HomeMy WebLinkAboutC-3242(A) - Jamboree Road Rehabilitation - East Coast Highway to San Joaquin Hills Road (Construction)CI4 OF NEWPORT BEACH
August 22, 2000
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
R.J. Noble Company
Attn: Jim Grace, President
15505 E. Lincoln Avenue
Orange, CA 92865
Subject: Jamboree Road Rehabilitation - East Coast Highway to San Joaquin
Hills Road (C- 3242A)
To Whom It May Concern:
On February 22, 2000, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond six months after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
February 23, 2000, Reference No. 20000095070. The Surety for the contract is
Federal Insurance Company, and the bond number is 8155- 90 -21. Enclosed is the
Faithful Performance Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LMH:Iib
cc: Public Works Department
Horst Hlawaty, Construction Engineer
enclosure
3300 Newport Boulevard, Newport Beach
EXECUTED IN FOUR COUNTERPARTS
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
BOND NO. 8155 -90 -21
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $
being at the rate of $
PAGE 16
thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to R. J. Noble, Company, hereinafter designated as the "Principal ", a contract
for construction of JAMBOREE ROAD REHABILITATION EAST COAST HIGHWAY TO SAN
JOAQUIN HILLS ROAD STPLMA 5151 (010), Contract No. 3242 -A in the City of Newport
Beach, in strict conformity with the plans, drawings, specifications, and other Contract Documents
maintained in the Public Works Department 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. 3242 -A and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and R. J. Noble Company, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter "Surety"), are
held and firmly bound unto the City of Newport Beach, in the sum of four hundred twenty-four
thousand, five hundred thirty-seven and 50/100 Dollars ($ 424,537.50), lawful money of the
United States of America, said sum being equal to 100% of the estimated amount of the Contract,
to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and
truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or
assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's
heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep
and perform any or all the work, covenants, conditions, and agreements in the Contract
Documents and any alteration thereof made as therein provided on its part, to be kept and
performed at the time and in the manner therein specified, and in all respects according to its true
intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach,
its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the
same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall
become null and void.
•' •
PAGE 17
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shall be included costs and reasonable expenses and fees,
including reasonable attorneys fees, incurred by the City, only in the event the City is required to
bring an action in law or equity against Surety to enforce the obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Contract or to the work to be performed thereunder or
to the specifications accompanying the same shall in any way affect its obligations on this Bond,
and it does hereby waive notice of any such change, extension of time, alterations or additions of
the Contract or to the work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal in full
force and effect for six (6) months following the date of formal acceptance of the Project by the
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 7th day of JULY , 1999
R. J. NOBLE COMPANY
Name of Contractor (Principal)
FEDERAL INSURANCE COMPANY
Name of Surety
801 S. FIGUEROA ST 23RD FL
LOS ANGELES, CA 90017 -5556
Address of Surety
(213) 612 -0880
Telephone
MICHAEL D. STONG, ATTORNEY —IN —FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
f: \usem\pbMshared \contracts \99\ amboree rd. rehab o-3242 \contract o-3242 -a.doc
1/99
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On _ , before me, ROSEMARY STANDLEY
PERSONALLY APPEARED MICHAEL D. STONG
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
n
r�rn 1 tir
Signature
OPTIONAL
ROSEMARY STANDLEY
COh4M. #1090462
NOTARY PUBLIC - CALIFORNIA
RIVERSIDE COUNTY
am e.
IAy C. War AM 7. 2000 N
This area far Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR EWIT (IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
to-os) Rev b199 ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of ORANGE
On JULY 7, 1999
(DATE)
11
before me, M.A. GROSKOPF
INAMERITLE OF OFFICER- i.e.'JANE DOE, NOTARY PUBLIC')
personally appeared JIM GRACE, PRESIDENT
INAMEISI OF SIGNERISI)
OF R. J. NOBLE COMPANY
W personally known to me -OR- ❑
a r M.A. GR
• COMM. #1130198 0
U m NOTARY PUBLIC - CALIFORNIA Oo
j i ORANGE COUNTY
My Comm. Exp. April 21, 2001
as
proved to me on the
basis of satisfactory
evidence to be the
person(s) whose name(s)
Is /are subscribed to the
within instrument and
acknowledged to me that
he /she /they executed the
same in his /her /their
authorized capacity(ies),
and that by his /her /their
signature(s) on the
instrumentthe person(s),
or the entity upon behalf
of which the person(s)
acted, executed the
instrument.
Witness my hand and official seal.
(SEAL)
ATURE OF NOT I
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Trtk or Type of Document
Number of Pages Date of Document
Slonerls) Other Than Named Above
WOLCOTTS FORM 93240 Rev. 2.94 (price ties 9-2A1 Q1994 WOLCOTTS FORMS, INC.
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONrrWO FINGERPRINTS
RIGHT THUMBPRINT (Optional)
CAPACITY CLAIMED BY SIGNERISI
'OINDIVIDUALIS)
)&CORPORATE
OFFICERISI
"aus1
OPARTNERISI ❑LIMITED
❑GENERAL
OATTORNEY IN FACT
OTRUSTEE(S)
❑GUARDIAN /CONSERVATOR
OOTHER:
SIGNER IS REPRESENTING:
(Name of POrson(O or Entity(lesl
R. J. NOBLE COMPANY
RIGHT THUMBPRINT (Optionall
CAPACITY CLAIMED BY SIGNERIS)
OINDIVIDUAL(S)
OCORPORATE
OFFICERS)
(TITLES)
OPARTNER(S) ❑LIMITED
OGENERAL
❑ATTORNEY IN FACT
OTRUSTEEIS)
❑GUARDIAN /CONSERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
IName of Penonls) or Entityliesl
11 '611151116131121114101111 F
CITY OF NEWPORT BEACH
March 30, 2000
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
R. J. Noble Company
Attn: Jim Grace, President
15505 E. Lincoln Avenue
Orange, CA 92865
Subject: Jamboree Road Rehabilitation - East Coast Highway to San Joaquin
Hills Road, (C- 3242A)
To Whom It May Concern:
On February 22, 2000, the City Council of Newport Beach accepted the work of
the subject project and authorized the City Clerk to file a Notice of Completion,
to release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code and to
release the Faithful Performance Bond six months after Council acceptance.
The Notice of Completion was recorded by the Orange County Recorder on
February 23, 2000, Reference No. 20000095070. The Surety for the contract is
Federal Insurance Company, and the bond numbers are 8155 -90 -21 and
81567261 -B. Enclosed are the Bidders Bond and the Labor & Materials Payment
Bond.
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
LH:cf
cc: Public Works Department
Horst Hlawaty, Construction Engineer
3300 Newport Boulevard, Newport Beach
• 1•
EXECUTED IN FOUR COUNTERPARTS
PAGE 14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
BOND NO. 8155 -90 -21
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to R. J. Noble Company, hereinafter designated as the "Principal;' a
contract for construction of JAMBOREE ROAD REHABILITATION EAST COAST HIGHWAY TO
SAN JOAQUIN HILLS ROAD STPLMA 5151 (010), Contract No. 3242 -A in the City of Newport
Beach, in strict conformity with the plans, drawings, specifications and other Contract Documents
in the office of the Public Works Department 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. 3242 -A and the
terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's
subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon,
for, or about the performance of the work agreed to be done, or for any work or labor done
thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth:
NOW, THEREFORE, We the undersigned Principal, and, R. J. Noble Company, duly
authorized to transact business under the laws of the State of California, as Surety, (referred to
herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of four
hundred twenty -four thousand, five hundred thirty -seven hundred and 50/100 Dollars
($424,537.50), lawful money of the United States of America, said sum being equal to 100% of
the estimated amount payable by the City of Newport Beach under the terms of the Contract; for
which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies, implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable 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.
9
Ll
PAGE 15
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 of action
to them or their assigns in any suit brought upon this Bond, as required by and in accordance with
the provisions of Sections 3247 et. seq. of the Civil Code of the State of Califomia.
And Surety, for value received, hereby stipulates and agrees that no change, extension of
time, alterations or additions to the terms of the Contract or to the work to be performed
thereunder 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 7 th day of JULY 119 99.
R. J. NOBLE COMPANY
Name of Contractor (Principal)
FEDERAL INSURANCE COMPANY
Name of Surety
801 S. FIGUEROA ST. 23RD FLOOR
Address of Surety
LOS ANGELES, CA 90017 -5556
(213) 612 -0880
Telephone
MICHAEL D. STONG ATTORNEY -IN -FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On 7 47 , before me,
PERSONALLY APPEARED
L D. STONG
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature L
OPTIONAL
Y STANDLEY
ROSEMARY STANDLEY
COMM.1i1080462
NOTARY PUDLIC • CALIFORNIA
t RIVERSIDE COUNTY
my Comm. E4ml JMM T. MW
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLE(S)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN/CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR ENTITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID-081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
State of CALIFORNIA
County of ORANGE
On .JULY 7, 1999 before me, M.A. GROSKOPF
(DATE) INAMERITLE OF OFFICER-i.e. -JANE DOE. NOTARY PUBLIC1
personally appeared JIM GRACE, PRESIDENT
INAMEISI OF SIGNER(S)l
OF R. J. NOBLE COMPANY
W personally known to me -OR- ❑
M.A. GROSKOPF
COMM. #1130198 0
j m NOTARY PUBLIC-CALIFORNIA
_7 ORANGE COUNTY
My Comm. Exp. April 21.2001
proved to me on the
basis of satisfactory
evidence to be the
person(s) whose name(s)
is /are subscribed to the
within instrument and
acknowledged to me that
he /she /they executed the
same in his /her /their
authorized capacity(ies),
and that by his /her /their
signature(s) on the
instrument the person(s),
or the entity upon behalf
of which the person(s)
acted, executed the
instrument.
Witness my hand and official seal
(SEAL) q
(SI A URE OF NOT )
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Tala or Type of Document
Number of Pages Date of Document
Signerfs) Other Than Named Above
WOLCOTTS FOMI $3240 Rev. 3.94 Ipice class e•]AI 01994 WOLCOTTS FORMS. INC.
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIONfZWO FINGERPRINTS
RIGHT THUMBPRINT ( Optional)
a
`o
CAPACITY CLAIMED BY SIONER(S)
'OINDIVIDUALIS)
XXCORPORATE
OFFICER(S)
ITITLESI
OPARTNERIS) OLIMITED
OGENERAL
❑ATTORNEY IN FACT
OTRUSTEE(S)
OGUARDIAN/CONSERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
IN-me of Person(*) or Entity(iss)
R. J. NOBLE COMPANY
RIGHT THUMBPRINT (Optional)
0
`o
CAPACITY CLAIMED BY SIGNER(S)
OINDIVIDUAL(S)
❑CORPORATE
OFFICERIS)
m1TLESI
❑PARTNER(S) ❑LIMITED
OGENERAL
❑ATTORNEY IN FACT
OTRUSTEEISI
O GUARDIAN /CONSERVATOR
OOTHER:
SIGNER IS REPRESENTING:
INeme of Persons) or Entitylies)
1I�I11 111111111111 E
CHUBB JROUP OF INSURAN P COMPANIES
CHUF3E3 15 Mountain View Road, P. 0. Box 1615. \Karen, New Jersey 07061 - G15
Bond No. 81567261 -B
That we,
FEDERAL INSURANCE COMPANY
Amount S 10% OF BID
Know All Men By These Presents,
R.J. NOBLE COMPANY
(hereinafter called the Principal),
as Principal, and the FEDERAL INSURANCE COMPANY, Warren, New Jersey, a corporation duly organized under
the laws of the State of Indiana, (hereinafter called the Surety), as Surety, are held and firmly bound unto
CITY OF NEWPORT BEACH
(hereinafter called the Obligee),
in the sum of TEN PERCENT OF THE AMOUNT OF THE BID Dollars
(S 10% OF BID ), for the payment of which we, the said Principal and the said Surety, bind ourselves,
our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
Sealed with our seals and dated this 21st day of MAY
A. D. nineteen hundred and 99
WHEREAS, the Principal has submitted a bid, dated JUNE 11
19 99
nor JAMBOREE ROAD REHABILITATION EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010) CONTRACT NO. 3242 -A
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Obligee shall accept the bid
of the Principal and the Principal shall enter into a contract with the Obligee in accordance with such bid and
give bond with good and sufficient surety for the faithful performance of such contract, or in the event of the failure
of the Principal to enter into such contract and give such bond, if the Principal shall pay to the Obligee the dif-
ference, not to exceed the penally hereof, between the amount specified in said bid and the amount for which
the Obligee may legally contract with another party to perform the work covered by said bid, if the latter amount
be in excess of the former, then this obligation shall be null and void, otherwise to remain in full force and effect.
R.J. NOBLE_C014PANY
ncipal
By: r�^1
(-A
•.'Icu
roim �soz000t rno.. �.�or u.oD60D u "s+
INSURANCCCOMPANY
CHAEL D. STOpCG ATTORNEY
STATE OF CALIFORNIA
SS.
COUNTY OF RIVERSIDE
On mil/ -,before me, ROSEMARY STANDLEY
PERSONALLY APPEARED MICHAEL D.
personally known to me (or proved to me on the basis of
satisfactory evidence) to be the person(s) whose name(s)
is /are subscribed to the within instrument and acknowl-
edged to me that he /she /they executed the same in his/
her /their authorized capacity(ies), and that by his /her/
their signature(s) on the instrument the person(s), or the
entity upon behalf of which the person(s) acted, executed
the instrument.
WITNESS my hand and official seal.
Signature )
OPTIONAL
ROSEMARY STAND LEY
m COMM. #1090462 yy
NOTARY PUBLIC - CALIFORNIA fA/1
' RIVERSIDE COUNTY
my Comm. Eta m June 7.2000 l
This area for Official Notarial Seal
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER
❑ INDIVIDUAL
❑ CORPORATE OFFICER
TITLES)
❑ PARTNER(S) ❑ LIMITED
❑ GENERAL
ATTORNEY -IN -FACT
TRUSTEE(S)
❑ GUARDIAN /CONSERVATOR
❑ OTHER:
SIGNER IS REPRESENTING:
NAME OF PERSON(S) OR EN ITY(IES)
DESCRIPTION OF ATTACHED DOCUMENT
TITLE OR TYPE OF DOCUMENT
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER(S) OTHER THAN NAMED ABOVE
ID-081 Rev. 6/94 ALL - PURPOSE ACKNOWLEDGEMENT
•
State of CALIFORNIA
County of ORANGE
0
On 5/24/99 before me, M.A. GROSKOPF
(GATE) INAMERITLE OF OFFICER- i.e.'JANE DOE, NOTARY PUSUC'I
personally appeared JIM GRACE, PRESIDENT
INAMEISI OF SIGNERISII
OF R. J. NOBLE COMPANY
W personally known to me -OR- ❑
(SEAL)
proved to me on the
basis of satisfactory
evidence to be the
person (s) whose name(s)
Is /are subscribed to the
within instrument and
acknowledged to me that
he /she /they executed the
same in his /her /their
authorized capacity(ies),
and that by his /her /their
signatures) on the
instrumentthe person(sl,
or the entity upon behalf
of which the person(s)
acted, executed the
instrument.
Witness my hand and official seal
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
THIS CERTIFICATE TRle or Type of Document
MUST BE ATTACHED
TO THE DOCUMENT Number of Pages Date of Document
DESCRIBED AT RIGHT:
Signers) Other Than Named Above
WOLCOTTS FORA 63240 Rar. 3 -94 Iwica class 0-2AI ®1394 WOLCOTTS FORMS, INC.
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATION/TWO FINGERPRINTS
RIGHT THUMBPRINT (Optional)
3
0
0
CAPACITY CLAIMED BY SIONER(SI
OINDIVIDUAL(S)
YINCORPORATE
OFFICER(S)
OPARTNERIS) OLIMITED
OGENERAL
❑ATTORNEY IN FACT
OTRUSTEEISI
O G UA RDIA N /CONSERVATOR
(DOTHER:
SIGNER IS REPRESENTING:
INeme of Personfs) or Enthyliesl
R. J. NOBLE COMPANY
RIGHT THUMBPRINT (Optional)
3
0
0
CAPACITY CLAIMED BY SIGNER(S)
OINDIVIDUAL(SI
OCORPORATE
OFFICERIS)
ITIRLSI
OPARTNERIS) OLIMITED
OGENERAL
OATFORNEY IN FACT
OTRUSTEE(SI
O GU ARD IAN /CONSERVATOR
OOTHER:
SIGNER IS REPRESENTING:
(Name of Persons) or EntitYlies)
IIfI67�7f7f5 l�6 N2f40 11 B
r
RECORDING REQUESTED BY AND
WHEN RECORDED RETURN TO:
City Clerk
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA 92663
E
Recorded in the County of Orange, California
Gary L Granville, CieFkr/,gecgrdTr,
1111 IIIIIIIIIINIII{IINIIIIIII{ {I No F04
20000095070 11{;54]RM 0�2R/23/00
0150010010.0090.00 x'.`00 �0<'0.0�090'"!1"0
0.00 0.00
Doc Types: 015
Oi FICE OF fFE CITY CLER6..
"Exempt from recording fees
pursuant to Government Code Section 6903"
NOTICE OF COMPLETION
NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, F
Newport Beach, California, 92663, as Owner, and R. J. Noble Company of Orange, N
California, as Contractor, entered into a Contract on June 28, 1999. Said Contract set
forth certain improvements, as follows:
Jamboree Road Rehabilitation - East Coast Highway to San Joaquin Hills Road,
C-3242 (A
Work on said Contract was completed on November 5, 1999, and was found to be
acceptable on February 22, 2000, by the City Council. Title to said property is vested in
the Owner, and the Surety for said Contract is Federal Insurance
BY
Iic Works Director
City of Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge.
Exec
M
�wport Beach, California.
UNION
BANK OF
CALIFORNIA
SOUTHERN CALIFORNIA
INTERNATIONAL OPERATIONS CENTER
1980 Saturn Street, V01 -519
Monterey Park, California 91755 -7417
Attention: Standby Letters Of Credit Section
Date: February 28, 2000
BENEFICIARY
Irrevocable Standby Letter
of Credit No. 306S232573
APPLICANT
City of Newport Beach R.J. Noble Co.
3300 Newport Boulevard P.O. Box 620
Newport Beach, CA 92663 Orange, CA 92836
Currency USD
Amount 200,000.00 (Two Hundred Thousand and No /100 U.S.Dollars.)
Available by Payment at this office.
Final Expiry Date March 31, 2003 at the close of business of this office in Monterey Park,
California.
Ladies /Gentlemen:
We hereby issue our Irrevocable Standby Letter of Credit No. 306S232573 ( "Letter of Credit ") in
your favor. This Letter of Credit is available by sight payment with ourselves only against
presentation at this office of the following documentation:
A sight draft drawn on us, purportedly signed by an authorized representative or official of
the Beneficiary, marked: "Drawn under Union Bank of California, N.A., Irrevocable
Standby Letter of Credit No. 3065232573, dated February 28, 2000."
2. A dated statement purportedly signed by an authorized representative or official of the
Beneficiary stating:
"The undersigned being a duly authorized representative or official of the City of Newport
Beach, (the "CITY ") hereby represents and warrants that the amount of the
accompanying draft represents and covers moneys the CITY has to pay to any
contractors, subcontractors, and persons furnishing labor, materials and equipment to
make repairs under Contract No. 3242 -A, STPLMA 5151 (010) ( "PROJECT "), futhermore
CITY warrants that written demand has been given to R.J. Noble Co. (the "Contractor") to
immediately commence and complete the repair work and that repairs were not
commenced within seven (7) days after such demand was made and /or are not
thereafter diligently prosecuted to fully completion within thirty (30) days after making
such demand, therefore the CITY in its sole judgment makes demand upon and use
funds secured by this Letter of Credit for such repairs, as per Contract No. 3242 -A,
STPLMA 5151(010) ( "PROJECT ") dated February 22, 2000 by and between City of
Newport Beach ( "CITY ") and R.J.Noble Co. (the "Contractor").
Partial drawings are permitted.
- Continued-
0 0
Our Reference No.: 3065232573
Page 2
This Letter of Credit sets forth in full the terms of our undertaking, and such terms shall not be
modified, amended or amplified by any document, instrument or agreement referred to in this Letter
of Credit, in which this Letter of Credit is referred to or to which this Letter of Credit relates.
Except as stated herein, this Letter of Credit is not subject to any condition or qualification and is
our individual obligation which is in no way contingent upon reimbursement.
The original of this Letter of Credit must be presented together with the above documents
in order to endorse the amount of each drawing on the reverse side.
All banking charges under this Letter of Credit are for the account of the Applicant.
An interbank transfer fee of USD30.00 will be deducted from the proceeds if settlement is to be
remitted to an account at another bank.
We hereby agree with you that drafts drawn under and in compliance with the terms of this credit
will be duly honored upon presentation and delivery to Union Bank of California, N.A., at the
address above. Documents are to be sent in one lot by courier service, overnight mail or hand
delivery.
This Letter of Credit is subject to the "Uniform Customs and Practice for Documentary Credits
(1993 Revision) ", International Chamber of Commerce Publication No. 500.
Union Bank of California, N.A.
International Operations Center
Authorized
Y MMM S. PYMM
AsSM&M Vloe P-G*M t
9
AGREEMENT
FOR GUARANTEE AGAINST
DEFECTIVE WORKMANSHIP AND MATERIALS
THIS AGREEMENT, made and entered into thisd)rc day of l r (9 uarJ , 2000, by and
between R. J. NOBLE COMPANY whose business address is 15505 E. Lincoln Avenue, Orange,
California. 92856, ( "CONTRACTOR ") and the CITY OF NEWPORT BEACH, a municipal
corporation, organized and existing under and by virtue of its Charter and the Constitution and the
laws of the State of California, ( "CITY");
RECITALS
WHEREAS, CONTRACTOR has constructed the JAMBOREE ROAD REHABILITATION
PROJECT from East Coast Highway to San Joaquin Hills Road, within the City of Newport Beach
to be known as Contract No. 3242 -A, STPLMA 5151 (010) ( "PROJECT "); and
WHEREAS, portions of the PROJECT failed to meet the project specifications of ninety -
five percent (95 %) relative compaction in the placement of a rubberized asphalt concrete cap in
Lane No. 1 and Lane No. 2 in each direction. If the PROJECT were completed in full compliance
with the specifications, the project would be covered by CONTRACTOR's one (1) year warranty.
CONTRACTOR and CITY have been advised by pavement engineering experts that compaction
of less than ninety -five (95 %) can perform satisfactorily and that if defects such as uneven
compaction or unraveling were to occur such defects would appear within the first two (2) to three
(3) years; and
WHEREAS, in consideration of City Council approval of the PROJECT, CONTRACTOR
desires to enter into this AGREEMENT, and has agreed to provide a three (3) year term Letter of
Credit acceptable to CITY that will allow CITY to use deposited funds to repair any roadway
damage related to the reduced compaction, as necessary and other public improvement work
required by CITY in connection with the repairs; and
WHEREAS, staff has recommended that the PROJECT be accepted as complete at the
regular meeting of the City Council on February 22, 2000, subject to CONTRACTOR's execution
of this AGREEMENT.
NOW, THEREFORE, CITY and CONTRACTOR agree as follows:
The PROJECT shall be considered accepted as complete as of the date this
AGREEMENT is approved.
2. The term of this AGREEMENT shall be three (3) years from the date of deposit of
the Letter of Credit as provided in Paragraph 3 below.
3. Within ten (10) days of City Council approval of this AGREEMENT,
CONTRACTOR shall provide CITY with a two hundred thousand dollar ($200,000)
Letter of Credit or other similar bank security payable to the CITY in a form
acceptable to CITY, to authorize City to call upon the Letter of Credit at any time to
make payment to any contractors, subcontractors, and persons furnishing labor,
materials and equipment to CITY to repair the PROJECT as required by this
AGREEMENT. Repairs to the PROJECT may include, but shall not be limited to;
0 0
a. Remove and replace portions of the No. 1 and No. 2 travel lanes and /or left
turn lanes, as shown in Exhibit 'W', attached hereto, with a one and one -
half inch (1 % ") ARHM overlay on Jamboree Road from Coast Highway to
San Joaquin Hills Road in each direction.
b. Repair, adjust and /or replace all striping, markings, loops, valves and
manholes, as necessary.
The above description of items is understood to be only a general description of
the repair work, and not a binding description.
4. If at any time during the term of this AGREEMENT, CITY in its own discretion
determines the need to repair the PROJECT, CITY may make written demand
upon the CONTRACTOR to immediately commence and complete the repair work.
If the requested repairs are not commenced within seven (7) days after such
demand is made and /or are not thereafter diligently prosecuted to completion and
fully completed within thirty (30) days after the making of such demand (or such
other time as may be contained in said demand), CITY may then complete or
arrange for completion of all remaining work or conduct such remedial activity as in
the sole judgment of CITY may be required, and may make demand upon and use
funds secured by the Letter of Credit for such repairs.
5. If CONTRACTOR provides CITY with a written dispute of CITY's written demand
for repairs within seven (7) days of receipt of CITY's written demand, CITY and
CONTRACTOR agree to have a third party pavement engineering expert,
agreeable to both and paid equally by both parties, determine the need for
repairing the roadway. The determination of the third party expert shall be final as
to necessity for and extent of repairs. CONTRACTOR may elect to commence
repairs within seven (7) days of the third party expert's determination. If the
requested repairs are not commenced within seven (7) days after the third party
determination is made and /or repairs are not thereafter diligently prosecuted to
completion and fully completed within thirty (30) days after the third party
determination, CITY may then commence or arrange for completion of all
remaining work required under the third party determination, and may make
demand upon and use funds secured by the Letter of Credit for such repairs.
6. Any repair work shall be completed in compliance with the specifications of CITY
Contract No. 3242(A) as approved by the City Engineer.
City shall release the Letter of Credit required by this AGREEMENT as follows:
a. In the event that no roadway repair is required within the term of this
AGREEMENT.
b. There is security remaining, if any, after securing payment to the
contractors, his or her subcontractors and to persons furnishing labor,
materials or equipment for all required repair work, plus an amount
reasonably determined by the City Engineer to be required to assure the
performance of any other obligations secured by the settlement of Security.
9
8. Indemnity /Hold Harmless. During the three (3) year term of this AGREEMENT,
CITY or any officer or employee thereof shall not be liable for any injury to persons
or property arising from CONTRACTOR'S failure to meet the ninety -five percent
(95 %) compaction specifications for the PROJECT or the acts or omissions of
CONTRACTOR, its agents or employees in the performance of this AGREEMENT.
CONTRACTOR further agrees to protect, defend, indemnify and hold harmless
CITY, its officials and employees from any and all claims, demands, causes of
action, liability, damages or loss of any sort, because of, or arising out of the
reduced compaction, or uneven compaction of the roadway, or raveling of the
pavement surface which may arise during the term of this AGREEMENT.
9. This AGREEMENT shall not affect or otherwise limit or supercede the one (1) year
warranty of workmanship or materials required for all other work by
CONTRACTOR on the PROJECT.
IN WITNESS WHEREOF, CONTRATOR and CITY have executed this AGREEMENT as
of the day and year first above written.
CITY OF NEWPORT BEACH,
a municipal corporation
By:
M
ATTEST:
LaVonne Harkess,
City Clerk
APR VED AS TO FORM:
Ro in L. auson,
Assistant City Attorney
R.J. NOBLE COMPANY
t
\\mis_l\sys \users\pbwkshared \contracts \y 98- 99yamboree rd. rehab c- 3242a\agreement guarantee - 6 noble.doc
1�
*0138 ld31 33S
,V. 3NIl H01VI4
Ri t Vie{ �jKi .OZ
r �
M
LL R
O
Y
LL!
L!
Y
UAJ+ b
AI
R
Y
6
M Y
W r
T��
i
I
XRI
UJtr
Rt
�y
a
I
I
ppp
.0
.K
R
Y
6�
1, ,ti'YI l I I
N�G\A* P
P PG�F�G
GG
Q
�b8
Z INS 335
.8. 3Nn H01vw
.V. An H01VA
3108V 1HOIN 33S
0
0
3
0
i'll- il
is
g
s�sN
riY
E
i
Z
�
In Z
0
Ir
4
ro
Lu
W U
Q
p
W
m
¢o
of
Z
a
m
r
as ❑
N
0+
0` V
Q
000_
(IS Li
NM
ON L)
CA ¢
W
J
Li q 4
C4 Lj LO
UJ
W
U>
Q
J
-i
a Li CL
0 >
t7 0+
ZQ
z
>
5z <
Qo QS
am d „
i'll- il
is
g
s�sN
riY
E
i
Z
M
LL
O
N
I-
W
W
Q
MR
m
X
W
*0138 L331 33S
.0. 3N11 HXVN
.Q W IOLVw
I 'INS 33S
1�
®� J
r. tis 33c
a , NJ1VW
3108V 1MJW 33S
w
N0
Li
J U
Q
¢0 ¢0-
r 0
ON U U
Q
00 a aw
Nx N�
�U or
Q
2 w 2 J
O1 0�
Qr a
WQ w0
J
Q LJ Q Q
J J
atj ao
0> 0 U
aQ z
>x >¢
Q o
a m a. a .-
ao p�
y�� R
IP 61
r w w
Q
a �
w
i � >
7
I LIT,-
Y
11101
0
M
LL
0
M
F-
W
w
U)
F-
m
Z
X
w
MILS ROAD
r
e.
@i 1
IVA
M N N
y O
W
J U
a
¢o ¢0-
m' m°
ON L) Os
a
ma cuw
N N 1
ON U O, ~
Q
Z W Z J
O1 O(k
L7 ~ A
Ld L61 L3
Q
aW a>
ad ao
u> om
za z
>� >a
ao ax
am a�-
lei
Imi l
• r r N
r
!°
ff�a
�FM
0
W
R t{
N � 0
1`
w;
February 22, 2000
i
CITY COUNCIL AGENDA
Af'F RV! rf)- ITEM NO. 10
TO: Mayor and Members of the City Council
FROM: Public Works Department
SUBJECT: JAMBOREE ROAD REHABILITATION — EAST COAST HIGHWAY TO
SAN JOAQUIN HILLS ROAD, CONTRACT NO. 3242(A) - COMPLETION
AND ACCEPTANCE
RECOMMENDATIONS:
1. Accept the work.
2. Authorize the City Clerk to file a Notice of Completion.
3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the
Notice of Completion has been recorded in accordance with applicable portions of
the Civil Code.
4. Release the Faithful Performance Bond 6 months after Council acceptance.
5. Authorize the Mayor and City Clerk to execute an agreement for a guarantee
against defective workmanship and materials.
DISCUSSION:
On June 28, 1999, the City Council authorized the award of the Jamboree Road
Rehabilitation contract from East Coast Highway to San Joaquin Hills Road to R.J.
Noble Company, of Orange, California. The contract provided for repaving Jamboree
Road with rubberized asphalt after existing deteriorated paving was removed by
grinding. The contractor did not meet the specified 95 percent relative compaction for
some portions of the roadway. Test results from pavement cores taken at four
locations in the median lanes in both directions of travel showed compaction of
between 90 and 94 percent. Insufficient compaction can result in rutting and /or raveling
over a period of time. The County material testing laboratory indicated that the rutting
or raveling, if it occurs, will usually occur in the first two years after the rubberized
asphalt is placed. Nearly six months after placing the pavement, there is no evidence
of any rutting or raveling in the wheel path for the median lanes where low compaction
was measured.
Two options available to resolve this situation: to enter into an agreement with the
contractor which provides for a guarantee for a three -year period, or remove and
replace the areas where compaction was found to be less than 95 percent.
SUBJECT: JAMBOREE RC�EHABILITATION — EAST COAST HIGHWAY TO•JOAQUIN HILLS ROAD,
CONTRACT NO.:f242(A) - COMPLETION AND ACCEPTANCE
February 22, 2000
Page 2
Based on the performance of the paving in the last six months and input from the
County material testing laboratory it is recommended that the three year guarantee
option be taken. This will eliminate the impact to the motoring public and adjacent
residences that would occur if the low compaction areas had to be reground and
repaved. The proposed guarantee agreement provides for a Letter of Credit in the
amount of $200,000.00 be given to the City, which will guarantee against defective
workmanship and materials for a period of three years. This amount would provide for
pavement replacement as specified in the agreement in the event the City needs to
retain a contractor other than RJ Noble. RJ Noble has established an outstanding,
long -term relationship with the City and intends to make any necessary repairs required
due to defective workmanship during the three year period.
A summary of the contract cost is as follows:
Original bid amount: $424,537.50
Actual amount of bid items constructed: 409,413.33
Total amount of change orders: 26,202.17
Final contract cost: $435,815.51
The decrease in the amount of actual bid items constructed over the original bid
amount resulted from the placement of lower tonnage quantities of asphalt rubber hot
mix than estimated the bid item quantities. The final overall construction cost including
change orders was 2.7 percent over the original bid amount.
A total of three monetary change orders were issued to complete the project. They
were as follows:
1. A change order in the amount of $3,600.00 provided for the substitution of
wooden posts in lieu of aluminum posts for two informational signs.
2. A change order in the amount of $24,080.06 provided for the installation of an
asphalt concrete leveling course prior to cap paving.
3. A change order in the amount of $5,922.11 provided for addition grinding to
remove exposed layers of petromat prior to cap paving.
The OCTA Arterial Highway Rehabilitation Program (Federal) application the City
submitted agreed to 30% AHRP Funds to be matched by 70% City funds. Funds for the
project were expended in the following account:
Description
Account No.
Amount
AHRP Participation
7285- C5100480
$127,563.19
Gas Tax
7181- C5100480
$308,252.32
\ \mis_1\sys\ users \pbw\ shared \council \fy99- 00 \febmary-22 \jamboree rehab c- 3242 -a.doc
SUBJECT: JAMBOREE RDA HABILITATION — EAST COAST HIGHWAY TO S *AQUIN HILLS ROAD,
CONTRACT NO. P(A) - COMPLETION AND ACCEPTANCE
February 22, 2000
Page 3
All work with the exception of punch -list items was completed on November 5, 1999,
the scheduled completion date.
Respectfully submitted
/v z
PUBLIC WORKS DEPARTMENT
Don Webb, Director
By:
Horst Hlawaty, P.E.
Construction Engineer
Attachment: Agreement (without exhibit)
is \users\pbvAshared \council \4,99 -00 \february-22 \jamboree rehab c-3242a.0oc
0 0
AGREEMENT
FOR GUARANTEE AGAINST
DEFECTIVE WORKMANSHIP AND MATERIALS
THIS AGREEMENT, made and entered into this day of 2000, by and
between R. J: NOBLE COMPANY whose business address is 15505 E. Lincoln Avenue, Orange,
California. 92856, ( "CONTRACTOR ") and the CITY OF NEWPORT BEACH, a municipal
corporation, organized and existing under and by virtue of its Charter and the Constitution and the
laws of the State of California, ( "CITY");
RECITALS
WHEREAS, CONTRACTOR has constructed the JAMBOREE ROAD REHABILITATION
PROJECT from East Coast Highway to San Joaquin Hills Road, within the City of Newport Beach
to be known as Contract No. 3242 -A, STPLMA 5151 (010) ( "PROJECT "); and
WHEREAS, portions of the PROJECT failed to meet the project specifications of ninety -
five percent (95 %) relative compaction in the placement of a rubberized asphalt concrete cap in
Lane No. 1 and Lane No. 2 in each direction. If the PROJECT were completed in full compliance
with the specifications, the project would be covered by CONTRACTOR's one (1) year warranty.
CONTRACTOR and CITY have been advised by pavement engineering experts that compaction
of less than ninety -five (95 %) can perform satisfactorily and that if defects such as uneven
compaction or unraveling were to occur such defects would appear within the first two (2) to three
(3) years; and
WHEREAS, in consideration of City Council approval of the PROJECT, CONTRACTOR
desires to enter into this AGREEMENT, and has agreed to provide a three (3) year term Letter of
Credit acceptable to CITY that will allow CITY to use deposited funds to repair any roadway
damage related to the reduced compaction, as necessary and other public improvement work
required by CITY in connection with the repairs; and
WHEREAS, staff has recommended that the PROJECT be accepted as complete at the
regular meeting of the City Council on February 22, 2000, subject to CONTRACTOR's execution
of this AGREEMENT.
NOW, THEREFORE, CITY and CONTRACTOR agree as follows:
The PROJECT shall be considered accepted as complete as of the date this
AGREEMENT is approved.
2. The term of this AGREEMENT shall be three (3) years from the date of deposit of
the Letter of Credit as provided in Paragraph 3 below.
3. Within ten (10) days of City Council approval of this AGREEMENT,
CONTRACTOR shall provide CITY with a two hundred thousand dollar ($200,000)
Letter of Credit or other similar bank security payable to the CITY in a form
acceptable to CITY, to authorize City to call upon the Letter of Credit at any time to
make payment to any contractors, subcontractors, and persons furnishing labor,
materials and equipment to CITY to repair the PROJECT as required by this
AGREEMENT. Repairs to the PROJECT may include, but shall not be limited to;
Ll
a. Remove and replace portions of the No. 1 and No. 2 travel lanes and /or left
turn lanes, as shown in Exhibit "A ", attached hereto, with a one and one -
half inch (11W') ARHM overlay on Jamboree Road from Coast Highway to
San Joaquin Hills Road in each direction.
b. Repair, adjust and /or replace all striping, markings, loops, valves and
manholes, as necessary.
The above description of items is understood to be only a general description of
the repair work, and not a binding description.
4. If at any time during the term of this AGREEMENT, CITY in its own discretion
determines the need to repair the PROJECT, CITY may make written demand
upon the CONTRACTOR to immediately commence and complete the repair work.
If the requested repairs are not commenced within seven (7) days after such
demand is made and /or are not thereafter diligently prosecuted to completion and
fully completed within thirty (30) days after the making of such demand (or such
other time as may be contained in said demand), CITY may then complete or
arrange for completion of all remaining work or conduct such remedial activity as in
the sole judgment of CITY may be required, and may make demand upon and use
funds secured by the Letter of Credit for such repairs.
5. If CONTRACTOR provides CITY with a written dispute of CITY's written demand
for repairs within seven (7) days of receipt of CITY's written demand, CITY and
CONTRACTOR agree to have a third party pavement engineering expert,
agreeable to both and paid equally by both parties, determine the need for
repairing the roadway. The determination of the third party expert shall be final as
to necessity for and extent of repairs. CONTRACTOR may elect to commence
repairs within seven (7) days of the third party expert's determination. If the
requested repairs are not commenced within seven (7) days after the third party
determination is made and /or repairs are not thereafter diligently prosecuted to
completion and fully completed within thirty (30) days after the third party
determination, CITY may then commence or arrange for completion of all
remaining work required under the third party determination, and may make
demand upon and use funds secured by the Letter of Credit for such repairs.
6. Any repair work shall be completed in compliance with the specifications of CITY
Contract No. 3242(A) as approved by the City Engineer.
City shall release the Letter of Credit required by this AGREEMENT as follows:
a. In the event that no roadway repair is required within the term of this
AGREEMENT.
b. There is security remaining, if any, after securing payment to the
contractors, his or her subcontractors and to persons furnishing labor,
materials or equipment for all required repair work, plus an amount
reasonably determined by the City Engineer to be required to assure the
performance of any other obligations secured by the settlement of Security.
0 0
8. Indemnity /Hold Harmless. During the three (3) year term of this AGREEMENT,
CITY or any officer or employee thereof shall not be liable for any injury to persons
or property arising from CONTRACTOR'S failure to meet the ninety -five percent
(95 %) compaction specifications for the PROJECT or the acts or omissions of
CONTRACTOR, its agents or employees in the performance of this AGREEMENT.
CONTRACTOR further agrees to protect, defend, indemnify and hold harmless
CITY, its officials and employees from any and all claims, demands, causes of
action, liability, damages or loss of any sort, because of, or arising out of the
reduced compaction, or uneven compaction of the roadway, or raveling of the
pavement surface which may arise during the term of this AGREEMENT.
9. This AGREEMENT shall not affect or otherwise limit or supercede the one (1) year
warranty of workmanship or materials required for all other work by
CONTRACTOR on the PROJECT.
IN WITNESS WHEREOF, CONTRATOR and CITY have executed this AGREEMENT as
of the day and year first above written.
CITY OF NEWPORT BEACH, R.J. NOBLE COMPANY
a municipal corporation
By:
Mayor
ATTEST:
LaVonne Harkless,
City Clerk
APPROVED AS TO FORM:
Robin L. Clauson,
Assistant City Attorney
0
\ \mis_l\sys \usems pbw\shared \contracts \fy 98- 9%amboree rd. rehab o-3242- a\agreement guarantee - ri noble.doc
C- 2��a <aj
STATE OF CALIFORNIA — BUSINESSAANSPORTATION AND HOUSING AGENCY GRAY DAVIS, Governor
DEPARTMENT OF TRANSPORTATION
DESIGN AND LOCAL PROGRAMS
P.O. BOX 942874, MS #1
SACRAMENTO, CA 94274 -0001
TDD (916) 654 -4014
(916) 654 -3151
Fax: (916) 654 -2409
July 19, 1999
File: 12- ORA- 0-NPTB
STPLMA - 5151(010)
IN THE CITY OF NEWPORT BEACH -
JAMBOREE RD. FROM COAST
HIGHWAY TO SAN JOAQUIN HILLS
RD.
Mr. Don Webb
Director of Public Works
City of Newport Beach
P.O. Box 1768
Newport Beach, CA 92658 -8915
Attn: Mr. Fong Tse, Engineering Division
Dear Mr. Webb:
Enclosed is your fully executed copy of Program Supplement Agreement No. 008 -M to Administering
Agency -State Agreement No. 12 -5151 covering: Construction for the above - referenced project.
Enclosure:
cc: OLP AE Project Files
(12) DLAE- Alan Williams
Sincerely,
� HUGH G. BRADY, Chief
/i Project Implementation
Office of Local Program
'We'll Find a Way'
EXCLTRFD.FRX
r
•
PROGRAM SUPPLEMENT NO. M008
to
ADMINISTERING AGENCY -STATE AGREEMENT
FOR FEDERAL -AID PROJECTS NO. 12 -5151
•
Date: June 02, 1999
Location: 12- ORA- 0-NPTB
Project Number:STPLMA- 5151(010)
E. A. Number: 12-931143
This Program Supplement is hereby incorporated into the Agency -State Agreement for Federal Aid which was entered into
between the Agency and the State on 05/21/97 and is subject to all the terms and conditions thereof. This Program Supplement
is adopted in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. �%q -7/',
approved by the Agency on & -,2 8 _194,?(See copy attached).
The Agency further stipulates that as a condition to payment of funds obligated to this project, it accepts and will comply with
the covenants or remarks setforth on the following pages.
PROJECT LOCATION:
In the City of Newport Beach - Jamboree Rd. from Coast Highway to San Joaquin Hills Rd.
TYPE OF WORK: Rehab (E) AC Roadway Pavement LENGTH: I (MILES)
PROJECT CLASSIFICATION OR PHASE(S) OF WORK
[ ] Preliminary Engineering
[ ] Construction Engineering
[ ] Right -Of -Way
[X] Construction
Estimated Cost
Federal Funds
Matching Funds
$585,200.00
34B $151,609.00
LOCAL
$433,591.00
$0.00
OTHER
$0.00
CITY OF NEWPORT BEACH
A
STATE OF CALIFORNIA
Department of Transportation
Accounting
t/ ;W V /) p/ uv� Date 2 - 9 �J $151,609.00
Chapter Statutes Item Year Program SC I Category F1 d Source AMOUNT
324 1998 2660- 101 -890 98 -99 .30.01 C 262040 892 -F 151,609.00
Program Supplement 12- 5151 -MOOS- ISTEA Page 1 of 2
j • •
12- ORA -0-NPTB 06/02/1999
STPLMA- 5151(010)
SPECIAL COVENANTS OR REMARKS
1. The Local Agency will reimburse the State for their share of
costs for work requested to be performed by the State.
2. The Local Agency agrees the payment of Federal funds will be
limited to the amounts approved by the Federal Highway
Administration in the Federal -Aid Project Agreement (PR -2) /Detail
Estimate, or its modification (PR -2A) or the FNM -76, and accepts
any increases in Local Agency Funds as shown on the Finance or
Bid Letter or its modification as prepared by the Office of Local
Programs Project Implementation.
3. The Local Agency will advertise, award and administer this
project in accordance with the current Local Assistance
Procedures Manual.
4. All maintenance, involving the physical condition and the
operation of the improvements, referred to in Article III
MAINTENANCE of the aforementioned Master Agreement will be the
responsibility of the Local Agency and shall be performed at
regular intervals or as required for efficient operation of the
completed improvements.
Program Supplement 12- 5151 - !2008- ISTEA Page 2 of 2
0
RESOLUTION NO. 99 - 47
A RESOLUTION OF THE CITY COUNCIL OF THE CITY
OF NEWPORT BEACH TO ENTER INTO PROGRAM
SUPPLEMENTAL AGREEMENTS WITH THE STATE OF
CALIFORNIA FOR ARTERIAL HIGHWAY
REHABILITATION PROGRAM PROJECTS
THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DOES
HEREBY RESOLVE, DETERMINE, AND ORDER AS FOLLOWS:
WHEREAS, the City is eligible for Federal -aid construction funding under
the Federal Highway Administration Arterial Highway Rehabilitation Program (AHRP);
and
WHEREAS, the projects approved for AHRP funding are known as San
Joaquin Hills Road from Jamboree Road to MacArthur Boulevard, San Joaquin Hills
Road from MacArthur Boulevard to Marguerite Avenue, Jamboree Road from East
Coast Highway to San Joaquin Hills Road, and Irvine Avenue from Santiago Drive to
Tustin Avenue: and
WHEREAS, to obtain reimbursement for said projects, the City must enter
into program supplements with the State of California and incorporate the program
supplements into the City-State Agreement for Federal Aid, which was entered into
between the City of Newport Beach and the State of California on May 21, 1997.
NOW, THEREFORE, the City Council of the City of Newport Beach does
hereby approve the Program Supplemental Agreements with the State of
California for the AHRP Funding Projects, and authorizes its staff to execute the
agreements.
Adopted this 28Ch day of .rune 1999.
Mayor
ATTEST:
City Clerk
fumm�pbWiharodkeao udons%ahrp.dm
STATE OF CALIFORNIA }
COUNTY OF ORANGE } ss.
CITY OF NEWPORT BEACH }
I, LAVONNE M. HARELESS, City Clerk of the City of Newport Beach, California, do
hereby certify that the whole number of members of the City Council is seven; that the foregoing
resolution, being Resolution No. 99 -47, was duly and regularly introduced before and adopted by the
City Council of said City at a regular meeting of said Council, duly and regularly held on the 28th
day of June, 1999, and that the same was so passed and adopted by the following vote, to wit:
Ayes: Adams, Glover, Thomson, Debay, Ridgeway, Noyes, Mayor ONeil
Noes: None
Absent: None
Abstain: None
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the
official seal of said City this 29th day of June, 1999.
(Seal)
City Clerk of the City of
Newport Beach, California
0
i
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, P.O. Box 1768
Newport Beach, CA 92658 -8915
until 11:00 a.m. on the 11th day of June. 1999,
at which time such bids shall be opened and read for
Jamboree Road Rehabilitation
East Coast Highway to San Joaquin Hills Road
Title of Project
STPLMA 5151 (010)
Contract No. 3242 -A
$540.000.00
Engineer's Estimate
Approved by
Bill ..
City Engineer
CITY CLERK
Prospective bidders may obtain one set of bid documents at no cost
at the office of the Public Works Department, 3300 Newport
Boulevard, P. O. Box 1768, Newport Beach, CA 92658 -8915.
For further information, call Ed Wimmer, Project Manager at (949) 644 -3322.
,.
,
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA (010)
CONTRACT NO. 3242 -A
TABLE OF CONTENTS
NOTICE INVITING BIDS ..................................................................... ............................... Cover
INSTRUCTIONS TO BIDDERS ................................................................... ..............................1
BIDDER'S BOND .......................................................................................... ..............................3
DESIGNATION OF SUBCONTRACTOR( S) ................................................. ..............................4
TECHNICAL ABILITY AND EXPERIENCE REFERENCES .......................... ..............................5
NON - COLLUSION AFFIDAVIT ..................................................................... ..............................6
NOTICE TO SUCCESSFUL BIDDER .......................................................... ..............................7
CONTRACT................................................................................................. ..............................8
LABOR AND MATERIALS BOND ................................................................ .............................14
FAITHFUL PERFORMANCE BOND ............................................................ .............................16
FEDERAL LOBBYING RESTRICTIONS ...................................................... .............................18
DISADVANTAGED BUSINESS ................................................................... .............................17
DBE GOAL FOR THIS PROJECT ............................................................... .............................20
SUBMISSION OF DBE INFORMATION ...................................................... .............................20
AWARD OF CONTRACT ............................................................................ .............................22
BUY AMERICA REQUIREMENTS ............................................................... .............................22
FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS ..................23
REQUIRED CONTRACT PROVISIONS FOR FEDERAL -AID
CONSTRUCTION CONTRACTS ................................................................. .............................25
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ........................ .............................37
DEBARMENT AND SUSPENSION CERTIFICATION ................................. .............................38
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS ..... .............................39
I • •
DISCLOSURE OF LOBBYING ACTIVITIES ............................................... .............................40
DBERECORDS ......................................................................................... .............................42
PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS ......... .............................43
LOCAL AGENCY BIDDER -DBE INFORMATION ....................................... .............................44
PROPOSAL........................................................................................... ............................... PR -1
SPECIAL PROVISIONS ........................................................................ ............................... SP -1
PROJECT INFORMATION SIGNS (OCTA Exhibit 15)
FEDERAL PREVAILING WAGE RATES ................. ............................... .......................Appendix
0 0
PAGE 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON - COLLUSION AFFIDAVIT
FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
DEBARMENT AND SUSPENSION CERTIFICATION
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS
DISCLOSURE OF LOBBYING ACTIVITIES
LOCAL AGENCY BIDDER -DBE INFORMATION
PROPOSAL
Page 1
Page 3
Page 4
Page 5
Page 6
Page 23
Page 37
Page 38
Page 39
Page 40
Page 44
Page P -1
2. 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.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents
listed above. Bidders are advised to review their content with bonding and legal agents prior
to submission of bid.
4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently
authorized by the Insurance Commissioner to transact business of insurance in the State of
California, and (2) listed as an acceptable surety in the latest revision of the Federal Register
Circular 570.
5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and
figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of
estimated quantity by unit price, the correct multiplication will be computed and the bids will be
compared with correctly multiplied totals. The City shall not be held responsible for bidder
errors and omissions in the PROPOSAL.
t
PAGE 2
7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the
request and expense of the Contractor, securities shall be permitted in substitution of money
withheld by the City to ensure performance under the contract.
The securities shall be deposited in a state or federal chartered bank in California, as the
escrow agent.
8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic
needed to execute the contract. A copy of said determination is available 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).
9. 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 ".
10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual
authorized by the corporation. For partnerships, the signatures shall be of a general partner.
For sole ownership, the signature shall be of the owner.
The signature below represents that the above has been reviewed.
A- 121735 A
Contractor's License No. & Classification
R. J. NOBLE COMPANY
Bidder
ut rized Stgnature/Title
JIM GRACE, PRESIDENT
June 11, 1
Date
POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATTN: SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone: (908) 903 -2000
Fax No.: (908) 903 -3656
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and
appointed, and does hereby constitute and appoint Michael D. Stong, Rosemary Standley, Susan C. Monteon and
Shawn Blume of Riverside, Calif ornia-------------------------------------- --------------------- -- --------
each its true and lawful Attomey -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver
for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit:
1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any
Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking.
2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds.
under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public
or private; bonds toTransportation Companies, Lost Instrument Bonds; Lease Bonds, Workers' Compensation Bonds,
Miscellaneous Surety Bonds and bonds on behafi of Notaries Public, Sheriffs, Deputy Sheriffs and similar public
officials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to
be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this loth
da l elor, , er 19 95
Q6rpotate S €a(L.
FEDERAL INSURANCE COMPANY
.: BY
N. t.._
)Qy�{' /'
JU,n J
'Kenneth C. Wendel Gerardo G. Mauriz
Assistant Secretary Vice President
STATE OF NEW JERSEY L ss,
County of Somerset f
On this loth day of November 19 95, before me personally came Kenneth C. Wendel to me known and by
me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the
foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant
Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing
Power of Attomey is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed
said Power of Attomey as Assistant Secretary of said Company by like authority; and that he is acquainted with Gerardo G. Mauriz
and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said
Power of Attorney is in the genuine handwriting of said Gerardo G. Mauriz and was thereto subscribed by authority of said By-
Laws and in deponent's presence.
Notarial _Seal
Acknowledged and Sworn to before me
` on the date above written:
I
% Notary Public
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE.
Fw 1510-0134 (A w.9 -94) GENERAL
Notary Pubic
0
CERTIFICATION
STATE OF NEW JERSEY 1 ss.
County of Somerset J
0
I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true
excerpt from the By -Laws of the said Company as adopted by its Board of Directors and that this By -Law is in full force and effect.
"ARTICLE XVIII.
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company
which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company
either by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant
Secretary, under their respective designations, except that any one or more officers or attomeys- in-fact designated in any
resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in
Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of
attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of
the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice
President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such
officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, Vice Chair-
man, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of
the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant
Secretaries or Aftomeys -in -Fad for purposes only of executing and attesting bonds and undertakings and other writings
obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signa-
ture and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is
attached."
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of
the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the
exception of Prince Edward Island; and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or
required by the law.
1, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of
Attorney is in full force and effect. L, ; C
Given under my hand and the seal of said Company at Warren, N.J., this d6 t day of 19!
Assistant Secretary
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
DESIGNATION OF SUBCONTRACTOR(S)
PAGE
State law requires the listing of all subcontractors who will perform work in an amount in
excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the
Contractor represents that he /she is fully qualified to and will be responsible for performing that
portion of the work. Substitution of subcontractors shall be made only in accordance with State
law and /or the Standard Specifications for Public Works Construction, as applicable.
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the following
subcontractors have been used in formulating the bid for the project and that these subcontractors
will be used subject to the approval of the Engineer and in accordance with State law. No
changes may be made in these subcontractors except with prior approval of the City of Newport
Beach.
Subcontract Work
Subcontractor
Address
1
Electrical
Traffic Loops &
946 S. EmeraldSt.
Cracktilling Inc.
Anaheim, CA 92804
2,
Manholes
Ramirez Construction
20815 Curriar RA_
Walnut, CA 91789
3.
Cold Milling
Pavement Recycling
P.O. Box 1266
Systems, Inc.
Riverside, CA 92502
4.
Striping
Orange County Striping
183 N. Pixley
Orange, CA 92868
5.
Survey
C_& C Engineering
17 Corporate Plaza Dr. 11120
_ _
Newport Beach, CA 92660
6.
Crackfilling
Rubberized Crackfiller
800 E. Walnut Ave.
Sealant Inc.
Fullerton, CA 92831
7.
8.
9.
10,
R.
J. NOBLE COMPANY
Bidder
W orized Signature/Title
JIM GRACE,
PRESIDENT
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA (010)
CONTRACT NO. 3242 -A
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
PAGE 5
The undersigned submits herewith a statement of the work of similar character to that
proposed herein which he /she has performed and successfully completed.
Year Project Person Telephone
Completed Name /Agency To Contact Number
3/99 CALTRANS AL SOLEHJOU 714 -556 -9416
NYES PLACE TO MYRTLE ST., ORANGE COUNTY
1/99
CITY OF LAGUNA BEACH
JOE CHIQUETE
714 - 497 -3311
OCEAN VISTA / WESLEY PLACE
1/99
CITY OF LA PALMA
ISMILE NOORBAKSH
714 -523 =7700
PAVEMENT REHAB. OF RESIDENTIAL STREETS ST 216
3/99
CITY OF FULLERTON
RON BOWERS
714 - 738 -6322
RESIDENTIAL STREET RECONSTRUCTION
4/99
CITY OF SANTA ANA
BILL ALBRIGHT
714 -565 -4028
17th ST. REHAB. BROADWAY TO
BRISTOL
10/98
CITY OF YORBA LINDA
FERNANDO SALDIVAR
714 - 961 -7100
PAVEMENT RESURFACING & SLURRY SEAL PROGRAM
11/98
CITY OF NEWPORT BEACH
949 - 664 -3311
, AVENCE ST. RECONSTRUCTION
RIVEP
11/98
CITY OF BUENA PARK
NABIL
714 -562 -3500
R. J.
Bidder
VALLEY VIEW REHAB. FROM CAB
NOBLE COMPANY
LERO RTESI
yz'1-
� Au orized Signature(Title
M GRACE, PRESIDENT
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
NON - COLLUSION AFFIDAVIT
State of California )
) ss.
County of ORANGE )
PAGE 6
JIM GRACE being first duly sworn, deposes and says that he or she is
VICE PRESIDENT Of R. J. NOBLE COMPANY ,the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is 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, sought 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 of the laws of the State of California that the foregoing is true
and correct.
R. J. NOBLE COMPANY
Bidder t rized SignaturefTitle
IM
GRACE, PRESIDENT
Subscribed and sworn to before me this 1 It of
June
[SEAL)
19 99.
Notary Public My •`� iVS.t . GROSKOPF My Commission Expires:
�;.,;, �,." COt✓1M. #1130198 0
° = � - NOTARY PUBLIC- CALIFOflNIA o
(7 � GRANGE COUNTY
A MY 6erNm, �xp, April 21, 2001 �}
0 0
PAGE 7
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
NOTICE TO SUCCESSFUL BIDDER
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 receipt
Notice of Award to the successful bidder:
• CONTRACT
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
• CERTIFICATE(S) OF INSURANCE
• GENERAL LIABILITY INSURANCE ENDORSEMENT
• AUTOMOBILE LIABILITY INSURANCE ENDORSEMENT
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.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in
the latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be
substituted for any monies to be withheld to ensure performance under the Contract
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key 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. Certificates of Insurance and additional insured
endorsements shall be on the insurance company's forms, fully executed and delivered with the
Contract. The Notice to Proceed will not be issued until all contract documents have been
received and approved by the City.
Y
PAGE 8
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
CONTRACT
THIS AGREEMENT, entered into this 28th day of June, 1999, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and R. J. Noble Company, hereinafter "Contractor," is
made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD STPLMA 5151 (010)
Project Description
3242 -A
Contract No.
WHEREAS, Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's
careful examination of all Contract documents, plans and specifications.
NOW, THEREFORE, City and Contractor agree as follows:
A. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the
following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's
Bond, Non - Collusion Affidavit, Faithful Performance Bond, Labor and Materials Payment
Bond, Permits, General Conditions, Standard Special Provisions and Standard Drawings,
Plans and Special Provisions for Contract No. 3242 -A, Standard Specifications for Public
Works Construction (current adopted edition and all supplements) and this Agreement,
and all modifications and amendments thereto (collectively the "Contract Documents ").
The Contract Documents comprise the sole agreement between the parties as to the
subject matter therein. Any representations or agreements not specifically contained in
the Contract Documents are null and void. Any amendments must be made in writing,
and signed by both parties in the manner specified in the Contract Documents.
B. SCOPE OF WORK Contractor shall perform everything required to be performed, and
shall provide and furnish all the labor, materials, necessary tools, expendable equipment
and all utility and transportation services required for the Project:
All of the work to be performed and materials to be furnished shall be in strict accordance
with the provisions of the Contract Documents. Contractor is required to perform all
activities, at no extra cost to City which are reasonably inferable from the Contract
Documents as being necessary to produce the intended results.
0 9
PAGE 9
C. COMPENSATION As full compensation for the performance and completion of the
Project as required by the Contract Documents, City shall pay to Contractor and
Contractor accepts as full payment the sum of four hundred twent -four thousand, five
hundred thirty -seven and 50/100 Dollars ($424,537.50).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Ed Wimmer
(949) 644 -3322
F. LABOR CODE 3700 LIABILITY INSURANCE
hereby certifies:
R. J. Noble Company
15505 E. Lincoln Avenue
Orange, CA 92865
Attn: Jim Grace, President
(714) 637 -1550
Contractor, by executing this Contract,
"I am aware of the provisions of Section 3700 of the Labor Code which requires every
employer to be insured against liability for Workers' Compensation or undertake self -
insurance in accordance with the provisions of the Code, and I will comply with such
provisions before commencing the performance of the work of this Contract."
G. INSURANCE Insurance is to be placed with insurers with a Best's rating of no less
than A:VII and insurers must be a California Admitted Insurance Company.
Contractor shall furnish City with certificates of insurance and with original
endorsements effecting coverage required by this Contract. The certificates and
endorsements for each insurance policy are to be signed by a person authorized by that
E
PAGE 10
insurer to bind coverage on its behalf. All certificates and endorsements are to be
received and approved by City before work commences. City reserves the right to
require complete, certified copies of all required insurance policies, at any time.
Contractor shall procure and maintain for the duration of the contract insurance against
claims for injuries to persons or damages to property which may arise from or in
connection with the performance of the work hereunder by Contractor, his agents,
representatives, employees or subcontractors. The cost of such insurance shall be
included in Contractor's bid.
1. Minimum Scope of Insurance
Coverage shall be at least as broad as:
a) Insurance Services Office Commercial General Liability coverage "occurrence"
form number CG 0001 (Edition 11/85) or Insurance Services Office form number
GL 0002 (Edition 1/73) covering Comprehensive General Liability and Insurance
Services Office form number GL 0404 covering Broad Form Comprehensive
General Liability.
b) Insurance Services Office Business Auto Coverage form number CA 0001 0187
covering Automobile Liability, code 1 "any auto" and endorsement CA 0029 1288
Changes in Business Auto and Truckers Coverage forms - Insured Contract.
c) Workers' Compensation insurance as required by the Labor Code of the State of
California and Employers Liability insurance.
2. Minimum Limits of Insurance
Coverage limits shall be no less than:
a) General Liability: $1,000,000.00 combined single limit per occurrence for bodily
injury, personal injury and property damage. If Commercial Liability Insurance or
other form with a general aggregate limit is used, either the general aggregate
limit shall apply separately to this project/location or the general aggregate limit
shall be twice the required occurrence limit.
b) Automobile Liability: $1,000,000.00 combined single limit per accident for bodily
injury and property damage.
c) Workers' Compensation and Employers Liability: Workers' compensation limits
as required by the Labor Code of the State of California and Employers Liability.
3. Deductibles and Self- Insured Retentions
Any deductibles or self- insured retentions must be declared to and approved by City.
At the option of City, either: the insurer shall reduce or eliminate such deductibles or
self- insured retentions as respects City, its officers, officials, employees and
volunteers; or Contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
0 9
PAGE 11
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
City, its officers, officials, employees and volunteers are to be covered as
additional insureds as respects: liability arising out of activities performed by
or on behalf of Contractor, including the insured's general supervision of
Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired
or borrowed by Contractor. The coverage shall contain no special limitations
on the scope of protection afforded to City, its officers, officials, employees or
volunteers.
ii. Contractor's insurance coverage shall be primary insurance and /or primary
source of recovery as respects City, its officers, officials, employees and
volunteers. Any insurance or self- insurance maintained by City, its officers,
officials, employees and volunteers shall be excess of the Contractor's
insurance and shall not contribute with it.
Any failure to comply with reporting provisions of the policies shall not affect
coverage provided to City, its officers, officials, employees and volunteers.
iv. Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the
insurer's liability.
v. The insurance afforded by the policy for contractual liability shall include
liability assumed by contractor under the indemnification /hold harmless
provision contained in this Contract.
b) Workers' Compensation and Employers Liability Coverage
The insurer shall agree to waive all rights of subrogation against City, its officers,
officials, employees and volunteers for losses arising from work performed by
Contractor for City.
c) All Coverages
Each insurance policy required by this clause shall be endorsed to state that
coverage shall not be suspended, voided, canceled, rescinded by either
party, reduced in coverage or in limits except after thirty (30) days' prior
written notice by certified mail, return receipt requested, has been given to
City.
5. Acts of God
Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for
the repairing and restoring damage to Work, when damage is determined to have
been proximately caused by an Act of God, in excess of 5 percent of the Contract
0
9
PAGE 12
amount provided that the Work damaged is built in accordance with the plans and
specifications.
6. Right to Stop Work for Non - Compliance
City shall have the right to offer the Contractor to stop Work under this Agreement
and /or withhold any payment(s) which become due to Contractor hereunder until
Contractor demonstrates compliance with the requirements of this article.
H. RESPONSIBILITY FOR DAMAGES OR INJURY
City and all officers, employees and representatives thereof shall not be responsible in
any manner: for any loss or damages that may happen to the Work or any part
thereof; for any loss or damage to any of the materials or other things used or
employed in performing the Work, for injury to or death of any person either workers or
the public; or for damage to property from any cause arising from the construction of
the work by Contractor, or its subcontractors, or its workers, or anyone employed by it.
2. Contractor shall be responsible for any liability imposed by law and for injuries to or
death of any person or damage to property resulting from defects, obstructions or from
any cause arising from Contractor's work on the Project, or the work of any
subcontractor or supplier selected by the Contractor.
3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees
from and against (1) any and all loss, damages, liability, claims, allegations of liability,
suits, costs and expenses for damages of any nature whatsoever, including, but not
limited to, bodily injury, death, personal injury, property damages, or any other claims
arising from any and all acts or omissions of Contractor, its employees, agents or
subcontractors in the performance of services or work conducted or performed
pursuant to this Contract; (2) use of improper materials in construction of the Work; or,
(3) any and all claims asserted by Contractor's subcontractors or suppliers on the
project, and shall include reasonable attorneys' fees and all other costs incurred in
defending any such claim. Contractor shall not be required to indemnify City from the
sole or active negligence or willful misconduct of City, its officers or employees.
4. To the extent authorized by law, as much of the money due Contractor under and by
virtue of the Contract as shall be considered necessary by City may be retained by it
until disposition has been made of such suits or claims for damages as aforesaid.
5. Nothing in this article, nor any other portion of the Contract Documents shall be
construed as authorizing any award of attorneys' fees in any action to enforce the
terms of this Contract, except to the extent provided for in H.3, above.
6. The rights and obligations set forth in this Article shall survive the termination of this
Contract.
EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other
Contract Documents by Contractor is a representation that Contractor has visited the
Project Site, has become familiar with the local conditions under which the work is to be
performed, and has correlated all relevant observations with the requirements of the
Contract Documents.
• •
Page 13
J. CONFLICT If there is a conflict between provisions of this Contract and any other
Contract Document, the provisions of this Contract shall prevail.
K. WAIVER A waiver by City or any term, covenant, or condition in the Contract
Documents shall not be deemed to be a waiver of any subsequent breach of the same or
any other term, covenant or condition.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
APP E AS TO FORM:
CITY ATTORNEY
CITY OF NE PORT BEACH
A Municip oration
By:
is D. O'Neil, Mayor
J. NOBLE COMPANY
fhorize�r Signature and Title
JIM 6RACE, PRESIDENT
f: Wsers\ pbvAsharedlcontract\masters\formal contract master.doc
06/23/99
10 0
State of CALIFORNIA
County of ORANGE
On JULY 7, 1999 before me,
IDATEI
M.A. GROSKOPF
(NAMEITITLE OF OFFICER i.e. -JANE DOE, NOTARY PUBLIC -)
personally appeared JIM GRACE, PRESIDENT
(NAMEIS) OF SIGNERISI)
OF R. J. NOBLE COMPANY
W personally known to me -OR- ❑
GROSKOPF
COMM. #1130198 0
NOTARY PUBLIC•cAWFORMA
=j ORANOECOUI
My Cgm1n. 8 w, Apr 21,200t
(SEALI
proved to me on the
basis of satisfactory
evidence to be the
person(s) whose name(s)
Is /are subscribed to the
within instrument and
acknowledged to me that
he /she /they executed the
same in his /her /their
authorized capacity(ies),
and that by his /her /their
signature(s) on the
instrumentthe person(s),
or the entity upon behalf
of which the person(s)
acted, executed the
instrument.
Witness my hand and official seal.
ATTENTION NOTARY
The information requested below and in the column to the right is OPTIONAL.
Recording of this document is not required by law and is also optional.
It could, however, prevent fraudulent attachment of this certificate to any
unauthorized document.
THIS CERTIFICATE
MUST BE ATTACHED
TO THE DOCUMENT
DESCRIBED AT RIGHT:
Title or Type of Document
Number of Pages Date of Document
Signerfs) Other Than Named Above
WOLCOTTS FORM 63240 Rev. 3.94 (Price clean 8-2A1 01994 WOLCOTTS FORMS, INC.
ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYMEPRESENTATIONRVJO FINGERPRINTS
RIGHT THUMBPRINT (Optional)
0
0
CAPACITY CLAIMED BY SIGNERIS)
D INDIVIDUALS)
MCORPORATE _..
OFFICER(S)
DPARTNERIS) ❑LIMITED
❑GENERAL
❑ATTORNEY IN FACT
OTRUSTEE(S)
D G UARD IAN /CONSERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
blame of Person(,) or Entitylies)
R. J. NOBLE COMPANY
RIGHT THUMBPRINT (Optional)
0
s
CAPACITY CLAIMED BY SIGNERIS)
DINDIVIDUALS)
OCORPORATE
OFFICER(S)
(TITUE91
DPARTNERIS) ❑LIMITED
DGENERAL
DATTORNEY IN FACT
OTRUSTEE(S)
O G UARD IAN /CONSERVATOR
❑OTHER:
SIGNER IS REPRESENTING:
(Name of Person(s) or Entitylied
11119I II63240 11118
POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATTN: SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone: (908) 903 -2000
Fax No.: (908) 903 -3656
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and
appointed, and does hereby constitute and appoint Michael D. Stong, Rosemary Standley, Susan C. Monteon and
Shawn Blume of Riverside,
each its true and IawfulAttomey -in -Fact to execute under such designation in its name and to affix its corporate seal to and deliver
for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to -wit:
1. Bonds and Undertakings (other than Bail Bonds) filed in any suit, matter or proceeding in any Court, or filed with any
Sheriff or Magistrate, for the doing or not doing of anything specified in such Bond or Undertaking.
2. Surety bonds to the United States of America or any agency thereof, including those required or permitted under the
laws or regulations relating to Customs or Internal Revenue; License and Permit Bonds or other indemnity bonds
under the laws, ordinances or regulations of any State, City, Town, Village, Board or other body or organization, public
or private; bonds to Transportation Companies, Lost Instrument Bonds; Lease Bonds, Workers' Compensation Bonds,
Miscellaneous Surety Bonds and bonds on behalf of Notaries Public, Sheriffs, Deputy Sheriffs and similar public
officials.
3. Bonds on behalf of contractors in connection with bids, proposals or contracts.
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By- laws, caused these presents to
be signed by its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this loth
Assistant Secretary
95
STATE OF NEW JERSEY SS,
I
County of Somerset
FEDERAL INSURANCE COMPANY
BY
&U, �J. Yhr
Gerardo G. Mauriz
Vice President
On this 10th day of November 19 95, before me personalty came Kenneth C. Wendel to me known and by
me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the
foregoing Power of Attorney, and the said Kenneth C. Wendel being by me duly sworn, did depose and say that he is Assistant
Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof; that the seal affixed to the foregoing
Power ofAttomey is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed
said Power of Attorney asAssistant Secretary of said Company by like authority; and that he is acquainted with Gerardo G. Mauriz
and knows him to be the Vice President of said Company, and that the signature of said Gerardo G. Mauriz subscribed to said
Power of Attorney is in the genuine handwriting of said Gerardo G. Mauriz and was thereto subscribed by authority of said By-
Laws and in deponents presence.
Notarial Seal
Acknowledged and Sworn to before me
on the date above written:"
Notary Public
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE.
Fpm 1510-0134 (Rev.9-90) GENERAL
Notary Pub.ic fir;
Commission E; .e _,.
0
CERTIFICATION
STATE OF NEW JERSEY t ss.
County of Somerset f
0
I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true
excerpt from the By -Laws of the said Company as adopted by its Board of Directors and that this By -Law is in full force and effect.
I_Ti>rfN��Pltl�
Section 2. All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company
which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company
either by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant
Secretary, under their respective designations, except that any one or more officers or attomeys -in -fact designated in any
resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in
Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of
attorney.
Section 3. All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of
the Company, either by the Chairman or the Vice Chairman or the President or a Vice President or an Assistant Vice
President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such
officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, Vice Chair-
man, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of
the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant
Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings
obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile
seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signa-
ture and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is
attached"
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of
the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the
exception of Prince Edward Island; and is also duly licensed to become sole surety on bonds, undertakings, etc., permitted or
required by the law.
I, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of
Attorney is in full force and effect. �y� /,�
Given under my hand and the seal of said Company at Warren, N.J., this 'V) day of J 191 1 .
i
�7
Assistant Secretary
A CORD
WE (MM,DEJYY)
07/02/1999
(949) 788 -0007 FAX (949) 788 -0072
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Millennium Risk Management & Insurance Services
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
7700 Irvi ne Center Drive
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 505
COMPANIES AFFORDING COVERAGE
Irvine, CA 92618
COMPANY Lexington Insurance Co. /WW
Ate' Darlene Owens Ext:
231 A
INSURED
COMPANY Safeco Insurance Company
R. J. Noble Co.
15505 Lincoln Avenue
COM`PANY Legion Insurance / Douglas
P. 0. Box 620
Orange, CA 92865
COMPANY
D
. :ix
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO TypE OF INSURANCE POLICY NUMBER
LTR
POLICY EFFECTIVE POLICY EXPIRATION. LIMITS
DATE (MMIDDfM DATE (MMMWY)
GENERAL LIABILITY
' GENERAL AGGREGATE S 2 , 000 , DDO
.......
X COMMERCIAL GENERAL LIABILITY
............. ..... ...................... _._._ ................. ._ _._.._........
PRODUCTS- COMP /OP AGO $ 1,000,600
CLAIMS MADE X OCCUR
A ..:::.:........ ...... 5357086
PERSONAL &ADV INJURY $ 1 000 000
: 07/01/1999 07/01/ 2000 ;......................._........................ ...............r.........,..... ..
X OWNER'S & CONTRACTOR'S PROT
EACH OCCURRENCE $ 1, 000 , 000
D
FIRE DAMAGE (Any One fire)_.... S.. SO , 000
k
.._ ... .................... ..._...._.....................'
_. _..
;......... ............__................. ...........
MED EXP(Any One person) S Excluded
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $
X ANY AUTO
1,000,000
ALL OWNED AUTOS -
BODILY INJURY S
SCHEDULEDAUTOS
(PW Pelsal)
B BA8160306
07/01/1999 07/01/2000:
X HIRED AUTOS
BODILY INJURY $
X NON -OWNED AUTOS
(P"WdEent)
.............................. ..............................:
' [ PROPERTY DAMAGE S
GARAGE LIABILITY
:AUTO ONLY - EA ACCIDENT S
ANY AUTO
: OTHER THAN AUTO ONLY.
EACH ACCIDENT S
'.......................
.. ... ....................... ...............................
_...............
AGGREGATE $
EXCESS LIABILITY
EACH OCCURRENCE S
........
UMBRELLA FORM
.................... ____ ............... .... ....... ....... ..................
:AGGREGATE $
OTHER THAN UMBRELLA FORM
$
WORKERS COMPENSATION AND
X TORY LIMITS ER
EMPLOYERS' LIABILITY
_f
C WC3- 0987427
EL EACH ACCIDENT
07 01/1999 07/01/ 2000 :" - - - — 1,000,_000
/
THE PROPRIETOW i INCL
. EL DISEASE - POLICY LIMIT S 1,000,000
PARTNERS(EXECUTME
OFFICERS ARE: EXCL
EL DISEASE - EA EMPLOYEE $ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS/LOCATION HICLESISPECIAL ITEMS
ertificate Holder is named Additional Insured /Primary as respects General Liability per endorsement
G 20 10 11/85 / RE: East Coast Highway to San
Joaquin Hills Road i Contract #3242 -A
10 day notice of CANCELLATION in the event of
non - payment of premium.
.:
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL X MAIL
City of Newport Beach, its officers,
Officials, employees and volunteers
, :In DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Public Works Department
RXN4N06fXXKafXX
3300 Newport Boulevard
XXXXXX
AUTHORIZED REPRESENTATIVE
Newport Beach, CA 92658 -8915
Darlene Owens CQ/
„ .:• -o r. < ^� i ;1RH�i t96
C
)C t,
'..`�R
, -7 1-,
City of Newport Beach, its officers,
Certificate issued to City of Newport Beach, its officers, 07/13/1999
Millennium Risk Management & Insurance Services
Policy #5357086
Additional Insured:
City, its officers, officials, employees and volunteers are to be covered as additional insureds as
respects liability arising out of activities performed by or on behalf of Contractor, including the
insured's general supervision of Contractor; products and completed operations of Contractor; premises
owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The
coverage shall contain no special limitations on the scope of protection afforded to City, its officers,
officials, employees or volunteers.
0
Policy Number 5357086 Commercial General Liability
THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies Insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART:
SCHEDULE
Name of Person or Organizations:
City of Newport Beach, its officers,
officials, employees and volunteers
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
RE: East Coast Highway to San Joaquin Hills Road / Contract #3242 -A
(If no entry appears above, Information required to complete this endorsement will be shown in the Declarations
as applicable to this endorsement.)
WHO IS AN INSURED (Section II) Is amended to Include as an Insured the person or organization shown in the
Schedule, but only with respects to liability arising out of your woW for that Insured by or for you.
"IT IS FURTHER AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY
FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN ABOVE SHALL BE PRIMARY
INSURANCE, BUT ONLY AS RESPECTS ANY CLAIMS, LOSS OR LIABILITY ARISING
DIRECTLY OR INDIRECTLY FROM THE NAMED INSUREDS OPERATIONS ON THIS
PROJECT AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE
NON - CONTRIBUTING WITH THE INSURANCE PROVIDED HEREUNDER."
CG 20 10 11 85 Copyright Insurance Services Office, Inc. 1984
C,
Policy Number 5357086
G
Commercial General Liability
THIS ENDORSEMENT CHANGES THE POLICY - PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS (FORM B)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART:
SCHEDULE
Name of Person or Organizations:
City, its officers, officials, employees and volunteers are to be covered as additional
insureds as respects liability arising out of activities performed by or on behalf of
Contractor, including the insured's general supervision of Contractor; products and
completed operations of Contractor; premises owned, occupied or used by Contractor; or
automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain
no special limitations on the scope of protection afforded to City, its officers, officials,
employees or volunteers.
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
RE: East Coast Highway to San Joaquin Hills Road / Contract #3242-A
(If no entry appears above, information required to complete this endorsement will be shown In the Declarations
as applicable to this endorsement.)
WHO IS AN NSURED (Section II) is amended to include as an insured the person or organization shown in the
Schedule, but only with respects to liability arising out of your work' for that insured by or for you.
111:4VAI &'PIe7�3!11;IeA
"9T IS FURTHER AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY
FOR THE BENEFIT OF THE ADDITIONAL INSURED SHOWN ABOVE SHALL BE PRIMARY
INSURANCE, BUT ONLY AS RESPECTS ANY CLAIMS, LOSS OR LIABILITY ARISING
DIRECTLY OR INDIRECTLY FROM THE NAMED INSUREDS OPERATIONS ON THIS
PROJECT AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED SHALL BE
NON - CONTRIBUTING WITH THE INSURANCE PROVIDED HEREUNDER."
CG 20 10 11 85 Copyright Insurance Services Office, Inc. 1984
e
SAFECO'
POLICY NUMBER: BA8160306 COMMERCIAL AUTO
THV; ENDORSEMENT CHANGESTHE POLICY. PLEASE READ IT CAREFULLY.
INSURED CONTRACT ENDORSEMENT
TIA endorsement modifies Insurance Provided under the foll0whT
BUSINESS AUTO COVERAGE FORM
VVM respect to coverage provided by this erdorsertrent: the providons of the Coverage Form apply unless modified
by the endorsement.
1. BLANKET WAVER OF SUBROGATION
Section IV — BUSINESS AUTO CONDITIONS A.5
Is amended by fie addition of the following:
we waive any right of recovery we may have against .
any person or organization because or paymeMa.:.
We make for 'bodily iniuny' or yroperty damage";
arising out lithe opera9on of a covered'auW when A
you have assrxned liability for such 'bodity, IrW
or'prorarty dernage" under an 'insured contmcL'
2. BLANIM
This in A.marrae Is considered Primary and we. will. ; -::
riot soak conbipution from any other insurance
omnaws to you for any person or organization for
whom you are required under an Insured contract"
b provide insurance. but only to Ina extent that fits
Is provided under Section IV — BUSINESS AUTO
CONDITIONS B.S. Other Irmnance.
Any. person or organization for whom you are
required under an 'Insured contract" to provide
insurance is considered an Insured' for !lability
Coverage, but only to the extent that piprson:or
organization quaNW as an lnmged'urd*Wlhe VVho
Is An insured provision contahad In section n of
1he Coverage Form.
4: PRIOR NOTICE OF CANCELLATION
.h the:err'ertrofeancellatlorr,or redrkibn irrlha:Urrrits
of InoNr nce.oNha coverage "Farm, we_wlll�11 at
(east Uty'rfyi .(� days Prior wrHten rrotiCe° fo any
person or,crgerazanon for whom you-are required
to provide soon notice under an'Ineured contract."
provided rt
l tatly4tve (4b? days prior at to the canceillation
or reduction.
City, its officers, officials, employees and volunteers are to be covered as
additional Insureds as respects liability arising out of activities performed by or
on behalf of Contractor, including the Insured's general supervision of
Contractor; products and completed operations of Contractor; premises owned,
occupied or used by Contractor; or automobiles owned, leased, hired or
borrowed by Contractor. The coverage shall contain no special limitations on the
scope of protection afforded to City, its officers, officials, employees or
volunteers.
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
RE: E,rst Coast Highway to San Joaquin Hills Road / Contract #3242 -A
eA MAI IM7 GRage"Md uademuek of SAFELO UM0M%on
... . ,J .:.,• , . , . ,.
0
ENDORSEMENT
Policy Number: WC3 -0987427
Company: Legion Insurance
Effective: 07/01/99 to 07/01/00
WAIVER OF SUBROGATION
IT IS AGREED THAT WE WAIVE ANY RIGHT OF RECOVERY WE MAY HAVE
AGAINST THE PERSON OR ORGANIZATION SHOWN IN THE SCHEDULE
BECAUSE OF PAYMENT WE MAKE FOR INJURY OR DAMAGE ARISING OUT OF
"YOUR WORK" DONE UNDER A CONTRACT WITH THAT PERSON OR
ORGANIZATION.
SCHEDULE
NAME OF PERSON OR ORGANIZATION
City, its officers, officials, employees and volunteers
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92658 -8915
RE: East Coast Highway to San Joaquin Hills Road / Contract 93242-A
Date: 7 /1/99 Authorized Signature:
JUL IC UU iiUra U9m59 HIT rHA NU. r. UI
CAL- SURANCE
--------------------------------------------------------------
COMMERCIAL. DEPARTMENT
FAX COVER SHEET
------•---------------------------------------------------- - - - - --
DATE- 7/12/1999
TIME: 9:44 A.M.
TOTAL NO. OF PAGES INCLUDING COVER (a)
TO FROM
--------------------------------------------------------------
FAX NO.: (949)644 -3305 FAX NO.: (714)939 -1654
COMPANY: City of Newport Beach SENDER: Celia James
ATTENTION: Shaun Oyler PHONE NO.: (714)940 -6826
RE: Certificate of Insurance -
R. J. Noble Company
Dear Shauna:
Enclosed Is the checked certificate on the above - captioned gontractor. Please note that all
requirem ants are met by this contractor except their General Uability carrier Is a surplus lines
only, in other words, they are a non-admitted carrier In California. You might Want to discuss this
with Lauren, since their Best Rating is A++:Xlll.
Should you have any questions with regards to this certificate, feel free to give us a call.
Thank you.
Celia
0 ol/----
333 City Dnulavard Wert. Ornngn, CA 928GR • P.O. Hex 7046 , Orange. CA 92803-7048 • 711.939.0800 • 711 tW -IG54
JUL -tC -Zld Vr, UJ :" HP ran u.
0 •
CAL- SURANCE
CERTIFICATE OF INSURANCE
CHECKLIST
CITY OF NEWPORT BEACH
THIS CHECKLIST IS COMPRISED OF REQUIREMENTS AS OUTLINED ABY THE CITY OF NEWPORT
BEACH.
DATE RECEIVED: OB 99 DEPARTMENT /CONTACT RECEIVED FROM:�fJtmjs 0-99
DATE COMPLETED: O Q SENT TO: t: UN BY:�,�L /A
COMPANY/PERSON REQUIRED TO HAVE CERTIFICATE: /?. S W LE 1SAZ .0Qy
GENERAL LIABILITY:
A. INSURANCE COMPANY: a.X 1AJ&76A1 fA SU;ZX/Jd,6 M-
B. AM BEST RATING (A VIL or grcalcr):: J�( /1 _ _
C. ADMITTED COMPANY: (Mast be California Admitted) Iscompanyldmixted ui California? Yes_ No)[
D. LIMITS: (Must be $1.000.000 or greater) What is limit provided ? / Q00_ _
E. PRODUCTS AND COMPLETED OPERATIONS: (Must Include) Is it included? Ycs No_
F. ADDITIONAL INSURDED WORDI G TO INCLUDE: (The, City its olficers. agents, officials, employees and
volunteers). Is it included? Yes No
G. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included) Is it included? Yes / No_
H. CAUTION! ( Confirm that loss or liability of die Named insured is not limited solgly by their negligence.)
Does endorsement include 'solely by negligence" wording? Yes No ✓
1. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation
certified mail. per Lauren Farley the City will accept the endeavor wording.
11. AUTOMOBILE LIABILITY
A INSURANCE COMPANY: 9AR060 JAI S) hfa
B. AM BEST RATING (A VII or greater):
C. ADMITTED COMPANY: ( MUST BE CALIFORNIA ADMITTED) Is company admitted'l Yes ✓ No
D. LIMITS: ( Must he $1,000.000 minimum BI & PD and $500,000 UM) What is limits provided? QQIprQQ�
E. ADDITIONAL INSURED WORDIN TO INCLUDE: (Tlic City its officers ,agents. officials, employees and
volunteers). Is it included? Yes V No_
F. PRIMARY AND NON CONTRIBUTORY WORDING: (Must be included). Is it included? Ycs ✓ No_
3. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation
certified mail; per Lauren Earley the City will accept the endeavor wording.
Ill. WORKERS COMPENSATION:
A. INSURANCE COMPANY: LcriIOAI IA1>rURAMM
B. AM BEST RATING (A VII or greater) : W/
C. LIMITS: Statutory
D. WAVIER OF SUBROGATION: (To include). Is it included? Yes No
HAVE ALL ABOVE REQUIREMENTS BEEN MET? Yes—/ No_,__
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
PAGE 18
FEDERAL LOBBYING RESTRICTIONS
Section 1352, Title 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.
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 for 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
not 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 if $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), employees(s), or Member(s) contacted to influence or
attempt to influence a covered Federal Action.
DISADVANTAGED BUSINESS
This project is subject to Part 23, Title 49, Code of Federal Regulations entitled "Participation
By Minority Business Enterprise In Department of Transportation Programs." The Regulations
in their entirety are incorporated herein by this reference.
Bidders shall be fully informed respecting the requirements of the Regulations and the
Department's Disadvantaged business (DBE) program developed pursuant to the Regulations;
particular attention is directed to the following matters:
(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;
(b) A DBE bidder, not bidding as a joint venture with a non -DBE, will be required to meet
the DBE goal through subcontracting or material purchases or make good faith effort to do so;
PAGE 19
(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 specific contract items of work, or
portions thereof. Responsibility means actually performing, managing and supervising the
work with its own forces. The DBE joint venture partner must share in the ownership, control,
management responsibilities, risks and profits of the joint venture. The DBE joint venturer
must submit the joint venture agreement, and either Schedule B of the Regulations or
California Department of Transportation Business Enterprise Program form entitled
"Minority /Disadvantaged/ Women Business Enterprise Joint Venture." This information must
be submitted with the DBE Information form required in "DBE Information" elsewhere in these
special provisions;
(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 of 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:
(i) The amount to be paid when a DBE trucker will perform the trucking with his /her own
trucks, tractors and employees;
(ii) One hundred percent of the trucking costs will be allowed for all trucking acquired
through certified DBE trucking brokers;
(h) DBEs and DBE joint venture partners must be certified as of the date of bid opening
either by the California Department of Transportation, or by a participating State of California
or local agency which certifies in accordance with Title 49, Code of Federal Regulations, Part
23. Listings of DBEs certified by the Department are available from the following sources:
(i) The Department's DB/WBE Directory, which is published quarterly. The DB/WBE
Directory may be obtained from the Department of Transportation, Materiel Operations
Branch, Publication Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815,
Telephone: (916) 445 -3520;
(ii) The Department's Electronic Information Bulletin Board Service (DB/WBE /BBS), which
is accessible by modem and is updated weekly. The DB/WBE /BBS may be accessed by first
contacting the Department's Business Enterprise Program at Telephone: (916) 227 -8937 and
obtaining a user identification and password;
(iii) The organizations listed in "DBE Goal for this Project" elsewhere in these special
provisions.
(iv) The listing of certified DBE firms is also available on the Internet at the following
Internet address: http: / /www.dot.ca.gov /hq /bep/
It is the Contractor's responsibility to verify that DBEs are certified;
PAGE 20
• •
(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 a breach of this contract;
0) Bidders are encouraged to utilize services offered by banks owned and controlled by
minorities or women.
DBE GOAL FOR THIS PROJECT
The City of Newport Beach has established the following goal for disadvantaged businesses
(DBE) participation for this project:
Disadvantaged business (DBE) 10 percent
It is the bidder's responsibility to make a sufficient portion of the work available to
subcontractors and suppliers and to select those portions of the work or material needs
consistent with the available DBE subcontractors and suppliers, so as to assure meeting the
goal for DBE participation.
The following firms may assist DBEs in preparing bids for subcontracting or supplying
materials:
The following firm may be contacted for projects in Districts 07, 08, and 12; in San Luis Obispo
and Santa Barbara Counties in District 05; in Kern County in District 06; and in Kern and San
Bernardino Counties in District 09:
Triaxial Management Services, Inc. - Los Angeles
2594 Industry Way,
Suite 101 -A,
Lynwood, CA 90262
Telephone: (310) 537 -6677
FAX No. (310) 637 -0128
The following firm may be contacted for projects in Districts 08, 11, and 12:
Triaxial Management Services, Inc. - San Diego
2725 Congress Street,
Suite 1D,
San Diego, CA 92110
Telephone: (619) 543 -5109
FAX No. (619) 543 -5108
Bidders may utilize the services of these firms to contact interested DBEs.
SUBMISSION OF DBE INFORMATION
The required DBE information shall be submitted on the "LOCAL AGENCY BIDDER - DBE
INFORMATION" form included in the Proposal. If the DBE information is not submitted with
the bid, the DBE information form shall be removed from the documents prior to submitting the
bid. 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.
PAGE 21
If DBE information is not submitted with the bid, the apparent successful bidder (low bidder)
shall submit DBE information to the office at which bids are received so the information is
received by the City no later than 4:00 p.m. on the fourth day, not including Saturdays,
Sundays and legal holidays, following bid opening. DBE information sent by U.S. Postal
Service certified mail with return receipt and certificate of mailing and mailed on or before the
third day, not including Saturdays, Sundays and legal holidays, following bid opening will be
accepted even if it is received after the 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
nonresponsive. Other bidders need not submit DBE information unless requested to do so by
the City. When such request is made, the DBE information of such bidders shall be submitted
so the information is received by the City no 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 City.
The bidder's 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 award of the contract in the event the City, it
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 and
DBE joint venture partners to be used, with a complete description of work or supplies to be
provided by each and the dollar value of each 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 that work to be performed or furnished by that DBE shall be included in the DBE
information, including the planned location of that work. (Note: DBE subcontractors to whom
the bidder proposes to directly subcontract portions of the work are to be named in the bid. -
See Section 2- 1.054, "Required Listing of Proposed Subcontractors," of the Standard
Specifications and Section 2 -1.01, "General," of these special provisions, regarding listing of
proposed subcontractors.)
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 written notices sent to certified DBEs soliciting bids 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 which the bidder made available to DBE firms, including, where
appropriate, any breaking down of the contracts into economically feasible units to facilitate
DBE participation, and the information furnished to DBEs such as plans, specifications, and
requirements for the work. It is the bidder's responsibility to demonstrate that sufficient work to
meet the DBE goal was made available to DBE firms.
(4) The names of DBEs who submitted bids which were not accepted, a summary of the
bidder's discussions and /or negotiations with them, the name of the firm selected for that
portion of work, and the reasons for the bidder's choice.
PAGE 22
(5) Efforts made to assist DBEs in obtaining bonding, lines of credit or insurance, and any
technical assistance related to the plans, specifications and requirements for the work which
was provided to DBEs.
(6) Any additional data to support a demonstration of good faith effort, such as contacts
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 Department, good faith effort to do
so. Meeting the goal for DBE participation or demonstrating, to the satisfaction of the
Department, good faith efforts to do so is a condition for being eligible for award of contract.
BUY AMERICA REQUIREMENTS
Attention is directed to the 'Buy America" requirements of the Surface Transportation
Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act
of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto.
In accordance with said law and regulations, all manufacturing processes for steel and iron
materials furnished for incorporation into the work on this project shall occur in the United
States; with the exception that pig iron and processed, pelletized and reduced iron ore
manufactured outside of the United States may be used in the domestic manufacturing
process for such steel and iron materials. The application of paint and any other coating that
protects or enhances the value of such steel or iron materials shall be considered a
manufacturing process subject to the "Buy America" requirements.
A Certificate of Compliance, conforming to the provisions in Section 6 -1.07, "Certificates of
Compliance," of the Standard Specifications, shall be furnished for steel and iron materials.
The certificates, in addition to certifying that the materials comply with the specifications, shall
also specifically certify that all manufacturing processes for the materials occurred in the
United States, except for the exceptions allowed herein.
The requirements imposed by said law and regulations do not prevent a minimal use of foreign
steel and iron materials if the total combined cost of such materials used does not exceed
one -tenth of one percent (0.1 %) of the total contract cost or $2,500, whichever is greater. The
Contractor shall furnish the Engineer acceptable documentation of the quantity and value of
any foreign steel and iron prior to incorporating such materials into the work.
SECTION 14 *EDERAL REQUIREMENTS I,R 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 Gov -
emment 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, arc included in this Section 14. Whenever in said required
contract provisions references arc made to "SHA contracting
officer ", "SHA resident engineer ", or "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 ad-
dition to the provisions in Section 11, "Nondiscrimination," and
Section VII, "Subletting or Assigning the Contract," of the re-
quired contract provisions, the Contractor shall comply with the
following:
The bidder shall execute the CERTIFICATION WITH RE-
GARD TO THE PERFORMANCE OF PREVIOUS CON-
TRACTS 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 510,000 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 condi-
tion 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, USG Sec. 1746, is included
in the proposal.
PARTICIPATION BY MINORITY BUSINESS EN-
TERPRISES IN SUBCONTRACTING. —Part 23, Title 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 Eli-
gibility
PAGE 23
(This form need not be filled in if all joint venture firms arc
minority owned.)
FR -1
I. Name ofjoint venture
2. Address ofjoint venture
3. Phone number ofjoint venture
4. Identify the firms which comprise the joint venture. (The
MBE partner must complete Schedule A.)
a. Describe the role of the MBE firm in thejoint venture.
b. Describe very briefly the experience and business
qualifications of each non- MBEjoint venturer:
5. Nature of the joint venture's business _
6. Provide a copy of thejoint venture agreement.
7. What is the claimed percentage of MBE ownership? _
8. Ownership of joint venture: (This need not be filled in if
described in the joint venture agreement, provided by question
6.).
Rmwd 3 -95
OM7 -95
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 land their titles)
who are responsible for day -to -day management and policy
decision making, including, but not limited to, those with
prime responsibility for:
a. Financial decisions
b. Management decisions, such as:
I. 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. —If, after filing this Schedule 6 and before the comple-
tion of the joint venture's work on the contract covered by this
regulation, there is any significant change in the information
submitted, the joint venture must inform the grantee, either di-
rectly or through the prime contractor if the joint venture is a
subcontractor.
Affidavit
"The undersigned swear that the foregoing statements are cor-
rect and include all material information necessary to identify
and explain the terms and operation of our joint 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 ac-
tual joint venture work and the payment therefor and any pro-
posed 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."
FR -2
...._ ..... rAUL Z4
............ ......... ........................................... .......... ..... ... ........ .....
Name of Firm Name of Firm
.................................................................... ...............................
Signature Signature
.................................... ........ ............. .... ............. - ................ ........
Name Name
....................................................................... ...............................
Title Title
....................................................................... ...............................
Date Date
Date
State of
County of
On this __ day of , 19 _, before me
appeared (Name) to me personally
known, who, being duly sworn, did execute the foregoing affi-
davit, and did state that he or she was properly authorized by
(Name of firm)
affidavit and did so as his or her free act and deed.
Notary Public
Commission expires
[Scull
Date
State of
County of
to execute the
On this _ day of _ 19 _, before me
appeared (Name) to me personally known,
who, being duly sworn, 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
[Seal]
Revised 3 -95
08-07 -95
REQUIRED CONTRACT PROVISI
EDERAL -AID CONSTRUCTION CONTWTS
(Exclusive of Appalachian Contracts)
Page
1.
General ....................................... ...............................
3
II.
Nondiscrimination .......................... ...........................
3
111.
Nonsegregated Facilities ............ ...............................
5
IV.
Payment of Predetermined Minimum Wage ........._ _
0
V.
Statements and Payrolls ..............................
8
VI.
Record of Materials, Supplies, and Labor .................
9
V 11.
Subletting or Assigning the Contract ........................
9
VIII.
Safety: Accident Prevention ...... ...............................
10
IX.
False Statements Concerning Highway Project....._...
10
X.
Implementation of Clean Air Act and Federal Water
Pollution Control Act .................. ...............................
10
XI.
Certification Regarding Debarment, Suspension,
Ineligibility, and Voluntary Exclusion .....................
I I
XII.
Certification Regarding Use of Contract Funds for
Lobbying.................................... ...............................
12
ATTACHMENTS
A. Employment Preference for Appalachian Contracts (included
in Appalachian contracts only)
GENERAL
1. 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 con-
tractor shall insert in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further re-
quire 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 Re-
quired Contract Provisions shall be sufficient grounds for termi-
nation 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:
Section I, paragraph 2;
Section IV, paragraphs I, 2, 3, 4, and 7;
Section V, paragraphs I and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Sccuon V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
PAGE 25
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 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. Selection of Labor: During the performance of this contract,
the contractor shall not:
a. discriminate against labor from any other State, possession,
or territory of the United States (except for employment
preference for Appalachian contracts, when applicable, as
specified in Attachment A), 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.
NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
I. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1630, and 41 CFR 60) and orders of the Secretary of
Labor as modified by the provisions prescribed herein, and im-
posed pursuant to 23 U.S.C. 140 shall constitute the EEO and
specific affirmative action standards for the contractors project
activities under this contract. The Equal Opportunity Construction
Contract Specifications set forth under 41 CFR 60 -4.3 and the
provisions of the American Disabilities Act of 1990
(42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and
29 CFR 1630 are incorporated by reference in this contract. In the
execution of this contract, the contractor agrees to comply with the
following minimum specific requirement activities of EEO:
a. The contractor will work with the State highway agency
(SHA) and the Federal Government in carrying out EEO obli-
gations and in their review of his /her activities under the con-
tract.
b. The contractor will accept as his operating policy the
following statement:
"it is the policy of this Companv to assure that applicants are
employed, and that employees are treated daring employment,
without regard to their race, religion, ser, color, national origin,
age or disability. Such action shall include: employment.
upgrading, demotion, or transfer; recruitment or recruitment ad-
veriising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprentice-
ship, preapprenlice.chip, and /or on-the-job training."
2. EEO Officer: The contractor will designate and make
known to the SHA contracting officers an EEO Officer who will
have the responsibility for and must be capable of effectively
Pon, 1277 -- Revised 3 -95
08 -07 -95
FR -3
administering and promoting an actiOntractor program of EEO
and who must be assigned adequate authority and responsibility to
do so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant
of, and will implement, the contractor's EEO policy and
contractual responsibilities to provide EEO in each grade and
classification of employment. To ensure that the above agreement
will be met, the following actions will be taken as a mininmm:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be reviewed
and explained. The meetings will be conducted by the EEO
Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty
days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to im-
plement such policy will be brought to the attention of em-
ployees by means of meetings, employee handbooks, or other
appropriate means.
4. Recruitment: When advertising for employees, the
contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer." All such adver-
tisements will be placed in publications having a large circulation
among minority groups in the area from which the project work
force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through
public and private employee referral sources likely to yield
qualified minority group applicants. To meet this requirement,
the contractor will identify sources of potential minority group
employees, and establish with such identified sources
procedures whereby minority group applicants may be referred
to the contractor for employment consideration.
b. In the event the contractor has a valid bargaining agreement
providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract
provisions. (The DOL has held that where implementation of
such agreements have the effect of discriminating against
minorities or women, or obligates the contractor to do the same,
such implementation violates Executive Order 11246, as
amended.)
c. The contractor will encourage his present employees to
Fonn I -'A - 11 6,cd 3.95
08 -07 -95
FR -4
PAGE 26
refer minority 14 applicants for employment. Information
and procedures with regard to referring minority group
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence
of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with
his obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a
reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minority group and women employees,
and applicants for employment.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e.,
apprenticeship, and on -the -job training programs for the ge-
ographical area of contract performance. Where feasible, 25
percent of apprentices or trainees in each occupation shall be in
their first year of apprenticeship or training. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the special
provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance re-
quirements for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees
and will encourage eligible employees to apply for such training
and promotion.
6
•
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions,
and to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures
set forth below:
a. The contractor will use best efforts to develop, in coop-
eration with the unions, joint training programs aimed toward
qualifying more minority group members and women for
membership in the unions and increasing the skills of minority
group employees and women so that they may qualify for higher
paying employment.
b. The contractor will use best efforts to incorporate an EEO
clause into each union agreement to the end that such union will
be contractually bound to refer applicants without regard to their
race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union refuses to famish such information
to the contractor, the contractor shall so certify to the SHA and
shall set forth what efforts have been made to obtain such
information.
d. In the event the union is unable to provide the contractor
with a reasonable Flow of minority and women referrals within
the time limit set forth in the collective bargaining agreement,
the contractor will, through independent recruitment efforts, till
the employment vacancies without regard to race, color,
religion, sex, national origin, age or disability; making full
efforts to obtain qualified and /or qualifiable minority group
persons and women. (The DOL has held that it shall be no
excuse that the union with which the contractor has a collective
bargaining agreement providing for exclusive referral failed to
refer minority employees.) In the event the union referral prac-
tice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
SHA.
8. Selection of Subcontractors, Procurement of Materials and
Leasing of Equipment: The contractor shall not discriminate on
the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors,
including procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and
suppliers of his /her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49
CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant
to this contract. The contractor will use his best efforts to solicit
bids from and to utilize DBE subcontractors or subcontractors
with meaningful minority group and female representation
among their employees. Contractors shall obtain lists of DBE
construction firms from SHA personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
PAGE 27
n
LJ
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by au-
thorized representatives of the SFIA and the FH WA.
a. The records kept by the contractor shall document the
following:
(IIThe number of minority and non - minority group
members and women employed In each work classification on
the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment op-
portunities for minorities and women;
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with
meaningful minority and female representation among their
employees.
b. "rhe contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number
of minority, women, and non - minority group employees
currently engaged in each work classification required by the
contract work. This information is to be reported on Form
FH WA -1391. If on -the -job training is being required by special
provision, the contractor will be required to collect and report
training data.
III NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of 510,000 or more)
FR -5
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 EEO
provisions of this contract. The firm further certifies that no
employee will be denied access to adequate facilities on the
basis of sex or disabi lity. .
b. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, time clocks,
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 fact, seg-
regated on the basis of race, color, religion, national origin, age
or disability, because of habit, local custom, or otherwise. The
only exception will be for the disabled when the demands for
accessibility override (e.g. disabled parking).
Fnnn 1273 — Revised 3 -95
oN -o7 -95
c. The contractor agrees that to obtained or will obtain
' identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will
retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM
WAGE
(Applicable to all Federal -aid construction contracts exceeding
52,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
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 (29 CFR 3)] issued by the Secretary of Labor under
the Copeland Act (40 U.S.C. 276c) 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 part hereof, regardless of any
contractual relationship 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 Section 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
accessible place where it can be easily seen by the workers. For
the purpose of this Section, contributions made or costs
reasonably anticipated for bona fide fringe benefits under
Section I(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 deter-
mination 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 employer's 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 Act and
related acts contained in 29 CFR I, 3, and 5 are herein
incorporated by reference in this contract.
Flinn 1373 — R,ks d -3 - -95
nN -n7 -95
FR -6
PAGE 28
2. Classificatioe
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 only when the
following criteria have been met-
(I ) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the
wage determination;
(2) the additional classification is utilized in the area by the
construction industry;
(3) the proposed wage rate, including any bona fide fringe
bcncfits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
prevails in the area in which the work is performed.
c. If the contractor or subcontractors, as appropriate, the
laborers and mechanics (if known) to be employed in the addi-
tional classification or their representatives, and the contracting
officer agree on the classification and wage rate (including the
amount designated for fringe bcncfits where appropriate), a
report of the action taken shall be sent by the contracting officer
to the DOL, 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 30 -day period that additional time is
necessary.
d. In the event the contractor or subcontractors, as appro-
priate, the laborers or mechanics to be employed in the addi-
tional 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
C. 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 con-
tract 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
t
U
as stated in the wage determination or shall pay another bona
fide fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does not
make payments to a trustee or other third person, he /she may
consider as a part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona
fide fringe benefits under a plan or program, provided, that the
Secretary of Labor has found, upon the written request of the
contractor, that the applicable standards of the Davis -Bacon Act
have been met. The Secretary of Labor may require the
contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL) and
Helpers:
a. Apprentices:
If ) Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona
fide apprenticeship program registered with the DOL,
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 ratio permitted under the
registered program shall be paid not less than the applicable
wage rate on the wage determination for the work actually
performed. Where a contractor 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 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 provisions of the apprenticeship program.
If the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. If the Administrator 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.
FR -7
PAGE 29
•
(4) In the event the Bureau of Apprenticeship and Training,
or a State apprenticeship agency recognized by the Bureau,
withdraws approval of 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 1s approved.
b. Trainees;
( I ) Except its 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 arc employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the DOL,
Employment and Training Administration.
(2) The ratio of trainees to journeyman -level employees on
the job site shall not be greater than permitted under the plan
approved by the 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 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 journeyman -level wage rate on the
wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall re-
ccivc the same fringe benefits as apprentices.
(4) In the event the Employment and Training Adminis-
tration withdraws approval of a training program, the con-
tractor 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. Helpers:
Helpers will be permitted to work on a project if the helper
classification is specified and defined on the applicable wage
determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a
payroll at a helper wage rate, who is not a helper under an
approved definition, shall be paid not less than the applicable
wage rate on the wage determination for the classification of
work actually performed.
form 1273 — Revised 3.95
08.07 -95
,Local Assistance P edures Manual
Sample N ce to Contrac
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill
training programs which have been certified by the Secretary of
Transportation as promoting EEO in connection with Federal -aid
highway construction programs arc 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.
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,
trainees, and helpers 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 -half times his /her basic rate of pay for all
hours worked in excess of 40 hours in such workweek.
8. 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 thereof 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 S 10 for each calendar day on which such employee
was required or permitted to work in excess of the standard work
week of 40 hours without payment of the overtime wages required
by the clause set forth in paragraph 7.
Font 1273 — Rcrised 3.95
08.07 -95
PAGE 30
EXHIBIT 12 -F
for & SpeciaProvisions
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 all Federal -aid construction contracts exceeding
52,000 and to all related subcontracts. except for projects located
on roadways classified as local roads or rural collectors, which are
exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
FR -8
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 contract for all laborers,
mechanics, apprentices, trainees, watchmen, helpers, 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
cash equivalent thereof the types described in Section I(b)(2)(B)
of the Davis Bacon Act): daily and weekly number of hours
worked; deductions made; and actual wages paid. In addition,
for Appalachian contracts, the payroll records shall contain a
notation indicating whether the employee does, or does not,
normally reside in the labor area as defined in Attachment A,
paragraph I. Whenever the Secretary of Labor, pursuant to Sec-
tion IV, paragraph 31b, has found that the wages of any laborer
or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program
described in Section I(b)(2)(B) of the Davis Bacon Act, the
contractor and each subcontractor shall maintain records which
show that the commitment to provide such benefits is
enforceable, that the plan or program is financially repossible,
that the plan or program has been communicated in writing to
the laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing benefits.
Contractors or subcontractors employing apprentices or trainees
under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage
rates prescribed in the applicable programs.
,y
n
LJ
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, trainees, and helpers, described in
Section IV, paragraphs 4 and 5, and watchmen and guards en-
gaged on work during the preceding weekly payroll period(.
The payroll submitted shall set out accurately and completely all
of the information required to be maintained under paragraph 26
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 or
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 sub-
contractor or his /her agent who pays or supervises the payment
of the persons employed under the contract and shall certify the
following:
(I) 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
payroll period has been paid the full weekly wages camcd,
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from
the full wages earned, other than permissible deductions as set
forth in the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash
equivalent for the classification of worked performed, as
specified in the applicable wage determination incorporated
into the contract.
e. The weekly submission of a properly executed certification
set forth on the reverse side of Optional Form WH -347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 2d of this Section V.
f The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under 18
U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records re-
quired under paragraph 2b of this Section V available for in-
speciion, copying, or transcription by authorized representatives
of the SHA, the FHWA, or the DOL, and shall permit such
representatives to interview employees during working hours on
the job. If the contractor or subcontractor fails to submit the re-
quired records or to make them available, the SHA, the FHWA,
the DOL, or all may, after written notice to the contractor,
sponsor, applicant, or owner, take such actions as may be nec-
essary to cause the suspension of any further payment, advance,
or guarantee of Ponds. Furthermore, failure to submit the
required records upon request or to make such records available
PAGE 31
•
may be grounds for dcbamtent action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND
LABOR
I. On all Federal-aid contracts on the National Highway System,
except those which provide solely for the installation of protective
devices at railroad grade crossings, those which arc constructed on
a force account or direct labor basis, highway beautification
contracts, and contracts for which the total final construction cost
for roadway and bridge is less than $1,000,000 (23 CFR 635) the
contractor shall:
a. Become familiar with the list of specific materials and
supplies contained in Form FHWA -47, "Statement of Materials
and Labor Used by Contractor of Highway Construction
Involving Federal Funds," prior to the commencement of work
under this contract.
b. Maintain a record of the total cost of all materials and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA -47, and in the units shown on Form FHWA -47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA -47 together with the data
required in paragraph lb relative to materials and supplies, a
Final labor summary of all contract work indicating the total
hours worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
I. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by
the State. Specialty items may be performed by subcontract and
the amount of any such specialty items performed may be deducted
from the total original contract price before computing the amount
of work required to be performed by the contractor's own
organization (23 CFR 635).
FR -9
a. "Its own organization" shall be construed to include only
workers employed and paid directly by the prime contractor and
equipment owned or rented by the prime contractor, with or
without operators. Such term does not include employees or
equipment of a subcontractor, assignee, or agent of the prime
contractor.
b. "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid on the contract as a
whole and in general arc to be limited to minor components of
the overall contract.
Fomt 1271 — Revised 1 -95
08.07.95
.Local Assistance P edures Manual EXHIBIT 12 -F
Sample N #ce to Contractor & Specis Provisions
2. The contract amount upon which the requirements set forth in
paragraph I of Section VII is computed includes the cost of
material and manufactured products 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 not be construed to relieve the contractor of any
responsibility 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 contract.
VIII. SAFETY: ACCIDENT PREVENTION
I.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 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. It is a condition of this contract, and shall be made a con-
dition of each subcontract, which the contractor enters into pur-
suant to this contract, that the contractor and any subcontractor
shall not permit any employee, 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 (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative thereof,
shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the
construction safety and health standards and to carry out the duties
of the Secretary under Section 107 of the Contract Work Hours
and Safely Standards Act (40 U.S.C. 333).
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, 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 mis-
representation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding re-
Fomr 1273 — Rmsed 3 -95
nR -07 -95
PAGE 32
garding the seriousness of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 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 IIIGtIWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever being an q(ficer, agent, or emphmee of the United
S'tates, or any Stale or Territory, or whoever, whether a person.
association. /inn, or corporation, k'nowmgll• makes an ' v frdse
statement, fdse representation, or false report as to the chracter,
quality, quantity, or cost of the material used or to be as'ed, or the
quantity or quality of the work performed or to be performed, or
the cost thereof in connection with the submission of plans, maps.
specifications, contracts, or costs of construction on any highway
or related project suhrrritted far approval to the .Secretary of
Transportation: or
Whoever knowingly makes ari , false statement, false repre-
selrtalion, false report or ful,1'e claim with respect to the character,
quality, gmamtigi, or cost of any work performed or to he per-
formed, or materials furnished or to hr f owished, in connection
with the construction of any higlnvgv or related project approved
by the Secrelarl' of' Trana'porlation: or
Whoever knowingly snakes a, y f<dce statement or fidse repre-
sraalion as to material fact in amy.s'tatement, cerllficate, or report
submitted pursuant to provisions of the Federal -nisi Roads Art
approved Jtrly 1. 1916, (39 Star. 355), as amended and sup-
plementer(:
.Shall he finer/ not more dot ,510,000 or imprisoned not more
Than 5 years or both. "
X. IMPLEMENTATION OF CLEAN AIR ACT AND
FEDERAL WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows.
I. That any facility 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 et seq., as amended by Pub. L.
91 -604), and under the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251 et seq., as amended by Pub. L. 92 -500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Air Act and
Section 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
FR -10
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 paragraph I 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 re-
quirements.
XI. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
1. Instructions for Certification - Primary Covered
Transactions:
(Applicable to all Federal -aid contracts- 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out
below. The certification or explanation will be considered in
connection with the department or agency's determination
whether to enter into this transaction. However, failure of the
prospective primary participant to furnish a certification or an
explanation shall disqualify such a person from participation in
this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the department or
agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly
rendered an erroneous certification, in addition to other
remedies available to the Federal Government, the department
or agency may terminate this transaction for cause of default.
d. The prospectivc primary participant shall provide im-
mediate written notice to the department or agency to whom this
proposal is submitted if any time the prospective primary
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
c. 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 department or agency to which this proposal is submitted for
assistance in obtaining a copy of those regulations.
f. The prospective primary 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 entering into this transaction.
FR -1 I
PAGE 33
•
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
provided by the department or agency entering into this covered
transaction, without modification, in all lower tier covered
transactions and in all solicitations for lower tier covered
transactions.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that 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 el-
igibility of its principals. Each participant may, but is not
required to, check the nonprocurement portion of the "Lists of
Parties Excluded From Federal Procurement or Nonprocurement
Programs' (Nonprocurement List) which is compiled by the
General Services Administration.
i. 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 participant is not required to
exceed that which is normally possessed by a prudent person in
the ordinary course of business dealings.
j. Except for transactions authorized under paragraph f of
these instructions, if 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 remedies available to the Federal Government, the de-
partment or agency may terminme this transaction for cause or
default.
Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary
Exclusion— Primary Covered Transactions
I. The prospective primary participant certifies to the best of
its knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3 -year period preceding this proposal
been convicted of or had a civil judgment rendered against
them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or
performing a public (Federal, State or local) transaction or
contract under a public transaction; violation of Federal or
State antitrust statutes or commission of embezzlement, theft,
forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in
paragraph I b of this certification; and
Lunn 1271 — Revised 3-95
08 -07 -95
PAGE 34
Local Assistance P edures Manual EXHIBIT 12 -F
Sample N *ce to Contractor & Speci* Provisions
d. Have not within a 3 -year period preceding this ap-
plication /proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
2. Where the prospective primary participant is unable to
certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this
proposal,
2. Instructions for Certification - Lower Tier Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
lower tier is providing the ccrtification 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. If 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.
c. The prospective 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 by reason of changed
circumstances.
d. The terms "covered transaction," "debarred," 'suspended,"
"ineligible," "primary covered transaction," "participant,"
"person," "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 titled
"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 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 n3ethod and frequency by which it determines the el-
igibility of its principals. Each participant may, but is not
Fonu 1273 — Revised 3 -95
09 -07 -95
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 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 c of
these instructions, if 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 remedies available to the Federal Government, the de-
partment or agency with which this transaction originated may
pursue available remedies, including suspension and /or
debarment.
+ + +++
Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary
Exclusion -Lower Tier Covered Transactions
I. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participation
in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this
proposal.
\I1. CERTIFICATION REGARDING USE OF
CONTRACT FUNDS FOR LOBBYING
(Applicable to all Federal-aid construction contracts and to all
related subcontracts which exceed $100,000 - 49 CFR 20)
I. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her knowledge
and belief, that:
a. 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 making 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 contract,
grant, loan, or cooperative agreement.
b. 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,
FR -12
0
grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or en-
tered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C.
1352. Any person who fails to file the required certification shall
PAGE 35
•
be subject to a civil penalty of not less than S10,000 and not more
than $100,000 for each such failure.
3. 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 recipients shall certify and
disclose accordingly.
FEDERAL -AID FEMALE AND MINORITY GOALS
In accordance with Section 11, "Nondiscrimination," of
177 Sacramento, CA:
"Required Contract Provisions Federal -aid
Construction
Contracts" the following are the goals for female utilization:
SMSA Counties:
6920 Sacramento, CA..... .........................
... 16.1
Goal for Women
CA Placer; CA Sacramento;
(applies nationwide ) ..............(percent) .........
6.9
CA Yolo.
The following are goals for minority utilization:
Non -SMSA Counties ......... ...............................
14.3
CA Butte; CA Colusa;
CA El Dorado; CA Glenn;
CALIFORNIA ECONOMIC AREA
CA Nevada; CA Sierra;
CA Sutter; CA Yuba.
Goal
(Percent)
178 Stockton - Modesto, CA:
174 Redding, CA:
SMSA Counties:
Non -SMSA Counties .... ...............................
6.8
5170 Modesto, CA ............. _ ........ _...__.....
12.3
CA Lassen; CA Modoe;
CA Stanislaus.
CA Plumas; CA Shasta;
8120 Stockton, CA ....... ...............................
24.3
CA Siskiyou; CA Tehama.
CA San Joaquin.
175 Eureka, CA:
Non -SMSA Counties ............. .................
19.8
CA Alpine; CA Amador;
CA Calaveras; CA Mariposa;
Non -SMSA Counties .. ......................._....._.
6.6
CA Merccd; CA Tuolumne.
CA Del Norte; CA Humboldt;
CA Trinity.
179 Fresno - Bakersfield, CA:
176 San Francisco - Oakland -San Jose, CA:
SMSA Counties:
SMSA Counties:
0680 Bakersfield, CA ... ...............................
19.1
CA Kern.
7120 Salinas- Scasidc-
2840 Fresno, CA ........... ...............................
26.1
Monterey, CA ............. ...............................
28.9
CA Fresno.
CA Monterey.
7360 San Francisco - Oakland, CA .................
25.6
Non -SMSA Counties .....................................
23'6
CA Alameda; CA Contra Costa;
CA Kings; CA Madera;
CA Marin; CA San Francisco;
CA Tulare.
CA San Mateo.
180 Los Angeles, CA:
7400 San Jose, CA ......... ...............................
19.6
CA Santa Clara.
SMSA Counties:
7485 Santa Cruz, CA. ......... ._ ........ ._._.......
14.9
0360 Anaheim -Santa Ana - Garden
CA Santa Cruz.
Grove. .............. ...............................
11.9
7500 Santa Rosa, CA ..... ...............................
9.1
Orange.
CA Sonoma.
4480 Los Angeles -Long
80
8720 Vallejo- Fairfieid- Napa, CA .................
17.1
Beach, CA...................... ...........................
28.3
CA Napa; CA Solaro
CA Los Angeles.
6000 Oxnard -Simi Valley -
Non -SMSA Counties ......... ...............................
23.2
Ventura. CA............... ...............................
21.5
CA Lake; CA Mendocino;
CA Ventura.
CA San Benito.
Form 1273 -- revised 3 -05
nN -n7 -95
FR -13
PAGE 36
'i •
1vnn 1173 It r, swd 3 -115
08- 117 -95
FR -14
IS I San Diego,
6780 Rivcrsidc -San Bernardino -
Ontario, CA ................ ...............................
19.0 SMSA Counties
CA Rivcrsidc;
7320 San Diego, CA ... ._.._........ ......._........ 16.9
CA San Bernardino.
CA San Diego.
7480 Santa Barbara -Santa Maria-
Non -SMSA Count ies ......... ............................... 18.2
Lompoc, CA ............... ...............................
19.7 CA Imperial.
CA Santa Barbara.
Non -SMSA Counties .....................................
24.6 In addition to the reporting requirements set forth elsewhere in
CA Inyo; CA Mono;
this contract the Contractor and subcontractors holding
CA San Luis Obispo.
subcontracts, not including material suppliers, of S 10,000 or more,
shall submit for every month of July during which work is
performed, employment data as contained under Form FHWA
PR -1391 (Appendix C to 23 CFR, Part 230), and in accordance
with the instructions included thereon.
1vnn 1173 It r, swd 3 -115
08- 117 -95
FR -14
i�
Local Assistance Procedures Mani
PS &F Checklist Instructions
i aIJC J/
EXHIBIT 12 -E
Attachment C
(THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THIS
PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF
THOSE CERTIFICATIONS WHICH AREA PART OF THIS PROPOSAL)
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The bidder R. J. NOBLE COMPANY , proposed
subcontractor , hereby certifies that he
has XX, has not participated in a previous contract or subcontract subject to the equal opportunity
clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has 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 filling requirements.
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 forth 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.
12.4.119
Page 12-77
February 1, 1"ll
ayo uu
Local Assistance Procedures Manual EXHIBIT 12 -E
eS&E Checklist Instructions Aft Attachment E
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he /she or any other 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 the past 3 years;
• Does not have a proposed debarment pending; and
• Has not been indicted, convicted, or had a civil judgment 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.
NONE
Exceptions will not necessarily result in denial of award, but will be considered in determining bidder
responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and
dates of action.
Notes: 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.
124.89
Page 12-81
February 1, 1998
Local Assistance Procedures
PS &E Checklist Instructions
a,
NONLOBBYING CERTIFICATION
FOR FEDERAL -AID CONTRACTS
rage 39
EXHIBIT 12 -E
Attachment F
The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
(1) 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 making 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 contract, grant, loan, or
cooperative 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, loan, 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 $10,000 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 $100,000 and
that all such subrecipients shall certify and disclose accordingly.
124 -19
Page 12-83
February 1, 1998
Lochl Assistance Procedures Male
PS&E Checklist Instructions
• Page 40
EXHIBIT I2 -E
Attachment G
DISCLOSURE OF LOBBYING ACTIVITIES
Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352
1. Type of Federal Action:
2. Status of Federal Action:
3. Report Type:
F1 a. conlract
o. grant
a. bidroller /application
pp., initial award
Q initial
material charge
NONE C. cooperahve agreement
N N$, post -award
d. loan
For Material Change Only:
e. ban guwamee
year Walter
I. ban insurance
date of last report
4. Name and Adress of Reporting Entity:
5. if Reporting Entity in No. 4 is Subawardee. Enter
❑ Prime ❑ Subawardee
Name and Address of Prime:
NONE Ter _ it known
NONE
Congressional District, if known:
Congressional District, if known:
6. Federal Department/Agency:
7. Federal Program Name/Description:
NONE
NONE
CFDANumber, i /applicable
8. Federal Action Number, if known:
9. Award Amount, if known:
NONE
NONE
10. a. Name and Address of Lobbying Entity b. Individuals Performing Services (including address if
(it individual, last name, first name, MI): different from No. 10a)
(last name, first name, MI):
NONE NONE
(attach Continuation Sheets) if necessary)
11. Amount of Payment (check all that apply):
13. Type of Payment (check all that apply)
$ ❑ actual ❑ planned
NONE
N a. retainer
b. one -time fee
12. Form of Payment (check all that apply):
a. cash
c. commission
d. contingent lee
b. in -kind; specify: nature
e. deterred
NONE value
N E I. other, specify:
P N
14. Brief Description of Services Performed or to be performed and Date(s) of Service, including officer(s),
ployee(s), or member(s) contacted, tot Payment Indicated in Item 11:
NONE
(attach Continuation Sheets) if necessary)
15. Continuation Sheet(s) attached: Yes ❑ No Gk , 3 . N LE COMPANY
16. Information raprested through this Corm is authorized by roe 31 U.S.C. section
Signatur .
1352. This disdowe of lobbying activities is a material representation of [act
Won which reliance vas placed by she tier above when the transaction was
Print Na M Op.ACE
made a entered into. This disclosure is required pursuant to 31 U.S.C. 1352.
This ihomatwn will be reported to the Congress sem- anwalty and will be
Title: PRESIDENT
available for pudic i spactim Any person who lass to file the tegured dsclosum
snaa be subject to a civil penalty of not less than $10,000 and not more than
Telephone No.: 714-637-155 Date: 6/11/99
$100,000 for each such failure.
F� Edefdl USE On N
Auctioned wr Local Repmdlidwn
staroard Form. LLL
Standafd Form tLl New. 0103-95
Page 12 -85
February 1, 1998
I aqv ti i
Local Assistance Procedures Manual EXHIBIT 12 -E
AIS&E Checklist Instructions Attachment G
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be
expected to perform and the date(s) of any services rendered. Include all preparatory and related
activity not just time spent in actual contact with Federal officials. Identify the Federal officer(s) or
employee(s) contacted or the officer(s) employee(s) or Member(s) of Congress that were contacted.
15. Check whether or not a continuation sheet(s) is attached.
16. The certifying official shall sign and date the form, print his/her 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 instruction, 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- LLL -Inm rims Rev. 06- 04- 90•ENDIF.
Page 12.87
February 1, 1998
i
Local Assistance Procedures M
P� &E Checklist Instructions
rage 42
EXHIBIT 12-E
Attachment J
5 -1. DBE RECORDS. -- The Contractor shall maintain records of all subcontracts entered into with
certified DBE subcontractors and records of materials purchased from certified DBE suppliers. Such records
shall show the name and business address of each DBE subcontractor or vendor and the total dollar amount
actually paid each DBE subcontractor or vendor.
Upon completion of the contract, a summary of these records shall be prepared on Form CEM -2402 and
certified correct by the Contractor or his authorized representative, and shall be furnished to the Engineer.
Page 12-95
February 1, I"ll
. --I— .
Local Assistance Procedures Manual EXHIBIT 12 -E
PS &E Checklist Instructions Ask Ask Attachment K
S -/. PERFORMANCE OF DBE SUBCONTRACTORS AND SUPPLIERS
The 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
Department 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.
(4) The Contractor stipulated that a bond was a 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 State.
The Contractor shall not be entitled to any payment for such work or material unless it is performed or
supplied by the listed DBE or by other forces (including those of the Contractor) pursuant to prior written
authorization of the Engineer.
Page 12 -97
February 1, I"ll
, ayC -+4
Local Assistance Procedures Manual EXHIBIT 12 -E
P6 &E Checklist Instructions + Am Attachment L
MF
r T
�a
LOCAL AGENCY BIDDER -DBE INFORMATION
This information may be submitted with your bid proposal. If it is not, and you are the apparent low
bidder or the second or third low bidder, it must be submitted and received by the administering agency no
later than the time specified in the special provisions.
CO. /RTE. /P.M.:
STPLMA 5151(010)
CONTRACT NO.:
3242 —A
BID AMOUNT:
$ 424,537.50
BID OPENING DATE: June 11, 1999
BIDDER'S NAME:
R. J. NOBLE COMPANY
ADDRESS:
15505 E. Lincoln Avenue
Orange, CA. 92865
DBE GOAL FROM CONTRACT 12 %
CONTRACT
ITEM NO.
ITEM OF WORK AND
DESCRIPTION OF WORK OR
SERVICES TO BE
SUBCONTRACTED OR MATERIALS
TO BE PROVIDED
NAME OF DBE ••
(Name of DBEs, Certification Number,
and Telephone Number)
DOLLAR
AMOUNT
•• •
DBE
PERCENT
• ••
DBE
6, 7
Adj. manholes & water valves
Ramirez Construction
10,050.00
100%
024273
909 869 -9213
4
Trucking
Rubacalva Trucking
35,950.00
100%
026937 909 - 393 -5617
8
Traffic Loops
012866
9,200.00
100%
Total Claimed
$55,200.
0 $55,200
Participation
13%
%
• It IUU% of item is not to be performed or furnished by DBE, describe exact portion, including planned location of work to
be Derformed. of item to be nerforrned or furnished by DRE
• • DBES must be certified by Caltrans on the date bids are opened. Subcontractors and suppliers certified state - funded only
cannot be used to meet goals on federally funded contracts.
• • • Credit for a DBE supplier, who is not a manufacturer is limited to 60% of the amount paid to the supplier. (See Section
"Disadvantaged Business" (DBE) of the special provisions)
IMPORTANT: Names of DBE subcontractors and their respective items) of work listed above
should be consistent with the name and items of work in the "List of Subcontractors"
rs Listine Law.
rea
JIM GRACE, PRESIDENT
Person to Contact (Please type or print)
Distribution for NHS Projects: (1) Original- Caluans DLAE for NHS Projects, (2) Copy -Local Agency project file
Distribution for non -NHS Projects: (1) Original Local Agency project file
DEPT. OF TRANSPORTATION (FED DBE) MODIFIED DC -OE -19 (REV 09- I9-95)
Page 12 -99
February 1, 1998
PAGE PR -1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
JAMBOREE ROAD REHABILITATION
STPLMA 5151 (010)
CONTRACT NO. 3242 -A
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard, P. 0. Box 1768
Newport Beach, California 92663 -8915
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has
read the Instructions to Bidders, has examined the Plans and Special Provisions, and
hereby proposes to furnish all materials except that material supplied by the City and shall
perform all work required to complete Contract No. 3242 -A in accord with the Plans and
Special Provisions, and will take in full payment therefore the following unit prices for the
work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
@ Eleven thousand Dollars
and
no Cents
Per Lump Sum
2. Lump Sum Traffic Control
Ten thousand
three hundred Dollars
and
no Cents
Per Lump Sum
3. 67,900 S. Y. Variable Thickness Cold Mill and
Disposal of A.C. Pavement
@ No Dollar
and
eighty Cents
Per Square Yard
p:t152911spms\15291_spms.dx
$ .80
$ 11,000.00
a. 1l
g'.N 5291 1p X15291 spe .dw
PAGE PR -2
ITEM
QUANTITY
ITEM DESCRIPTION AND UNIT
UNIT
TOTAL
AND UNIT
PRICE WRITTEN IN WORDS
PRICE
PRICE
4.
5,650 Tons
Construct 1 -1/2" Thick ARHM Overlay
@ Forty nine Dollars
and
seventy five Cents
$
49.75
$
281,087.50
Per Ton
5.
1 LS
Crack Seal Pavement
@ Eleven thousand Dollars
one hundred and
no Cents
$
11,100.00
$
11.100.00
Per Lump Sum
6.
16 Each
Adjust Manhole Frames and Covers
to Grade
@ Two hundred sixty Dollars
five and
no Cents
$
265.00
$
4,240.00
Per Each
7.
34 Each
Adjust Utility Valve Boxes and Covers
to Grade
@ Two hundred ten Dollars
and
no Cents
$
210.00
$
7,140.00
Per Each
8.
46 Each
Install Traffic Signal Detector Loop
@ Two -- hundred Dollars
twenty five and
no Cents
$
??5.00
$
_10,350.00
Per Each
9.
Lump Sum
Install Traffic Striping, Markings,
Markers, Etc.
Eighteen thousand
@ five hundred Dollars
and
no Cents
$
18,500.00
Per Lump Sum
g'.N 5291 1p X15291 spe .dw
PAGE PR -3
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10. 2 EA Provide, Install, Maintain, and
Salvage Project Information Sign
@ Five thousand nine Dollars
hundred and
no
Per Each
11. Lump Sum Survey Service
@ Four thousand Dollars
seven hundred and
no Cents
Per Lump Sum
TOTAL PRICE IN WRITTEN WORDS
Four hundred twenty four thousand
five hundred thirty seven Dollars
and
fifty Cents
Bidder's
R. J. NOBLE COMPANY
Bidder's Address 15505 E. Lincoln Avenue
Orange, CA. 92865
Bidder's Telephone Number 714 - 637 -1550
$ 5.900.00 $ 11,800.00
$ 4,700..00
$ 424,537.50
Total Price
Contractor's License No. & Classification A- 121735 A
June 11, 1999
Date rized Signature & Title
JIM GRACE, PRESIDENT
g1152911s,e M291_spx .d.
•
•
1
1;UU $ {
APPROVED
TO: Mayor and Members of the City Council
FROM: Public Works Department
C - mO)
• FA tyaa
(� l4-o)
June 28, 1999
CITY COUNCIL AGENDA
ITEM NO. 8
SUBJECT: JAMBOREE ROAD REHABILITATION, EAST COAST HIGHWAY TO SAN
JOAQUIN HILLS ROAD — STPLMA 5151 (010), AWARD CONTRACT NO.
3242 (A)
RECOMMENDATIONS:
Approve the plans and specifications for Jamboree Road Rehabilitation, East Coast
Highway to San Joaquin Hills Road (Federal Authorization No. STPLMA 5151 (010).
2. Award Contract No. 3242 (A) to R.J. Noble Company for the Total Bid Price of
$424,537.50, and authorize the Mayor and the City Clerk to execute the contract.
1 Establish an amount of $42,000 to cover the cost of material testing and unforeseen
work.
4. Authorize a budget amendment to appropriate $151,609 of Federal Highway AHRP
Funds STPLMA 5151 -(010) into a newly established Account No. 7285- C5100480.
5. Authorize a budget amendment to increase revenue estimates by $151,609 to Account
No. 285 -4880.
BACKGROUND:
During May 1998, staff submitted four (4) applications to the Orange County Transportation
Authority (OCTA) to compete against other Orange County agencies for federal funds available
through the Federal Highway Administration (FHWA) Arterial Highway Rehabilitation Program
(AHRP) to share the cost of rehabilitating certain arterial roadways in the City.
In August 1998, the OCTA Board of Directors approved the City's FY 1998 -99 applications
Which included: San Joaquin Hills Road from Jamboree Road to MacArthur Boulevard,
Jamboree Road from East Coast Highway to San Joaquin Hills Road, and Irvine Avenue from
Santiago Drive to Tustin Avenue. The Board also later approved a project for FY 1998 -99,
which is San Joaquin Hills Road from MacArthur Boulevard to Marguerite Avenue.
While OCTA selects the projects to be funded by AHRP, project advertisement, funding
authorization and reimbursement from FHWA are handled through Caltrans.
SUBJECT: Jamboree Road Roilitation, East Coast Highway to San Joaquin Road - STPLMA 5151 (010),
Contract No. 3242 (A) - Award of Contract
June 28, 1999
Page: 2
DISCUSSION:
At 11:00 A.M on June 11, 1999, the City Clerk opened and read the following bids for this
project:
BIDDER TOTAL BID AMOUNT
Low R.J. Noble Company $424,537.50
2 Griffith Company $438,160.00
3 All American Asphalt $468,090.00
4 Excel Paving Company $481,967.00
5 Holland -Lowe Construction $483,076.50
6 Sequel Contractors, Inc. $547,890.00
The low total bid amount is 21 % below the Engineer's Estimate of $540,000.00. The low bidder,
R.J. Noble Company, possesses a General Engineering Contractor's "A" License as required by
the project specifications. R.J. Noble Company has satisfactorily completed similar pavement
rehabilitation projects for the City.
This project provides for the cold milling of asphalt concrete pavement; removal of pavement
material; placement of asphalt rubber hot mix; replacement of traffic signal detector loops;
installation of new traffic striping and pavement markers; and the temporary installation of 2
project information signs for each project as required by the FHWA.
To minimize inconvenience to the public, the contract specifications call for at least one lane to
be open in either direction on Jamboree Road between 9:00 a.m. and 3:00 p.m., at least two
lanes be open in either direction on Jamboree Road from 7:00 a.m. — 9:00 a.m. and from 3:00
p.m. to 4:00 p.m. and for all lanes to be open during non -work hours (unless closure is required
for the drying of subgrade material). All construction work must be completed within 40
consecutive working days.
Funding for the work on Federal Authorization No. STPLMA 5151 (010) is proposed as follows:
Account Number Account Description Amount
7285- C5100480 FHWA AHRP Participation $151,609.00
7181- C5100480 Gas Tax $314.928.50
Total: $466,537.50
Respectfully s tted,
Ic W— O—RKS DEPARTMENT
Don Webb, Director
By:
Ed Wimmer, P.E.
Senior Civil Engin er
Attachment: Project Location Map
Bid Summary
Budget Amendment
\\mis_l\sys\ users \pbw\ shared \council \fy9B- 99\june- 28\jamboree c- 3242 -a.doc
JAMBOREE ROAD REHABILITATION
EAST COAST HIGHWAY TO SAN JOAQUIN HILLS ROAD
milk
CP
a
O ✓0
O 9
•J 4.
FASHION ISLAND
�O
PACIFIC
� o COsr
LOCATION MAP
NOT TO SCALE
U
Q
MW
W
O
IL
w
Z
LL
O
r_
V
U_
O
W
a
F-
Z
W
IL
W
Q
Y
1.1.
v
J
m
IL
rn
01
D1
C)
O
E iii
f0 F-
O �
tii
E
E
E
U 3
ui
O
m W
Y C
4 W
U ' _
U
U
Z H
oa
Q ❑ J
U �
O uj
❑
m
In
•
0
0
0
0
0
0
0
0
0
0
0
99
0
0
0
0
0
0
0
0
0
0
p
�
OO
O
O
O
O
O
O
O
N
O
O
00
...
�
Z
O
m
O
O
�00�-
0
00
°0
t
O
m
V
N
Nm
O
m
O)
O
t0
N
m
p
00"o
10
W
O
c
m
O
N
N
N
W
Q
N
r
ryc
U
uvi
�
f»
0
0
o
m
o
0
0
0
0
0
0
0
QF
°o
OOV°i0
0
0
0
0
0
°o
.°n
°o
°o
O
U
o
o
m
o
0
cmirn
0
0
0
0
0
N
O=
❑m�
O
0
O
0
G
o
0
N
0
N
0
"000
morn
0
0
�
OJ
E
0
0
0
0
0
0
0
0
0
0
0
p
0
0
0
0
0
0
0
0
0
0
0
p
C
O
F
0
0
0
0
0
0
0
0
0
0
0
O
2
Z
ooc'>�n000m000
O
m�
O)
V
O
V
m
N
O
V
ul
�
0
�
.n
<
m
m
m
O
C
O
M
-
?
O)
c'>
U
Q
Ea
U
O
O
O
O
m
X
0
0
0
0
0
0
0
0
0
0
0
0
0
0
G
0
0
0
0
0
0
0
0
0
0
0
=
o
o
r
o
0
0
0
0
0
0
0
O~
O
O
O
O
O
M
O
O
O
N
N
O
N
0
m
0
0
0
0
N
❑
W
0
0
o
0
O
o
o
o
o
o
o
0
o
o
0
o
o
0
0
0
0
o
�OOOUI
0
0
0
0
0
0
0
0
0
0
0
O
p
CZ
000Ln000000o
m
10
01
o
mop
O)
m
m
N
OOO
O
O
O
O
F'
0
0
0
fV
0
0
0
0
0
0
0
�
E
Z
O
O
O
N
m
M
O
Q�
m
0
0
0
01
0❑.-
m
0
o���aroa6-v
V
N
UQ
E
2
r
U
Q
m
a
O
°o
°r
°o
°o
°0
°o
°o08S
O
O
O
O
m
0
0
0
0
0
0
0
=
Z
O
O
m
r
0
0
0
0
0
0
0
W
H
0
0
0
0)
O
O
O
1t1
0
0
0
>
O
N
�
�
O
N
N
V
J
r
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
p
Z
o
O
m
N
o
m
o
0
0
0
0
m
0
10
0
O
0
O
0
N
00
o
�o
ui
06
C5
.=o
0
uir
O
M
N
N
O
`o
Q
1w
-
z
p
7i
ea
F
°00000
o
o
0
0
o
O
o
o
O°
0
0
o
o
o
o
a
A
~
O
N
N
N
O
0O
N
O
O
O
n
Z
O
N
O
0
a
❑
O
°0
F
W
W
S
O
N
d
O
3
G
N
r
❑
N
U
Q
E
o>
c
N
N
Y
Z
N
Q
O1
N
J
U
J
J
J
V)
H
J
W
LLI
W
LLI
W
IL
W
Z
e-
O
001
o
>>
MAW
3
N
D
>UU¢¢
W
N
==
�
in
d
WA
N
f7
E
u1
m
r
m
rn°
�
a'
.e
`o
O
a
F-
d
0>
a
H
n`
ry
O
y
m
e
LU
a_Q
a.
N
C�
••
c
n
❑
`�
Q
N
c as
d'a
=>
05
)E5
oca
=1
U
F
N~
n
d
N
U
3
!-
>
U
U
Q
Q<<
a
N
LU
•
0
N
X
d
N
m
V
E
m
c
L�
N
w
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
�
OO
O
O
O
OO
OO
OO
OO
OO
OO
OO
O
O
�00�-
00
°0
cZ
1°n_MMy
m
00"o
10
W
O
c
m
O
N
N
N
W
N
r
uvi
�
f»
0
0
0
0
0
0
0
0
0
0
0
0
U
o
o
m
o
0
0
0
0
0
0
0
N
O=
O
0
O
0
G
0
O
0
N
0
N
0
"000
0
0
0
=
OJ
E
N
O
O
N
O
N
p
o
000ln000000o
o
o
o
o
o
0
0
0
0
0
C
O
H
Z
0
O
0
m
m
O
m O
O(
N
u7
m W
of
m�
O
O
O
O
N
2
=NO
O
m
O)
N
NM
m
p
D
W
m�
ry
01
00
trp
O
0
�
c
N
c'>
U
Q
J
O
O
O
O
m
X
0
0
0
0
0
0
0
0
0
0
0
0
0
0
=
O
O
m
O
N
r
m
m
1U
0
0
o
0
O
o
o
o
o
o
o
0
o
o
0
o
o
0
0
0
0
o
�OOOUI
O
Oi
0
0
0
W
0
0
0
0
0
O
p
CZ
O
m
10
01
o
mop
O)
m
m
N
OOO
O
O
O
O
O
1(I
r
fV
C
O
M
1p
m
01
r
�
E
-
O
V
O
�
N
01
O
m
N
UQ
.n
c
a
O
°o
°r
°o
°o
°0
°o
°o08S
x~OO -omomow00000
=
NlmwOoo
'
W
H
O
NO
O
Oi
t7
V
N
r
m
o
0
`o
-
z
p
7i
F
a
d
o
a
A
y
m
n
a
❑
O
°0
F
W
of
d
O
3
a.9
n
❑
U
Q
E
o>
c
y
N
j
O1
N
E
U
a
c
o
>>
3
Z
o
�H
>UU¢¢
==
�
in
WA
N
f7
Y
u1
m
r
m
rn°
�
0
N
X
d
N
m
V
E
m
c
L�
N
w
C%F of Newport Beach . NO. BA- 082
BUDGET AMENDMENT
1998 -99 AMOUNT: 5751,609.00
CT ON BUDGETARY FUND BALANCE:
Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Budget Appropriations AND Decrease in Budgetary Fund Balance
Transfer Budget Appropriations Px No effect on Budgetary Fund Balance
from existing budget appropriations
X from additional estimated revenues
from unappropriated fund balance
EXPLANATION:
This budget amendment is requested to provide for the following:
To appropriate Federal Highway Funds for Jamboree Road rehabilitation.
There have been no prior budget amendments.
ACCOUNTING ENTRY:
Amount
BUDGETARY FUND BALANCE Debit Credit
Fund Account Description
010 3605 Fund Balance Control
REVENUE APPROPRIATIONS (3601)
Fund /Division Account
Description
285 4880
Federal Highway Funds $151,609.00
EXPENDITURE APPROPRIATIONS (3603)
Description
Division 7285
AHRP
Account C5100480
Jamboree Road $151,609.00
Division
Account
Division
Account
Division
Account
Division
Account
Signed:
i i-ncjd1 Appfcv@T. Finance nec r Date
Signed: G
Administrative Ap val: City Manager QAe
P' -ved:
City Council Approval: City Clerk Date
CW of Newport Beach lo NO. BA- 082
BUDGET AMENDMENT
1998 -99 AMOUNT: ;�5t,eo9.00
'ECT ON BUDGETARY FUND BALANCE:
X Increase Revenue Estimates Increase in Budgetary Fund Balance
Increase Budget Appropriations AND Decrease in Budgetary Fund Balance
Transfer Budget Appropriations Px No effect on Budgetary Fund Balance
from existing budget appropriations BY THE CI T f COUNCIL
X from additional estimated revenues i CITY OF NE'.NFO-RT BEACH
from unappropriated fund balance
EXPLANATION: .1llMi 28.- I
.
This budget amendment is requested to provide for the following:
To appropriate Federal Highway Funds for Jamboree Road rehabilitation.
There have been no prior budget amendments.
ACCOUNTING ENTRY:
Amount
BUDGETARY FUND BALANCE Debit Credit
Fund Account Description
010 3605 Fund Balance Control
REVENUE APPROPRIATIONS (3601)
Fund /Division Account Description
285 4880 Federal Highway Funds $151,609.00
EXPENDITURE APPROPRIATIONS (3603)
Description
Division 7285 AHRP
Account C5100480 Jamboree Road
Division
Account
Division
Account
Division
Account
Division
Account
Automatic
Signed:
Signed:
P' -ned: L�lyy U&h d /) , /Viz,
City Council Approval: City Clerk
$151,609.00
a� �9
Date
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 18, 1999
Griffith Company
2020 S. Yale Street
Santa Ana, CA 92704
Gentlemen:
Thank you for your courtesy in submitting a bid for the Jamboree Road Rehabilitation
from East Coast Highway to San Joaquin Hills Road (Contract No. 3242 -A) in the City
of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
--�� ( %�-x •�. t �%i . Imo/- ��a-a�
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 18, 1999
Sequel Contractors, Inc.
12240 Woodruff Avenue
Downey, CA 90241
Gentlemen:
Thank you for your courtesy in submitting a bid for the Jamboree Road Rehabilitation
from East Coast Highway to San Joaquin Hills Road (Contract No. 3242 -A) in the City
of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely, /
L' ✓7.i C ��� . tJlN72YL
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT AACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 18, 1999
Holland -Lowe Construction, Inc.
427 S. Pershing Avenue
San Bernardino, CA 92408 -1320
Gentlemen:
Thank you for your courtesy in submitting a bid for the Jamboree Road Rehabilitation
from East Coast Highway to San Joaquin Hills Road (Contract No. 3242 -A) in the City
of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 644 -3005
August 18, 1999
Excel Paving Company
P.O. Box 16405
Long Beach, CA 90806 -5195
Gentlemen:
Thank you for your courtesy in submitting a bid for the Jamboree Road Rehabilitation
from East Coast Highway to San Joaquin Hills Road (Contract No. 3242 -A) in the City
of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
v
LaVonne M. Harkless, CMG /AAE
City Clerk
3300 Newport Boulevard, Newport Beach
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915
(949) 6443005
August 18, 1999
All American Asphalt
P.O. Box 2229
Corona, CA 91718 -2229
Gentlemen:
Thank you for your courtesy in submitting a bid for the Jamboree Road Rehabilitation
from East Coast Highway to San Joaquin Hills Road (Contract No. 3242 -A) in the City
of Newport Beach.
Enclosed is the Bid Bond which accompanied your proposal for the above mentioned
project. Your cooperation in working with us on this matter is greatly appreciated, and
we hope that you will accept future opportunities to bid on projects of a similiar nature.
Enclosure
Sincerely,
LaVonne M. Harkless, CMC /AAE
City Clerk
3300 Newport Boulevard, Newport Beach