following requirements shall be incorporated into the schedule: A. All work under this contact shall be completed within 60 consecutive working days after the notice to proceed. B. The Contractor will not be allowed to reconstruct an area of street pavement greater than can be excavated, subgrade compacted, and A.C. base course placed flush with the existing pavement surface within the same working day. C. Prior to opening to through traffic, all reinforcing pavement fabric shall be covered with asphalt concrete resurfacing. Hence, the Contractor will not be allowed to install reinforcing pavement fabric greater than can be A.C. overlayed within the same day. D. No work shall be permitted during Holidays and evening hours (between 6:30 P.M. and 7:00 A.M.) without the Engineer's approval. E. The A.C. finished course shall be constructed upon completion of A.C. base course for the entire street. F. The Southern California Gas Company (S.C.G.) is scheduled to work on Jamboree Road between San Joaquin Hills Road and South Bristol Street from October 26, 1992 thru January of 1993. The Contractor shall contact S.C.G.'s Robert S. Warth, Technical Supervisor at (714) 634 -3097 to coordinate it's work with the S.C.G.. IV. LIQUIDATED DAMAGES Commencing on the 61st consecutive working day after the notice to proceed, the Contractor shall pay to the City, or have withheld from monies due the Contractor, the daily sum of $500.00 in lieu of the daily sum of $250.00 specified in Section 6 -9 of the Standard Specifications. V. CLASSIFICATION OF CONTRACTOR'S LICENSE At the time of award the Contractor shall possess a General Engineering Contractor A license or Specialty Earthwork and Paving Contractor C -12 license. • • sP 8 of 19 Prior to the start of work and until the completion of the work, the Contractor shall possess a Business License issued by the City of Newport Beach. VI. PAYNENT The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials and all other things necessary to complete the work in place, and no additional allowance will be made therefor. The Contractor is cautioned that the quantities for Bid Item No. 1 "Remove existing street section, prepare subgrade, and replace with 11.5 inch thick A.C. base course ", may vary. The exact quantities will be determined during construction; i.e. additional removal of unstable subgrade will require additional A.C. base course. Payment for incidental items of work not separately provided for in the proposal (e.g., sawcutting, protecting improvements, preparing subgrade, etc.) shall be included in the unit prices bid for items of work. VII. LIABILITY INSURANCE Liability insurance coverages shall be furnished in a combined single limit policy with aggregated limits in the amount of $2,000,000 in lieu of the $1,000,000 specified in Section 7 -3 of the Standard Specifications. Liability insurance shall be furnished in accordance with Section 7 -3 of the Standard Specifications except that coverage shall not be extended to operations performed by the agency while acting within the scope of their duties on the work. VIII. PUBLIC CONVENIENCE AND TRAFFIC CONTROL 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 (WATCH), published Building News, Inc. A. Traffic Control Plans The Contractor shall submit a written traffic control plan for each street to the Engineer and obtain his approval a minimum of five (5) working days prior to commencing any work. The plans shall incorporate the following requirements: 1. The location and wording of all signs, barricades, delineators, lights, warning devices, temporary parking restrictions, and any other details required to assure that all traffic will be handled in a safe and efficient manner with a minimum of inconvenience to the motorists. • • SP 9 of 19 2. A complete and separate plan for each phase of construction proposed by the Contractor showing all items listed under 1. above and the restrictions of Section II. COMPLETION, SCHEDULE, AND PROSECUTION OF WORK, 3. All traffic lanes shall be opened to traffic at the end of each work day. In addition, the Contractor shall maintain a minimum of two (2) 12 -foot traffic lanes in each direction during the hours of 7:00 a.m. to 9:00 a.m. and 3:30 a.m. to 6:30 p.m. and a minimum of one (1) 12 -foot traffic lane in each direction during the hours of 9:00 a.m. and 3:30 p.m. on Jamboree Road, unless otherwise approved by the Engineer. 4. The Contractor shall provide continuous traffic access for all adjacent businesses and tracts during construction. In addition, all public /private streets /driveways access adjacent to the project area shall be maintained at all times. 5. If it becomes necessary, the Contractor shall provide uniformed flagmen with radio control to slow -down, reroute, and direct traffic through the construction area. 6. During reconstruction of the median curb and curb and gutter; the Contractor will be required to install delineators and barricades with warning lights to protect the work area and to define the traffic lanes adjacent to the work area. In addition, all open trenches and excavations along the median and right - of -way shall be secured and safe for pedestrian, bicycle, and vehicular traffic. 7. No equipment or vehicles shall be driven and /or stored in the curb medians. B. Notification to Residents /Businesses Between 48 and 55 hours before closing a section of street, the Contractor shall distribute to each affected Homeowner Associations and businesses a written notice stating when construction operations will start and approximately when vehicular accessibility will be restored. The written notices will be prepared by the Engineer. The Contractor shall insert the applicable dates and times at the time he distributes the notices. Errors in distribution of notices, false starts, acts of God, strikes or other alterations of the schedule will require that the Contractor redistribute notices to the Homeowner's Associations and businesses. IS. C. A. B. 0 0 Advance Warning Signing SP 20 of 19 The Contractor shall provide and install Advance Warning Signs two weeks in advance of beginning work at the following locations as directed by the Engineer and these Special Provisions: 1. Jamboree Road Southbound - 5001± northerly of the intersection of Jamboree Road and MacArthur Boulevard. 2. MacArthur Boulevard Southbound - 5001± northerly of the intersection of Jamboree Road and MacArthur Boulevard. 3. Bristol Street Eastbound - 10001± westerly of the intersection of Jamboree Road and MacArthur Boulevard. 4. Jamboree Road Northbound - 5001± south of the intersection of Jamboree Road and Santa Barbara Drive. Sign shall be constructed, installed and maintained in accordance with Section 12 of the State Standard Specifications. Signs shall utilize 611 upper case letters and 411 lower case letters and shall be worded as follows: "Jamboree Road, beginning 1992 subject to traffic delays, use alternate routes." Signs shall be approved by the Engineer before installation. The Contractor shall immediately remove these signs upon completion of the work. Design Engineer May Not Bid On Construction Contract No engineering or architectural firm which has provided design services for a project shall be eligible to bid on the contract to construct the project. The firms ineligible to bid include the prime contractor for design, subcontractors of portions of the design, and affiliates of either. An affiliate is a firm which is subject to the control of the same persons, through joint ownership or otherwise. Labor Nondiscrimination Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Administrative Code. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Claus ", set forth in Section 7- 1.O1A(4), "Labor Nondiscrimination," of the State Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and tot he "Standard California Nondiscrimination construction Contract Specifications" set forth therein. The Specifications are • • SP 11 of 19 applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. C. Labor Code Requirements In addition to any other requirements stated in Section 7 -2, Labor, of the Standard Specifications: The Contractor shall comply with Labor Code Sections 1774 and 1775. Pursuant to said Section 1775 the Contractor shall forfeit to the State or political subdivision on whose behalf the contract is made or awarded a penalty of not more than fifty dollars ($50) for each calendar day, or portion thereof, for each worker aid less than the prevailing rates as determined by the Director of Industrial Relations for the work or craft in which the worker is employed for any public work done under the contract by him or her or by any subcontractor under him or her in violation of the provisions of the Labor Code and in particular, Labor Code Sections 1770 to 1780, inclusive. The amount of this forfeiture shall be determined by the Labor Commissioner and shall be based on consideration of the Contractor's mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages, or the previous record of the Contractor in meeting his or her prevailing wage obligations, or a Contractor's willful failure to pay the correct rates of prevailing wages. A mistake, inadvertence, or neglect in failing to pay the correct rate of prevailing wages is not excusable if the Contractor had knowledge of his or her obligations under the Labor Code. In addition to said penalty and pursuant to said Section 1775, the difference between such prevailing wage rates and the amount paid to each worker for each calendar day or portion thereof for which each worker was paid less than the prevailing wage rate shall be paid to each worker by the Contractor. Changes in general prevailing wage determinations which conform to Labor Code Section 1773.6 and Title 8 California Code of Regulations Section 16204 shall apply to the project when issued by the Director of Industrial Relations at least 10 days prior to the date of the Notice to Contractors for the project. Changes, if any, to the general prevailing wage rates will be available at the Labor Compliance Office in the district offices of the Department of Transportation. D. Federal Lobbying_ Restrictions Section 1352, Title 31, United States Code prohibits Federal funds from being expended by the recipient or any lower tier subrecipient of a Federal -aid contract to pay for any person for influencing or attempting to influence a Federal agency or Congress in connection with the awarding of any Federal - aid contract, the making of any Federal grant or loan,or the entering into of any cooperative agreement. - II E. F • • 8P 12 of 19 If any funds other than Federal funds have been paid for the same purposes in connection with this Federal -aid contract, the recipient shall submit an executed certification and, if required, submit a completed disclosure form as part of the bid documents. A certification of Federal -aid contracts regarding payment of funds to lobby Congress or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of Lobbying Activities," with instructions for completion of the Standard Form is also included in the Proposal. Signing the Proposal shall constitute signature of the Certification. The above- referenced certification and disclosure of lobbying activities shall be included in each subcontract and any lower -tier contracts exceeding $100,000. All disclosure forms, but no certifications, shall be forwarded from tier to tier until received by the Engineer. The Contractor, subcontractors and any lower -tier contractors shall file a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by the Contractor, subcontractors and any lower -tier contractors. An event that materially affects the accuracy of the information reported includes: (1) A cumulative increase of $25,000 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or (2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or, (3) A change in the officer(s), employee(s), or Member(s) contacted to influence or attempt to influence a covered Federal action. Disputed Work In addition to the requirements of Section 3 -5, Disputed Work of the Standard Specifications, the contractors attention is directed to the provisions of Sections 9 -1.07B and 9 -1.10 of the State Standard Specifications regarding claim procedures and arbitration. Inspection of Materials Materials shall be tested by a laboratory qualified as required by Federal -Aid Highway Program Manual, Section 642.7, dated January 27, 1987 and State (CALTRANS) Standard Specifications, dated July 1992. The City shall pay all cost for testing of material locally produced. • B. CONSTRUCTION DETAILS A. Construction Surveying Staking 40 SP 13 of 19 Field staking for control of construction will be provided by the Engineer. Limits of removal are field- identified by orange paint marks. Existing property corners and survey ties adjacent to removals shall be protected and maintained. In situations where property corners or survey ties interfere with the work, the Contractor shall notify the Engineer a minimum of two (2) working days prior to removal so that the Engineer can survey and reset property corners and survey ties. B. Water If the Contractor elects to use City's water, he shall arrange for a meter and tender a $500 meter deposit with the City. Upon return of the meter in good condition to the City, the deposit will be returned to Contractor, less a quantity charge for water usage. C. Cold Plane Existing Pavement The Contractor shall cold plane 5 foot minimum wide wedges along existing edges of PCC gutters as dimensioned and designated on the plans. The surface of pavement after planing shall be uniformly rough grooved or ridged. The grade shall not deviate from a suitable straight edge by more than 3/8 inch at point. The planer machine shall be specially designed and built to perform cold planing of bituminous pavement. The cutting drum shall be a minimum 60 inch wide with carbide tip cutting teeth placed in variable lacing pattern to produce various finishes. The machine shall be capable of operation at speeds of from 0 to 40 FPM. It shall be self - propelled and have a water spray at the cutting drum to minimize dust. The machine shall be capable of removing the material next to the gutter of the pavement being reconditioned and so designed that the operator thereof can at all times observe the planing operation without leaving the controls. The cutting drum shall be adjustable as to slope and depth and shall deep cut in one pass a maximum of 2 inches without producing fumes, smoke or dust. The planing machine shall have previously performed satisfactorily on similar work. The Contractor shall provide a smaller machine to trim areas inaccessible to the larger machine at utility covers. The smaller machine shall be equipped with a 12 inch wide cutting drum and be capable of being positioned without interrupting traffic or pedestrian flow. D. E • • 8P 14 of 19 In addition, the Contractor shall construct the A.C. finished course within five (5) consecutive calendar days after the street has been cold planed. The Contractor will be assessed $500.00 per day (including Saturdays, Sundays and holidays) liquidated damages for each day in excess of the five (5) consecutive calendar days allowed for completion of the A.C. finished course. During the cold plane operation, the Contractor shall sweep the street with mechanical equipment and remove all loosened material from planed areas. All loosened material shall be disposed of per Section L, Solid Waste Disposal Requirements of Section X these Special Provisions. The Contractor shall abate dust nuisance by cleaning, sweeping, and sprinkling with water or other means as necessary. Concrete 1. P.C.C. median curb and gutter shall be the modified Type "A" per CNB Std. -182 -L with variable curb face. 2. P.C.C. median curb shall be the modified Type "B" per CNB Std. -182 -L with variable curb face. 3. Stamped concrete shall be done in accordance with Section 303 -6 of the Standard Specifications and shall match existing color (terra cotta), pattern, and finish. Removals 1. Existing AC improvements shall be sawcut a minimum of two (2) inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall be approved by the Engineer. Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in accordance with Section L, Solid Waste Disposal Requirements of Section X of these Special Provisions. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. The Contractor shall notify Park & Tree Maintenance Supervisor, Randy Kearns at (714) 644 -3082 two (2) days in advance prior reconstructing the median curb to coordinate the control of the median irrigation during construction. • r Bp 15 of 19 Adjacent Improvements - The Contractor shall be responsible for the protection of public and private improvements adjacent to the work. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. 3. The Contractor shall remove all unstable subgrade. The locations and depth of unstable subgrade removal may vary; hence, the areas and depth shall be determined during construction by the Engineer. F. Pavement Reinforcing Fabric The work shall be done in accordance with Section 213 -1 and 302 -7 of the Standard Specifications, except as supplemented or modified below: Pavement reinforcing fabric shall be nonwoven bonded polyester, polypropylene, or polypropylene /nylon materials conforming to the following when tested in conformance with the listed ASTM designation: Weight, Ounce /Square Yard, ASTM Designation: D 1910 Tensile Strength, Pounds ASTM Designation: D 1682 Elongation ar Break, Percent, ASTM Designation: D 1682 Fabric Thickness, ASTM Designation: D 461 3.5 to 8.0 "a] 40 minutes 30 to 150 mils. The fabric shall be protected from exposure to ultraviolet rays until placed. The fabric shall be aligned and placed with no wrinkles that lap. The test for lapping shall be made by gathering together the fabric in a wrinkle. If the height of the doubled portion of extra fabric is 1/2 inch or more, the fabric shall be cut to remove the wrinkle, then lapped in the direction of paving. Full compensation for advance spreading of asphalt concrete over the fabric shall be considered as included in the contract prices paid per ton for aggregate (asphalt concrete) and paving asphalt (asphalt concrete) and no additional compensation will be paid therefor. 0 SP 16 of 19 Pavement reinforcing fabric will be measured and paid for by the square yard for the actual pavement area covered. The contract price paid per square yard for pavement reinforcing fabric shall include full compensation for furnishing all labor, materials (including binder), tools, equipment and incidentals, and for doing all the work involved in furnishing and placing pavement reinforcing fabric, including lapping, complete in place, as shown on the plans, as required by the Standard Specifications and these special provisions, and as directed by the Engineer. G. Asphalt Concrete Prior to placing the A.C. overlay, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one -tenth (1 /10) of a gallon per square yard shall be uniformly applied to existing AC, and to portland cement concrete edges against which asphalt concrete is to be placed. The surface shall be free of all loose material or dust when the tack coast is applied. To eliminate pavement dips, or where curb, or curb and gutter is to be raised, an automatic leveling device (ski) with a minimum length of 30 feet shall be used on the paving machine for both leveling course and finished course. The work shall be done in accordance with Section 302 -5 and 400 -4 of the Standard Specifications, except as modified and supplemented below: 1. The surface shall be free of all dirt, debris, water, and vegetation prior to overlay. 2. The asphalt concrete finish course and leveling course shall be III -D -AR -4000. The Contractor shall feather a minimum of five (5) feet when joining existing pavement. 3. The asphalt concrete base course reconstruction shall be with Type III -B -AR -4000. H. Crack Sealing All existing pavement cracks 1/4" or greater in width shall be cleaned, filled and sealed to existing pavement level with asphalt modified rubber compound. Existing cracks to be sealed shall be cleaned all loose material, vegetation, dirt, moisture, etc., using sandblasting, brushing, air blowing and any other method of cleaning as approved by the Engineer. • • SP 17 Of 19 I. Utility Adjustment The Contractor shall adjust to finished grade all sewer manholes, sewer cleanouts, water valve covers, storm drain manholes, and survey monuments. Utility adjustments shall conform to City of Newport Beach Standard Drawing No. Std. - 111 -L, Std. -116 -L and Std.- 511 -L. All water valves, sewer cleanouts, survey monument and manhole frames and covers damaged during removal, handling or adjustment operations shall be replaced by the Contractor at his sole expense. J. Traffic Striping and Pavement Markings This item of work shall be done in accordance with Section 210 -1.6, "Paint for Traffic Striping, Pavement Marking and Curb Marking" and Section 310 -5.6, "Painting Traffic Striping, Pavement Markings, and Curb Markings" of the Standard Specifications, except as supplemented or modified below: Solvent borne white and yellow paint shall be either the Fast Dry or Rapid Dry type at the option of the Contractor. Solvent borne black paint will be the Fast Dry type. If more than 120 days have elapsed from the date of manufacture of the paint furnished, the paint shall be mixed in containers other than the spray equipment containers until a smooth, uniform product of proper consistency is obtained. All necessary mixing shall be at the Contractor's expense. Delete paragraph 1 of Subsection 310 - 5.6.7, "Layout, Alignment and Spotting" of the Standard Specifications and add the following: The Contractor shall perform all layout, alignment and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown in the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings with in 24 hours after the removal or covering of existing striping and markings. No street shall be without the proper striping over a weekend. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all other contract work until the striping has been properly performed. Such termination of work shall require that the Contractor reinstall "NO PARKING, TOW - AWAY" signs and renotify residents in accordance with Sections VI.B and C herein, respectively, at the Contractor sole expense. In addition, if the Contractor removes/ covers /damages existing striping /raised pavement markers outside of the work area he shall re- stripe /replace the striping or pavement markers at his sole expense. K. • • SP 18 of 19 New raised pavement buttons and markers shall be provided and installed per plan by the Contractor in accordance with Section 85 "Pavement Markers" of the Caltrans Standard Specifications, except the raised pavement markers for location of fire hydrants shall conform to City of Newport Beach Std.- 902 -L. Traffic stripes and pavement markings shall be applied in two coats except as specified otherwise below, asphalt overlay. The first coat of paint shall be dry before application of the second coat. At least (1) application of paint shall be applied to all striping and markings within 24 hours after the asphalt concrete overlay. Where raised pavement markers are to be placed on painted .stripes, only one application of paint is required. All the raised pavement markers to be installed must be installed between 15 days and 30 days after the asphalt concrete overlay and shall be placed directly over striping. Thermoplastic traffic striping and pavement markings shall be Alkyd -type and be installed per plan by the Contractor in accordance with Section 84 -2 " Thermoplastic Traffic Stripes and Pavement Markings" of the Caltrans Standard Specifications. Previously dated traffic striping and pavement marking plans listed herein under Section I. Scope of Work and included with the construction plans shall be used as plans for traffic striping and pavement markings on this project. Traffic Signal Detection The Contractor shall notify the Traffic Engineer (714) 644- 3344 in an attempt to locate existing traffic signal detection feed points at least two working days prior to cold planing, or any work which may damage existing traffic loops. Replacement or repair of damaged detection devices shall be inspected by Signal Maintenance, Inc. at (714) 630 -4900, at no cost to the City. Signal Maintenance, Inc. shall provide the City a written acceptance of their inspected work prior to the Engineer's final inspection of the completed work. L. Solid Waste Disposal Requirements The Contractor shall either 1) apply for and obtain a no -fee solid waste self -haul permit from the City's Business office, or 2) subcontract with a private solid waste hauler already permitted to operate within the City. Unless specified elsewhere in this contract, all non- reinforced concrete and asphalt wastes generated from the jobsite shall be disposed at a facility which crushes such materials for reuse. • SP 19 of 19 Excess soil and other recyclable solid wastes shall not be disposed at a sanitary landfill. The Contractor shall maintain monthly tonnage records of solid wastes generated and solid wastes disposed at a sanitary landfill. The Contractor shall report said tonnages monthly to the Engineer on a form provided by the Engineer. FEDERAL WAGE RATE CHANGES FOR "SOUTH" CHANGES DATED: gly jo. GENERAL WAGE DECISION NO. to q i o oo x FOR ANY PROJECT WITH A BID OPENING OF AND LATER. MODIFICATION NO.: 1% Revised 04 -15 -92 "S.J." Murray 8- 485 -8261 a = =S • 7 01/31/159; 9 02/21/1992 9 02/21/1998 10 03/20/1902 11 04/10/1991 12 95/11/1992 13 07/00/1991 14 07/2411991 14 07/31/1992 14 01/14/1992 17 00/x1/1992 10 09/11/1992 01910002 - 2 NW -02 sov :s 0 COUNTY(ies): IMPERIAL MONO SAN LUIS OBISPO INYO ORANGE SANTA BARBARA KERN RIVERSIDE VENTURA LOS ANGELES SAN BERNARDINO ASBE0005B IMPERIAL, INYO, KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES ASBE0005B 09/24/19'1 Rates Fringes INSULATOR /ASBESTOS WORKERS 25.91 6.73 SCOPE OF WORK: includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems. HAZARDOUS MATERIAL HANDLER 10.75 1.75 SCOPE OF WORK: duties limited to: preparation, Wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials, Whether they contain asbestos or not, from mechanical systems. ---------------------------------------------------------- ASBE0016C MONO COUNTY ASBE0016C 0810111990 Rates Fringes ASBESTOS WORKERS 28.50 5.71 ----------------- ----------- ------ -------------- BOIL0092A 07/01/1992 Rates Fr+nn.e BOILERMAKERS 25.66 6.16 ------------------------------------- ------- ---- -- ----------- BRCA0003A INYO, KERN AND MONO COUNTIES (EXCLUDING EDWARDS AIR FORCE BASE AND CHINA LAKE NAVAL WEAPONS CENTER) BRCA0003A 08/0111991 CA910002 - 3 KW -03 SOUTH Rates Fringes BRICKLAYERS; STONEMASONS 23.09 BRCA0003B INYO, KERN AND MONO COUNTIES BRCA0003B 08/01/1991 Rates MARBLE, TERRAZZO i TILE FINISHERS: China Lake Naval Weapons Center and Edwards Air Force Base 16.78 Remainder of Inyo, Kern and Mono counties 13.78 5.21 Fringes 3.15 3.15 BRCA0003F RIVERSIDE AND SAN BERNARDINO COUNTIES EDWARDS AIR FORCE BASE AND CHINA LAKE 7AVAL WEAPONS CENTER, IN INYO AND KERN COUNTIES Rates Fringes BRCA0003F 08/01/1991 AND MARBLE SETTERS: Rates Fringes BRICKLAYERS; STONEMASONS 26.84 5.21 BRCA0003G INYO, KERN AND MONO COUNTIES BRCA0003G 11/01/1989 Rates Fringes TILE SETTERS. China Lake Naval Weapons Center and Edwards Air Force Base 20.40 3.15 Remainder of Inyo, Kern and Mono Counties 17.40 3.15 BRCA0004B RIVERSIDE AND SAN BERNARDINO COUNTIES BRCA0004B 05/01/1991 Rates Fringes BRICKLAYERS: STONEMASONS: AND MARBLE SETTERS: China Lake Naval Base, Fort Irwin Army Trainina C -nrar, ano 'lventy -nine Palms Marine Base: 29.44 5.30 Remainder of Riverside and San Bernardino Counties 23.62 5.30 BRCA0004C LAS ANGELES, ORANGE AND VENTURA COUNTIES CA910002 - 4 KW -04 SOUTH 0 0 BRCA0004C 06/01/1992 Rates Fringes TILE SETTERS 24.93 6.60 -------- ------ ---------------- ------- -- ---- - -- BRCA0004D IMPERIAL COUNTY BRCA0004D 07/01/1992 Rates Fringes BRICKLAYERS; STONEMASONS: MARBLE SETTERS 22.00 5.95 BRCA0004E VENTURA COUNTY BRCA0004E 07/01/1992 Rates Fringes BRICKLAYERS 22.00 6.13 BRCA0004F SAN LUIS OBISPO AND SANTA BARBARA COUNTIES BRCA0004F 07/01/1992 Rates Fringes BRICKLAYERS; STONEMASONS: MARBLE, TERRAllO AND TILE SETTERS 23.60 5.15 BRCA0004H KERN, LOS ANGELES, ORANGk', RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES BRCA0004H 05/01/1992 Rates Fringes MARBLE SETTERS 25.32 6.05 ------------------------------- --------------- ---------- - - - - -- BRCA0004J KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES SRCA0004J 06/01/1992 Rates Fringes MARBLE AND TILE FINISHERS 19.21 6.97 ------------------------------- ------------------------- - - - --- BRCA00040 IMPERIAL COUNTY BRCA00040 06/01/1992 CA910002 - 5 KW -05 SOUTH CA910002 - 6 KW-06 SOUTB Rates Fringes TERRAZZO 6 TILE SETTERS 24.93 6.60 MARBLE i TILE FINISHERS ---------------------------------------------------------------- 19.21 6.97 BRCA0004P INYO, KERN, LAS ANGELES, MONO, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES RRCA0004P 07/01/1992 Rates Fringes TERRAZZO WORKERS ---------------------------------------------------------------- 24.93 6.60 RIVERSIDE AND 'AN BERNADINO COUNTIES BRCA0004R 07/0111991 Rates Fringes TILE SETTERS ------------------------------ ----- -------- 24.93 ------ ------ 5.52 ------ --- BRCA0004S IMPERIAL COUNTY BRCA0004S 06/01/1991 Rates Fringes TERRAZZO AND TILE SETTERS ---------------------------------------------------------------- 24.93 6.35 BRCA0004U LOS ANGELES COUNTY + BRCA0004U 05/01/1992 Rates Fringes BRICKLAYERS: STONEMASONS ---------------------------------------------------------------- 25.32 6.05 BRCA0007F INYO AND MONO COUNTIES BRCA0007F 08/01/1992 Rates Fringes MARBLE SETTERS ---------------------------------------------------------------- 26.80 10.55 BRCA0018J KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES BRCA0016J 06/02/1991 Rates Fringes MARBLE 6 TILE FINISHERS 19.21 6.72 CA910002 - 6 KW-06 SOUTB CARP0002A 07/01/1991 Rates Fringes CARPENTERS: Work on single family homes i apartments up to and including 4 stories: Framer 6 finish carpenter 17.69 4.40 Insulation installer 15.50 3.21 Shingler 16.42 3.46 Concrete i form worker 18.17 4.40 Residential fence builder 17.01 4.40 Cabinet. intfxllPr 1A.09 4,40 Subterranean garage concrete construction 18.17 4.40 All other work: ' Inyo, Kern and Mono Counties: Carpenters (including drywall lathing), cabinet installer, insulation installer, floor worker and acoustical installer 23.23 4.39 Shingler 23.36 4.39 Saw filer 23.31 4.39 Table power saw operator 23.33 4.39 Pneumatic nailer or power stapler 23.48 4.39 Commercial fence builder 21.51 4.39 Roof loader of shingles (commercial) 16.35 4.39 Millwright 24.30 4.39 Pile driver; Derrick barge: Bridge or dock carpenter; Cable.splicer: Heavy framer; Rock slinger 23.93 4.39 Head rock slinger 24.03 4.39 Rock barge or scow 23.83 4.39 Remainder of counties: Carpenters, cabinet installer, insulation installer, floor worker and acoustical installer 71 on :> Shingler 23.93 4.39 Saw filer 23.88 4.39 Table power saw operator 23.90 4.39 Pneumatic nailer or power stapler 24.05 4.39 Commercial fence builder 21.51 4.39 Roof loader of shingles (com- mercial) 16.75 4.39 Millwright 24.30 4.39 CA910002 - 7 KW -07 SOUTH Pile driver; Derrick barge; Bridge or dock carpenter; Cable splicer; Heavy framer; Rock *linger 23.93 4.39 Head rock slinger 24.03 4.39 Rock barge or scow ---------------------------------------------------------------- 23.83 4.39 Rates Fringes DIVERS: Diver, wet 52.86 4.40 Diver, stand -by 26.43 4.40 Diver tender 25.43 4.40 NOTE: Divers shall receive a minimum of 8 hours pay for any day or part thereof. ------------------------------------------_------------°°----- CARP0002C 07/01/1990 Rates Fringes DRYWALL INSTALLERS /LATHERS: Work on single family homes and apartments up to and including 4 stories 18.53 4.23 All other work ------------------------------------------------ 23.24 - ----------- 4.23 ---- CARPOOIIC LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES CARP0011C 06/01/1990 Rates Fringes MARBLE AND TILE FINISHERS ------------------------------------------ 19.21 - ----------- 6.32 - --------- CARP0117A KERN, LAS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES CARP0117A 06/01/1991 Rates Fringes TERRAllO FINISHERS --- ---------- - --------- - --------------------- 20.98 ---------------- 3.80 --- ELECO011A LOS ANGELES COUNTY CA910002 - 8 NW -08 SOUTH ELECOOIIB LOS ANGELES COUNTY ELECO011B 06/01/1990 Rates Fringes LINE CONSTRUCTION: Line technician 24.00 3% + 6.74 Cable splicer 24.60 3% + 6.74 Ground 14.40 3% + 6.74 ---------------------------------- -------------------- --- - - ---- ELEC0413A SANTA BARBARA COUNTY ELEC0413A 06/01/1991 Rates Fringes ELECTRICIANS: work on single family homes and apartments up to and including 3 stories 14.00 34 + 3.67 All other work: Paint Arguello and Vandenberg CA910002 - "9 KW -09 SOUTH ELECO011A 09/01/1992 Rates Fringes ELECTRICIANS: work on single family homes and apartments up to and including 3 stories and a loft 14.70 32 + 3.26 Alarm technician 14.75 .10 Intercommunication 6 sound installer 16.95 3% + 5.55 Street lighting 24.00 3% + 7.24 Utility technician (covers the installation, maintenance, renovation and rot -,.- of street lighting and traffic signal wc-k or systems, whether overhead or under- ground, including dusk to dawn lighting installations and ramps for access to or egress from freeways, but excluding installations of new freeway construction) 18.00 33 + 7.24 Tunnel work: Electrician 26.40 3% + 7.24 Cable splicer 27.00 3% + 7.24 All other work: Electrician 24.70 3% + 7.24 Cable splicer 25.30 3% + 7.24 ELECOOIIB LOS ANGELES COUNTY ELECO011B 06/01/1990 Rates Fringes LINE CONSTRUCTION: Line technician 24.00 3% + 6.74 Cable splicer 24.60 3% + 6.74 Ground 14.40 3% + 6.74 ---------------------------------- -------------------- --- - - ---- ELEC0413A SANTA BARBARA COUNTY ELEC0413A 06/01/1991 Rates Fringes ELECTRICIANS: work on single family homes and apartments up to and including 3 stories 14.00 34 + 3.67 All other work: Paint Arguello and Vandenberg CA910002 - "9 KW -09 SOUTH 0 • Air Force Base: SANTA BARBARA COUNTY Electrical subcontracts over CENTER AND ELEC04138 08/01/1991 $50,000: ELEC0428A 06/01/1992 Rates Fringes Electricians 27.57 3% + 6.35 Cable splicers 30.31 3% + 6.35 Electrical subcontracts of Line technician: Equipment Station and Edwards Air Force $50,000 or less: operator 21.57 4% + 6.30 Electricians 29.27 23.80 3% + 6.35 Cable splicers 4% 25.30 3% + 6.35 Remainder of Santa Barbara 14.00 Line technician; Equipment All other work: County: operator 23.82 4% + 6.30 Electrical subcontracts over 4% + 6.30 Ground; Ground driver -------------------------------- ------------- 550,000: 44 + 6.30 Electricians 23.82 3% + 6.35 25.32 31 Electrical suocontracts of $50,000 or less: Electricians 20.05 3% + 6.35 Cable splicers 21.55 3% + 6.35 ELEC0413B SANTA BARBARA COUNTY LAKE NAVAL WEAPONS CENTER AND ELEC04138 08/01/1991 ELEC0428A 06/01/1992 Rates Fringes LINE CONSTRUCTION: Rates Point Arguello and Vandenberg ELECTRICIANS: Air Force Base: China Lake Naval Ordnance Test Line technician: Equipment Station and Edwards Air Force operator 21.57 4% + 6.30 Cable splicer 29.27 4% + 6.30 Ground; Ground driver 21.79 4% + 6.30 Remainder of Santa Barbara County: including 3 stories 14.00 Line technician; Equipment All other work: operator 23.82 4% + 6.30 Cable splicer 25.32 4% + 6.30 Ground; Ground driver -------------------------------- ------------- 18.04 ------------------ 44 + 6.30 ELEC0428A KERN COUNTY (EXCLUDING CHINA LAKE NAVAL WEAPONS CENTER AND EDWARDS AIR FORCE BASE) ELEC0428A 06/01/1992 Rates Fringes ELECTRICIANS: China Lake Naval Ordnance Test Station and Edwards Air Force Base: Work on single family homes and apartments up to and including 3 stories 14.00 4.25% •2.60 All other work: CA910002 - 10 MM -10 SOUTH Electrician 26.59 4.25% +5.15 Cable spl +cer 28.77 4.25% +5.15 Remainder of Kern County: Work on single family homes Rates Fringes ELECTRICIANS: and apartments up to and work on single family homes including 3 stories 13.00 4.25% +2.60 All other work: including 3 stories Electrician 21.84 4.25% +5.15 Cable splicer ----------------------°-------------»------------------------- 24.02 4.25% +5.15 ELEC0428B Electricians KERN COUNTY (EXCLUDING CHINA LAKE NAVAL WEAPONS CENTER AND Cable splicers EDWARDS AIR FORCE BASE) 31 + 5.36 ELEC0428B OS /L1/1992 Rates Fringes LINE CONSTRUCTION: China Lake Naval Weapons Center and Edwards Air Force Base: Ground /Truck driver 21.13 4% + 5.15 Line technician; Heavy equipment operator 26.59 4% + 5.15 Cable splicer 28.77 4% + 5.15 Remainder Lf Kern County: Ground /Truck driver 16.38 4% + 5.15 Line technician; Heavy equipment operator 21.84 4% + 5.15 Cable splicer ------------------------------- --- 24.02 ---- -------------------------- 4% + 5.15 ELEC0440A RIVERSIDE COUNTY ELEC0440A 12103/1991 Rates Fringes ELECTRICIANS: work on single family homes and apartments up to and including 3 stories 14.00 1% + 2.42 Electronic technician 16.59 3% + 1.57 All other work: Electricians 22.73 3% + 5.36 Cable splicers 23.23 31 + 5.36 EL.EC04405 RIVERSIDE COUNTY ELEC0440B 12/03/1990 Rates Fringes LINE CONSTRUCTION: Line technician 22.46 4% + 5.41 CA910002 - 11 XV -11 SOUTH Cable splicer 22.96 4% + 5.41 Ground 16.85 4% + 5.41 ELEC0441A ORANGE COUNTY ELEC0441A 06/01/1992 Rates Fringes ELECTRICIANS: Work on single family homes and apartments up to and including 4 stories 15.80 3• + 1.95 All other work: rl-ctricians Cab.0 apii�wLs 26.41 3% + 5.55 LINE CONSTRUCTION: Line technician: Heavy equipment operator 25.25 3% + 5.55 Cable splicer 26.41 3% + 5.55 Ground person -------------------------------------------------------- 21.79 3% + 5.55 ELEC0477A INYO, MONO AND SAN BERNARDINO COUNTIES * ELEC0477A 09/01/1992 Rates Fringes ELECTRICIANS: Work on single family homes and apartments up to and including 3 stories (San Bernardino County only) 14.50 3% + 2.85 All other work: Area within 75 road miles from the Main Post Office in San Bernardino: Electrical contracts over $3,000,000: Electricians 22.29 3% + 7.64 Cable splicers 22.79 3% + 7.64 Electrician, welding 22.79 3% + 7.64 Electrician, tunnel work 24.52 3% + 7.64 tiectrical contracts $3,000,000 s under: Electricians 21.53 3% + 7.64 Cable splicers 22.03 3% + 7.64 Electrician, welding 22.03 3% + 7.64 Electrician, tunnel work 23.69 33 + 7.64 Remainder of area: Electrical contracts over $3,000,000: CA910002 - 12 NW -12 SOUTB Electricians 29.29 33 + 7.64 Cable splicers 29.79 3% + 7.64 Electrician, welding 29.79 3% + 7.64 Electrician, tunnel work 31.52 3% + 7.64 Electrical contracts under $3,000,000: Electricians 28.53 3% + 7.64 Cable splicers 29.03 3% + 7.64 Electrician, welding 29.03 32 + 7.64 Electrician, tunnel work _________________________________ _______________________________ 30.69 3% + 7.64 ELEC0477B INYO, MONO AND SAN BERNARDINO COUNTIES ELEC0477B 06/04/1990 Rates Fringe: LINE CONSTRUCTION: Subcontracts under $2,000,000: Line technician 20.76 46 + 6.55 Line technician, welding 21.)6 43 + 6.55 Cable splicer 21.26 - 4% + 6.55 Ground person 15.57 43 + 6.55 Subcontracts over $2,000,000: Line technician 21.51 4% + 6.55 Line technician, welding 21.81 44 + 6.55 Cable splicers 22.01 44 + 6.55 Ground person ---------- - ------------------------------- 16.13 - --------------------- 4% + 6.55 ELEC0569C IMPERIAL COUNTY ELEC0569C 02/01/1992 Rates Fringes LINE CONSTRUCTION: Commercial overhead line work; Catenary work: Line technician; Heavy equip- ment operator 23.52 49 + 4.97 Ground 17.75 4% + 4.97 Ground /truck driver 11.73 4% + 4.97 All other commercial underground line work: Line technician; Heavy equip- ment opeiai.UL ib.42 4% + 4.97 Ground; Ground /truck driver --------------------------------- ------------ 11.73 ----------- 41 + -- - 4.97 --- -- ELEC0569D IMPERIAL COUNTY • ELEC0569D 07/01/1992 CA910002 - 13 KW -13 SOUTH ELECTRICIANS: work on single family homes and apartments up to and including 3 stories Sound work: Sound technician Sound person B Telephone interconnect technician Utility work: Utility technician 01 Utility technician 02 All other work: Electri -, •. -- - -- - - -- ..__ $500,000: Electricians Cable splicers Electrical subcontracts of $500,000 or less: Electricians Cable splicers SCOPE OF WORK: SOUND WORK: Sound technician: Terminating, final check -out Sound person B: Wire- pulling, installing devices Rates Fringes 13.81 3% + 2.57 16.17 3% + 1.97 10.70 3% + 1.97 12.79 3% + 1.97 15.81 33 + 1.76 12.16 3% + 1.76 23.01 32 + 4.72 23.46 34 + 4.72 20.26 3% 4 4.72 20.71 33 + 4.72 operating and performing splicing, assembling and UTILITY WORK: Utility technician 01: Installation of street light, and traffic signals, including electrical circuitry, programmable controller, pedestal - mounted electrical meter enclosures and laying of pre - assembled cable in ducts. The layout of electrical systems and communication installation including proper position of trench depths, and radius at duct banks, location for manholes, street lights, and traffic signals. Utility technician N2: Distribution of material at job site, installation of underground ducts for electrical, telephone, cable TV, and communication systems. The setting, leveling, grounding and racking of precast manholes, handholes and transformer pads. ----- ---------- --- --------- - - - - -- ELEC0639A SAN LUIS OBISPO COUNTY ELEC0639A 06/01/1992 Rates Fringes ELECTRICIANS: Work on single family homes CA910002 - 14 XV -14 SOUTH and apartments up to and including 3 stories 15.78 3% + 3.36 All other work: Electrical contracts over $500,000.: Electricians 23.25 3t + 5.61 Cable splicers 25.58 3% + 5.61 Electrical welders 24.41 3% + 5.61 Electrical contracts $500,000 or less: Electricians 20.90 3% + 5.61 Cable splicers 22.99 3t + 5.61 Electrical welders --------------------------------------------------------------- 21.95 3% + 5.61 ELECO619B SAN LUIS OBISPO COUNTY ELEC06393 06/01/1992 Rates Fringes LINE CONSTRUCTION: Line technician; Line truck operator: Line equipment operator 24.00 4% + 4.81 Cable splicer 26.40 42 + 4.81 Line welder 25.20 4% + 4.81 Ground 18.00 4% + 4.81 ELEC0952A VENTURA COUNTY ELEC0952A 04/01/1992 Rates Fringes ELECTRICIANS: Zone 1: Electrician 24.95 33 + 6.45 Cable splicer 27.45 3% + 6.45 Zone 2: Electrician 29.95 3% + 6.45 Cable splicer 32.45 3% + 6.45 DEFINITION OF ZONES: Zone 1: Area within 32 road miles from the nearest basinq point. Zone 2: Area over 32 road miles from the nearest basing point. Basing points: the main Post Office in the cities of Camarillo, Oak view, Oxnard, Santa Paula and Ventura. ---------------------------------- ------------------------ ------ ELEC09520 vEN'rURA COUNTY CA910002 - 15 NW -15 SOUTH ELEC0952B 04/01/1992 09/02/1991 Rates Fringes Rates Fringes LINE CONSTRUCTION: Fringes ELEVATOR CONSTRUCTORS: 8.62 Group 2 Zone 1: Elevator constructor mechanics 25.68 Line technician; Heavy equipment Elevator constructor helpers 17.98 operator 24.95 4% + 6.35 Cable splicers 27.45 4% + 6.35 Ground 18.11 4% + 6.35 Zone 2: Line technician; Heavy equipment operator 29.95 4% + 6.35 Cable splicer 32.45 4% + 6.35 Ground - truck driver 23.71 4% + 6.35 DEFINITIONS OF ZONES: Zone 1: Area within 32 road miles from the nearest basing point. Zone 2: Area over 32 road miles from the nearest basing point. Basing points: the main Post Cffice in the cities of Camarillo, Oak View, Oxnard, Santa Paula and Ventura. ELEV001SA 09/02/1991 Rates Fringes POWER EQUIPMENT OPERATORS: Rates Fringes ELEVATOR CONSTRUCTORS: 8.62 Group 2 22.03 Elevator constructor mechanics 25.68 6.12 + a Elevator constructor helpers 17.98 6.12 + a Elevator constructor helpers (prob) 12.84 22.91 Footnote a: Employer contributes 8% of ba: >ic hourly rate for 5 years service and 6% of basic hourly rate for 6 months to 5 years service, as Vacation Pay Credit. Seven paid holidays: New Year's Day, Memorial Day, Independence Day, labor Day, Thanksgiving Day, Friday after Thanksgiving Day and Christmas Day. ENGI0012F 01/01/1991 Rates Fringes POWER EQUIPMENT OPERATORS: Group 21.75 8.62 Group 2 22.03 8.62 Group 3 22.32 8.62 Group 4 22.46 8.62 Group 5 22.68 8.62 Group 6 22.79 8.62 Group 7 22.91 8.62 Group 8 23.08 8.62 Group 9 23.18 6.62 CA910002 - 16 NW -16 SOUTH C J Group 10 23.21 8.62 Group 11 23.29 8.62 Group 12 23.41 8.62 Group 13 23.58 8.62 Group 14 23.68 8.62 Group 15 23.79 8.62 Group 16 23.91 8.62 Group 17 24.08 8.62 Group 18 24.18 8.62 Group 19 24.29 8.62 Group 20 24.41 8.62 Group 21 24.58 8.62 HOISTINr - :QUIPMENT: Group 1 21.75 8.62 Group 2 22.03 8.62 Group 3 22.32 8.62 Group 4 22.46 8.62 Group 5 22.68 8.62 Group 6 22.79 8.62 Group 7 22.91 8.62 Group 8 23.08 8.62 Group 9 23.25 8.62 Group 10 24.25 8.62 Group 11 25.25 8.62 Group 12 26.25 8.62 Group 13 27.25 8.62 TUNNEL GROUP: Group 1 22.53 8.62 Group 2 22.82 8.62 Group 3 22.96 8.62 Group 4 23.18 8.62 Group 5 23.29 8.62 Group 6 23.41 8.62 Group 7 23.71 8.62 CONCRETE PUMPERS: Group 1 21.75 8.62 Group 2 22.03 8.62 Group 3 22.81 8.62 Group 4 22.91 8.62 23.81 8.62 DREDGING: Hydraulic suction dredges: Lever operator 23.60 8.62 Deckmate: watch engineer: welder 23.02 9.62 winch (stern winch on dredge) 22.47 8.62 CA910002 - 17 KW -17 SOUTS Bargehand; Dockhand; Firefighter; Oiler; Leveehand 21.93 Dozer . 23.13 Clamshell dredges: Lever operator 23.60 Watch engineer; Deckmate 23.02 Barge mate 22.54 Bargahand: Dockhand; Firefighter; Oiler 21.93 TRUCK CRANE OPERATORS: Group 1 22.11 arm.' , 21 croup 3 22.99 Group 4 23.05 Group 5 23.17 Group 6 23.34 Group 7 23.59 Group 9 23.84 DESCRIPTION OF GROUPS: POWER EQUIPMENT OPERATORS: 8.62 8.62 8.62 8.62 8.62 8.62 8.62 8.62 8.62 8.62 8.62 8.62 8.62 Group 1: Barge, brake, compressor operator, Ditch witch, with seat or similar type equipment, elevator operator - inside, engineer oiler, generator operator, generator, pump or compressor plant operator, heavy duty repair helper, pump operator, signal, switch Group l: Concrete mixer operator - skip type, conveyor operator, firefighter, hydrostatic pump operator, oiler crusher (asphalt or concrete plant), rotary drill helper (oilfield), skiploader (when wheel type up to 3/4 yd. without attachment), soils field technician, tar pot firefighter, temporary heating plant operator, trenching machine operator Group 3: Equipment greaser (rack), Ford Ferguson (with dragtype attachments), helicopter radio (ground), power concrete curing machine operator, power concrete saw operator, power - driver jumbo form setter operator, stationary pipe wrapping and cleaning marhinp pt,ala wt Group 4: Asphalt plant firefighter, backhoe operator (mini -max or similar type), boring machine operator, box or mixer (asphalt or concrete), building construction inspector, chip spreading 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 CA910002 - 18 KW -18 BOUTS 0 0 truck), guard rail post driver operator, highline cableway signal, hydra - hammer -aero stomper, power sweeper operator, roller operator (compacting), screed operator (asphalt or concrete), trenching machine operator (up to 6 ft.) Group 5: Asphalt plant engineer, batch plant operator, bit sharpener, concrete joint machine operator (canal and similar type), concrete planar operator, deck engine operator, derrick (oilfield type), drilling machine operator, bucket or auger types (Caldwell 100 bucket or similar types - Watson 1000 auger or similar types - Texama 330, 500 or 600 auger or similar types - drilling depth of 45' maximum), drilling machine operator (including water wells), hydrographic seeded machine operator (straw, pump or seed), Jackson track maintainer, or similar type, naiamazoo switch tamper, or sirilAr type, Maginnis internal full slab vibrator, mechanical berm, =rb or gutter (concrete or asphalt), mechanical finisher operator (concrete, Clary- Johnson - Bidwell or similar type), pavement breaker operator (truck mounted), road oil mixing machine operator, roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up ':o 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 Group 6: Asphalt or concrete spreading operator (tamping or finishing), asphalt paving machine operator (Barber Greene or similar type), backhoe operator (up to and including 3/4 yd.), small Ford, Case or similar, cast -ir -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 (Caldwell 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 repair, Kalamazoo ballast regulator or similar type, Kolman belt loader and similar type; Le Tourneau blob compactor or similar type, loader operator ( Athey, Euclid, Sierra and similar types), pneumatic concrete placino machine 000!rat =: �::ccklsy- Presswell or similar type), pumperete operator, 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, skipload operator (crawler and CA910002 - 19 KV —19 SOUTH wheel type over 1 -1/2 yds. up to and including 6 -1/2 yds.), 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 bending machine operator, trenching machine operator Group 7: Drilling machine operator, bucket or auger types (Caldwell 200 B bucket or similar types - Watson 3000 or 5000 auger or similar types - Texoma 900 auger or similar typos - drilling depth of 105' maximum), dual drum mixer, heavy -duty repair - welder combination, monorail locomotive operator (diesel, gas or electric), motor patrol - blade operator (single engine), multiple engine tractor operator (Euclid and similar type - e --�.•pt Quad 9 meet.,; .,u,.... -u.eu earu.- woving equipment operator )single _n9ins, over 50 yds. struck), rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar over 25 yds. and up to 50 yds.), tower crane repair person, tractor loader operator (crawler and wheel type over 6- 1/2 yds.), Woods mixer operator (and similar puqmill equipment) Group 8: Auto grader operator, automatic slip form operator, drilling machine operator, bucket or auger types (Caldwell, auger 200 CA or similar types - Watson auger 6000 or similar types - drilling depth of 175' maximum), hoe ram or similar with compressor, mass excavator operator, 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 sell - loading - two (2) or more units) Group 9: Rubber -tired earth - moving equipment operator operating equipment with push -pull system (single engine, up to and including 25 yds. struck) Group 10: Canal liner operator, canal trimmer operator, remote - control earth- moving equipment operator, wheel excavator operator Group 11: 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 12: 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) CA910002 - 20 NW -20 SOOT: •. • Group 11: Rubber -tired earth- moving equipment operator, operating equipment with push -pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck), tamdem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) Group 14: 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 15: Concrete pump operator, truck - mounted, rubber -tired earth- moving equipment operator, operatinc in tandem (scraper.. belly dumps :na similar types in any combination, excl•dinq com- v;,ction 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 16: Rubber -tired earth - movinq equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck) Group 17: 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 18: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (singlL engine, up to and including 25 yds. struck) Group 19: 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 20: 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 21: 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. CA910002 - 21 MN -21 SOUT8 struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT, Group 1: Engineer oiler; Fork lift operator (under 5 tons capacity) Group 2: Truck crane oiler Group 3: A -frame or winch truck operator; Ross carrier operator (jobsite) .. .;c t, pt .._- ,...__ w:,,�auie operator; Helicopter hoist operator Group 5: Stinger crane (Austin - western or similar type); Tugger hoist operator (1 drum) Group 6: Bridge crane operator; Crator crane operator; Fork lift operator rover 5 tons); Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist operator; 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 8: 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. mrc) 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; Tower crane operator Group 10: Cr_-z .:rw &u:_. (vvcL DG �vos and up to and including 10o 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) 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); CA910002 - 22 NW-22 SOUTH 0 0 Mobile tower crane operator (over 100 tons up to and including 200 tuns 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 GROUP: Group 1: Truck crane oiler (25 tons and under) Group 2: Truck crane oiler (over 25 tons) Group 3: Heavy -duty repair person and /or welder Group 4: Truck crane operator (up to and including 25 tons) Group 5: Truck crane operator (over 25 tons capacity up to and including a0 tons mrc Group 6: Mobile tower crane Group 7: Tunnel mole boring machine operator CONCRETE PUMPERS: Group 1: Compressor operator: Concrete pump operator (smell portable, pea gravel); Engineer oiler Group 2: Conveyor operator Group 3: Heavy -duty repair person Group 4: Heavy -duty repair person when performing welding Group 5: Concrete pump operator (truck - mounted); Concrete pump and separate placing boom: Concrete pump, large trailer type (large rock) TRUCK CRANE OPERATOR Group 1: Truck crane oiler (25 tons 6 under) Group 2: Truck crane oiler (over 25 tons) Group 3: Heavy -duty repair person and /or welder Group 4: Truck crane operator (up to and including 25 tons) Group 5: Truck crane operator (over 25 tons capacity up to and including aO tons mrc) CA910002 - 23 NW-23 SOUTB Group 6: Mobile tower crane Group 7: Truck crane operator (over 80 tons mrc up to and - including 200 tons mrc) Group 8: Truck crane operator (over 200 tons mrc); Mobile tower crane (over 200 tons mrc) ------------------------------------------------- - -------- - -�_ -- IRON0001C VANDENBERG AIR FORCE BASE ONLY IRONOOO1C 07/01/1992 Rates Fringes IRONWORKERS: Ornamental, reinforcing and 23.68 11.37 Fence erector 24.79 11.37 ------------------------------------------------ - ------------ - -� IRON0001F REMAINDER OF AREA IRON0001F 07/01/1992 Rates Fringes IRONWORKERS: Ornamental, reinforcing and structural 20.68 11.37 Fence erectors ------------------------------------------------------------- 19.79 11.37 LAB000OIB 07/01/1991 California) Rates Fringes BRICK TENDERS 16.86 ------------------------------- ------------ 9.51 ------------ - - - - -- LAB00002B KERN COUNTY LAB00002B 01/01/1992 Rates Fringes PLASTERER TENDERS: China Lake Naval Base (N.O.T.S.), Edwards Air Force Base (Edwards, California), and Elk Hills Naval Reserve (Elk Hills, California) 18.64 7.91 xemalncer or Kern County ---------------------------------------------------------------- 14.96 7.91 LAB00002C LOS ANGELES AND ORANGE COUNTIES LAB00002C 07/01/1991 - Rates Fringes PLASTERER TENDERS: CA910002 - 24 MW -24 SOUTB 0 0 work on single family homes and apartments up to and including 3 stories 16.69 9.24 All other work 19.69 9.24 LAB00002D SAN LUIS OBISPO AND SANTA BARBARA COUNTIES SAN BERNARDINO LAB00002D 07/01/1991 LAB00002E 07/01/1992 Rates Fringes PLASTERER TENDERS: PLASTERER TENDERS: San Luis Obispo County and Santa Work on single family Barbara County (north part) : homes and apartments up to and including and apartments Lp :o and 3 stories: including 3 stories Plasterer tender 16.90 (does not apply to Plasterer clean -up laborer 13.56 Vandenberg Air Force Base, All other work: Point Arguello or Camp Plasterer tender 19.90 Roberts) 13.63 9.34 All other work 16.48 9.34 Santa Barbara County (south part): work on single family homes and apartments up to and including 3 stories 13.63 9.34 All other work 17.48 9.34 LAB00002E IMPERIAL, INYO, MONO, RIVERSIDE AND SAN BERNARDINO COUNTIES LAB00002E 07/01/1992 Rates Fringes PLASTERER TENDERS: Work on single family homes and apartments up to and including 3 stories: Plasterer tender 16.90 9.94 Plasterer clean -up laborer 13.56 9.94 All other work: Plasterer tender 19.90 9.94 Plasterer clean -up laborer 16.56 9.94 NOTE: Work at Fort Irwin, George Air Force Base, Marine Corps Air Station 29 Palms, Marine Corps Logistics Supply Base, Mountain warfare Training Center, Naval Air Facility Seeley, and U.S. Marine Corps Pickle Meadows: $3.00 per hour additional. --------------------------------- ---- ---- --------- -------- - - - - -- LAB00002C CA910002 - 25 KW -25 SOUTB VENTURA COUNTY LAB00002G 08/01/1991 Rates Fringes PLASTERER TENDERS: Work on single family homes and apartments not to exceed 2 stories in height 17.37 9.34 All other work 19.37 9.34 LAB00002H 11/01/1991 Rates Fringes LABORERS: Point ..- uello, Cam;: Edwards A -! Force Bass, Naval Ordnan:e Test Center, Inyo- Kerns, Vandenberg Air Force Base: Group 1 19.61 9.51 Group 2 20.01 9.51 Group 3 20.21 9.51 Group 4 21.26 9.51 Group 5 21.46 9.51 Tunnel Laborers: Group 1 21.52 9.51 Group 2 21.64 9.51 Group 3 21.80 9.51 Group 4 22.08 9.51 work on single family homes and apartments up to and including 3 stories: Landscape laborers, clean -up, fencing (chain link and wood) 15.79 9.51 All other work on single family homes and apart- ments up to and including 3 stories 16.79 9.51 Remainder of Counties and parts of Counties: Group 1 16.61 9.51 Group 2 17.01 9.51 Group 3 17.21 9.51 Group 4 18.26 9.51 Group 5 18.46 9.51 Tunnel laborers: Group 1 19.52 9.51 Group 2 19.64 9.51 Group 3 19.80 9.51 Group 4 20.08 9.51 work on single family homes and apartments up to and including 3 stories: CA910002 - 2G KW -26 SOUTH • 0 Landscape laborers, clean -up, fencing (chain link and wood) 12.79 9.51 All other work on single family homes and apartments up to and including 1 stories 11.79 9.51 Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties: DEFINITION OF GROUPS: Group 1: Cleaning and handling of panels, forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick and lumber; Dry packing of concrete, plugging, filling of shee -bolt holes; Fire watcher, limber, brush loaders, pilers and debris handlers; Flag person; Gas, oil and /or water pipeline laborer; Laborer, general or construction; Laborer, general clean -up; Laborer, landscaping; Laborer, jetting, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Railroad maintenance, repair track person and road beds; Rigging and signaling; Scaler; Slip form raisers; On highways, slurry seal crews (mixer operator, applicator operator, squeegee operator, shuttle, top); Streetcar and railroad construction track laborers; Striper, concrete or other paved road surfaces; Tar and mortar; Tool crib or tool house laborer on highways; irML11C control by any method; Traffic delineating device applicator: window cleaner; wire mesh, pulling all concrete pouring operations Group 2: Asbestos abatement; 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 foundations, footings, curb, gutters and sidewalks; Concrete curer, impervious membrane and CA910002 - 27 NW-27 SOUTB drilling 18.26 9.51 Gunite laborers Group 1 19.86 9.63 Group 2 18.91 9.63 Group 3 16.40 9.63 Housemovers (only where housemoving is incidental to a construction contract): Housemover 15.37 9.19 Yard maintenance person 15.12 9.19 DEFINITION OF GROUPS: Group 1: Cleaning and handling of panels, forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick and lumber; Dry packing of concrete, plugging, filling of shee -bolt holes; Fire watcher, limber, brush loaders, pilers and debris handlers; Flag person; Gas, oil and /or water pipeline laborer; Laborer, general or construction; Laborer, general clean -up; Laborer, landscaping; Laborer, jetting, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Railroad maintenance, repair track person and road beds; Rigging and signaling; Scaler; Slip form raisers; On highways, slurry seal crews (mixer operator, applicator operator, squeegee operator, shuttle, top); Streetcar and railroad construction track laborers; Striper, concrete or other paved road surfaces; Tar and mortar; Tool crib or tool house laborer on highways; irML11C control by any method; Traffic delineating device applicator: window cleaner; wire mesh, pulling all concrete pouring operations Group 2: Asbestos abatement; 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 foundations, footings, curb, gutters and sidewalks; Concrete curer, impervious membrane and CA910002 - 27 NW-27 SOUTB 0 0 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; Guinea chaser; Headerboard, 'asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweepers (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 shredders; Underground laborer, including caisson bellower Group 3: Buqgymobile; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2 -1/2 ft. drill steel or longer; �. -.. .. �.•L w, .iaa, wil al,ujt r Gater pipeline w---- pipe and over, by any method, inside and out; Hydro seeder and similar type; Impact wrench multi- plate; Kettle, pot and asphalt appliers, lay -kold, creosote, lime caustic and similar type materials ( "applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operators of pneumatic, gas, electric tools; vibrating machines, pavement breakers, air blasting, come- alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup, 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; Tampers, Barko, Wacker and similar type; Trenching machine, hand - propelled Group 4: Asphalt raker, lute person, ironer 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 clinger; Laser beam in connection with laborers' work; No -joint pipe and stripping of same; Over -size concrete vibrator operator, 70 lbs. and over; Pipelayer, including water, sewage, solid, gas or air; Ports shot - blast; Prefabricated manhole installer: Sandblaster (nozzle, water blasting); welding in connection with laborers' work 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 miller; All power drills, excluainq )ackhammer, whether core, diamond, wagon, track, multiple unit, and any and all types of mechanical drills; Toxic waste removal TUNNEL LABORERS: Group 1: Batch plant laborers; Bull gang mucker, track; Concrete crew, including rodders and spreaders; Changehouse; CA910002 - 28 Mi -28 SOUTE Dump; Dump (outside); Swamper (brake and switch on tunnel work); Tunnel materials handling; Tool worker Group 2: Cable tender; Chuck tender; Nipper; Vibrator operator, jackhammer, pneumatic tools (except driller); Loading and unloading agitator cars; Pot tender, using mastic or other materials Group I: Blaster, driller, powder: Chemical grout jet; Cherry picker: Grout gun; Grout mixer; Grout pump; Jackleg miner; Jumbo; Kemper and other pneumatic concrete placer operator: Minor, tunnel (hand or machine); Powder (primer house): Primer; Shotcrete; Steel form raiser and setter; Timber; Retimber (wood or steel); Tunnel concrete finisher; Nozzle; Operating troweling *..,:;or groutinc ..,ltchine; SeM.t:a&� .w& Group 4: Shaft, raise miner; Diamond driller GUNITE LABORERS: Group 1: Nozzle and rod Group 2: Gun Group ]: Rebound IAB00067D LAB00067D 02/01/1991 Rates Fringes ASBESTOS REMOVAL LABORERS 10.00 7.83 SCOPE OF WORK: includes site mobilization, initial site clean -up, site preparation, removal of asbestos - containing material and toxic waste (including lead abatement and any other toxic materials), encapsulation, enclosure and disposal of asbestos - containing materials and toxic waste (including lead abatement and any other toxic materials) by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- OTHRO669C IMPERIAL, INYO, KERN AND MONO COUNTIES; ORANGE COUNTY (EXCEPT SANTA ANA); RIVERSIDE COUNTY; SAN BERNARDINO COUNTY (EXCEPT ONTARIO); SAN LUIS OBISPO AND SANTA BARBARA COUNTIES: AND VEN'rURA COUNTY (EXCLUDING PORT HUENEME, PORT MUGU ANU SANTA PAULA) OTHR0669C 04/01/1992 Rates Fringes SPRINKLER FITTERS 26.00 5.I7 ---------------------------------------------------------------- OTHRO709B CA910002 - 29 XW -29 SOUTH LOS ANGELES COUNTY ORANGE COUNTY (CATALINA ISLAND: SAN CLEMENT£ ISLAND: CITY OF SANTA ANA; AND REMAINDER OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES) SAN BERNARDINO COUNTY (NORTHERN PART OF CITY OF CHINO; AND CITIES OF MONTCLAIR AND ONTARIO) VENTURA COUNTY (PORT HUENEME, PORT MUGU; CITY OF SANTA PAULA; AND REMAINDER OF VENTURA COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES) OTHRO709B 01/0111992 R�•..•s ..y as SPRINKLER FITTERS J0.22 11.64 PAIN0036A INYO COUNTY KERN COUNTY LOS ANGELES COUNTY (EXCEPT POMONA AREA) MONO COUNTY SAN BERNARDINO COUNTY (WEST OF A LINE NORTH OF TRONO INCLUDING CHINA LAKE AREA, JOHANNESBURG, BORON, SOUTH INCLUDING THE WRIGHTWOOD AREA) PAIN0036A 01/01/1992 DRYWALL FINISHERS: Kern County (west of the Los Angeles Aqueduct) Remainder of area PAINTERS: Los Angeles County (except Antelope valley and the Pomona area) Work on all wood frame structures used for including motels and convalescent homes Work on service stations and car washes: small commercial •::ork (construction up to and including 3 stories in height, such as small shopping centers, small CA910002 - 30 NW -30 SOUT8 Rates 19.69 23.16 17.15 Fringes 4.69 4.69 2.65 stores, small •,ffice buildings and small food homes establishments); small 2.65 industrial work (light metal buildings, small warehouses, Brush b roller small storage facilities and 4.68 tilt- up.buildings); and tenant improvement work Paste machines cperatcr (tenant improvement work not 4.68 included in conjunction with the construction Of the Steeplejack ----------------------------------- building; including repaint 4.68 ---- work) (not applicable to any phase of the aerospace industry or to hotel, ••`.i ^` operate commercial establish- ments as part of the hotel service) 18.90 4.68 All other work: Brush and roller 21.82 4.68 Paperhangers; Swing stage: Paste machine operator 22.07 4.68 Sandblast; Spray; Steeplejack 22.82 4.68 Inyo and Kern Counties: Los Angeles County (Antelope Valley); Mono County: and San Bernardino County (west of a line north of Trono including the China Lake area, Johannesburg, Boron, south including the Wriqhtwood area): Work on wood frarod housing, motels and convalescent homes 15.15 2.65 All other work: Brush b roller 17.42 4.68 Paperhangers: Swing stage; Paste machines cperatcr 17.67 4.68 Sandblast; Spray: Steeplejack ----------------------------------- 18.42 --^---------- 4.68 ---- PAIN0048D IMPERIAL COUNTY; LOS ANGELES COUNTY (POMONA AREA); ORANGE AND RIVERSIDE COUNTIES; AND SAN BERNARDINO COUNTY (EXCLUDING WESTERN PORTION) CA910002 - 31 NW-31 SOUTB 0 E PAIN0048D 01/01/1991 Work on single family homes and Rates Fringes DRYWALL FINISHERS 21.18 5.94 PAINTERS: Brush 20.70 5.94 Brush, swing stage; Spray 20.95 5.94 Paperhanger; Spray, swing stage 21.20 5.94 Sandblaster; Iron, steel i bridge 20.19 4..40 (ground work); Iron, steel i bridge - spray (ground); Riggers, 20.44 4.40 climbing steel; Brush, climbing steel 6 bridge 21.45 S.q4 oaodhlaster. 6vina stage; moron, steel 6 bridae (..ring stage); 20.69 4.40 Iron, steel bridge (swing 20.84 4.40 stage, spray) 21.70 5.94 Steeplejack - ------------------------------------------------------------- 22.45 5.94 PAIN0052A SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES PAIN0052A 07/02/1991 stage: Rates Fringes DRYWALL TAPERS 22.86 4.45 PAINTERS: Work on single family homes and apartments up to and including 3 stories: Painter, brush 16.15 4.40 Painter, spray 16.65 4.40 All other work: Painter; Pot tender (brush) 20.19 4..40 Paperhanger: Paste machine operator 20.44 4.40 Spray, sandblaster (non - steel); Waterblaster; Power cleaning (non - steel); Steam cleaning (non - steel) 20.69 4.40 Sign painter 20.84 4.40 5teeolejack (non - steel) 21.19 4.4n High and hazardous, interior or exterior staging, scaffolding, bos'n chair, spider or swing stage: 4th or 5th stories: Painter 20.565 4.40 Spray painter, sandblaster, waterblaster; Power cleaning; Steam cleaning 21.065 4.40 CA910002 - 32 XV -32 SOUTH Steeplejack 21.565 4.40 6th through 10th stories: Painter 21.94 4.40 Spray painter: Sandblaster: Rates Fringes waterblaster; Power cleaning; Steam cleaning 21.44 4.40 Steeplejack 21.94 4.40 10 stories and over: 19.04 5.49 Painter 21.44 4.40 Spray painter; Sandblaster; 20.04 5.49 Waterblaster; Power cleaning; Steam cleaning 21.94 4.40 Steeplejack 22.44 4.40 Iron and steel: Iron and steel /brush; Pot tender /steel 21.44 4.40" Iron and steel /spray; Iron and steel sandblast power clean 21.94 4.40 High iron and steel construction; Bridges over 30 ft.: Painter /brush 22.94 4.40 Painter /steel /spray; Sand- blaster; Waterblaster 23.14 4.40 PAIN0132A INYO, KERN, MONO AND SAN LUIS OBISPO COUNTIES PAIN0132A 07/0111989 Rates Fringes GLAZIERS 19.83 4.74 PAIN0636A LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SANTA BARBARA AND VENTURA COUNTIES PAIN0636A 11/01/1990 Rates Fringes GLAZIERS 21.59 6.38 PAIN1176A INYO AND MONO COUNTIES PAIN1176A 04/01/1992 Rates Fringes PARKING LOT STRIPING WORK AND /OR HIGHWAY MARKING: Group 1 20.04 5.49 Group 2 19.04 5.49 Group 3 6 Group 5 17.03 5.49 Group 4 20.04 5.49 CA910002 - 33 NW -33 SOUTH • • Service person (maintenance and repair of equipment) RIVERSIDE, SAN BERNARDINO, (on jobsite only) 12.02 5.04 Parking lot, game court and playground installer 12.00 5.49 Protective coating, resurfacing, HIGHWAY MARKERS: pavement sealing, slurry seal, Group 1 including repair when done in 5.52 Group 2 conjunction with pavement 5.52 Group 3 sealing and slurry seal work 17.23 5.49 Sealer /mixer 16.53 5.49 Applicator operator, shuttle and repair of equipment) person and squeegee person 14.60 5.49 DEFINITIONS OF GROUPS: Group 1: Striper: Layout and application of painted traffic stripes and marking; hot thereto plastic; tape traffic stripes and markings Group 2: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers; other traffic delineating devices; includes all related surface preparation (sandblasting, waterblasting, grinding) as part of the application process Group 3: Traffic surface abrasive blaster: removal of traffic lines and markings; preparation of surface for coatings and traffic control devices Group 4: Traffic protective delineating systems installer: removes; relocates; installs permanently affixed roadside and parking delineation barricades: fencing, guard rail; cable anchor, retaining walls, reference signs, monument markers Group 5: Traffic controlperson: Sole function in to control and direct traffic through both conventional and mov -ng lane enclosures PAIN1176B IMPERIAL. KERN, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES PAIN1176B 04/01/1992 Rates Fringes PARKING LOT STRIPING WORK AND /OR HIGHWAY MARKERS: Group 1 19.09 5.52 Group 2 18.14 5.52 Group 3 16.23 5.52 Group 4 19.09 5.52 Service person (maintenance and repair of equipment) (on jobsite only) 11.45 5.10 Slurry seal work: Fresno, Imperial, Kern, Kings, CA910002 - 34 Mil -34 SOUTH 0 0 Los Angeles, San Luis Obispo, Santa Barbara, Tulare and Ventura Counties: Sealer /mixer 14.89 3.66 Applicator operator, shuttle person and squeegee person 13.18 3.66 Traffic surface protective coating applicator 15.51 3.66 Traffic control person 8.19 3.66 Orange, Riverside and San Bernardino Counties: Sealer /mixer 14.54 3.52 Applicator operator, shuttle person and squaeoaa parson 12.8p �.t7 Ttaf!'c Aurfaci protective coating applicator 15.15 3.52 Tra:fic control person 7.99 3.52 DEFINITIONS OF GROUPS: Group 1: Striper: Layout and application of painted traffic stripes and marking; hot thereto plastic; tape traffic stripes and marking Group 2: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers; other traffic delineating devices; includes all related surface preparation (sandblasting, waterblasting, grinding) as part of the application process Group 3: Traffic surface abrasives blaster: Removal of traffic lines and markings; preparation of surface for coatings and traffic control devices Group 4: Traffic protective delineating systems installer: Removes; relocates; installs; permanently affixed roadside and parking delineating barricades, fencing, guard rail, cable anchor, retaining walls, reference signs, monument markers PAIN1247A INYO, KERN AND MONO COUNTIES PAIN1247A 04/01/1989 SOFT FLOOR LAYERS - ---------- - - ---- Rates Frinao. 17.62 4.44 -------------- --------- PAIN1247B LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES • PAIN12478 08/01/1992 CA910002 - 35 NW-35 SOUTS Rates Fringes SOFT FLOOR LAYERS PAIN13990 IMPERIAL COUNTY PAIN13998 08/01/1992 GLAZIER PAIN1711A IMPERIAL COUNTY . na.u,1�A LV /u /i'JDl SOFT FLOOR LAYERS 23.10 6.49 Rates Fringes 22.56 6.70 Rates Fringes 16.95 5.44 PLAS0002B LOS ANGELES, ORANGE, RIVERSIJE, SAN BERNARDINO AND VENTURA COUNTIES PLAS0002B 08/07/1991 Rates Fringes PLASTERERS: Work on single family homes and apartments up to and including 3 stories in height 21.83 4.76 All other work 24.83 4.76 PLAS0052B 07/01/1991 Rates Fringes CEMENT MASONS: work on wood or metal frame construction of single family residences, apartments and condominiums. Does not include projects that exceed 3 stories; any utility work, such as telephone, gas, water, sewer and other utilities: or any work outside propertv li— , inciucing curbs, gutters and sidewalks 16.26 6.65 work on jobsites where the total permit value of the general contract and all subcontracts upon that 3obslte is $4,000,000 or less 19.96 7.50 All other work ------------------------------------------------------- 19.96 9.50 - - ---- CA910002 - 36 KW -36 SOUTH PLAS01910 INYO, KERN AND MONO COUNTIES PLAS0191B 01/01/1983 Rates Fringes PLASTERERS: Plasterers 15.57 4.41 Nozzle operator 15.695 4.41 PLAS03418 SANTA BARBARA COUNTY rLd, vjrla u8/07/1991 Rates Fringes PLASTERERS 22.10 4.53 PIAS0346B IMPERIAL COUNTY PIAS0346B 05101/1991 Rates Fringes PLASTERERS: work on single family homes and apartments up to and including 3 stories 15.42 5.29 All other work 18.42 5.29 PLAS0775B SAN LUIS OBISPO COUNTY PLAS0775B 06/01/1982 Rates Fringes PLASTERERS 21.77 PLUM0016G IMPERIAL, LOS ANGELES, ORANGE, RIVERSIDE, SAN BERNARDINO, SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES PLUM0016G 07/01/1992 Rates Fringes PLUMBERS: STEAMFITTERS: Fort Irwin Army Base, Marine Corps Logistic Base at Nebo, Marine Corps Logistic Base at Yermo, San Nicolaus Island, and Twenty -Nine Palms Marine Base 28.03 9.27 . Camp Roberts, George Air Force Base and Vandenberg Air Force Base 26.78 9.27 CA910002 - 37 NW -37 SOUTH Remainder of Counties and parts of Counties 24.53 9.27 LANDSCAPE & IRRIGATION TRADESPERSON ---------------------------------------------------------------- 20.40 7.40 FLUM0250A Rates Fringes LOS ANGELES AND ORANGE COUNTIES PLUM0250A 09/01/1989 Weapons Center and Edwards Rates Fringes REFRIGERATION 6 26.71 5.33 AIR CONDITIONING ---------------------------------------------- 21.19 ------------------ 5.90 PLUM03:,:l. INYO AND KERN COUNTIES + PLUM0355B 07/01/1992 Rates Fringes UTILITY /LANDSCAPE FITTER ---------------------------------------------------------------- 21.60 2.95 PLUM0364A RIVERSIDE AND SAN BERNARDINO COUNTIES SANTA BARBARA AND VENTURA PLUM0364A 02/01/1987 Rates Fringes REFRIGERATION 6 AIR CONDITIONING ----------------------------------- ----------------------------- 19.55 It + 5.78 PLUM0460A !NYC KERN AND MONO COUNTIES PLUM0460A 0110111992 Rates Fringes PLUMBERS: STEAMFITTERS: Work at China Lake Naval Weapons Center and Edwards Air Force Base 26.71 5.33 Remainder of Area ------°_'------------------------------------------------------ 21.71 5.33 ROOF0027B TNVr . .:••n:. Ai4U riONO COUNTIES ROOF0027B 07/01/1992 Rates Fringes ROOFERS ---------------------------------------------------------------- 18.45 5.65 ROOF0016A LOS ANGELES, ORANGE, SAN L:;IS OBISPO, SANTA BARBARA AND VENTURA CA910002 - 38 KW -38 SOUTB COUNTIES ROOF0036A 09/01/1991 Rates Fringes ROOFERS: Roofer 21.07 6.585 Preparer (duties limited to the following: tear -off and /or remove any type of roofing or roofing material or spudding, or sveepinq and /or clean -up, and /or preloading, or in preparing the roof for application of roofing, damp and /or waterproofing materlai) 5.15 ------------ '--------------------------------------------------- ROOF0045A IMPERIAL COUNTY ROOF0045A 01/01/1991 ROOFERS ROOF0146A RIVERSIDE AND SAN BERNARDINO COUNTIES ROOF0146A 09/01/1991 ROOFERS ------------------------------------- SHEE0102A INYO COUNTY Rates Fringes 18.70 3.38 Rates Fringes 18.75 7.00 KERN COUNTY (EAST OF HWY. /395 FROM RED MOUNTAIN TO THE INYO COUNTY LINE) LOS ANGELES COUNTY (SOUTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES, CALIFORNIA; THE PART SOUTH OF IMPERIAL HWY. TO THE CITY LIMITS OF LANG BEACH, INCLUDING THE CITY OF LANG BEACH AND THE ISLAND OF CATALINA) ) MONO, ORANGE, RIVERSIDE AND SAN BERNARDINO lernTM 'Iac * SHEE0102A 01/01/1992 SHEET METAL WORKERS: Los Angeles County (the part south of Imperial Hwy. to the city limits of Long Beach, including CA910002 - 39 KW -39 SOUTH Rates Fringes the City of Long Beach and the Island of Catalina) and Orange County: Work on all general sheet metal, heating and air conditioning, metal fireplace installation, and solar systems on single family dwellings, multiple family dwellings, tract homes, and apartment buildings individually conditioned by separate and independent units or systems 23.42 All other work 23.91 Inyo Court,, 't*Z, wu'6y kwast ur dvy. 0395 from Red Mountain to the Inyo County Line), Los Angeles County (south of a straight line drawn between Gorman and Big Pines, California, and north of Imperial Hwy. to the city limits of Long Beach, excluding the City of Long Beach and the Island of Catalina), and Mono, Riverside and San Bernardino Counties: work on all general sheet metal, heating and air conditioning, metal fireplace installation, and solar systems on single family dwellings, multiple family dwellings, tract homes, and apartment buildings individually conditioned by separate and independent units or systems 23.42 All other work ------------ ------------------------------- 23.76 8.37 8.37 8.37 8.37 SHEE0108A KERN COUNTY (NEST OF HIGHWAY 0395 FROM RED MOUNTAIN TO THE INYO COUNTY LINE) LOS ANGELES COUNTY (NORTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES, CALIFORNIA) SHEE0308A 07/01/1992 Rates Fringes SHEET METAL WORKERS: Residential /light com- mercial (6,000 sq. ft. or less) 18.30 7.51 All other work 22.88 7.51 CA910002 - 40 XW -40 SOUTH SHEE0108B LOS ANGELES COUNTY (SOUTH OF A STRAIGHT LINE DRAWN BETWEEN GORMAN AND BIG PINES, CALIFORNIA: EXCLUDING THE PART SOUTH OF IMPERIAL HWY. TO THE CITY LIMITS OF LONG BEACH, AND EXCLUDING THE CITY OF LONG BEACH AND THE ISLAND OF CATALINA) • SHEE0108B 08/01/1992 Rates Fringes SHEET METAL WORKERS 25.60 8.38 SHEE0206B IMPERIAL COUNTY SHEE02Crd 07/01/1991 Rates Fringes SHEET METAL WORKERS 21.43 8.09 SHEED273A SAN LUIS OBISPO, SANTA BARBARA AND VENTURA COUNTIES SHEE0273A 08/01/1992 Rates Fringes SHEET METAL WORKER 23.91 7.63 SUCA1005A 12/13/1991 Rates Fringes WELDERS - receive rate prescribed for craft performing operation to which welding is incidental. - --' °---- - ------------- -------- °----- TEAM0011A 03/01/1992 Rates Fringes TRUCK DRIVERS: Bridgeport, Camp Roberts, China Lake, Edwards Air Force Base, E1 Centro, Fort Irvin, George Air Force Base, Mountain Warfare Training Center, Naval Air Facility, Nebo Marine Ballistic Base (Yermo), Point Arguello, Point Conception, Twenty -Nine Palms Marine Base, and Van- denberg Air Force Base: Group 1: 20.39 10.19 Group 2: 20.47 10.19 Group 3: 20.53 10.19 Group 4: 20.62 10.19 CA910002 - 41 MW-41 SOUTB Group 5: 2D. 65 10.19 Group 6: 20.67 10.19 Group 7: 20.71 10.19 Group 8: 20.72 10.19 Group 9: 20.77 10.19 Group 10: 20.80 10.19 Group 11: 20.85 10.19 Group 12 -A 20.87 10.19 Group 12 -B 20090 10.19 Group 13 20.92 10.19 Group 14 21.17 10.19 Group 15 21.42 10.19 Group 16 21.52 10.19 Group 17 21.62 10.19 Group 18 21.42 10.19 ,...r 1 c2.42 1C.19 Remainder of Counties and parts of Counties: Group 1 18039 10.19 Group 2 18.47 10.19 Group 3 18.53 10.19 Group 4 18.62 10.19 Group 5 18.65 10.19 Group 6 18.67 10.19 Group 7 18.71 10.19 Group 8 18.72 10.19 Group 9 18.77 10.19 Group 10 18.80 10.19 Group 11 18.85 10.19 Group 12 -A 18.87 10.19 Group 12 -8 18.90 10.19 Group 13 18.92 10.19 Group 14 19.17 10.19 Group 15 19.42 10.19 Group 16 19.52 10.19 Group 17 19.62 10.19 Group 18 19.42 10.19 Group 19 20.42 10.19 DEFINITION OF GROUPS: Group 1: Teamster Group 2: Driver of vehicle or combination of vehicles of 2 axles (including all vehicles less than 6 tons) ; Traffic control Pilot car, excluding moving heavy equipment permit load Group 3: Truck - mounted power broom Group .: a avers or venlcies or combination of vehicles of 3 axles Group 5 Fuel truck; Group 6 Group 7 1/2 yds. Group 8 Boot; Cement distributor; Water truck, 2 -axle Dump, less than 16 yds. Transit mix, under 3 yds. Truck repair helper CA910002 - 42 NW-42 SOUTS Erosion control driver; Dumperete, less than 6- Group 9: Water truck, 3 or more axles Group 10: PB and similar type truck when performing within the Teamsters' jurisdiction: Pipeline and utility working truck including winch, but limited to truck applicable to pipeline and utility work, where a composite crew is used; Slurry driver; Truck greaser and tire worker (50 cents per hour additional for tire) Group 11: Transit mix, 3 yds. or more; Dumperote, 6 -1/2 yds. and over Group 12 -A: Driver of vehicle or combination of vehicles of 4 or more axles Group 12 -B: Driver of oil spreader truck Group 13: Dump, 16 yds. but lass than 25 yda. Group 14: A -Frame or Swedish crane, or similar type of equipment driver: Fork lift driver;_gisSarrier, hichwav i:roup 15: All nff- high'ray :mIimment within Teamsters' jurisdiction (off - highway cosbination of vehicles or equipment with multiple power sources, $1.00 per hour additional); Dump, 25 yds. or more; Truck repair; welder Group 16: Truck repair welder Group 17: Low bed driver, 9 -axle or over Group 1S: Water pull, single engine with attachments Group 19: Water pull, twin engine with attachments 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 standard's contract clauses (29 CFR 5.5(a) l(ii)). END OF GENERAL DECISION CA910002 - 43 MW -43 SOUTH GENERAL 4A GI OECZSZON NC C.91 -2 Suosrasess General raps DsC +slop No CA90-3 State CA"FCRNft Countyl'ssl statsr+os Construot'on Type: water q ConatruCtlon oaser+otlon: rater ss' or'ii,nq woo V "Cat +on isoora No ouo' +cat +on Oats 2090 No Is/ Ti NW -44 SOUTH 72 KW -45 SOUTH Ct9 + -7 Foie - ^•�qe NOUN' y tote 1 q Astia GRILLER AtsneOa 10 OC 7a Alone 9.90 A+gaor 9 s0 autte 7 00 Calaveras 7 so Coluss it 07 07 Contra Calls 9 SO 001 Norte a 00 2! E1 Otraoo 9.90 :reane 17 77 is Glenn 7 00 nun00i OT 8 00 7' I titer 1 s B 70 76 lnyo 7 29 •7 Kern OS Oa Kings 07 Lake +• 07 07 Teaser S SC :7 .as Anse as s iS Madera T sC Mar +n .. 07 C7 earivass MenOOC +nO OT Merced MOOOC 10 s Mena 10 00 Monterey 11, s0 uaca a CC 8' Mevaca Orange %`seer 9 GO chimes t0 00 A+v*P2,09 ' 00 79 Sacramento 10 00 San sen +To a 79 Z. 95 San sernar0+n0 10.20 77 San 01690 a is San Francisco 10.00 San JOSCU+n 7 00 '7 San Luis 00+300 6.95 C2 Son Mateo 10.00 81 Santa tartars 7 99 Santa Cara a 79 as Santa Cruz 8.79 :.95 Snasta 6.91 Sierra 7.00 •7 S1eM+yeu 8.00 7• Solana 9.+5 Sonoma 10.07 1 70 Stan.aiaua 7.00 17 Sutter 7.00 Tanana +0.00 .. 72 KW -45 SOUTH Tr /n +Ty Tulare Tuolumme Ventura vale rues OR2L612'S MCLP6R atameea Butte Caleveras Coluse Contra Costa 061 NOrta FrasnO Olen MMOD I at Imoar I Invo Rap" LARS Las6M+ Los Angeles Radars "spin SarlaOaa SenDec Ino wreso eeece SOHO "enter" mass wevaaa Oren" Pumas R+vera+Oe Sacramento San Bonito San Barnero?"a $an 01"4 San Francisco Son 40aal+n San Lula OD16DO San setso Santa samara Santa Clara Santa Cruz Smarts Sierra SISR+yDu Solana Sonome S tam s l aus Sutter Tenama Trinity Tulare Tuolumne 73 KW — {6 SOUTz Ca91 -3 6.95 7 29 13 7 so 72 ++ 00 46 +0.36 65 7.00 13 7 OS 9.00 5.00 7 00 2 03 7 so 7 :S 6 +3 so 3.00 7 25 6 36 23 s 00 S 63 Oa 7 no 02 a s0 a3 6 23 6 00 7 00 :.03 5.00 7 00 :.04 6.00 7 25 6 00 9 00 6.50 a+ s 00 'o 6 so 29 9 00 6.00 32 6 BO 6.95 :.54 a.on 7 s0 6.00 39 6.00 11 is 42 96 6.75 55 6.30 6.as :.54 6.95 2.54 4.50 9.00 fo 7.25 7.65 7 00 79 7 00 11 5.00 9.00 4170 5.00 5.00 CA91 -2 venture 1'Olo Yuba PUMP INSTALLER Alaggae Albine Ameaer Coluse Contra Costa E1 Deraaa Fresno Imber,e Kern Lake Les An9eles meagre mer,n Marlaass Mena C +no Monterey Nee& Rtacer olumas Rlvers,ee Sacramento San genite San serngrelno San Diego San Jasouln San LY1e Oblsoo San Mateo Santa aaraara Santa Care Santa Crux Snots Sonoma 7enams 7r,nity 7ualumne Ventura a 90 :2 6 00 29 5 00 ,0 7 so a 00 4.00 10.37 02 7 50 a 00 6.26 Oa 4.30 5.30 43 to $7 :.02 9 74 97 7 3o 72 10. S7 02 7 50 10 37 : 02 12. SO 12.00 a+ a 00 ,0 -26 69 6.50 34 9.42 83 4.29 :_65 10.20 7 4s it 29 2 42 6.54 +0.24 65 7 57 9 29 a6 8.29 as 9.62 26 10.57 2.02 10.26 1 63 9.42 24 7 30 72 11 00 as Unllstee C14891f,Cations neeap for War% not Imelwaaa w,tnln'tne score of in% cia stf,Cat,oM 116th may me aeaea after aware Only as orov,cee ,n the Iaoar stanearos Contract Clauses (29 CYR, 5.5 (a) (1) 74 KW -47 SOUTH GENERAL WAGE DECISION NO C191 -G SUperseces General Wage Decision No CASO -f State: CALIFORNIA. OREGON. WASHINGTON COuntYllesl: CALIFORNIA 001 Norte. HuMpOIOt. Los Angeles. Man m, ManOOcima. MMterev. Orange. elvers +Oe. San 01"a . San FranCisce, SAM LU15 GOISDO. San Mateo. Santa Rarpara. Santa CruZ. SRnpMa. AnR vantura. OREGON: C1aTSOO, COOS. Curry, OOUglas. Lane. Lincoln. 71II&MOOK, WASHINGTON: C 4tlan. GraYS Harper. Island of Je*feraOR. King, AlTsaO, Mason. Pacific, Pierce. San Juan. Skagit. smeemmisn. TnursTOR. WanktaKuM. Wnstcan. ConstrUCtlon ,Yoe: DREDGING CCMtrUCT t On Description: DREDGING CONSTRUCTION PROJECTS modification Oscar*: NO. PUOl+eallom Oats Page No lsl tot KW -48 SOUTH r CAD 1 -4 S90- aoOPRLLRD NOPORR DOROGRS: Drag TmnOars FOOTNOTR: \J lane cringe "puny 9anefits Rates 9.79 a 22 - a a. Nine Date melioays: NW year's Day. Washington's 9irtnesy Manorial Day. inaaomnaanca Day. LADOr Day. oRUi Mail's 9irtneay. veterans Day. Thanaagivinq Day. Christoas Day. unlia[so c!asn fiOati*ms noisome for wont net inv uese ritnin tno scone Of tns c!assificationm Ilsten may Do seams after aware Only as Droviess n the laaor stansaras contract c'aussm 129 CFO. 5 S (a) 1.1 772 xw -49 SOOTS L i • • CITY 0� E2 31992 C November 23, 1992 CITY COUNCIL AGENDA ITEM NO. 9 TO: Mayor and Members of the City Council FROM: Public Works Department SUBJECT: JAMBOREE ROAD REHABILITATION FROM FORD ROAD TO SOUTH BRISTOL STREET (C -2901) RECOMMENDATIONS: Award Contract No. 2901 to Boral Resources, Inc. for the Total Bid Price of $849,564.00 and authorize the Mayor and the City Clerk to execute the contract. DISCUSSION: At 11:00 A.M. on November 12, 1992 the City Clerk opened and read the following bids for this project: Apparent Low Paladin Construction, Inc. 2. Boral Resources, Inc. 3. Sully- Miller 4. R.J. Noble Co. 5. Industrial Asphalt 6. Shawnan Corporation 7. Excel Paving Co. 8. Silvia Construction, Inc. 9. Excalibur Contracting, Inc. 10. All American Asphalt TOTAL BID PRICE $839,871.00* 849,564.00 890.223.00 900,521.50 927,561.00 ** 933,270.00 937,850.00 942,219.50 964,212.00 1,007,782.40 * ** • * Corrected total bid price is $849,840.00 ** Corrected total bid price is $928,819.00 * ** Corrected total bid price is $1,007,764.40 The apparent low bidder's (Paladin Construction, Inc.) bid proposal contained 2 errors in the multiplication of estimated quantity by unit price. After correction of these errors, the net change in Paladin's bid increased by $9,969, moving Paladin's Total Bid Price to second position, following the Total Bid Price submitted by Boral Resources, Inc. The (38) Subject: Jamboree Road Rehabilitation from Ford Road to South Bristol Street (C -2901) November 23, 1992 Page 2 • City's INSTRUCTIONS TO BIDDERS clearly states "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 ". Paladin and Boral have been notified of these corrections and changes in bid positions. Boral's Total Bid Price is 23% below the Engineer's Estimate of $1,100,000. Boral Resources, Inc. is a well - qualified general engineering contractor which has satisfactorily completed previous contract work for the City. The proposed work consists of reconstructing portions of existing street section. The project will also include crack sealing of existing pavements and construction of an A.C. overlay over reinforced pavement fabric. The project will improve the rideability and drainage of the pavement surface with an adequate structural section for present and future traffic demands. • Every effort has been made to specify work sequences which will minimize inconvenience to the travelling public. However, because of the high traffic volumes, some congestion and inconvenience during the work will be unavoidable. The work schedule has also been coordinated with the Southern California Gas Company's pipeline replacement project. This project is funded through the Intermodal Surface Transportation Efficiency Act on an allocation ratio of 88.53% Federal to 11.47% City contributions. Funds for award are available in the following appropriations: Description Account No. Amount Jamboree Road (Federal Portion) 7293 - 98313071 $743,537.80 of " (City Prop. 111 Portion) 7197 - 98313071 96.333.20 TOTAL $839,871.00 Plans and specifications were prepared by the Public • Works Department. The estimated date of completion is April 19, 1993. Benjamin B. Nolan Public Works Director GW:so CITY OF IRVINE cj k mn", JAMMEE ROAD REHABILITAT10BI EXHIBIT FROM FORD ROAD TO S. BRISTOL ST. oarE: oarmr�¢ .r is TO: FROM: SUBJECT: • • October 12, 1992 CITY COUNCIP AGENDA ITEM NO. 18 Mayor and Members of the City Council Public Works Department JAMBOREE ROAD REHABILITATION FROM FORD ROAD TO SOUTH BRISTOL STREET (C -2901) 1. Approve the plans and specifications. 2. Authorize the City Clerk to advertise for bids-be amambWar 9 DISCUSSION: On December 3, 1991 the Orange County Local • Transportation Authority initiated a one -year call for projects for AHFP, CRP, and various Measure M programs (Growth Management Areas, Intersection Improvement, Master Plan of Arterial Highways, and Super Streets) until programs from the 1991 Intermodal Surface Transportation Efficiency Act (ISTEA) have been put into place. Cities were invited to submit eligible projects for the various programs by March 27, 1992. The City's 1992/93 application for funds to rehabilitate Jamboree Road from Ford Road to Bristol Street South (see attached exhibit) was submitted to the Orange County Transportation Commission (OCTC) on March 26, 1992. The Orange County Transportation Authority (OCTA) reviewed the project and recommended $948,800 funding in an allocation ratio of 88.53% Federal to 11.47% City. On September 30, 1992 the Federal Highway Administration (FHWA) reviewed and approved Staff's plans and specifications for the project. The proposed project must be awarded by December 31, 1992 to meet ISTEA requirements. The proposed work consists of reconstructing portions of existing street, crack sealing existing pavements, and constructing an A.C. overlay over reinforced pavement fabric. The • project will improve the rideability and drainage of the pavement surface with an adequate structural section for present and future traffic demands. The estimated cost of all work is $1,100,000. Sufficient funds to award such an amount are available in various appropriations for Jamboree Road improvements from Ford Road to Campus Drive. Subject: Jamboree Road Rehabilitation from Ford Road to South Bristol Street (C -2901) October 12, 1992 • Page 2 The project is categorically exempted. A Notice of Categorical Exemption has been reviewed by the City's Environmental Coordinator and filed with the County Clerk on May 6, 1992. Plans and specifications were prepared by the Public Works Department. The estimated date of completion is April 19, 1993. i Benjamin B. Nolan Public Works Director GW:so • Attachments Authorized to Publish Advertisements of all kinds including public notices by Decree of the Superior court of Orange County, California, Number A -6214, September 29, 1961, and A -24631 June 11, 1963 STATE OF CALIFORNIA County of Orange I am a Citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the below entitled matter. I am a principal clerk of the NEWPORT BEACH —COSTA MESA DAILY PILOT, a newspaper of general circulation, printed and published in the City of Costa Mesa, County of Orange, State of California, and that attached Notice is a true and complete copy as was printed and published on the following dates: October 15, 20, 1992 I declare, under penalty of perjury, that the foregoing is true and correct. Executed on October 20 11992 at Cost"esa, California Signature PROOF OF PUBLICATION 0 I "Oct No. (001 12 d �2 "day. ot. 0o• g." odiwo. BOX CA!