Loading...
HomeMy WebLinkAboutC-3629 - 2003-2004 Sidewalk, Curb and Gutter Replacement ProgramCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC March 24, 2005 Ranco Corporation P. O. Box 9007 Brea, CA 92822 Subject: Sidewalk, Curb and Gutter Replacement (C -3629) To Whom It May Concern: On March 23, 2004, 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 one year after Council acceptance. The Labor & Materials Bond was released on May 4, 2004. The Surety for the contract is Arch Insurance Company, and the bond number is SU5003173. Enclosed is the Faithful Performance Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department R. Gunther, P.E. enclosure 3300 Newport Boulevard • Post Office Box 1768 - Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca us BOND PREMIUM BASED ON FINAL NTRACT PRICE BOND: SU 5003173 EXECUTED IN FOUR PARTS Premium: $3,700.00 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 BOND NO. so 5003173 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3, 700.00 , being at the rate of $ 18.00 thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Ranco Corporation, hereinafter designated as the "Principal ", a contract for construction of 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM, Contract No. 3629 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. 3629 and the terms thereof require the fumishir)g of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Arch Insurance 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 two hundred five thousand, five hundred eighty-one and 00/100 Dollars ($205,561.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that I 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. 28 , 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 one (1) year 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 172'11 day of September , 2003. Ranco Corporation (Principal) Arch Insurance Company Name of Surety 7470 N. Figueroa St. Los Angeles, CA 90041 Address of Surety (323) 257 -8291 Telephone 1�irCS1G�M"t Authorized SignatureTtle Michael E. Cundiff /Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED j.: 29 CALIFORNIA ALL - PLRPOSE ACKNOWLEDGMENT State of California County of Los Angeles On SW �; b ; ! before me; personally appeared ® Personally known to me - or - ❑ txS 2 M �My Ca, m.�EX D 25,.Z 05 Susan E. Moralesl?Votary Public NAME, TITLE OF OFFICER Michael E. Cundiff 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 helshe /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 OF NOTARY) OPTIONAL 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 /OWNER ❑ 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) Arch Insurance Company DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT , ?P :lIUO- VA?NJOAll,O 1NSp,'1�+Yr'�P S`20M ^173n, STOP NOTICE (California Civil Code Section 3103) ti00Z 2idt/ NOTICE TO CITY OF NEWPORT BEACH P.O. BOX 1768 NEWPORT BEACH V (If Private Job -file with responsible offp6er �r person at office or branch of construction lender administering the construction funds or with the owner -CIVIL CODE SECTIONS 3156 - 3175). (IF Public Job -file with office of controller,audi:tot:!;bziother public disbursing officer whose duty it is to make payments under provisions of the contract -CIVIL CODE SECTIONS 3179 -3214) Signature of claimant /Agent - � -D Prime Contractor: RANCO CORPORATION Date Sub Contractor (If Any); Copies Sent To: Owner or Public Body: CITY OF NEWPORT BEACH ❑ Maya Improvement known as PACIFIC COAST & POPPY County of ORANGE ❑ Council Member State of California. ❑ Manager - 0 Attorney Robertson's, Claimant, a Partnership, furnished certain labor service, equipment or materials used in the above describc/P work of improvement. The name of the person or company to whom ❑ claimant furnished service, equipment, or materials is RANCO CORPORATION ❑ The kind of materials furnished or agreed to be furnished by claimant was ready mix concrete, rock and /or sand materials. Total value of labor,service,material to be furnished ...... $ 37,048.99 Total value of labor,service,materials actually furnished..$ 37,048.99 Credit for materials returned, if any ......................$ 0.00 Amount paid on account, if any .............................$ 0.00 Amount due after deducting all just credits and offsets .... $ 37,048.99 YOU ARE HEREBY NOTIFIED to withhold sufficient monies held by you on the above described project to satisfy claimant's demand in the amount of $ 37,048.99 and in addition thereto sums sufficient to cover interest court costs and reasonable costs of litigation, as provided by law. A bond (CIVIL CODE SECTION 3083) is not attached.(Bond required with Stop Notice served on cgDpgruction lenders on private jobs -bond not required on public jobs;or on Stop Notice served on owner on private jobs) Dated 04/06/04 Name and address of Claimant ROBERTSON'S P.O. Box 3600 Corona, Ca. 92878 909 - 685 -2200 , By Authorized Age VERIFICATION I, the undersigned, state: I am the agent of the claimant named in the foregoing Stop Notice; I have read said claim of Stop Notice and know the contents thereof, and I certify that the same is true of my knowledge. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on 04/06/04 at Corona, State of C414itornia. Signature of claimant /Agent CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, CMC May 4, 2004 Ranco Corporation P.O. Box 9007 Brea, CA 92822 Subject: Sidewalk, Curb and Gutter Replacement (C -3629) To Whom It May Concern: On March 23, 2004, 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 one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on March 30, 2004, Reference No. 2004000260275. The Surety for the contract is Arch Insurance Company, and the bond number is SU 5003173. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, CMC City Clerk cc: Public Works Department R. Gunther, P.E. encl. 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 Fax: (949) 644 -3039 • www.city.newport- beach.ca.us EXECUTED IN FOUR PARTS • BOND: SU 5003173 . Premium Included 'Kith Performance Bond CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 BOND NO. SU 5003173 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Ranco Corporation, hereinafter designated as the "Principal,' a contract for construction of 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM, Contract No. 3629 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. 3629 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, Arch Insurance 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 two hundred five thousand, five hundred eighty-one and 00/100 Dollars ($205,581.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for,which payment well and truly to be made, we bind ourselves, OUT 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, themthe 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 Stat? of California. FET 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 California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder 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 17rh day of September , 2003. res' Ranco Corporation (Principal) orized SignaturetTlitle .. Arch Insurance Comnanv Name of Surety 7470 N. Figueroa St. Los Angeles, CA 90041 Address of Surety (323) 257 -8291 Telephone Michael E.'Cundiff /Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED j.. 27 CALIFORNIA ALL - POSE ACKNOWLEDGMENT State of California County of Los Angeles On 17 personally appeared before me, Susan E. Morales/IVotary Public NAME, TITLE OF OFFICER Michael E. Cundiff NAME OF SIGNER(S) ® 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 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 Lam` ., m person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. r= •: , aiy comm. Exp. Uec 25,2,A5 WITNESS my hand and official seal. (SIGNATURE OF NOTARY) OPTIONAL 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 DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL /OWNER ❑ 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) Arch Insurance Company TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT • Know All Men By These Presents: 11 POWER OF ATTORNEY That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company ") does hereby appoint Lawrence W. Carlstrom, Raymond E. Gail, Michael E. Cundiff, Susan E. Morales, George A. Munana, Matthew J. Huggins and Eric Schmalz of Los Angeles, CA (EACH) its true and lawful Attorney(s) -in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duty executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.' %_J:,! This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. in Testimony Whereof, the Comp• has caused this instrument to be signed wits corporate seal to be affixed by their authorized officers, this 22nd day of July , 20 03 Attested and Certified garance C .p cofroiutf 9� a 9)t L / Nlsrouri Joseph S. L691. Corporate Secretary STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS Arch Insurance Company Thomas P. Luckstone, Vice President 1 Melissa B. Gilligan, a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. OFFICIAL SEAL AB.e ttN Otatypablic /' ���n/7 /��[=M:EU:SSA tateofCavecha 28,2b5 Melissa B. Gilligan, Notary Public My commission expires 2 -28 -05 CERTIFICATION I, Joseph S. Labell, Corporate Secretary of the Arch Insurance Company, do hereby certify.that the attached Power of Attorney dated July 22. 2D03 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this day of 20_ Joseph S ell, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. �V�snee C ca COV9Gif '� Ylnourl Home Office: Kansas City, MO DOMLD013 DO 03 03 Page 2 of 2 Printed in U.S.A. RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: Recorded in official Records, County of Orange Tom Daly, Clerk- Recorder IIIIIIIIIIIIIIIIIIIIIIIIIItIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIiIIIIIIIIINO FEE City Clerk -rj4 �, 1 ? 9 :34 2004000260275 02:23pm 03130104 City of Newport each 200 79 N12 1 3300 Newport Boulevard 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92663 "Exempt from recording ees pursuant to Government Code -Section 6103" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Ranco Corporation, of Brea California, as Contractor, entered into a Contract on September 9. 2003. Said Contract set forth certain improvements, as follows: Sidewalk, Curb and Gutter Replacement (C -3629) Work on said Contract was completed on March 9, 2004, and was found to be acceptable on March 23, 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company. Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. l (� Executed on W a,r� e; � °t �d T at Newport Beach, California. BY t�/ I4 97Vrk- City Clerk CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkdess, CMC March 24, 2004 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completions for: 1) Irvine Avenue 12 -inch Eater Main Replacement (C -3450) 2) Balboa Island Bayfront Repairs (C -3554) 3) Mariners Village Landscape Improvements (C -3612) 4) Sidewalk, Curb and Gutter Replacement (C -3629) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincerely,, LaVonne M. Harkless, CMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 NOTICE OF COMPLETION 6103" NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and Ranco Corporation, of Brea California, as Contractor, entered into a Contract on September 9, 2003. Said Contract set forth certain improvements, as follows: Sidewalk, Curb and Gutter Replacement (C -3629) Work on said Contract was completed on March 9. 2004, and was found to be acceptable on March 23. 2004, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Arch Insurance Company, Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. JJ (/ Executed on CC 42 f a�CI 1 at Newport Beach, California. BY / , `► City Clerk CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 9 March 23, 2004 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUN BY THE CITY COUNCIL CITY OF NEWPORT BEACH FROM: Public Works Department R.Gunther, P.E. MAR 2 3 2004 949 - 644 -3311 rgunther @city.newport- beach.ca.us APPE OVIL7 SUBJECT: SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM (FY2003 -2004) — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3629 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 one year after Council acceptance. DISCUSSION: On September 9, 2003, the City Council authorized the award of the Sidewalk, Curb and Gutter Replacement Program (FY 2003 -2004) contract to Ranco Corporation: The contract provided for the removal of existing curb, gutter, sidewalk, driveway approaches, curb access ramps, root pruning trees, constructing new PCC curb, gutter, sidewalk, driveway approaches, curb access ramps per City standards and ADA requirements, and other incidental items of work. The majority of the work was in the Corona Del Mar area. The contract has now been completed. However, the following issues were of major concern during the project: - An extreme amount of effort on the part of the Public Works Department and General Services Department was required to keep the contractor on schedule and to perform satisfactory work. SUBJECT: Sidewalk, Curb and •r Replacement Program FY 2003 -2004 - CompletiOd Acceptance of Contract No. 3629 March 23, 2004 Page 2 - The contractor caused excessive damage to private property, such as broken irrigation lines, and did not make timely repairs. Many repairs were not made until weeks or even more than a month after the damage occurred and only after the constant persistence of the Public Works Inspector and numerous phone calls from residents. - The contractor violated Water Quality Regulations by allowing materials, including concrete, to enter the public storm drains. They were warned a number of times and were eventually cited and fined by the City's Water Quality Enforcement staff (citation attached). - The contractor made an unsafe and unauthorized lane closure by blocking traffic with a concrete truck on Iris Avenue at its intersection with Coast Highway. A City building official noticed and warned the contractor of the unsafe condition, but the contractor only responded in a belligerent manner. The contractor was subsequently given a citation by the Police Department for the unauthorized lane closure. - The contractor often left the work site in unsafe conditions which presented hazards to the public. - The contractor failed to complete the project on time due to lack of a sufficient workforce. For at least 20 working days during the project there was no workforce on site. - The contractor was given two written notices of potential contractor default for failure to supply sufficient workforce (January 12, 2004 letter attached). - The contractor was charged $5,000.00 in liquidated damages for failure to complete the project on time. - Due to the poor performance of the contractor, the root barriers, requested to be added to the project by the Council, were not completed with this contract. Instead they will be installed at a later date by the General Services Parks Maintenance Division through their contractor, WCA, as part of their maintenance program. A summary of the contract cost is as follows: Original bid amount: $205,581.00 Actual amount of bid items constructed: $199,883.00 Total amount of change orders: $0.00 Liquidated Damages; 10 days at $500.00 1day - $5,000.00 Final contract cost: $194,883.00 The decrease in the actual bid items constructed under the original bid amount was based on as -built quantity measurements. The final overall construction cost including Change Orders and liquidated damages was 5.2 percent under the original bid amount. One no cost time extension Change Order was issued for the project. 0 SUBJECT: Sidewalk, Curb and GuSeplacemenl Program FY 2003 -2004 - Completion *Acceptance of Contract No. 3629 March 23, 2004 Page 3 0 Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project included reconstruction of sidewalks, curb and gutter, curb access ramps, and root pruning and did not impact any environmental resources. Fundino Availability: Funds for the project were expended from the following accounts: Account Descriotion Account Number Amount General Fund 7013- C5100020 $94,883.00 CDBG 7161- C5100549 $50,000.00 Concrete Materials 3130 -8239 $50,000.00 Total: $194,883.00 The original contract completion date was January 5, 2004. Due to rain days and Change Order the contract was extended to January 31, 2004. Work was substantially complete by February 11, 2004. All major punch list items were completed by March 9, 2004. Prepared by: Submitted R. Gunther, P.E. / en G. Badum Construction Engineer -/,-Public Works Director Attachment: Citation, Code and Water Quality Enforcement Letter of Potential Contractor Default 40 f i I I NOTICE OF ADMINISTRATIVE CITATION City of Newport Beach Citation No. G:( ')2.: — . _2 OFFICE OF THE CITY MANAGER CODE AND WATER QUALITY ENFORCEMENT 3300 Newport Blvd. Newport Beach, CL 9260 Z, y (949)644.3215 Citation/CorreetionDate -A'ime !•.% /%+'� An inspection of the promises located at in the City of Newport Beach, revealed a violation(s) of the Newport Beach Municipal Code. Nome orowner or business: T[•t!n /l!S'.rM'iJ% - ^.-. AddreuNdiBenntthao �'��J1idi!�L .ril ;mss / /i!E�(i�''c. �/''.?•�.Tl'!J!.o /' HolaHon: [7T 1ST. CITATION $100.00 ......... IS NOW DUE AND PAYABLE THE NEXT LEVEL CITATION IS NOW PENDING AND YOU MAY BE CITED EACH DAY THE VIOLATION CONTINUES, OTHER ENFORCEMENT ACTION AND PENALTIES MAY ALSO RESULT IF COMPLIANCE j IS NOT ACHIEVED OR IF YOU CONTINUE TO IGNORE THIS CITATION. [ j 2ND. CITATION $200.00 ........... IS NOW DUE AND PAYABLE j [ ] 3RD. CITATION $500.00.._„. JS NOW DUE AND PAYABLE THIS VIOLATION(S) WAS ORIGINALLY BROUGHT TO YOUR ATTENTION ON i % -i_•' ! % - +_ AND YOU HAVE NOT CORRECTED OR RESOLVED THE VIOLATION(S). NEWPORT BEACH MUNICIPAL DESCRRFION OF V10"TIOMM: CODESECTDNft RECEIPT ACKNOWLEDGED BY DATE WHITE (Violation Copy) CANARY (Hearing Copy) PINK (Officer Copy) 0 • PUBLIC WORKS DEPARTMENT 3300 NEWPORT BLVD. P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (949)6443311 January 12, 2004 Dale Jones Fax: 714- 992 -2547 Ranco Corporation P.O. Box 9007 Brea, CA 92822 Subject: 2003 — 2004 Sidewalk, Curb & Gutter Replacement, C -3629 Liquidated Damages and Potential Contractor Default due to Lack of Performance on Project Dear Mr. Jones, 1. This letter is to put Ranco on notice that as of January 10, 2004, you are in liquidated damages of 3 500.00 per calendar day until all the work is completed, including punch list items. This is per section 6 -9 of the job specifications. Per weekly workday report #10, you had used up the 40 contract working days. 2. This letter also serves to put Ranco on notice of potential default on their contract for lack of • adequate performance. Ranco has had 18 days of no work done on controlling operations during the 40 contract work. This is unacceptable and contractor default will be considered per Section 6 -4 of the Green Book Specifications. Portions of Ranco's work has also been unsatisfactory; including a)leaving the worksite and public right of way in an unacceptable potentially hazardous condition and b) violating pollution regulations by discharging pollutants (dirt, concrete and debris) into gutters and storm drains that flow to the bay (citation attached). The City intends to initiate contract default on Tuesday. January 20. unless Ranco provides an improved and A copy of this letter is being sent to your Sincerely, 1 R. Gunther Construction Engineer Attachment Cc S. Badum, Public Works Director B. Patapoff, City Engineer S. Luy, Project Manager F. Martin, Senior PW Inspector R. Clausen, Asst. City Attorney Arch Insurance Co., 135 N. Los Robles Ave, #825, Pasadena, 91101, Fax; 626 -535 -0875 F: \USERS \PBW\Shared \Contracts \FY 03- 04 \03 -04 Sidewalk,Curb & Gutter C- 3629 \Notice of Liquidated Damages - Rvsd- rg.doc - 1 - C 0 CITY OF NEWPORT BEACH CITY CLERK 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 28th day of August 2003, at which time such bids shall be opened and read for 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM Title of Project Contract No. 3629 $180,000.00 Engineer's Estimate Badum Director Prospective bidders may obtain one set of bid documents for $5.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classification(s) required for this project: "A" For further information, call Stephen J. Luy, Project Manager at (949) 644 -3330 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 TABLE OF CONTENTS NOTICE INVITING BIDS .......................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ........................................................ ..............................3 BIDDER'S BOND ............................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ...................................... ..............................6 TECHNICAL ABILITY AND EXPERIENCE REFERENCES .............. ..............................7 NON - COLLUSION AFFIDAVIT ......................................................... .............................11 DESIGNATION OF SURETIES ........................................................ .............................12 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL..13 ACKNOWLEDGEMENT OF ADDENDA ........................................... .............................15 INFORMATON REQUIRED OF BIDDER ......................................... .............................16 NOTICE TO SUCCESSFUL BIDDER .............................................. .............................19 CONTRACT..................................................................................... .............................20 LABOR AND MATERIALS BOND .................................................... .............................26 FAITHFUL PERFORMANCE BOND ................................................ .............................28 PROPOSAL................................................................................ ............................... PR-1 SPECIAL PROVISIONS ................................................................. ...........................SP -1 COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) PROGRAM INSTRUCTIONS ANDFORMS ................................................................................ ............................... F -1 APPENDICES CURB ACCESS RAMP DETAIL "A ", AMERICAN PUBLIC WORKS ASSOCIATION STANDARD DRAWING A88A, AND WORK SCHEDULE. 2 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 INSTRUCTIONS TO BIDDERS This project will use federal Community Development Block Grant funds for a portion of the construction costs. Therefore, this project will be subject to the certification, compliance and reporting requirements of the Davis -Bacon Act (29 CFR 5.5(a)), U.S. Department of Housing and Urban Development Section 3 regulations (24 CFR part 135), Copeland Act (29 CFR 3), labor safety standards and other federal requirements. These requirements are contained in this bid package. 2. 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 CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL CERTIFICATION OF NON - SEGREGATED FACILITIES CERTIFICATION OF CONTRACTOR'S AFFIRMATIVE ACTION PLAN CERTIFICATION WITH REGARD TO THE PERORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS CONTRACTOR CERTIFICATION 3. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 4. 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. 5. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. Bidders' security shall be returned to unsuccessful bidders within a reasonable time not to exceed 60 calendar days after the successful bidder has signed the Contract. 0 0 6. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to T allow the comparison of total bid prices. 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. 8. 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. 9. This project is subject to the provisions of the Davis -Bacon Act. Any contract entered into pursuant to this notice shall incorporate the provisions of the Federal Labor Standards which are on file at the Public Works Department 10. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). 11. 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 ". 12. 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. 0I1• � Contractor's License No. & Classification 8125 Date 4 • • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On AU6 2 5 2003 before me, Rachel-A Tohnson/Notary Public NAME, TITLE OF OFFICER personally appeared E. Dace Tones, Diane Tones, Christopher D. Jones NAME OF SIGNERS) Z 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 acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by OFFICIAL SEAL D his /her /their signature(s) on the instrument the person(s), or the Z sr caaiits Z entity upon behalf of which t he person(s) acted, executed the M instrument. cm\a COW =Aff e3 2 7 ., G!lfJ2tffllf !U!!!!! of a !!i WITNESS my hand and official seal. OPTIONAL 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 /OWNER ® CORPORATE OFFICER President. Secretor j. Isst. Tice President TITLE(5) ❑ PARTNER(5) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(5) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PER50N(S) OR ENTITY(IES) Ranco Corporation DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT • B0• SU 5001585 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003.2004 SIDEWALK CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of 10ZQf bid mount ngt to exceed Thirty Six Thousand & No /100ths Dollars ($36,000.00 1, to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the Construction of 2003- 2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM, Contract No. 3929 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the fonn(s) prescribed, including the required bonds, and original insurance certificates and endorsements for-the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 25th day of Banco Corporation Name of Contractor (Principal) Arch Insurance Company Name of Surety 7470 N. Figueroa St. Las A jeles. CA 90041 Address of, urety (323) 257 -8291 Telephone Autho ized Agent Signature Michael E. Cundiff /Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) 25- AUg-03 07i 18 A.M. Best's Rating for Arch Insurance Company • Page 1 of 1 03186 - Arch Insurance Company Member of Arch Capital Group A.M. Best #: 03186 NAIC #: 11150 View a list of group members or the group's rating u ;r Best's Ratina +-r A- (Excellent)' Financial Size Category XII ($1 billion to $1.25 billion) 'Ra#ngs as o/ 05rt#/2003 04:59:01 PM E.S.T. Rating Category (Excellent): Assigned to companies that have, in our opinion, an excellent ability to meet their ongoing obligations to policyholders. Important Notice: Best's Ratings reflect our opinion based on a comprehensive quantitative and qualitative evaluation of a company's balance sheet strength, operating performance and business profile. These ratings are not a warranty of an insurer's current or future ability to meet its contractual obligations. View our entire notice for a complete details. Companies interested in placing a Best's Security Icon on their web site to promote their financial strength may register online. Copyright © 2003 by A.M. Best Company, Inc. ALL RIGHTS RESERVED No part of this information may be distributed in any electronic form or by any means, or stored in a database or retrieval system, without the prior written permission of the A.M. Best Company. Refer to our terms of use for additional details. http: / /www3.ambest. com/ratings/rating.asp ?AMBNum= 03186 &Refnum =03186 &Site —za... 08/28/2003 CALIFORNIA ALL - LOSE ACKNOWLEDGMENT State of California County of Los Angeles On AU6 2 5 2003 personally appeared before me, Susan E. Morales/Notary Public NAME, TITLE OF OFFICER Michael E. ® 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 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. •. SUSAN E. MORALES'"` COMM-411332202 WITNESS my hand and official seal. f +. Notary Public- California N LOS ANGELES COUNTY '-' My Comm. EXP. Dec 25, 20 (SIGNATURE OFNOTARY) OPTIONAL 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/OWNER ❑ CORPORATE OFFICER TITLES) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(16S) Arch Insurance Company DESCRIPTION OF ATTACHED DOCUMENT OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT Know All Men By These Presents: POWER OF ATTORNEY That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company ") does hereby appoint Lawrence W. Cadstrom, Raymond E. Gail, Michael E. Cundiff, Susan E. Morales, George A. Munana, Matthew J. Huggins and Eric Schmalz of Los Angeles, CA (EACH) its true and lawful Attorney(s) -in -Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." ; This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed In U.S.A. In Testimony Whereof, the Como has caused this instrument to be signed ets corporate seal to be affixed by their authorized officers, this 22nd day of July '2003 Arch Insurance Company Attested and Certified E 0 Joseph S. L 1, Corporate Secretary STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS Thomas P. Luckstone, Vice President I Melissa B. Gilligan, a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Labell personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. OFFI JIG SEAL f MELISSA B. GKCmwdctary Public Ly Cwmmw Eores Februi 28,2005 Melissa B Gilligan, Notary Public My commission expires 2 -28 -05 CERTIFICATION I, Joseph S. Labell, Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated July 22. 2003 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone, who executed the Power of Attorney as Vice President, was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on thi:f 20_ Joseph S60ell. Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. Home Office: Kansas City, MO - OOML0013 00 03 03 y Page 2 of.2 Printed in U.S.A. d ARCH Insurance Company NOTICE — DISCLOSURE OF TERRORISM PREMIUM ARCH Surety In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90 %) of covered terrorism losses exceeding the applicable insurer deductible. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he /she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Name: Address: Phone: State License Number: Bidder Authorized Signature/Titiell CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name ECLn0,Q l DY MA_16'1 FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON - RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 _ Project Name /Numbers- 52_Cb(' Project Description Curb r0_MP S S 1��1n10. 1 Approximate Construction Dates: From 8 10 To: 8)0z Agency Name G 03 Contact Person W Aar_` All V ayGZ Telephone (Jo) W-5 - 02M Original Contract Amount $ '251- Final Contract Amount $ 281 If final amount is different from original, please explain (change orders, extra work, etc.) N1 Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 2 Project Name /Number 0 _# 2.WZ -035 0 Project Description czricr6c. %C %%r jj Approximate Construction Dates: From 32 � 0 To: 65102 Agency Name Contact Person Rnn&U I.M\t Telephone (d05) (cZ1 -1`611 Original Contract Amount $ a2 K- Final Contract Amount $ COLA k- If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name /Number Project Description -Pionccr 16\\0 • @ \Jar I0LX_5 S�Y 4cS Approximate Construction Dates: From " o2- To: , IOC Agency Name Contact Person f-hrxwn SnAi Telephone (902) 803- qcYl1 Original Contract Amount $_Final Contract Amount $ (-1S k_ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 4 Project Name /Number, 10S Project Description "wxk Aw'. ayc& \Y DMY- 'me1)k5 Approximate Construction Dates: From \DIo2 To: Agency Name Contact Telephone (310) 8-33 -1tooU Original Contract Amount $ '2.Sk Final Contract Amount $ M k If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. No. 5 Project Name /Number 18107- Project DescriptiontL�%hiLi�i� fYI�DV�(YlC(1�S Approximate Construction Dates: From SIOZ To: 81O2. Agency Name Contact Person ��6 � v T 1( cAs t Yl Telephone (cam 501 - c�(01 1 Original Contract Amount $ 2001c Final Contract Amount $ -600K If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. — 1AD No. 6 Project Name /Number 2 boy. " Project Description C Wk> (�U} fir, CJ�G�jwcA � k �eD�K f�Y1Pri� Approximate Construction Dates: From LA 10-L To: 1° 02 Agency Name Contact Person `F�C. V-k liyr' Telephone (510)krkR - 2"15 Original Contract Amount $ DL� k Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a fin ent and other information sufficiently comprehensive to permit an apprait o nt or current financial conditions. ChrtsAophur Jones, \J %cz Pres�C-c_ 4, W ; k br, jOb Super %n -1-en c1 cn+ o-n d has bcc n +h c- Jvb SN'y X �Y, , ,'l% by-) A\� b6bs k�-A� OboYC. W tart y-cars r_A9cr'1o_ncc. 10 11 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of fifLj E . SEC, . )r-n bein first duly sworn, deposes and says that he or she is of V(151C�(' {3rDO� pn , the party making the foregoing bid; that the bid is not made in the interest of, or no 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 and correct. V10-YAWNWIFIMPTIR0,11 SrYI� is true Subscribed and sworn to before me this day of 2003. [SEAL] Notary Public My Commission Expires: 11 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On A" 2 5 1003 before me, Rachel.. Tohnson/Notary Pub& NAME, TITLE OF OFFICER personally appeared E. Dace Tones, Diane Tones, Christopher D. Tones NAME OF SIGNERS) ® 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 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 r OFF" IAL SEAL a entity upon behalf of which t he person(s) acted, executed the W( D instrument. ZNdwIc Na 115 Z ( (y awKp� Doom m WITNESS my hand and official seal. c SIGN' , URE OF OTARY OPTIONAL 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 /OWNER ® CORPORATE OFFICER President. Secretary_ , Asst. 'Vice President TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(5) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) _Ranco Coryoration DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 0 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 DESIGNATION OF SURETIES 6idders name Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance /bond type): 12 0 0 Sureties Bonding Lou Jones & Associates 7470 N. Figueroa P.O. Box 41375 Los Angeles, Ca 90041 Michael Cundiff (323) 257 -8291 Insurance Nugen Insurance Services 10722 Arrow Rte. #116 Rancho Cucamonga, Ca 91730 Bart Nugen (909) 941 -0167 • CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary -- Occupational Injuries and Illnesses, OSHA No. 102. 13 Current Record Record Record Record Record Year of for for for for for Record 2002 2001 2000 1999 1998 Total 2003 No. of contracts �0 O 20 90 Total dollar Amount of 1 w 120p ('�� � � 000 t Dom'' Contracts (in � � •000 Thousands of $ No. of fatalities Q O D O No. of lost Workday Cases b i2 a !' b O No. of lost workday cases involving permanent transfer to v O O d v O O another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary -- Occupational Injuries and Illnesses, OSHA No. 102. 13 0 Legal Business Name of Bidder ?,gr o Gxppyalt n Business Address: P.p. boy. aoo-1 `Bfor'-,cr.G2S2z Business Tel. No.: '►t�1- 9q2 -25x� State Contractor's License No. and Classification: (Q3g000 A Title Pes,dcf* The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations ofitF2i sQr@!8-r3S� Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title Signature of bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners /joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnership /joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners /joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. 14 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 ACKNOWLEDGEMENT OF ADDENDA Bidders name ig - ► The bidder shall signify receipt of all Addenda here, if any: 15 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation: RQDM COYMAim Business Address:—PO. 'PDX 9OD-1 , BreD, , Cck '�A -822 Telephone and Fax Number: -2500 FAx-1% 4)OA7- -25 1 California State Contractor's License No. and Class: lc3E '� P� (REQUIRED AT TIME OF AWARD) Original Date Issued: tZ c1l Expiration Date: 2104 List the name and title /position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: LU Tov1,k ;an The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone ►w, � 6.� �i: � • �. � ! �c lit" � � "G • Corporation organized under the laws of the State of Q ,\S, 1 TI 0 0 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; ever had a contract terminated by the owner /agency? If so, explain. Have,you ever failed to complete a project? If so, explain. For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for laompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes No Are any claims or actions unresolved or outstanding? Yes / No 17 0 0 If yes to any of the above, explain. (Attach additional sheets, if necessary) Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. RC_ 5S (A-Cf F Title Date 81.2Fo- 103 Subscribed and sworn to before me this day of 2003. [SEAL] M 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On AUG 2 5 1003 before me, Rachel A Tohnson/Notaru Pub is NAME, TITLE OF OFFICER personally appeared E. Dace Tones, Diann Tones, Chr&to_nher V., Tmes NAME OF SIGNER(S) ® 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 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 OFFICIAL SEAL D entity upon behalf of which t he person(s) acted, executed the Zc 15 m instrument. Q c�� coum , 1 j WITNESS my hand and official seal. Ad 1 OF �• OPTIONAL 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 /OWNER ® CORPORATE OFFICER President. Secretam -Asst. Tice President TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IE5) Banco Corporation DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 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 shown on the "Notification of Award" to the successful bidder: • CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS • LABOR AND MATERIALS PAYMENT BOND • FAITHFUL PERFORMANCE BOND The City of Newport Beach will not permit a substitute format for these Contract Documents. Bidders are advised to review their content with bonding, insuring and legal agents prior to submission of bid. Original Certificate(s) of Insurance, General Liability Insurance Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required by the Contract documents and delivered to the Public Works Department within ten (10) working days after the date shown on the Notification of Award to the successful bidder. The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. Insurance companies affording coverage shall be (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) assigned Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Bests 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. Failure to enter into the contract within 30 calendar days or to conform to any of the stipulated requirements shall be just cause for the annulment of the award and forfeiture of the bidder's security. In the event the bidder to whom an award is made fails or refuses to execute the contract or submit the required insurance and bond documents within the said time, the City may declare the bidder's security forfeited, and may award the work to the next lowest responsible bidder, or may call for new bids. 19 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 CONTRACT THIS AGREEMENT, entered into this 9th day of September, 2003, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Rance, Corporation, hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM Project Description 3629 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. 3629, 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. 20 0 0 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 two hundred five thousand, five hundred eighty -one and 00/100 Dollars ($205,581.00). 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: Stephen J. Luy (949) 6443330 F. LABOR CODE 3700 LIABILITY INSURANCE hereby certifies: Ranco Corporation P. O. Box 9007 Brea, CA 92821 714 - 992 -2500 Fax: 714 - 992 -2547 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 original 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 21 0 0 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 0002 (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 0002 0287 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. 22 0 0 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, agents, 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. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, 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, agents, 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. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 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 amount provided that the Work damaged is built in accordance with the plans and specifications. 23 r • 6. Right to Stoo Work for Non - Compliance City shall have the right to direct 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 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. I. 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. J. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. 24 0 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. CITY CLERK APPROVED AS TO FORM: W Cl A B) RANCID CORPORATION u� Authorized Signature and Title . ,a. .4 • 0 .�J ARCH Insurance Company NOTICE — DISCLOSURE OF TERRORISM PREMIUM ARCH Surety In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90 %) of covered terrorism losses exceeding the applicable insurer deductible. �1 u CERTIFICATION OF NON- SEGERATED FACILITIES FEDERALLY ASSISTED PROJECTS 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 This federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. 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 segregated on the basis of race, creed, color or national origin, because of habit, local custom or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed contractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontractors exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he will retain such certifications in his files. NOTE: The penalty for making false statements in offers in prescribed in 18 U.S.C. 1001. 30 0 0 CERTIFICATION OF CONTRACTOR'S AFFIRMATIVE ACTION PLAN 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 The undersigned Contractor agrees to implement the following affirmative action steps directed at increasing the utilization of lower income residents and business concerns located with the City of Newport Beach. Take affirmative action to ensure that employees or applicants for employment or training are not discriminated against because of race, color, religion, sex or national origin. 2. Send a notice of the Contractor's Section 3 commitment to each labor organization or representative of workers, and post a copy of the notice at a conspicuous place available to employees and applicants for employment or training. 3. To the greatest extent feasible, make a good faith effort to recruit for employment or training lower income residents from the City, and to award contracts to business concerns which are located in or owned in substantial part by persons residing in the City through use of: local advertising organizations and public or private institutions operating within or serving the project area such as Service Employment and Redevelopment (SER), Opportunities Industrialization Center (OIC), Urban League, Concentrated Employment Program, U.S. Employment Service, chamber of Commerce, labor unions, trade associations, and business concerns. 4. Maintain a file of all low income area residents who applied for employment or training either on their own on referral from any source, and the action taken with respect to each area resident. Maintain a file of all business concems located in the City who submitted a bid for work on the project, and the action taken with respect to each bid. 6. Maintain records, including copies of correspondence, memoranda, etc., which document the fact that affirmative action steps have been taken. 7. Incorporate the Section 3 Clause provisions in all subcontractors, and require subcontractors to submit a Section 3 Affirmative Action Plan. 8. List project work force needs for the project by occupation, trade, skill level, and number of positions. 9. List information related to subcontractors to be awarded. COMPANY NAME & ADDRESS P.O. BOX 9007 BREA, CA 92622 -9007 31 (Date) (Signature) (Title) 0 0 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 The bidder Rdnco Cartmra" , the proposed subcontractor hereby certifies that he has _, has not_, participated in a previous contract or subcontract subject to the equal opportunity clause, as required by executive Orders 10925, 11114, or 11246, and that he has_, has not)(-1 filed with the Joint Reporting Committee, the Director of the Office of the Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Company Name %Y)60 Czq=L6LA1 Sig X NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor 141 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 CFT 60 -1.5. (Generally, only contracts and subcontracts of $10,000.00 or under are exempt). 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 aware of contracts and subcontracts unless such contractor submits a report covering the delinquent period of such other period specified by the U.S. Department of the Interior or by the Director of Federal Contract Compliance, U.S. Department of Labor. 32 0 0 CONTRACTOR CERTIFICATION _2003 -2004 SIDEWALK. CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 THE CONTRACTOR HAS AND WILL CONTINUE TO HEREBY CERTIFY, TO THE BEST OF ITS KNOWLEDGE AND BELIEF, THE FOLLOWING: 1. A. No Federal appropriated funds have been paid or will be paid, by or on behalf of Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress, 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 then 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 agency, a Member of Congress, an officer or employee of Congress, or any employee of grant, loan or cooperative agreement, it will complete and submit Standard Form LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions; and C. It will require that the language of paragraph (a) of this certification be in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. 2. A. Contractor and subcontractors 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 three year period preceding approval of their application, 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; 33 0 C. Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph B of this certification; and D. Have not within a three -year period preceding approval of their application, had one or more public transactions (Federal, State or local) terminated for cause or default. Ranco Corporation By 34 RCS YA Title Ig Date AC DM CERTIFICATE LIABILITY INSURANCE 9TE3 2003) PRODUCER POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION NUGEN & ASSOC INS SER, INC FI ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 10722 ARROW RTE, #116 POLICYEXPIRATION DATE MMIDD/VY ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. RANCHO CUCAMONGA, CA. 91730 909 941 -0167 INSURERS AFFORDING COVERAGE NAIC# INSURED RANCID CORPORATI - INSURERA: MT HAWLEY INS COMP /CHAIX INSURERS: CENTURY NATIONAL INS .COM X COMMERCIALGENERALLIABILITY CLAIMSMADE ❑X OCCUR P.O. BOX 9007 SEP INSURERC: CENTURY SURETY INS COMP MEOEXP (Any wepemm) BREA, CA 92822 PERSONAL& ADV INJURY INsuRERD: STATE FUND COMPENSAT INS A INSURER E: 714 992 -2500 PUDI.- COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERM 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR Nsrto FI POLICY NUMBER POLICY EFFECTIVE PATE MUD/YY POLICYEXPIRATION DATE MMIDD/VY LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000.00 PREMISES EBOCwrence E $0,000.00 X COMMERCIALGENERALLIABILITY CLAIMSMADE ❑X OCCUR MEOEXP (Any wepemm) S 5,000.00 PERSONAL& ADV INJURY $1,000,000.00 A X NGLO135686 04/21/03 04/21/04 GENERAL AGGREGATE $2,000,000.00 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS- COMP /OPAGG $1,000,000.00 X POLICY PEO LOC AUTOMOBILE LIABILITY ANYAUTO COMBINED SINGLE LIMIT (EaaaidenQ $1,000,000.00 BODILY INJURY (Per person) $ ALLOWNEDAUTOS SCHEDULED AUTOS X B X X HIRED AUTOS NON- OWNEDAUTOS BAP126184 04/21/03 04/21/04 BODILVINJURV (Peraccident) $ X PROPERTY DAMAGE (Pe,acddwI) S GARAGE LIABILITY AUTO ONLY -EA ACCIDENT $ OTHERTHAN EAACC AUTOONLY: AGG $ ANYAUTO $ EXCESSIUMBRELLA LIABILITY OCCUR Fl CLAIMSMADE EACH OCCURRENCE $ AGGREGATE $ S S DEDUCTIBLE $ RETENTION $ D WORKERSCOMPENSATION AND EMPLOYERS' LIABILITY ANY PROPMETORMARTNEMMCUTIVE OFFICERIMEMBER EXCLUDED? 6653038 02 10/01/02 10/01/03 TAIU X I TORY LIMIT ER E.L.EACHACCIDENT $1,000,000.00 E.L. DISEASE - EA EMPLOYEE $1,000,000.00 M s,desaibeunder SPECIAL PROVISIONS below E.L. DISEASE - POLICY LIMIT S 1,000,000.00 OTHER INLAND CCP 267031 04/21/03 04/21/04 VALUE$7,000.SCHEDULB C MARINE EQUIPMENT DED$1000. ALL RISK DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS CITY OF NEWPORT BEACH 2003 -2004 SIDEWALK,CURB AND GUTTER REPLACEMENT #3629 CITY OF NEWPORT BEACH , ITS OFFICERS, OFFICALS, EMPLOYEES AND VOLUNTEERS ARE NAMED ADDITIONAL INSURED & PRIMARY AND WAIVER OF SUB ON GL & WC CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIO CITY OF NEWPORT BEACH DATE THEREOF, THE ISSUING INSURER WILL EO Zgff M MAIL 30 DAYS WRDTEN 3300 NEWPORT BLVD NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,)WX%gtKXX4Gq ?X)j NEWPORT BEACH CA 92658 Igg%XKNXgp {y0p{LXggLagg pyg�r;{�{g{q¢NMR -MM AR R PUBLIC WORKS DEPARTMENT AUTHORIZED REPRESENTATIVE SHARI ROOKS ACORD25(200ltOB) 0ACOROCORPORATIO 986 0 0 MT. HAWLEY INSURANCE COMPANY - Al Name of Insured: RANCO CORPORATION Policy Number: MGLO135686 Name of Person or Organization: CITY OF NEWPORT BEACH ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS — AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU. This endorsement modifies insurance provided under the following: COMMERICAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability arising out of your ongoing operations performed for that insured. A person's or organization's status as an insured under this endorsement ends when your operations for that insured are completed. B. With respect to the insurance afforded to these additional insured(s), the following additional exclusions apply: This insurance does not apply to: "Bodily Injury", "property damage" or personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: (1) The preparing, approving, or falling to preparing or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities. CG 2033 07198 Copyright ISO Properties Inc 2000 0 0 INSURED: RANCO CORPORATION POLICY NO: BAP 126184 ADDITIONAL INSURED (Person or Organization) This endorsement applies to: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM The person or organization shown in the Schedule is an insured to the extent of their liability for the conduct of an insured under Section II Liability coverage of this policy. Name of Person or Organization: CITY OF NEWPORT BEACH ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS GECA 812 (10/96) ENDORSEMENT INSURED: RANCO CORPORATION DATE: 09/03/03 POLICY NUMBER: BAP 126184 PRIMARY ENDORSEMENT: E IT IS HEREBY AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY FOR THE BENEFIT OF THE ADDITIONAL INSURED(S) SHOWN BELOW SHALL BE PRIMARY INSURANCE, BUT ONLY AS RESPECTS TO CLAIMS, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED(S) HIS SUBCONTRACTORS OR HIS SUBCONTRACTORS OR MATERIALMEN OR SUPPLIERS AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED(S) SHALL BE NON - CONTRIBUTING. ADDITIONAL INSURED AND CERTIFICATE HOLDER DATE 09/03/03 AUTHORIZED REPRESENTATIVE: 0 0 Commercial GENERAL Liability Policy Number: MGL 0135686 Insured: RANCO CORPORATION WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US COVERAGES A,B, AND C THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY Name of Person or Organization: CITY OF NEWPORT BEACH ITS OFFICERS, OFFICIALS, EMPLOYEES AND VOLUNTEERS (If no entry appears above, information required to complete this endorsement will show in the Declaration as Applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO USE Condition (Section IV — Conditions is amended by the addition of the following: With respect Coverages A, B and C only, we waiver any right of recovery we may have against the person of organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations "your work" done under contract with that person or organization and included in the "products- completed operations hazard." This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions of the policy shall remain unchanged. 65387(596) Includes copyright material of Insurance Services Offices Inc, with its permission. Insurance Services Office Inc 1982. 09/03/2003 11" 50 • CER•LDER COPY STATE P.O. Box 420807, SAN FRANCISCO, CA 941424807 coml"e►TION IN a Y IeANC■ FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 09 -03 -2003 CITY OF NEWPORT BEACH 3300 NEWPORT BLVD NEWPORT BEACH CA 92658 r C 1L_ GROUP: POLICY NUMBER_ 5653036 -2002 CERTIFICATE ID: 12 CERTIFICATE EXPIRES_ 10 -01 -2003 10 -01- 2002/10 -01 -2003 JOB: PUB, WORKS DEFT ATTH: SHERRY ROOKS #3629; CITY OF NEWPORT BEACH; SIDEWALK, CURB 6 GUTTER REPLACEMEIFT This is to certify that we have 4vied a valid W~3 Campernaton iiwranw policy in a form approved by the California Insurance Commacsionerto the employer named below for lbe policy period t Awil expire or did wore as indicated above. This 0erW=t8 Of insurance is not an inwmrtce poky and does rat amend. extend or albrthe coverage afforded by the policies listed herein. Notwithstanding any reWimmerd, term or condition of any contract or other docomerd will respect to which this ce Rate of insurance may be issued or may pertain, the instmce afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such poicies. �._..:II Au EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 09 -03 -2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF NEWPORT REACH ENDORSEMENT #1600 - DALE JONES PRES SEC - EXCLUDED. ENDORSEMENT #1600 - DIANE JONES VP THEM - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 10 -01 -2002 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 05 -OS -2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH m,xorert RANCID CORPORATION PO BOX 9007. BREA CA 92622 8Cff t0alle drew pPieUMY /wllsw oea.ev.ull G 1t 10fF*0 Male Nan OaOMBJr• P�b" 09/19/2003 12:26 9099419453 NUGBN & ASSOC INS SER, INC 10722 ARROW RTE, #115 RANCHO CUCAMONGA, CA. 91730 909 941 -0167 NSURED RANCID CORPORATION a P.O. BOX 9007 BREA, CA 92822 .71a 001 -19nn I NDVPRAC %FC ,. ,.j PAGE 01/02 DATE(MMT)CIYYYY) EXTEND THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAND NG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED �R MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SL CH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, Im T N o POLICY NUMBER DA G NE PO E Rq ON LIMITS A R GENERAL LIAB% ?C COMMERCIAL GENERAL LIABILITY CLXMSSSIDE ® OCCUR 14OL0135686 04/21/03 04/21/04 EACH OCCURRENCE S1,000,C00.00 PREMISES Ee DDmmm S 50,0110.00 MEDEXP(AnynnapX ) S 5, 0110.00 PER50NA.SADvINJuRY 51,000,100.00 GENERAL AGGREGATE 52,000,(:00.00 GENL AGGREGATE T POLICY LIMIT APPLIES PER: 7 V07 f7 LOC PROOUCTS- COMP/OPAGG $1,00011700,00 B R AUrOMOSILELIABILRY ANYAUTO ALLOWNEDALTOS SCNEOULmm r05 HIRED AUTOS NON- OWNEDAUTOS BAP126184 04/21/03 04/21/04 COA(BINEDSINOLHLIMIT LES 8eddw) $1,000,(.00.00 BODILYDWURY (Pwmmn) 5 R R SCDILYrwURr (p&wdd" S R PROPERTY DAMAGE (Peremdeno 5 GARAGE LIABILITY ANYAUTO AUTO ONLY- EAACCIDENr S OTHERTHAN EA ACC AUTOONLY; AGO $ . $ rLIABILT' ❑ CLAIMSMADE S EACH OCCURRENCE S AGGREGATE S D WORKERSCOMPENSATIONAND EMPLOYERS' LIABILITY A?W METQ ,,KMXEGVWE DF�FIO,.PIMFAIBER EXPAMEDI sPECL PROVSONSEeIaW 6653038 02 10/01/02 10/01/03 ,x A - E.L. EACH ACCIDENT $1,00o,r.00.00 E.L. DISEASE . FA EMPLO $1-1 000 r (; Do - D 0 G.L. DISEASE. POLICY LIMIT 51,000,000.00 C 8 OTHER INLAND MARINE PROPERTY CCP 267031 1CF041700052 04/21/03 1 09/16/03 04/21/04 1 09/3p6/04 VALUE$7000.SCHED EQCtIP ALL RISR.DED$1000. IVALUE$25,000. DESCRIPTION OF OPERATKN7bl LOCATK)NSIVEHICLES/ EXCLUSIONS AODE00YENDORSEMENT /SPECIAL PROVISIONS CITY OF NENPOF:T BEACH 2003 -2004 SIDEWAL &,CURB AND GUTTER REPLACEMENT #3629 CITY OF NEWPOF;T BRACH , ITS OFFICERS, OFFICALS, EMPLOYEES AND VOLUNTEERS ARE NAMED ADDITIONAL INSURED It PRIMARY AND i mlt OF SUB ON GL & WC CITY OF NEWPORT BEACH 3300 NEIRPORT BLVD NMPORT BRACH CA 92658 PUBLIC I4ORKS DEPARTMENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE ('ANCELLED BEFORE THE 19(PIRATIOI DATE THEREOF, THE ISSUING INSURER WILL rKIMET= LYIL3 D DAYS N imm NOTICE TO THE CERTIFICATE HOLDER NBMED TOM LEFT, BVy''FX&*XM1yL1. L 09/19/2003 12:26 9099419453 • ENDORSEMENT' INSURED: RANCO CORPORATION DATE: 09/15403 POLICY NUMBER: MOL 0135686 PRIMARY ENDORSEMENT: • PAGE 02/02 IT IS HEREBY AGREED THAT SUCH INSURANCE AS IS AFFORDED BY THIS POLICY FOR TEE BENEFIT OF THE ADDITIONAL INSURED(S) SHOWN BELOW SHALL BE PRIMARY INSURANCE, BUT OM Y AS RESPECTS TO CLAIMS, LOSS OR LIABILITY ARISING OUT OF THE OPERATIONS OF THE NAMED INSUREDS) HIS SUBCONTRACTORS OR HIS SUBCONTRACTORS OR MATERIALMEN OR SUPPLIERS AND ANY INSURANCE MAINTAINED BY THE ADDITIONAL INSURED(S) SHALL BE NON - CONTRIBUTING. ADDITION VL INSURED AND CERTIFICATE HOLDER DATE 09119 103 AUTHORIZED REPRESENTATIVE: SEP -19 -2003 FRI 11:23 AM CAL SURANCE ._ __ _ • ,_ . FAX N0, 7149391654 P. 01 CERTIFICATE OF INSURANCE CHECKLIST City of Newport Beach This checklist is comprised of requirements as outlined by the City of Newport Beach, Date Received: T719--o3 Dept. /Contact Received From: dh,n[oy^ci- fat Date Completed: q -1x'03 Sent to: 2k&_t.k.v,. a` By: /c1 -0-✓i 1 l Ja 11W Company/Person required to have certificate: Cary- ¢vya d-I vin I- GENERAL LIABILITY A. INSURANCE COMPANY: YY? 1 I : I,/ B, AM BEST RATING (A: VII or greater): I X C. ADMITTED Company (Must be California Admitted): Is Company admitted In California? ❑ Yes ❑ No D. LIMITS (Must be $1 M or greater): What is limit provided? a- m o E, PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? NZYes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ❑ Yes J�00 H, CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? ❑ Yes ❑ No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail: per Lauren Farley, the City will accept the endeavor wording. 11. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: ri1 ri / n ad1 MA-D B. AM BEST RATING (A: VII or greater): _A — V I 1 C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? 1fYes ❑ No D. LIMITS (Must be $1 M min. BI & PD and $600,000 UM): What is limits provided? I rvt i E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? WYes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): n Is it included? k"_ ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires notification of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. M. WORKERS' COMPENSATION A. INSURANCE COMPANY: SuXsl w. J 1 �s Hu rX B. AM BEST RATING (A: VII or greater): r,�`t C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ZYes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ❑ Yes ZNo 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the 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. 3629 in accord with the 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 @ 05 1^0A"'0 Dollars and /VO Cents Per Lump Sum 2. Lump Sum Traffic Control @dNZ' /f;;4ldfY0 Dollars and �Yd Cents Per Lump Sum 3. 375 L.F. Remove and Construct P.C.C. Type -A Curb & Gutter @ T/ Dollars and /Uo Cents Per Linear Foot $ 5�Z6 `•'o $ /40'ev. 'q5. $ .�4'21'r_ $ /ao 0 PR2of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. 19,761 S.F. Remove and Construct 4" Thick P.C.C. Sidewalk @ ��$ Dollars IVO and Cents Per Square Foot 5. 246 S.F. Remove and Construct P.C.C. Driveway Approach @ 1 d. Dollars and A1t% Cents Per Square Foot 6. 2 Each Remove and Construct P.C.C. Access Ramp per Case "E" @ Dollars and ND Cents Per Each 7. 2 Each Remove and Construct P.C.C. Access Ramp per Case "C" @ /7�OlUA�i� Dollars and /1/O Cents Per Each 8. 41 Each Remove and Construct P.C.C. Access Ramp per Detail "A" 5,00 rA100W0 Dollars and Ald Cents Per Each 24000eo9' $ $ 7�4 $ IM," $ 2000 pO $ /ora $!4 0 • PR3of3 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 9. 205 Each Root Prune Tree @ TLto• ,G aAA000:0 Dollars and A4� Cents Per Each TOTAL PRICE IN WRITTEN WORDS $ $ Z// d Twa, ;A0 WOO 7At iN*50 �6 A* Dollars and No Cents 9)�26�1 >3 Date 119)Q11-2500 ` lcj q2 -25 -1 Bidders Telephone and Fax Numbers to 38COo� A Bidder's License No(s). and Classification(s) Total Price (Figures) Bidder's Authorized Sfanature and Title P -0• tk)X 9r)(S1 , 3rec-, Bidder's Address Last saved by srooks07 /31/2003 7:43 AM f:\ users\ obwlshared \contracts\masters2G03 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM.doc 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO C -3629 DATE: August 25, 2003 Works Director TO: ALL PLANHOLDERS Addendum #1 includes the following items: 1„ Current Federal Prevailing Wages. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid Will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. Bidder's Name Tease Print) Date f* \users\pbMshared\contracts \fy 03. 04\03-04 sidewalk,curb & gutter c ,3629\addendum#1.doc WAIS Document Retrieval • • GENERAL DECISION: CA20030035 06/13/2003 Date: June 13, 2003 General Decision Number: CA20030035 Superseded General Decision No. CA020035 State: California Construction Type: BUILDING DREDGING HEAVY HIGHWAY County(ies): ORANGE BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 06/13/2003 CA20030035 - 1 COUNTY(ies): ORANGE ASBE0005B 08/05/2002 06/13/2003 Rates Fringes ASBESTOS WORKER /INSULATOR Includes the application of all insulating materials, protective coverings, coatings, & finishes to all types of mechanical systems 33.06 8.11 ---------------------------------- ------------ ------ ---- ------ -- ASBE0005D 01/01/2003 Rates Fringes ASBESTOS REMOVAL WORKER / HAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not 15.75 2.55 --------------------------------- ------------------------------- BOIL0092F 10/01/2002 Rates Fringes BOILERMAKER 31.96 13.30 --------------------------------- ------------------------------- ERCA0004T 05/01/2003 Rates Fringes BRICKLAYER; MARBLE MASON 30.46 5.40 --------------------------------- ------------------------------- �BRCA0018H 06/01/2002 Page 1 of 19 http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi?WAISdocID= 836892 18898 +9 +0+0 &WAISactionz... 08/2512003 WAIS Document Retrieval TILE LAYER TILE FINISHER MARBLE FINISHER • Rates 26.50 16.65 19.90 Fringes • 7.45 2.91 3.56 BRCA0018K 12/01/2000 Rates Fringes TERRAZZO WORKER 26.78 5.34 TERRAZZO FINISHER 20.53 5.34 CARP0002A 07/01/2002 CARPENTERS: CA20030035 - 2 Carpenter, cabinet installer, insulation installer, floor worker and acoustical installer Shingler Roof loader of shingles Saw filer Table power saw operator Pneumatic nailer or power stapler Millwright Pile driver; Derrick barge; bridge or dock carpenter; heavy framer; rockslinger Rockslinger Rock barge or scow Scaffold builder Rates Fringes 06/13/2003 29.00 6.68 29.13 6.68 20.77 6.68 29.08 6.6B 29.10 6.68 29.25 6.6B 29.50 6.68 29.13 6.68 29.13 6.68 29.03 6.68 23.20 6.68 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H -Beams driven or placed in pre - drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ----------------------------------------- ----- ----- -- ----- - - - - -- CARP0002B 07/01/2001 Rates Fringes DIVERS: Diver, wet 486.08 per day 5.61 Diver, stand -by 243.04 per day 5.61 Diver tender 235.04 per day 5.61 --------------------------------- -------------- ----------------- CARP0002Q 07/01/2002 Rates Fringes Work on wood framed construction of single family residences, apartments or condominiums under 4 stories ,DRYWALL INSTALLERS 19.00 5.18 +DRYWALL STOCKER /SCRAPPER 10.00 4.68 All other work DRYWALL INSTALLERS 29.00 6.68 DRYWALL STOCKER /SCRAPPER 10.00 4.68 _________________________________ _______ ___________ _______ _ _ _ ___ Page 2 of 19 http: / /frwcbgate3. access. gpo. gov/ cgi- binlwaisgate.cgi ?WAISdocID--83689218898 +9 +O+O&WAISaction =r... 08/25/2003 WAIS Document Retrieval • • CARP0003H 08/01/2002 Rates Fringes MODULAR FURNITURE INSTALLER 14.00 5.16 FULL WALL TECHNICIAN 20.14 5.16 MOBILE FILING SYSTEM INSTALLERS 13.10 4.66 ---------- ------ --- — --- — - -------- — - - ------ - --- ----------- - -- ELEC00111 12/01/2001 Rates COMMUNICATIONS & SYSTEMS: CA20030035 - 3 06/13/2003 Installer 22.13 Technician 23.93 SCOPE OF WORK: Fringes 3% + 4.40 3% + 4.40 Installation, testing, service and maintenance of systems utilizing the transmission and /or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background- foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi- media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and /or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. --------------------------------- ------- ------ ------ -- ---- - - -- -- ELEC0441A 12/02/2002 ELECTRICIAN CABLE SPLICER ELEC1245C 06/01/2002 Rates Fringes 31.85 3% +8.35 33.32 3% +8.35 Rates Fringes LINE CONSTRUCTION: Lineman; Cable splicer 33.16 4.5% +7.08 Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, ' trenchers, cranes (50 tons and below), and overhead and underground distribution line equipment) 28.19 4.5 %+6.80 Groundman 21.56 4.5% +6.80 Powderman --- ------ - ------ — ---- — - ------ ---- 31.51 - ------- ---------- 4.5% +6.84 ------ — -- ELEV0018A 09/15/2001 Rates Fringes ELEVATOR MECHANIC 33.695 7.455 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 Page 3 of 19 http: / /frwcbgate3. access. gpo. gov/ cgi- binlwaisgate.cgi ?WAISdoclD= 83689218898 +9 +0 +0 &WAISactionz... 08/25/2003 WAIS Document Retrieval Page 4 of 19 months to 5 years service. Pa *Holidays: New Years Day, • Memorial Day, Independence Day, Labor Day, Thanksgiving Day and i Friday after, and Christmas Day. FOOTNOTES: Workers required to suit up and work in a hazardous material environment: $1.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. CA20030035 - 5 06/13/2003 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi ?WAISdocl D= 83689218898 +9 +O+O&WAISaction =r... 08/25/2003 CA20030035 - 4 06/13/2003 ENGIO012C 07/01/2002 Rates Fringes POWER EQUIPMENT OPERATORS: GROUP 1 27.85 11.85 GROUP 2 28.63 11.85 GROUP 3 28.92 11.85 GROUP 4 30.21 11.85 GROUP 5 30.43 11.85 GROUP 6 30.54 11.85 GROUP 7 30.66 11.85 GROUP 8 30.83 11.85 GROUP 9 30.93 11.85 GROUP 10 30.96 11.85 GROUP 11 31.04 11.85 GROUP 12 31.16 11.85 GROUP 13 31.33 11.85 GROUP 14 31.43 11.85 GROUP 15 31.54 11.85 GROUP 16 31.66 11.85 GROUP 17 31.83 11.85 GROUP 18 31.93 11.85 GROUP 19 32.04 11.85 GROUP 20 32.16 11.85 GROUP 21 32.33 11.85 CRANES, PILEDRIVING & HOISTING EQUIPMENT: GROUP 1 29.00 11.85 GROUP 2 29.78 11.85 GROUP 3 30.07 11.85 GROUP 4 30.21 11.85 GROUP 5 30.43 11.35 GROUP 6 30.54 11.85 GROUP 7 30.66 11.35 GROUP 8 30.83 11.85 GROUP 9 31.00 11.85 GROUP 10 32.00 11.85 GROUP 11 33.00 11.85 GROUP 12 34.00 11.85 GROUP 13 35.00 11.80 TUNNEL WORK: GROUP 1 30.28 11.85 GROUP 2 30.57 11.85 GROUP 3 30.71 11.85 GROUP 4 30.93 11.85 GROUP 5 31.04 11.85 GROUP 6 31.16 11.85 GROUP 7 31.46 11.85 FOOTNOTES: Workers required to suit up and work in a hazardous material environment: $1.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. CA20030035 - 5 06/13/2003 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi ?WAISdocl D= 83689218898 +9 +O+O&WAISaction =r... 08/25/2003 WAIS Document Retrieval Page 5 of 19 with seat or similar type equipme; Elevator operator- inside; • Engineer Oiler; Forklift operator (includes loed, lull or similar .types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt- rubber plant operator (nurse tank operator); Concrete mixer operator -skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine oeprator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt- rubber blend operator; Bobcat or similar type (side steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Horizontal Directional Drilling Machine; Hydra- hammer -aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power- driven jumbo form setter operator; Power sweeper operator; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types .(Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator (including water wells); Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary- Johnson - Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds. struck); Self- propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 CA20030035 - 6 06/13/2003 yd. and up to and including 1 -1/2 yds.); Slip form pump operator '(power driven hydraulic lifting device for concrete forms); tractor operator - bulldozer, tamper- scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D -5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator http: / /frwebgate3. access. gpo. gov/ cgi- binlwaisgate.cgi ?WAISdoclD= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval Page 6 of 19 GROUP 6: Asphalt or concrete spring operator (tamping or • finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt- rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast -in -place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self - propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy -duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator ( Athey, Euclid, Sierra and similar types); Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley- Presswell or similar type); Pumperete gun operator; Rotary drill operator (excluding caisson type); Rubber -tired earth - moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth - moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber -tired scraper operator (self - loading paddle wheel type -John Deere, 1040 and similar single unit); Self - propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1 -1/2 yds. up to and including 6 -1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D -5 100 flywheel h.p. and over, or similar - bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 7: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types- Watson 3000 or 5000 auger or similar types - Texoma 900 auger or similar types- drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC35O (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type- except Quad 9 cat.); Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine CA20O30O35 - 7 06/13/2003 operator; Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6 -1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 8: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine 41ttp: / /frwebgate3. access. gpo. gov /cgi- bin /waisgate.cgi? WAISdocID= 83689218898 +9 +0+0 &WAISactionz... 08/25/2003 1 WAIS Document Retrieval • operator; Mobile form traveler ooator; Motor patrol operator (multi - engine); Pipe mobile machine operator; Rubber -tired earth - :moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self - loading scraper operator (paddle - wheel -auger type self- loading - two (2) or more units) GROUP 9: Rubber -tired earth - moving equipment operator operating equipment with push -pull system (single engine, up to and including 25 yds. struck) GROUP 10: Canal liner operator; Canal trimmer operator; Remote - control earth - moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 11: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating •equipment with push -pull system (multiple engine -up to and including 25 yds. struck) GROUP 12: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (single engine, over 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 13: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 14: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) CA20030035 - 8 06/13/2003 GROUP 15: Rotex concrete belt operator (or similar types); Rubber -tired earth - moving equipment operator, operating in tandem :(scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 16: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth - moving equipment operator, Page 7 of 19 http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi ?WAISdoclD= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval • Page 8 of 19 operating in tandem (scrapers, bity dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 18: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, up to and including 25 yds. struck) GROUP 19: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, Caterpillar, Euclid, Athey wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating with the tandem push -pull system (multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, over 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Concrete pump operator -truck mounted; Rubber -tired earth- moving equipment operator, operating equipment with the tandem push -pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler CA20030035 - 9 06/13/2003 GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin- Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and /or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 Cu. yds., M.R.C.) http: / /frwebgate3. access. gpo. gov/ cgi- binlwaisgate.cgi ?WAISdoclD= 83689218898 +9 +0 +0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval Page 9 of 19 GROUP 9: Crane operator (over 25 *ns and up to and including • 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K -crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) CA20030035 - 10 06/13/2003 GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power- driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power- driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy -duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber - tired, rail or track type); Pneumatic concrete placing machine operator (Hackley- Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ------------------------------- http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.egi ?WAISdoclD= 83689218898 +9 +0+0 &W AISaction=r... 08/25/2003 r WAIS Document Retrieval • • ENGIO012D 08/01/2002 Rates Fringes POWER EQUIPMENT OPERATORS: DREDGING: Leverman 34.65 11.85 Dredge dozer 31.18 11.85 Deckmate 31.07 11.85 Winch operator (stern winch on dredge) 30.52 11.85 Fireman; deckhand and bargeman 29.98 11.85 Barge mate 30.59 11.85 IRON0001T 07/01/2002 Rates Fringes IRONWORKERS: Fence erector 25.97 15.29 Ornamental, reinforcing and structural 26.86 15.29 CA20030035 - 11 06/13/2003 ----- - --- ---------------------- --- --------- --- ---------- -- ---- LA1300001B 07/01/2002 BRICK TENDER LAB00002H 07/01/2002 Rates Fringes 21.10 9.57 Rates Fringes LABORERS: GROUP 1 20.10 9.98 GROUP 2 20.65 9.98 GROUP 3 21.20 9.98 GROUP 4 22.75 9.98 GROUP 5 23.10 9.98 TUNNEL LABORERS: GROUP 1 23.01 9.98 GROUP 2 23.33 9.98 GROUP 3 23.79 9.98 GROUP 4 24.48 9.98 GUNITE LABORERS: GROUP 1 GROUP 2 GROUP 3 22.84 12.73 21.89 12.73 18.35 12.73 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and /or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal -to- portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75' -0" above base level and which work must be performed in whole or in part more than 75' -0" above base level, that work performed above the 75' -0" level shall be compensated for at 35 cents per hour above the Page 10 of 19 htlp: / /frwebgate3. access. gpo. gov/ cgi- bin/waisgate.cgi ?WAISdoclD= 83689218898 +9 +0+0 &WAISactionz... 08/25/2003 WAIS Document Retrieval • Page 11 of 19 applicable classification wage Oe. LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and /or water pipeline laborer; Laborer, asphalt- rubber material loader; Laborer, general or construction; Laborer, general clean -up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; CA20030035 - 12 06/13/2003 Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and /or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2 -1/2 ft. drill steel or longer; Dri- pak -it machine; Gas, oil and /or water pipeline wrapper, 6 -in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi - plate; Kettle person, pot person and workers applying asphalt, lay -kold, creosote, lime caustic and similar type materials ( "applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come - alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand - propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new http: / /frwcbgate3. access. gpo. gov lcgi- binlwaisgate.cgi ?WAISdoclD= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval . Page 12 of 19 concrete; Cribber, shorer, lagg* sheeting and trench bracing, hand - guided lagging hammer; Head rock slinger; Laborer, asphalt - rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non - metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, CA20030035 - 13 06/13/2003 solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading Agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and /or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work GUNITE LABORER CLASSIFICATIONS GROUP 1: Nozzle person and rod person GROUP 2: Gun person GROUP 3: Rebound person LAB0200300A 08/07/2002 Rates Fringes PLASTERER TENDER 23.00 10.17 PLASTER CLEANWP LABORER 20.45 10.17 LAB00882B 01/01/2001 http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi ?WAISdocID--83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval ASBESTOS REMOVAL LABORER • Rates 20.12 Fringes 7.50 SCOPE OF WORK: Includes site mobilization, initial site cleanup, CA20030035 - 14 06/13/2003 site preparation, removal of asbestos - containing material and toxic waste, encapsulation, enclosure and disposal of asbestos - containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. LABO1184A 07/01/2002 LABORERS - STRIPING: GROUP 1 GROUP 2 GROUP 3 GROUP 4 LABORERS - STRIPING CLASSIFICATIONS Rates Fringes 20.65 8.42 21.50 8.42 23.82 8.42 26.02 8.42 GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, Permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment LABO1184E 07/01/2002 SLURRY SEAL WORK LABORERS: Group 1 Group 2 Group 3 CA20030035 - 15 ;Group 4 Rates Fringes 21.66 8.42 22.86 8.42 24.72 8.42 06/13/2003 26.32 8.42 Page 13 of 19 http: / /frwebgate3. access. gpo. gov /cgi- bin /waisgate.egi ?WAISdoclD= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval • • GROUP 1 - Traffic Control Person & Serviceman; including .work of installing and protecting utility covers, traffic delineating devices, posting of no parking and notifications for public convenience, surface cleaning by any method, repair and filing of cracks by any means, and other work not directly connected with the application of slurry seal. GROUP 2 - Squeegeeman (finish); Traffic control person. GROUP 3 - Applicator operator (line driver); Power broom sweeper operator; Operation of all related machinery and equipment; Shuttleman GROUP 4 - Mix operator -- --- ---- -- ---- - ----- ---- — -- — - -- ---- — - --- -------- -- --------- PAIN0036A 07/01/2002 Rates Fringes Work on service stations and and car washes; Small new commercial work (defined as construction up to and including 3 stories in height, such as small shopping centers, small stores, small office buildings and small food establishments); Small new industrial work (defined as light metal buildings, small warehouses, small storage facilities and tilt -up buildings); Repaint work (defined as repaint of breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities); Tenant improvement work (defined as tenant improvement work not included in conjunction with the construction of the building, and all repainting of tenant improvement projects PAINTER (including lead abatement) 21.75 5.89 All other work: PAINTER 25.02 5.89 PAIN0036H 10/01/2002 CA20030035 - 16 DRYWALL FINISHERS PAIN003GR 06/01/2002 GLAZIERS 06/13/2003 Rates Fringes 26.33 8.48 Rates Fringes 29.20 8.45 Page 14 of 19 http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.egi ?WAISdocID--83689218898 +9 +O+O&WAISactionz... 08125/2003 WAIS Document Retrieval • • FOOTNOTE: Additional $1.25 per hour for work in a condo, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing state or any suspended contrivance, from the ground up -------------------- ----- --- ---------- ------ --- - -- - --- -- PAIN1247B 01/01/2003 Rates Fringes SOFT FLOOR LAYER 26.70 6.25 -------------------------- --- --- -- ------ -- -- -- ---- - - -- -- PLAS0200I 08/07/2002 Rates Fringes PLASTERERS 26.77 6.76 --------------------------------- ----------- -------------------- PLAS0500B 07/01/2002 Rates Fringes CEMENT MASON 23.05 11.56 ------ ------------------------------- — - ------------------------ PLUM0016A 07/01/2002 Rates Fringes Work on strip malls, light commercial, tenant improvement and remodel work: PLUMBER & PIPEFITTER 23.03 8.24 Work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space PLUMBER & PIPEFITTER 28.92 9.44 All other work: PLUMBER & PIPEFITTER 29.81 10.01 Landscape and irrigation work: PLUMBER & PIPEFITTER 23.27 9.56 Sewer and storm drain work: PLUMBER & PIPEFITTER 20.25 9.75 ---------------------------------------------------------- - - - - -- PLUM0250B 09/01/2002 CA20030035 - 17 06/13/2003 Rates Fringes REFRIGERATION FITTER 33.10 10.40 PLUM0345A 07/01/2002 Rates Fringes LANDSCAPE & IRRIGATION FITTER 23.27 9.56 --- — -- — ----- -- --- ---- --- --- ------ --- — -------- - --- -------- - -- ROOF0036B 09/01/2001 Rates Fringes ROOFER 24.77 5.40 Page 15 of 19 http: //f webgate3. access .gpo.govlcgi- binlwaisgate.cgi? WAISdoclD= 83689218898 +9 +0+0 &WAISactionz... 08/25/2003 WAIS Document Retrieval • • Duties limited to the following: Roof removal of any type of roofing or roofing material; or spudding, or sweeping; and /or clean -up; and /or preload in, or in preparing the roof for application of roofing, damp and /or waterproofing materials PREPARER 16.24 1.00 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. SFCA0669H 04/01/2003 Rates Fringes DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: SPRINKLER FITTER (FIRE) SFCA0709C 09/01/2002 30.05 6.10 Rates Fringes SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES: SPRINKLER FITTER (FIRE) 36.18 11.50 --------------------------------- ------------------------------- SHEE0105H 02/01/2003 Rates Fringes AREA SOUTH OF IMPERIAL HIGHLY AND EAST OF THE 710 FREEWAY INCLUDING THE ENTIRE CITIES OF CLAREMONT, LONG BEACH AND POMONA COMMERCIAL: CA20030035 - 18 06/13/2003 Work on all commercial HVAC for creature comfort and computer clean rooms, architectural metals, metal roofing and lagging, over insulation SHEET METAL WORKER 28.99 12.39 INDUSTRIAL Work on all air pollution control systems, noise abatement panels, blow pipe, air -veyor systems, dust collecting, baghouses, heating, air conditioning, and ventilating (other than creature comfort) and all other industrial work, including metal insulated ceilings SHEETMETAL WORKER 25.62 16.09 Page 16 of 19 bttp: / /frwebgate3. access. gpo. gov /cgi- bin/waisgate.cgi ?WAISdocH)= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval • • Page 17 of 19 TEAM0011E 07/01/2002 TRUCK DRIVERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 9 GROUP 10 GROUP 11 TRUCK DRIVER CLASSIFICATIONS GROUP 1: Truck driver Rates Fringes 21.84 12.84 21.99 12.84 22.12 12.84 22.31 12.84 22.25 12.84 22.37 12.84 22.62 12.84 22.87 12.84 23.02 12.84 23.37 12.84 23.87 12.84 GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck - mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6 -1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver CA20030035 - 19 06/13/2003 GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6 -1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axle; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person /welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. http: / /fiwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi ?WAISdocID= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 WAIS Document Retrieval Page 18 of 19 Unlisted classifications needed a work not included within • the scope of the classifications listed may be added after 'award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ------ - -- — -------------- --- ---- ------- --- ----------- --- — ------ In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: • an existing published wage determination • a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter • a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted CA20030035 - 20 06/13/2003 because those Regional offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor http: / /frwebgate3. access. gpo. gov /cgi- binlwaisgate.cgi ?WAISdocU)= 83689218898 +9 +0 +0 &WAISactionz... 08/25/2003 WAIS Document Retrieval Page 19 of 19 200 Constitution Aven* N. W. • Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION http: / /frwebgate3. access. gpo. gov /Cgi- binlwaisgate.cgi ?WAISdoclD= 83689218898 +9 +0+0 &WAISaction =r... 08/25/2003 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 2 -9.4 Line and Grade 2 -9.6 Survey Monuments SECTION 3 CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup SECTION 4 CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 4 -1.3.4 Inspection and Testing SECTION 5 UTILITIES 5 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 6 -7 TIME OF COMPLETION 6 -7.1 General M 1 1 2 2 2 2 2 2 2 2 2 3 3 3 3 3 3 4 4 4 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 6 7 -10 • i 6 -7.2 Working Days 4 6 -7.4 Working Hours 4 6 -9 LIQUIDATED DAMAGES 5 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 5 7 -8 PROJECT SITE MAINTENANCE 5 7 -8.5 Temporary Light, Power and Water 5 7 -8.6 Water Pollution Control 5 7 -8.6.1 Best Management Practices and Monitoring Program 5 7 -8.8 Steel Plates 6 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 6 7 -10 PUBLIC CONVENIENCE AND SAFETY 6 7 -10.1 Traffic and Access 6 7 -10.2 Storage of Equipment and Materials in Public Streets 6 7 -10.3 Street Closures, Detours, Barricades 6 7 -10.4 Public Safety 7 7- 10.4.1 Safety Orders 7 7 -10.5 "No Parking" Signs 7 7 -10.6 Street Sweeping Signs 7 7 -10.7 Notice to Residents and Temp Parking Permits 7 7 -15 CONTRACTOR LICENSES 8 7 -16 CONTRACTOR'S RECORDSIAS BUILT DRAWINGS 8 SECTION 9 MEASUREMENT AND PAYMENT 8 9-3 PAYMENT 8 9 -3.1 General 8 9 -3.2 Partial and Final Payment 10 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 10 201 -1 PORTLAND CEMENT CONCRETE 10 201 -1.1.2 Concrete Specified by Class 10 201 -1.6 Matching Concrete 10 SECTION 203 BITUMINOUS ASPHALT 10 203 -1 PAVING ASPHALT 10 0 203 -1.1 General 10 PART 3--- CONSTRUCTION METHODS SECTION 300 EARTHWORK 10 300 -1 CLEARING AND GRUBBING 11 300 -1.3 Removal and Disposal of Materials 11 300 -1.3.1 General 11 300 -1.3.2 Requirements 11 300 -1.5 Solid Waste Diversion 11 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 11 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 11 303 -5.1 Requirements 11 303 -5.1.1 General 11 303 -5.5 Finishing 12 303 -5.5.2 Curb 12 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 12 308 -1 GENERAL 12 Last saved by m1ocey07 131/2003 10:34 AM f.\ users\ pbw\ shared\contracts\masters\masters for contract set up\master specs index.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS • SP 1 OF 13 2003 -2004 SIDEWALK, CURB AND GUTTER REPLACEMENT PROGRAM CONTRACT NO. 3629 INTRODUCTION All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (1994 edition), including Supplements; (3) Standard Specifications for Public Works Construction (1997 edition), including supplements. Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714 -517 -0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of removing existing curb, gutter, sidewalk, driveway approaches, curb access ramps, root pruning trees and constructing new PCC curb, gutter, sidewalk, driveway approaches, curb access ramps, per City standards and ADA requirements and other incidental items of work." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractors California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project design to provide all construction survey services that are required to construct the improvements. The filing of a Corner Record and /or a Record of Survey with the County Surveyors Office is required after the Work completion. �J • SP2OF13 All existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.4 Line and Grade. Add to this section: "All reconstruction work that is longer than 50 feet in length shall be surveyed for positive drainage." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. In the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall have the affected survey monuments restored per records, at his expense. The Contractor's Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SECTION 3 - -- CHANGES IN WORK 3-3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements P • SP3OF13 4 -1.3.4 Inspection and Testing. All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 hours minimum) notice of the Contractor's readiness for inspection. The Engineer will select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5--- UTILITIES 5 -2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust to finish grade City - owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. For adjustment of Southern California Edison, The Gas Company, Pacific Bell, cable television, and other utility facilities to the finish grade, the Contractor shall submit to the Engineer a written request specifying facilities to be adjusted. The City will contact each utility company and request the utility company to adjust its facilities per the franchise agreement and asking the utility company to coordinate the adjustments with the City's contractor. The Contractor shall then coordinate with each utility company for the adjustment of these facilities. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Superintendent, at (949) 718 -3402. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 0 • SP4OF13 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6 -7, shall commence on the date of the 'Notice to Proceed." No work shall begin until a "Notice to Proceed" has been issued, a pre- construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until he has exerted extra effort to meet his original schedule and has demonstrated that he will be able to maintain his approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from his overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within forty consecutive working days after the date on the Notice to Proceed. " It shall be the Contractor's responsibility to ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6 -7.2 Working Days. Revise 3) to read: "any City holiday, defined as January 15', the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 40', the first Monday in September (Labor Day), November 11" (Veterans Day), the fourth Thursday in November (Thanksgiving), December 24'", (Christmas Eve — half day), December 25" (Christmas), and December 315' (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 8:00 a.m. to 4:30 P.M. Monday through Friday. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may only be for 4:30 P.M. to 6:30 P.M. on weekdays or 8:00 A.M. to 6 P.M. on Saturday. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves 0 • SP 5 OF 13 the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $60.00 per hour when such time periods are approved. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -7 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $500.00." Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7 - -- RESPONSIBILITIES OF THE CONTRACTOR 7-8 PROJECT SITE MAINTENANCE 7-8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender an $813 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin or the beach." 7 -8.6.1 Best Management Practices and Monitoring Program. The contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance, failure of the contractor to follow BMP will result in immediate cleanup by City Forces and the back charging of the contractor for all costs plus 15 percent. • • SP6OF13 7-8.8 Steel Plates. The City can provide a limited quantity of steel plates. These plates may be obtained for a rental charge of $15.00 per plate per week or part thereof. In addition the Contractor shall deposit $100 for the use of the City's lifting eye fitting and for the use of trench plates. The Contractor shall obtain plates from and return plates to the City's Utilities Yard at 949 West 16th Street. To determine the number of plates available and to reserve the plates, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (949) 718 -3402. 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. Replace the first sentence of the second paragraph with, 'The Contractor shall repair, restore, or reconstruct all existing public and private improvements disturbed or damaged by the work which are not designated for removal. Such restoration work may include, but not be limited to: turf, plants and planters, shrubs, trees, irrigation components, electrical components, fences, brick and brick pavers, concrete, painting of various surfaces, ornaments and other decorative items, property corner survey markings, etc." Replace the last sentence of the third paragraph with, "Lawns shall be repaired with sod identical to the existing type." Add to this section, "The Contractor is advised to keep records of the existing work site conditions prior to the start of any construction work." 7 -10 PUBLIC CONVENIENCE AND SAFETY 7 -10.1 Traffic and Access. Add to this section: "The Contractor shall provide traffic control and access in accord with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) also published by Building News, Inc:' 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre - construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7 -10.3 Street Closures, Detours and Barricades. Add to this section: "The Contractor shall conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), 2001 Edition. In addition the Contractor shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. • SP 7 OF 13 2. All advanced warning sign installations shall be reflectorized and /or lighted. 3. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection days, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the city's Refuse Superintendent, Mr. William Russo, at (949) 718 -3468 and all property owners." 7 -10.4 Public Safety 7- 10.4 -1 Safety Orders. Add to this section: "The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractor's performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7 -10.5 "No Parking" Signs. The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty -eight hours in advance of the need for enforcement. In addition, it shall be the Contractor's responsibility to notify the City's Police Department, Traffic Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall be City of Newport Beach "Temporary Tow -Away, No Parking" signs and provided by the Engineer. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY" sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7 -10.6 Street Sweeping Signs. After posting temporary "NO- PARKING -TOW AWAY" signs, the Contractor shall cover street sweeping signs, on those streets scheduled for work in a manner approved by the Engineer. Immediately after construction is complete and the street is opened to traffic, the Contractor shall promptly uncover the street sweeping sings and remove the temporary "NO PARKING - TOW AWAY" signs." 7 -10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent residents, within 500 feet of the project, describing the project and indicating the limits of construction. The notice shall also clearly indicate specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. The Contractor shall insert the applicable dates and times at the time the notices are distributed. • • SP 8 OF 13 Forty-eight hours prior to the start of any construction, the Contractor shall distribute a second written notice to the adjacent residents. Any interruption of work at any location in excess of 14 calendar days shall require re- notification. The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re- notification using an explanatory letter furnished by the City. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor "A" License. At the start of work and until completion of work, the Contractor and all Sub - contractors shall possess a Business License issued by the City of Newport Beach. 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and submitted to the Engineer at the time each progress bill is submitted. Upon completion of the project, the Contractor shall provide "As- Built" corrections upon a copy of the Plans. The "As-Built" plans shall be submitted to the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9 - -- MEASUREMENT AND PAYMENT 9 -3 PAYMENT 9 -3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP and • • SP9OF13 construction schedule, and all other related work as required by the Contract Documents. Item No. 2 Traffic Control: Work under this item shall include delivering all required notifications and temporary parking permits, post signs and all costs incurred notifying residents. In addition, this item includes providing the traffic control required by the project including, but not limited to, signs, cones, barricades, temporary striping, flagpersons. This item includes furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, and City of Newport Beach Requirements. Item No. 3 Remove and Construct P.C.C. Type A Curb and Gutter: Work under this item shall include sawcutting, removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, construction of minimum 12 -inch wide and 8 -inch deep AC patchback, re- chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work, and all other work items as required for performing the work complete and in place. Gutter width shall be 18 inches. Item No. 4 Remove and Construct 4 -Inch Thick P.C.C. Sidewalk: Work under this item shall include sawcutting, removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 5 Remove and Construct P.C.C. Driveway Approach: Work under this item shall include sawcutting, removing and disposing of existing improvements, compacting existing subgrade, constructing P.C.C. driveway approach per City of Newport Beach Std.- 163 -L., constructing minimum 12 -inch wide and 8 -inch deep AC patchback, and all other work necessary to remove the existing improvements and construct a driveway approach complete and in place. All existing improvements damaged by construction shall be restored to previous condition. Item No. 6 Remove and Construct P.C.C. Access Ramp per Caltrans Std. A88A, Case "E ": Work under this item shall include sawcutting, removing existing improvements subgrade compaction, constructing P.C.C. access ramps per Caltrans Std. A88A, Case "E ", curb and gutter construction of minimum 12 -inch wide and 8 -inch deep AC patchback, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 7 Remove and Construct P.C.C. Access Ramp per Caltrans Std. A88A, Case "C: Work under this item shall include sawcutting, removing existing improvements, subgrade compaction, constructing P.C.C. access ramps per Caltrans Std. A88A, Case "C', curb and gutter, construction of minimum 12 -inch wide and 8 -inch deep AC patchback, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. 0 • SP 10 OF 13 Item No. 8 Remove and Construct P.C.C. Access Ramp per Detail A: Work under this item shall include sawcutting, removing existing improvements, subgrade compaction, constructing P.C.C. access ramps per Detail "A ", curb and gutter, construction of minimum 12 -inch wide and 8 -inch deep AC patchback, restoring all existing improvements damaged by the work, and all other work items as required to complete the work in place. Item No. 9 Root Prune Tree. Work under this item shall include root pruning, removal and disposal, backfilling the tree wells with a native soil approved by the Engineer, and all other work required to complete the work in place. All utilities or other improvements damaged by the work shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." PART 2 CONSTRUCTION MATERIALS SECTION 201 --- CONCRETE. MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560 -C- 3250." 201 -1.6 Matching Concrete. Add to this section: "P.C.C. to be reconstructed must match characteristics of existing P.C.C. including color and pattern of control joints. SECTION 203 -- BITUMINOUS MATERIALS 203 -1 PAVING ASPHALT 203 -1.1 General. Add to this section: "All asphalt concrete used on the work shall be III- C3 -AR- 4000." PART 3 CONSTRUCTION METHODS SECTION 300 - -- EARTHWORK E 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials • SP 11 OF 13 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday. 300 -1.3.2 Requirements (c) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." And replace the words 1 'Y2 inch" of the last sentence with the words 'Iwo (2) inches ". 300 -1.5 Solid Waste Diversion. Non - reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 303 - -- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.1 Requirements 303 -5.1.1 General. Add to this section: Driveway approaches shall be reconstructed and open for use within three calendar workdays after the commencement of driveway approach removal. • • SP 12 OF 13 2. Driveway approaches shall be constructed one half at a time so that garage access is continuously maintained, unless signed agreement with the property owner can be obtained. 3. Curb access ramps, sidewalk, curb and gutter shall be reconstructed and open for use within five calendar workdays after the commencement of their removal. 4. All curb and gutter shall be constructed on top of 10 inches of 95 percent relative compacted subgrade. 5. Reconstructed sidewalks shall be opened to public use on the day following concrete placement. 6. All forms shall be removed, irrigations systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. 7. All damaged private improvements shall be repaired in -kind to the satisfaction of the respective owner within 72 hours of reconstructed work. 8. P.C.C. work subjected to vehicle loads such as driveways and gutters shall not be opened to traffic until the concrete has been sufficiently cured. The Contractor shall detour traffic around such work until the work is ready for public use." 303 -5.5 Finishing 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" for sewer lateral and a chiseled 'V -X" for water valve locations. "X" shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the City's Utilities Superintendent, Mr. Ed Burt, at (714) 718 - 3402." SECTION 308 - -- LANDSCAPE AND IRRIGATION INSTALLATION 308 -1 General. Add to this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned of removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644 -3083) at the site to discuss City standards and requirements. The submittal shall adhere to the following guidelines. 1. Root Pruning b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. • • SP 13 OF 13 c. Roots shall be cleanly severed using a root - pruning machine, ax or comparable tool. 2. Arbitraar Root Cut a. A straight cut with a root - cutting machine shall be made. b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and /or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and /or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump - grinding machine instead of a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre- approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 0 2002 DUAL UNITS STD PLAN A88A is �• •� �x 6° lid :Beg .k�� saa !� E fr :4€ � 9ga g la Y y' � 6o�a ?i° � €g �� 8 � �FE�S•E£ E�� °� .g °eg £4�r .P3 �nZ =S �« o' ° •. xx wSe�ei.L �'E `��`�� 8'}' y } fra- g» ��:« J "E ate- °g`. °go ag og° :o »g .iD =�` ^rE ag «° _ aF• E,° ° « °8� o =Q Ee,f ° 3 °ag 3�H � '.- ~ o ° ,k W ° »Q IE zs € fr° E = °E Y ri if SFdoo wO �fr go w eSo oDOOSUU� !� $[ °« .a $ - '`' €F a'6 ^) E.b� "5.° 3 s8 �' B F °` ` )ocO C °• �fr SQL: oaE i hill dog x, °� goI oe fr b be ° .4-09 „ B= ': ^° = .rP= efr S 9_E_ ° � Efre kE „o_ �E° §F9 ;fr4` Sfr 'k; a0 ° �E n« � h_gaE sY zl• ry.._ ° .E U1I.S § � 2013p E` Q £n °a o p E� n p Y aZ E zP W F1 t e � TO ®'.® ,N �O N ° ZZl aa f- 511 Q o ZZ'1 o.A N1�Id .°a 72 I ` FW ¢aao { ` QI a W,IY LO -.II �...• � t�ll� \' , w -�i' . lil IL V R •V °« VI E Z :. Mn +o I.pl t p 1.91 ZZ'1 1'°V ° poi �° wfre 1� ^ blr J° cC E aCe p ?I • I_ x� � r / � a " im "o i ° =y I � a° �. ♦ I' �Z � I ryl� wn Lo..n cl u a eyl 1 u m u °I oz � ~= ~OO I \n NI ����_ ��u �k C i 83 10]]18 Q W N X Q W 0 Z Z 0 1' CLEARANCE BETWEEN I z It AND BACK OF CURB g r � m U � Q U EXISITNG SIDEWALK RETAINING CURB FACE PLANTING AREA III) II ��yFP� 12� SLOP E I \/ 89 ROADWAY PAVEMENT 3" A.C. on 4" C.A.B. CURB ACCESS RAMP DETAIL "A" NOT TO SCALE REMOVE EXISTING CURB AND GUTTER AND CONSTRUCT TYPE "A" CURB AND GUTTER PER CNB STD.- 182 -L. C -3629 CITY OF NEWPORT BEACH PURVIC WORKS DFPARTM'FNT CURB ACCESS RAMP DETAIL "A" WORK SCHEDULE AF- Across4prom 0 LOCATION STREET NAME& NO. SIDEWALK C & G ACCESS I ROOT PR NING I DRIVEWAY COMMENTS .FT. L �F. RAMP -Ea. APP. SF 4733 Cortland Dr. 26 4801 Cortland Dr. 37 AF 4500 Cortland Dr. 52 21 2 4501 Wayne Rd. 108 2 4621 Drchester Rd. 112 2 4630 Dorchester Rd. 48 2 4615 Surrey Dr. 112 28 1 4621 Surrey Dr. 60 1 4715 Surrey Dr. 92 1 4833 Dorchester Dr. 84 1 4627 Cortland Dr. @ Cameo Highlands 96 2 416 Hazel Dr. 48 1, 414 Poppy Ave. 128 1 416 Poppy Ave. 132 1 AF 509 Poppy Ave. 76 1 AF 519 Poppy Ave. 40 1 AF 601 Poppy Ave. 44 1 612 Poppy Ave. 80 1 700 Poppy Ave. 172 1 712 Poppy Ave. 84 1 716 Poppy Ave. 96 1 730 Poppy Ave. 156 2 721 Poppy Ave. 64 1 717 Poppy Ave. 68 2 709 Poppy Ave. 32 1 703 Poppy Ave. 32 701 Poppy Ave. 56 1 521 Poppy Ave. 64 1 423 Poppy Ave. 72 1 717 Poinsettia Ave. 48 1 707 Poinsettia Ave. 148 2 619 Poinsettia Ave. 100 1 605 Poinsettia Ave. 72 1 501 Poinsettia Ave. @ alley 56 2 513 Poinsettia Ave. 48 1 511 Poinsettia Ave. 60 1 421 Poinsettia Ave. 120 1 419 Poinsettia Ave. 48 1 N/E corner of Poinsettia Ave & E. PCH 15 1 408 Poinsettia Ave. 120 1 418 Poinsettia Ave. 152 2 422 Poinsettia Ave. 40 1 514 Poinsettia Ave. 152 2 600 Poinsettia Ave. on 2nd Ave. 30 1 120 518 Poinsettia Ave. 80 1 604 Poinsettia Ave. 52 1 616 Poinsettia Ave. 36 1 702 Poinsettia Ave. 48 1 704 Poinsettia Ave. 44 1 718 Poinsettia Ave. 48 1 Page 1 WORK SCHEDULE (AF- Across From) LOCATION STREET NAME& NO. SIDEWALK C & G ACCESS ROOT P ING DRIVEWAY COMMENTS SORT. LF. RAMP -Ea. APP. SF 705 Orchid Ave. 36 1 701 Orchid Ave. 60 1 519 Orchid Ave. 88 1 513 Orchid Ave. 44 1 429 Orchid Ave. 160 1 427 Orchid Ave. 52 1 423 Orchid Ave. 68 1 421 Orchid Ave. 16 417 Orchid Ave. 92 1 415 Orchid Ave. 172 3 416 Orchid Ave. 128 1 706 Orchid Ave. 48 1 720 Orchid Ave. 68 1 Orchid @ Fifth S/E & S/W Corner 2 Per Detail "A" Orchid @ Fifth (N/S Fifth 1 Per Case "C" Orchid at Fourth 4 Per Detail "A" Orchid at Third 4 Per Detail "A" Orchid at Second 4 Per Detail "A" 721 Narcissus Ave. 56 1 703 Narcissus Ave. 36 1 619 Narcissus Ave. 72 1 605 Narcissus Ave. 88 519 Narcissus Ave. 72 1 513 Narcissus Ave. 16 421 Narcissus Ave. 120 1 419 Narcissus Ave. 62 1 415 Narcissus Ave. 96 N/W corner of Narcissus Ave. & E. PCH 36 36 N/E corner of Narcissus Ave. & E. PCH 44 414 Narcissus Ave. 108 1 430 Narcissus Ave. 48 1 500 Narcissus Ave. 84 1 504 Narcissus Ave. 56 1 508 Narcissus Ave. 112 1 510 Narcissus Ave. 64 514 Narcissus Ave. 84 1 602 Narcissus Ave. 68 1 606 Narcissus Ave. 64 1 608 Narcissus Ave. 24 612 Narcissus Ave. 84 1 Narcissus at Fourth (N/E & S/E Corner) 2 Per Detail "A" Narcissus at Third (N/E & S/E Corner 2 Per Detail "A" Narcissus at Second 4 Per Detail "A" 717 Marigold Ave. 28 709 Marigold Ave. 84 2 615 Marigold Ave. 92 1 601 Marigold Ave. 46 1 501 Marigold Ave. 40 429 Marigold Ave. 40 427 Marigold Ave. 104 1 Page 2 WORK SCHEDULE (AF- Acrossiom) 9 LOCATION STREET NAME& NO. SIDEWALK C & G ACCESS ROOT PR NIN DRIVEWAY COMMENTS SQ•FT• I LF RAMP -Ea. APP. SF 421 Marigold Ave. 16 411 Marigold Ave. 100 1 409 Marigold Ave. 36 1 410 Mari old Ave. 200 2 516 Marigold Ave. 32 618 Marigold Ave. 24 708 Marigold Ave. 24 718 Marigold Ave. 120 1 Marigold at Fourth (N /W Corner ) Per Detail "A" Marigold at Third 4 Per Detail "A" Marigold at Second (N/W, S/W & S/E Corner 3 Per Detail "A" N/E corner of Marguerite Ave. & E. PCH 280 2 608 Marguerite Ave. 40 1 719 Larkspur Ave. 20 717 Larkspur Ave. 48 701 Larkspur Ave. 56 619 Larkspur Ave. 96 1 605 Larkspur Ave. 32 519 Larkspur Ave. 24 513 Larkspur Ave. 52 1 AF 416 Larkspur Ave. 180 2 502 Larkspur Ave. 48 1 719 Jasmine Ave. 36 1 709 Jasmine Ave. 48 2 705 Jasmine Ave. 56 1 603 Jasmine Ave. 60 706 Jasmine Ave. 48 1 Jasmine @ Fifth (S/E Corner 1 Per Detail "A" Jasmine @ Fifth (N/S Fifth 1 Per Case "C' 713 -709 Iris Ave 360 2 707 Iris Ave. 84 1 701 Iris Ave. 48 1 615 Iris Ave. 72 613 Iris Ave. 24 519 Iris Ave. 120 N/W corner of Iris Ave. & E. PCH 280 2 514 Iris Ave. 164 1 717 Heliotrope Ave. 80 1 713 Heliotrope Ave. 80 1 AF 602 Heliotrope Ave. 80 1 AF 600 Heliotrope Ave. 84 1 614 Heliotrope Ave. 84 1 620 Heliotrope Ave. 24 715 Goldenrod Ave. 72 1 707 Goldenrod Ave. 40 1 631 Goldenrod Ave. 76 1 AF 618 Goldenrod Ave. 60 1 AF 614 Goldenrod Ave. 48 AF 612 Goldenrod Ave. 56 N/E corner of Goldenrod Ave & E. PCH 80 Page 3 WORK SCHEDULE (AF-Across from) E LOCATION STREET NAME& N0. SIDEWALK C & G ACCESS I ROOT PR NING DRIVEWAY COMMENTS .FT. LF. RAMP -Ea. APP. SF 614 Goldenrod Ave. 40 704 Goldenrod Ave. 96 1 718 Goldenrod Ave. 20 Goldenrod @ First Street 4 Per Detail "A" Goldenrod @ Second Street 4 Per Detail "A" S/E corner of Dahlia Ave @ Fifth Ave. 64 1 1601 Avocado Ave. #1 138 1 # 2 48 # 3 102 1441 Avocado Ave. #1 150 # 2 120 1 # 3 108 1 # 4 60 3 # 5 360 2 # 6 340 1 1401 Avocado Ave. 240 1 280 Farallon on Avocado Ave. # 1 36 # 2 108 1 # 3 220 1 # 4 120 1 S/W corner - Farallon & Avocado Ave. #1 160 # 2 84 1 # 3 126 1 # 4 24 1 Farallon Dr. @ N.E. Corner of Anacappa 1 Per Case Farallon Dr. @ N.E. Corner of Anacappa 1 Per Case "E" 170 Farallon Drive 2 Per Detail "A" 26 Coor erate Plaza on Avocado Ave. 80 1 AF 702 Avocado Ave. 56 1 AF 700 Avocado Ave. 180 1 612 Avocado Ave. 32 616 Avocado Ave. 56 620 Avocado Ave. 20 702 Avocado Ave. 36 709 Acacia Ave. 216 1 705 Acacia Ave. 64 1 703 Acacia Ave. 48 1 617 Acacia Ave. 48 2 613 Acacia Ave. 36 1 611 Acacia Ave 48 609 Acacia Ave. 120 521 Acacia Ave. on 3rd Ave. 216 4 1 521 Acacia Ave. 36 501 Acacia Ave. 48 1 437 Acacia Ave. 88 1 AF 428 Acacia Ave. 36 1 AF 420 Acacia Ave. 24 1 413 Acacia Ave. 56 AF 410 Acacia Ave. 24 408 Acacia Ave. 56 1 Page 4 WORK SCHEDULE (AF- Across From) P LOCATION STREET NAME& NO. SIDEWALK C & G ACCESS ROOT PRUNING DRIVEWAY _COMMENTS SOFT- LF. RAMP -Ea. APP. $ F 420 Acacia Ave. 36 422 Acacia Ave. 36 430 Acacia Ave. 48 1 432 Acacia Ave. 48 500 Acacia Ave. 48 1 502 Acacia Ave. 36 1 510 Acacia Ave. 36 1 600 Acacia Ave. 152 604 Acacia Ave. 48 610 Acacia Ave. 48 612 Acacia Ave. 144 1 614 Acacia Ave. 40 616 Acacia Ave. 36 620 Acacia Ave. 28 706 Acacia Ave. 60 1 S/W corner-Begonia Ave. & E. PCH 236 2 703 Begonia Ave. 48 1 619 -621 Begonia Ave. 228 3 609 Begonia Ave. 36 607 Begonia Ave. 24 605 Begonia Ave. 48 1 517 Begonia Ave. 60 1 437 Begonia Ave. 24 431 Begonia Ave. 36 421 Begonia Ave. 48 1 417 Begonia Ave. 56 1 415 Begonia Ave. 36 1 411 Begonia Ave. 180 1 432 Begonia Ave. 84 1 2320 2nd Ave. 50 2 126 504 Begonia Ave. 36 1 514 Begonia Ave. 136 1 516 Begonia Ave. 88 1 518 Begonia Ave. 56 602 Begonia Ave. 24 604 Begonia Ave. 92 606 Begonia Ave. 36 610 Begonia Ave. 92 612 Begonia Ave. 124 616 Begonia Ave. 92 1 700 Begonia Ave. 128 1 706 Begonia Ave. 40 S/W corner of Carnation & E. PCH 380 2 621 Carnation Ave. 100 1 607 Carnation Ave. 44 1 603 Carnation Ave. 100 1 519 Carnation Ave. 108 2 515 Carnation Ave. 80 1 511 Carnation Ave. 36 507 Carnation Ave. 84 Page 5 0 WORK SCHEDULE (AF- Across From) 0 LOCATION STREET NAME& NO. SIDEWALK C & G ACCESS ROOT DRIVEWAY COMMENTS .FT. ILL. IRAMP-Ea.IERUNING, APP. SF 505 Carnation Av. 80 1 501 Carnation Ave. 88 24 1 435 Carnation Ave. 108 1 429 Carnation Ave. 92 1 423 Carnation Ave. 60 1 AF 416 Carnation Ave. 24 422 Carnation Ave. 92 1 438 Carnation Ave. 84 2 440 Carnation Ave. 28 1 500 Carnation Ave. 20 606 Carnation Ave. 84 614 Carnation Ave. 168 1 700 Carnation Ave. 64 1 S/E corner of Carnation Ave. & E. PCH 289 1 Totals 19,761 375 45 205 246 Page 6 0 0 Community Development Block Grant (CDBG) Program Instructions and Forms THIS PROJECT is federally financed by the U.S. Department of Housing and Urban Development (24 CFR, Part 92). To that end, this project will be subject to compliance with Davis -Bacon Compliance, "Section 3 ", Affirmative Action Requirements, Executive Order #11246, and others. The contractor shall become familiar with the requirements of the Community Development Block Grant (CDBG) Program from the following pages and instructions. All CDBG forms that are noted in bold type shall be submitted with the bid package. Forms shall be completely filled out in ink or type written. Missing or incomplete forms may be cause to invalidate a bid. Invalidated bids will not be considered when awarding the contract. Compliance with the prevailing rates of wages and apprenticeship employment standards established by the Federal/State Director of Industrial Relation will be required. Information relative to the employment of apprentices shall be obtained from the Director of the Department of Industrial Relations, who is the Administrative Officer of the California Apprenticeship Council. Apprentices not certified through the State will not be accepted as apprentices and shall be paid the wages indicated in the wage determination for the specific trade being conducted. Affirmative Action to ensure against discrimination in employment practice on the basis of race, color, national origin, ancestry, sex, or religion will also be required. This is a federally assisted construction project and Federal labor standards, including Davis - .Bacon requirements will be enforced. In accordance with said standards, workers employed in construction- related work under said contract shall be paid not less than the applicable minimum prevailing area wage rates referenced hereinafter. If Federal and State wage rates are applicable, then the higher of the two shall prevail. Copies of the current Federal prevailing wage rates applicable to said contract are attached hereto. This is a HUD Section 3 contract and all bidders must commit to achieving the Section 3 employment and contracting goals to be considered a Section ,3 responsive bidder. A bidder who is not responsive to Section 3 requirements shall be considered a non - responsive bidder to this Invitation of Bids. The purpose of Section 3 is to ensure that employee and other economic opportunities generated by HUD assistance or HUD assisted projects covered by Section 3 shall to the greatest extent feasible, be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. The following Federal Provisions and the attached exhibits herewith become binding on the contractor(s) and incorporated in the bid document in entirety: 1. The Contractor and the Subcontractor(s) shall allow all authorized Federal, State and/or City officials access to the work area, fiscal, payroll, materials and other relevant contract records. All relevant records must be retained for at least four years after final payments and all other pending matters are closed, or for the remaining term of the Consolidated Plan in effect at the time of contract signing, whichever is longer (24 CFR85- 36(i)(11)). F —I 0 0 2. The Contractor and the Subcontractor(s) shall comply with the Lead Based Paint Poisoning Prevention Act and the Implementation Regulations (24 CFR 35) issued pursuant thereto and any amendments thereof, where applicable. The Contractor and the Subcontractor(s) shall comply with the Title VI of the Civil Rights Act of 1964 and the Title VIII of the Civil Rights Act of 1968 and any amendments thereof. 4. The Contractor and the Subcontractor(s) shall comply with Clean Air Act of 1963 (42 USC 1857) and the Federal Water Pollution Act (33 USC 1251), as amended and all applicable standards or regulations (40 CFR Part 15 and 61) issued pursuant to the said acts. 5. The Contractor and the Subcontractor(s) shall comply with the Executive Order 11246, as amended by Executive Order 12086, and the Implementation Regulation (24 CFR 130 and 41 CFR Chapter 60) issued pursuant thereto, relating to equal opportunity and nondiscrimination. Furthermore, the Contractor and Subcontractors shall comply with Labor Code Section 1777.6 which stipulates that it shall be unlawful to refuse to accept otherwise qualified employees solely on the grounds of race, religious creed, color, national origin, ancestry, sex, or age, except as provided in Section 3077, of such employee. The Contractor and Subcontractor(s) shall complete and execute the attached "Notice of Equal Employment Opportunity" as part of the bid proposal. 6. The Contractor and Subcontractor(s) each shall complete and submit with the bid proposal the attached "Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of the Required Reports." 7. The Contractor shall complete and execute the attached certifications concerning Federal and County Lobbyist Requirements and submit such as part of the bid proposal. 8. If applicable, the Contractor shall insure completion and execution of the attached "Contractor's Notification of Subcontracts Awarded" and submit the form as part of the bid proposal. 9. The Contractor and the Subcontractor(s) shall comply with Section 3 of the Housing and Community Development Act of 1968. Pursuant to the said act, the Contractor and the Subcontractor(s) shall comply with Section 3 Policy and Requirements. The contractor and shall submit the "Section 3 Economic Opportunity Plan and the Notice of Section 3 Commitment" as part of the bid proposal. Failure to submit the forms will be cause for deeming the contractor a non - responsive bidder. 10. The Contractor and the Subcontractor(s) shall comply with the Affirmative Action Compliance Requirements as contained in 41 CFR Chapter 60 -1.40. • 11. The Contractor and the Subcontractor(s) shall comply with the Copeland Anti- Kickback Act (18USC 874 and 40 USC 276 C) and the Implementation Regulations (29 CFR Part 3) issued pursuant thereto and any amendments thereof. 12. The Contractor and Subcontractor(s) shall comply with 41 CFR Chapter 60 -1.8 regarding segregated facilities. The Contractor and Subcontractor(s) shall complete and execute the attached "Certification of Non - Segregated Facilities" as part of the bid proposal. 13. The Contractor shall not employ, award subcontracts to, or otherwise engage the services of any Subcontractor(s) or sub - recipient(s) during any period of debarment, suspension, or placement in ineligibility status under the provisions of 24 CFR Part 24. 14. The Contractor states that by submitting this bid proposal that the prime contractor is eligible for the award of the contract receiving Federal assistance. 15. The Contractor states that any contract/agreement resulting from this original contract/agreement must contain the same Federal language. 0 • EXHIBIT 6 NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY Project Number and Title To: Name of Labor Union, Worker's Representative, etc. Address The undersigned currently holds a contract with the City of Irvine involving Community Development Block Grant funds from the U.S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Executive Order 11246, the undersigned is obliged not to discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: HIRING, PLACEMENT, UPGRADING, TRANSFER, OR DEMOTION; RECRUITMENT, ADVERTISING, OR SOLICITATION FOR EMPLOYMENT TREATMENT DURING EMPLOYMENT; RATES OF PAY OR OTHER FORMS OF COMPENSATION; SELECTION FOR TRAINING, INCLUDING APPRENTICESHIP; LAYOFF OR TERMINATION. This notice is furnished you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in , conspicuous places available to employees or applicants for employment. Name of Contractor Address Signature and Title Date U • • EXHIBrr 03 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The bidder , proposed subcontractor , hereby certifies that he has , has not , participated in a previous contract or subcontract subject to the equal opportunity clause, as required by Executive Orders 10925, 11114, or 11246, and that he has , has not , filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: Awarding Agency: Contractor Name: Affiliate Company: By: Project Number. Title: Contract Award: Total Number of Employees: 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.) 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 U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF -100 (EEO -1) must be filed by: (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owner or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60 -1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractor, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or 0:� Name of Address: State: 0 0 FEDERAL LOBBYIST REQUIREMENTS Zip Code: CERTIFICATION Date: Phone No.: ( 1 EXMBIT 18 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the Department of Housing and Urban Development (HUD). 5. No Federal appropriated funds have been paid, by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 6. 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 or an 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 above named firm shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions, and; 7. The above named firm shall require that the language of this certification be included in the award documents for all sub - awards at all tiers (including subcontracts, sub - grants, and contracts under grants, loans, and cooperative agreement) and that all sub - recipients shall certify and disclose accordingly. 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 the 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. Authorized Official: Name: Title: Signature: Date: ui 0 U W O a Ir W m z z ix a F- z O U Ah Ah 0 IU IU N w F N U LL � �m UO Oz LLI O a w ?a w woe uo °w w f�a wH N az z� Va 0 ccz r<w v m Z w A z z a m w Ix Ow am Ufa a= zw N o KS OW <F z 0 U m N O F U z a w w w a x F 3 F aU a 0 a w O A a e O Y F c 0 z � a 3 w a Z F 5 V 3 F 0 G y o Q m °w o G w c 0 C a w w w m m O F F OZ O aa� F a ^z� u 2 vi v m ti EXIHBIT 04 a z IU IU U EXHIBIT 22 SECTION 3 CONTRACT PROVISIONS FOR HOUSING AND COMMUNITY DEVELOPMENT ASSISTANCE Special Provisions. Bidders to a Section 3 covered contract shall pay particular attention to the following requirements and conditions in the special provisions. Policy. The purpose of Section 3 of the Housing and Urban Development Act of 1968, as amended, is to ensure that training, employment, contracting and other economic opportunities generated by HUD financial assistance shall, to the greatest extent feasible, and consistent with existing Federal, State and local laws and regulations, be directed to low- and very low- income persons, particularly those who are recipients of government assistance for housing, and to business concerns which provide economic opportunities to low- and very low- income persons. Section 3 applies to training, employment , contracting and other economic opportunities arising in connection with the expenditure of housing assistance and community development assistance that is used for the following projects: Housing rehabilitation (including reduction and abatement of lead -based paint hazards, but excluding routine maintenance, repair and replacement); b. Housing construction; C. Other public construction. 2. Section 3 Obligation. Each recipient of Section 3 covered assistance in excess of $200,000 is responsible for complying with Section 3 requirements in its own operations. Each recipient is also responsible for ensuring Section 3 compliance by its contractors and subcontractors if the amount of Section 3 covered assistance exceeds $200,000 and the contract or subcontract exceeds $100,000. Section 3 Goals. The recipient of Section 3 covered assistance in excess of $200,000 and its contractors and subcontractors who have a contract in excess of $100,000 shall, to the greatest extent feasible, meet the following goals. a. Training and Employment Goal: Employ Section 3 residents as a percentage of the aggregated new hires as indicated below: (1) Thirty percent in FY 1997 and continuing thereafter. b. Contracts Goal: Award Section 3 business concerns: (1) At least ten percent of the total dollar amount of all Section 3 covered contracts for building trades work arising in connection with the housing rehabilitation, housing construction and other public construction. (2) At least three percent of the total dollar amount of all other Section 3 covered contracts. 4. Preferences. a. In housing and community development programs, preferences for Section 3 residents in training and employment opportunities shall be given, where feasible, in the following priority to: n u 0 (1) Section 3 residents residing in the service area or neighborhood in which the Section 3 covered project is located (category 1 residents); (2) Participant in HUD Youthbuild programs (category 2 residents); (3) Where the Section 3 project is assisted under the Stewart B. McKinney Homeless Assistance Act, homeless persons residing in the service area or neighborhood in which the Section 3 covered project is located shall be given the highest priority; and (4) Other Section 3 residents. b. In housing and community development programs, preferences for Section 3 business concerns in contracting opportunities shall be given, where feasible, in the following priority to: (1) Section 3 business concerns that provide economic opportunities for Section 3 residents in the service area or neighborhood in which the Section 3 covered project is located (category 1 businesses); (2) Applicant selected to carry out HUD Youthbuild programs (category 2 businesses); and (3) Other Section 3 business concerns. 5. Bidder's Efforts to Comply with Section 3 Requirements. t. a. Examples of the bidder's efforts to offer training and employment opportunities to Section 3 residents. (1) Entering into "first source' hiring agreements with organizations representing Section 3 residents. (2) Sponsoring HUD - Certified "Step -Up" employment and training program for Section 3 residents. (3) Establishing training programs, which are consistent with the requirements for the Department of Labor, for public and Indian housing residents and other Section 3 residents in the building trades. (4) Advertising the training and employment positions by distributing flyers (which identify the positions to be filled, the qualifications required, and where to obtain additional information about the application process) to every occupied dwelling unit in the housing development or developments where category 1 and category 2 persons reside. (5) Advertising the training and employment positions by posting flyers (which identify the positions to be filled, the qualifications required, and where to obtain additional information about the application process) in the common areas or other prominent areas of the housing development or developments. For housing authorities, post such advertising in the housing development or developments where E 9 category 1 or category 2 persons reside; for all other recipients, post such advertising in the housing development or developments and transitional housing in the neighborhood or service area of the Secti.m 3 covered project. (6) Contacting residents councils, resident management organizations, or other resident organizations, where they exist, in the housing development or developments where category 1 or category 2 persons reside, and community organizations in HUD - assisted neighborhoods, to request the assistance of these organizations in notifying residents of the training and employment positions to be filled. (7) Sponsoring (scheduling, advertising, financial or providing in -kind services) a job informational meeting to be conducted by housing authority or contractor representative or representatives at a location in the housing development or developments where category 1 or category 2 persons reside or in the neighborhood service area of the Section 3 covered project. (8) Arranging assistance in conducting job interviews and completing job applications for residents of the housing development or developments where category 1 or category 2 persons reside and in the neighborhood or service area in which the Section 3 project is located. (9) Arranging for a location in the housing development or developments where category 1 persons reside, or the neighborhood or service area of the project, where job applications may be delivered to and collected by a recipient or contractor representative or representatives. (10) Conducting job interviews at the housing development or developments where category 1 or category 2 persons reside, or at a location within the neighborhood or service area of the Section 3 covered project. (11) Contracting agencies administering HUD Youthbuild programs, and requesting their assistance in recruiting HUD Youthbuild program participants for the housing authority's or contractor's training and employment positions. (12) Consulting with State and County local agencies administering training programs funded through JTPA or Joblinks, probation and parole agencies, unemployment compensation programs, community organizations and other officials or organizations to assist with recruiting Section 3 residents for the housing authority's or contractor's training and employment positions. (13) Advertising the jobs to be filled through the local media, such as community television networks, newspapers of general circulation, and radio advertising. (14) Employing a job coordinator, or contracting with a business concern 0 that is licensed in the field of job placement (preferably one of the Section 3 business concerns), that will undertake, on behalf of the housing authority, other recipient or contractor, the efforts to match eligibility and qualified Section 3 residents with the training and employment positions that the housing authority or contractor intends to fill. (15) For a housing authority, employing Section 3 residents directly on either a permanent or temporary basis to perform work generated by Section 3 assistance. (This type of employment is referred to as "force account labor" in HUD's Indian housing regulations.) (16) Where there are more qualified Section 3 residents than there are positions to be filled, maintaining employment positions. (17) Undertaking job counseling, education and related programs in association with local educational institutions. (18) Undertaking such continued job training efforts as may be necessary to ensure the continued employment of Section 3 residents previously hired for employment opportunities. (19) After selection of the bidders but prior to execution of contracts, incorporating into the contract a negotiated provision for a specific number of public housing or other Section 3 residents to be trained or employed on the Section 3 covered assistance. (20) Coordinating plans and implementation of economic development ,a„ (e.g., job training and preparation, business development assistance for residents) with the planning for housing and community development. b. Examples of the bidder's efforts to award contracts to Section 3 business concerns. (1) Utilizing procurement procedures for Section 3 business concerns similar to those provided in 24 CFR Part 905 for business concerns owned by Native Americans. (2) In determining the responsibility of potential contractors, consider their record of Section 3 compliance as evidenced by past actions and their current plans for the pending contract. (3) Contracting business assistance agencies, minority contractors associations and community organizations to inform them of contracting opportunities and requesting their assistance in identifying Section 3 businesses which may solicit bids or proposals for contracts for work in connection with Section 3 covered assistance. (4) Advertising contracting opportunities by posting notices, which provide general information about the work to be contracted and where to obtain additional information, in the common areas or other prominent areas of the housing development or developments owned and managed by the housing authority. (5) For housing authorities, contacting resident councils, resident management corporations, or other resident organizations, where they exist, and requesting their assistance in identifying category 1 and category 2 business concerns. (6) Providing written notice to all Section 3 business concerns of the contracting opportunities. This notice should be in sufficient time to allow the Section 3 business concerns to respond to the bid invitations or request for proposals. (7) Following up with Section 3 business concerns that have expressed interest in the contracting opportunities by contacting them to provide additional information on the contracting opportunities. (S) Coordinating pre -bid meetings at which Section 3 business concerns could be informed of upcoming contracting and subcontracting opportunities. (9) Carrying out workshops on contracting procedures and specific contract opportunities in a timely manner so that Section 3 business concerns can take advantage of upcoming contracting opportunities, with such information being made available in languages other than English where appropriate. (10) Advising Section 3 business concerns as to where they may seek assistance to overcome limitations such as inability to obtain bonding, Will lines of credit, financing, or insurance. (11) Arranging solicitations, times for the presentation of bids, quantities, specifications, and delivery schedules in ways to facilitate the participation of Section 3 business concerns. (12) Where appropriate, breaking out contract work items into economically feasible units to facilitate participation by Section 3 business concerns. (13) Contacting agencies administering HUD Youthbuild programs, and notifying these agencies of the contracting opportunities. (14) Advertising the contracting opportunities through trade association papers and newsletters, and through the local media, such as community television networks, newspapers of genera circulation, and radio advertising. (15) Developing a list of eligible Section 3 business concerns. (16) For housing authorities, participating in the "Contracting with Resident -Owned Businesses" program provided under 24 CFR Part 963. (17) Establishing or sponsoring programs designed to assist residents of public or Indian housing in the creation and development of resident- owned businesses. �7 0 • (18) Establishing numerical goals (number of awards and dollar amount of contracts) for award of contracts to Section 3 business concerns. (19) Supporting businesses which provide economic opportunities to low income persons by linking them to the support services available through the Small Business Administration, the Department of Commerce and comparable agencies at the State and local levels. (20) Encouraging financial institutions, in carrying out their responsibilities under the Community Reinvestment Act, to provide no- or low- interest loans for providing working capital and other financial business needs. (21) Actively supporting joint ventures with Section 3 business concerns. (22) Actively supporting the development or maintenance of business incubators which assist Section 3 business concerns. 6. Submission of Evidence of Section 3 Responsiveness. The bidders attention is directed to the requirement for submittal of one or more of the following with the bid proposal when a bid exceeds $100,000. Failure to submit evidence of Section 3 responsiveness within 24 hours of bid opening will be arounds for finding the bidder nonresponsive to this Invitation for Bids. a. Section 3 Business Certification Form: If a bidder claims qualification as a Section 3 business concern, the bidder shall submit a Section 3 Business Certification Form. b. Section 3 Business Certification Form: If Section 3 qualification is based on its subcontracting activity, the bidder shall submit a Section 3 Business Certification Form for each Section 3 business concern with which it currently has a contract. C. Section 3 Resident Certification Form: If a bidder claims qualification as a Section 3 business concern and employs and trains Section 3 residents, the bidder shall submit a Section 3 Resident Certification Form for each Section 3 resident currently employed. d. Section 3 Economic Opportunity Plan: If a bidder seeks to comply with Section 3 requirements by meeting goals for training, employment and subcontracting, such compliance shall be presented in a Section 3 Economic Opportunity Plan and submitted with the bid proposal. e. Any other information evidencing the bidder's commitment to Section 3 goals for training, employment and subcontracting that satisfies the intent of 24 CFR Part 135, as determined by the contract awarding agency. Section 3 Contract Award. This is a HUD Section 3 contract and all bidders must address the Section 3 employment and contracting goals to be considered a Section 3 responsive bidder. A bidder who is not responsive to Section 3 requirements shall be considered a nonresponsive bidder to this Invitation for Bids. The r contract will be awarded to a responsible, qualified Section 3 business concern with the lowest bid that is Section 3 responsive, provided that the bid amount is "reasonable ", as defined in the following paragraph. If the bid of the responsible, qualified Section 3 business concern with the lowest bid is not "reasonable ", as defined in the following paragraph, the contract awarding agency shall award the contract to the lowest Section 3 responsive bid of any responsive, reasonable bidder. A Section 3 responsive bidder is one who qualifies as a Section 3 business concern or who makes a commitment to meet the employment goal for Section 3 resident(s) and /or meet the contracting goals for Section 3 business firm(s). b. In awarding the contract, preference may be shown to a Section 3 business concern who is a qualified bidder, provided that the bid amount is "reasonable ". A "reasonable" bid is a bid that is not more than "X" higher than the lowest responsive bid received from any responsible bidder. If the lowest bid of a qualified Section 3 business concern is not "reasonable ", as defined herein, the contract shall be awarded to the lowest responsive bid from any responsible bidder. (This requirement applies to all contracts which exceed $100,000.) C. "X" is determined as follows: (1) When the lowest responsive bid is less than $100,000, "X" is the lesser of 10% of that bid or $9,000; (2) When the lowest responsive bid is at least $100,000, but less than $200,000, "X" is the lesser of 9% of that bid or $16,000; Ic (3) When the lowest responsive bid is at least $200,000, but less than $300,000, "X" is the lesser of 8% of that bid or $21,000; (4) When the lowest responsive bid is at least $300,000, but less that $400,000, "X" is the lesser of 7% of that bid or $24,000; (5) When the lowest responsive bid is at least $400,000, but less than $500,000, "X" is the lesser of 6% of that bid or $25,000; (6) When the lowest responsive bid is at least $500,000, but less than $1 million, "X" is the lesser of 5% of that bid or $40,000; (7) When the lowest responsive bid is at least $1 million, but less than $2 million, "X" is the lesser of 4% of that bid or $60,000; (8) When the lowest responsible bid is at least $2 million, but less than $4 million, "X" is the lesser of A of that bid or $80,000; (9) When the lowest responsible bid is at least $4 million, but less than $7 million, "X" is the lesser of 2% of that bid or $105,000; and (10) When the lowest responsible bid is $7 million or more, "X" is 1.5% of the lowest responsive bid, with no dollar amount. 8. Section 3 Complaint Procedures. A complaint may be filed by Section 3 residents, Section 3 business concerns, or parties alleging noncompliance with the Section 3 0 0 regulations by the recipient or contractor. Complaints are reviewed and investigated by the Assistant Secretary for Fair Housing and Equal Opportunity and, where appropriate, voluntary resolutions are sought. Those complaints that are not resolved voluntarily may result in an administrative hearing. A complaint alleging a violation of Section 3 requirements shall be processed as follows: a. A complaint must be filed with the Assistant Secretary for Fair Housing and Equal Opportunity, U.S. Department of Housing and Urban Development, Washington, D.C., 20410. b. A complaint must be received no later that 180 days from the date of the action or omission upon which the complaint is based, unless the time for filing is extended by the Assistant Secretary for good cause shown. C. Each complaint must be in writing, signed by the complainant, and include: (1) The complainant's name and address; (2) The name and address of the respondent; and (3) A description of the acts or omissions by the respondent that is sufficient to inform the Assistant Secretary of the nature and date of the alleged noncompliance. d. A complaint may provide information to be contained in a complaint by telephone to HUD or any HUD Field Office, and HUD will reduce the information provided by telephone to writing on the prescribed complaint form and sent the form to the complainant for signature. • -i 9. Recordkeeping. a. The contractor /subcontractor who meets the Section 3 threshold requirement shall maintain all records, reports, and other documents demonstrating its efforts to achieve the Section 3 goals for training and employment for contracts. This includes the contractor's subcontracting activities to achieve Section 3 goals. Such records shall identify the name and business address of each Section 3 subcontractor or vendor and the total dollar amount actually paid each Section 3 subcontractor or vendor with supporting documents. b. Upon completion of the contract, the contractor /subcontractor who meets the Section 3 threshold requirement shall prepare a Section 3 Compliance Report and submit it to the contract awarding agency. Where the tens of a contract extends beyond a fiscal year, the contractor /subcontractor shall submit a Section 3 Compliance Report to report Section 3 accomplishments during each fiscal year to the contract awarding agency. LAM MI LLA VEFINITION OF SECTION 3 TERMS 1. Housing and Community Development Assistance means any financial assistance provided or otherwise made available through a HUD housing or community development program through any grant, loan, loan guarantee, cooperative agreement, or contract, and includes community development funds in the form of community development block grants, and loans guaranteed under Section 108 of the Housing and Community Development Act of 1974, as amended. Housing and community development assistance does not include financial assistance provided through a contract of insurance or guaranty. 2. Housing Development means low- income housing owned, developed, or operated by public housing agencies in accordance with HUD's public housing program regulations codified in 24 CFR Chapter IX. 3. HUD Youthbuild Programs means programs that receive assistance under Subtitle D of Title IV of the National Affordable Housing Act, as amended by the Housing and Community Development Act of 1992, and provide disadvantage youth with opportunities for employment, education, leadership development, and training in the construction or rehabilitation of housing for homeless individuals and members of low- and very low- income families. 4. JTPA means the Job Training Partnership Act. 5. Metropolitan Area means a metropolitan statistical area, as established by the Office of Management and Budget. 6. Neighborhood Area means: a. For HUD housing programs, a geographical location within the jurisdiction of a unit of general local government (but not the entire jurisdiction) designated in ordinances, or other local documents as a neighborhood, village, or similar geographical designation. b. For HUD community development programs, a neighborhood is defined as: (1) A geographical location within the jurisdiction of a unit of general local government (but not the entire jurisdiction) designated in comprehensive plans, ordinances, or other local documents as a neighborhood, village, or similar geographical designation; (2) The entire jurisdiction of a unit of general local government which is under 25,000 population; or (3) A neighborhood, village, or similar geographical designation in a New Community (which term means a new community project approved by the United States Secretary of Housing and Urban Development under Title VII of the Housing and Urban Development Act of 1970 or Title IV of the Housing and Urban Development Act of 1968). New Hires mean full -time employees for permanent, temporary or seasonal employment opportunities. 8. Non - metropolitan County means any county outside of a metropolitan area. 9. Recipient means any entity which receives Section 3 covered assistance, directly from HUD or from anotherr cioient and includes. but is not limit• to. anv State. unit of local government, public housing authority, Indian housing authority, Indian tribe, or other public body, public or private non - profit organization, private agency or institution, mortgagor, developer, limited dividend sponsor, builder, property manager, community housing development organization, resident management corporation, resident council, or cooperative association. Recipient also includes any successor, assignee or transferee of any such entity, but does not include any ultimate beneficiary under the HUD program to which Section 3 applies and does not include contractors. 10. Section 3 Business Concern means a business concern: a. That is 51 percent or more owned by Section 3 residents; or b. Whose permanent, full -time employees included persons, at least 30 percent of whom are currently Section 3 residents, or within three years of the date of first employment with the business concern were Section 3 residents, or C. That provides evidence of a commitment to subcontract in excess of 25 percent of the dollar award of all subcontracts to be awarded to the business concerns that meet the qualifications set forth in paragraphs 10a and 10b in this definition of Section 3 business concern. 11. Section 3 Covered Assistance means: a. Public and Indian housing development assistance provided pursuant to Section 5 of the 1937 Act; b. Public and Indian housing operating assistance provided pursuant to Section 9 of the 1937 Act; C. Public and Indian housing modernization assistance provided pursuant to Section 14 of the 1937 Act; d. Assistance provided under any HUD housing or community development program that is expended for work arising in connection with: (1) Housing rehabilitation (including reduction and abatement of lead -based paint hazards, but excluding routine maintenance, repair and replacement); (2) Housing construction; or (3) Other public construction project (which includes other buildings or improvements, regardless of ownership). 12. Section 3 Covered Contract means a contract or subcontract (including a professional service contract) awarded by a recipient or contractor for work generated by the expenditure of Section 3 covered assistance, or for work arising in connection with a Section 3 covered project. "Section 3 covered contracts" do not include contracts awarded under HUD's procurement program, which are governed by the Federal Acquisition Regulation System. "Section 3 covered contracts" also do not include contracts for the purchase of supplies and materials. However, whenever a contract for materials includes the installation of the materials, the contract constitutes a Section 3 covered contract. For example, a contract for the purchase and installation of a furnace should be a Section 3 covered contract because the contract id for work (i.e., the installation of the furnace) and thus is covered by Section 3. 13. Section 3 Covered Project means the construction, reconstruction, conversion or rehabilitation of housing (including reduction and abatement of lead -based paint hazards), other public construction which includes buildings or improvements (regardless of ownership) assisted with housing or community development assistance. 14. Section 3 Resident means: a. A public housing resident; or b. An individual who resides in the metropolitan area or non - metropolitan county in which the Section 3 covered assistance is expended, and who is: (1) A low- income person, as this term is defined in Section 3 (b) (2) of the 1937 Act. This Section defines this term to mean families (including single persons) whose income does not exceed 80 per centrum of the median income for the area, as determined by HUD, with adjustments for smaller and larger families; or (2) A very low- income person, as this term is defined in Section 3 (b) (2) of the 1937 Act. This Section defines this term to mean families (including single persons) whose incomes do not exceed 50 per centrum of the median family income for the area, as determined by HUD, with adjustments for smaller and larger families. 15. Service Area means the geographical area in which the persons benefiting from the Section 3 covered project reside. The service area shall not extend beyond the unit of general local government in which the Section 3 covered assistance is expended. .s 1 SECWN 3 ECONOMIC OPPORTUNITYVN 1. Name and Address of Reporting Entity (Recipient. Contractor, Subcontractor) 2. Federal Identification (ContraglAward No.) 3. Dollar Amount of Award: 4. Contact Person: 5. Phone: (include Area Code) 8. Reporting Period: 7. Date Report Submitted: 8. Program Code: (Use a separate sheet for each Program code) PART I: Employment and Training Commitment TOTAL NEW HIRES BY JOB CATEGORY SECTION 3 NEW HIRES % OF AGGREGATE HIRES WHO ARE SECTION 3 HIRES NUMBER OF SECTION 3 NEW HIRES & TRAINEES RACIALIETHNIC CODE(S) 1 2 3 4 5 6 Professionals Technicians Offlce /Clerical Trade: Trade: Trade: Trade: Trade: Trade: �EEFF Total: PART II: Contract Award Commitment to Section 3 Businesses (Contractors, Subcontractors, Suppliers, Vendors, or Service Providers) NAME OF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NON - CONSTRUCTION CONTRACT CONTRACT AMOUNT RACIALIETHNIC CODE(S) 1 2 3 4 5 6 Program Codes: 1 = Flexible Subsidy 6 = HOME - State Administered 2 = Section 202/811 7 = CDBG - Entitlement 3 = Publidindian Housing Development, 8 = CDBG - State Administered Operation and Modernization 9 = Other CD Programs 4 = Homeless Assistance 10 = Other Housing Programs 5 = HOME Racial/Ethnic Codes: 1 =White American 2 = Black American 3 = Native American 4 = Hispanic American 5 = Asian Pacific American 6 = Hasidic Jews (For Part II only) Instructions: This for to be used to report accomplishmen garding employment, training and contractin�portunities provided to low- and very- income persons under Section 3 of the Housing and Urban Development Act of 1968. Reporting Entity: Enter the name and address of recipient, contractor, or subcontractor, as appropriate. 2. Federal Identification: Enter the number that appears on the award form. The award may be a grant, cooperative agreement or contract. 3. Dollar Amount of Award: Enter the dollar amount, rounded to the nearest dollar, received by the recipient, contractor, or subcontractor. 4 & 5. Contact Person /Phone: Enter the name and telephone number of the person with knowledge of the award and the recipient's implementation of Section 3. 6. Reporting Period: Indicate the time period (months and year) this report covers. 7. Date Report Submitted: Enter the appropriate date. 8. Program Code: Enter the appropriate program code as listed at the bottom of the page. PART I: Employment and Training Opportunities Total New Hires by Job Category: Report job categories of newly hired employees and number of new hires by job category. %� 2. Section 3 New Hires: Report number of Section 3 new hires by job category. 3. Percentage of Aggregate Hires who are Section 3 Hires: Enter the percentage of Section 3 new hires for each job category. 4. Number of Section 3 New Hires and Trainees: Report number of Section 3 new hires and trainees by job category. 5. Racial /Ethnic Code: Enter the number of Section 3 new hires under appropriate racial /ethnic code (1 -5). PART II: Contract Opportunities Name of Section 3 Business Concern: Enter the name of each Section 3 business concern who received a contract award. 2. Construction or Nonconstruction Contract: Specify if the Section 3 business concern is a construction or nonconstruction contractor. 3. Contract Amount: Enter the contract amount awarded to a Section 3 business concern. Racial /Ethnic Code: Enter the number of Section 3 business concerns under appropriate racial /ethnic code (1 -6) reflecting business ownership. %TICE OF SECTION 3 COMMITMST Project Number and Title To: Name of Labor Union or Worker's Representative Address The undersigned currently holds a contract with involving Community Development Block Grant funds from the U.S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obliged, to the greatest extent feasible, to give opportunities for training and employment to low- and very low- income persons residing in the service area or neighborhood in which the Section 3 covered project is located, and to award contracts to business concerns that provide economic opportunities for Section 3 residents. Regarding employment opportunities for this project, the minimum number and job titles are: The anticipated date the work will begin Regarding job referrals, request that consideration be given, to the greatest extent feasible, to assignment of persons residing in the service area or neighborhood in which the project is located. For additional information, you may contact Project Coordinator, at ( ) This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. A copy of this notice will be posted by the undersigned in a conspicuous place available to employees or applicants for employment. , Date Signature Title Name of Contractor Address a.�aaaua a vv K WTION 3 BUSINESS CERTIFICA'N FORM Name of Business: Business Address: Telephone Number. Contract Amount: The above mentioned business firm is a Section 3 business concern based on the following qualification: 1. 51 percent owned by Section 3 residents, or 2. Permanent, full -time employees include at least 30 percent Section 3 residents, or 3. Written commitment to subcontract more that 25 percent of contract amount to business concerns who meet Section 3 qualification stated in paragraph 1 or 2, above. Specify ethnicity of business ownership: White American Hispanic American Black American Asian Pacific Native American Hasidic Jews The undersigned by his /her signature affixed hereto declares under penalty of perjury that the above information is complete and correct. Date Signature Print Name Title , To Be Completed By Agency Preference Category: Youthbuild Targeted Service Area Other Section 3 Business Census Tract No.: to CERTIFICATION OF NON - SEGREGATED FACILITIES _ Federally Assisted Projects EXIIIBIT 02 The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, Nor creed, color, or national origin, because of habit, local custom, or otherwise. The federally assisted construction contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date: CC' 3ea� CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. 4 September 9, 2003 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Stephen Luy, Associate Civil Engineer 949 - 6443311 sluy@cfty.newport-beach.ca.us AM SUBJECT: SIDEWALK, CURB, AND GUTTER REPLACEMENT PROGRAM 2003- 2004 - AWARD OF CONTRACT NO. 3629 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3629 to Ranco Corporation for the Total Bid Price of $205,581.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $20,000.00 to cover the cost of unforeseen work. DISCUSSION: At 11:00 A.M on August 28, 2003, the City Clerk opened and read the following bids for this project: BIDDER TOTAL BID AMOUNT Low Ranco Corporation $205,581.00 2 Damon Construction 208,686.50 3 EBS Inc. 225,345.50 4 JDC Inc. 299,596.75 The low total bid amount is 14 percent above the Engineer's Estimate of $180,000.00. The main reason for the increase in cost is in the root pruning bid item, where the contractor's price is quite a bit higher due to the extensive root system. Ranco Corporation, possesses a General Classification "A" contractors license as required by the project specifications and has satisfactorily completed similar concrete repair projects for the City. Subject: Sidewalk, Curb, anfOutter Replacement Program 2003 -2004 — Awaf Contract No, 3629 September 9, 2003 Page: 2 This project consists of removing existing curb, gutter, sidewalk, driveway approaches, curb access ramps, root pruning trees and constructing new PCC curb, gutter, sidewalk, driveway approaches, curb access ramps, per City standards and ADA requirements and other incidental items of work. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. The project includes reconstruction of sidewalks, curb and gutter, curb access ramps, root pruning and does not impact any environmental resources. Funding Availability: There are sufficient funds available in the following accounts for the work: Account Description General Fund CDBG Concrete Materials Prepared by: Stephen Luy Associate Civil Engineer Attachments: Project Work Schedule Bid Summary Account Number Amount 7013- C5100020 $125,581.00 7161- C5100549 $50,000.00 3130 -8239 $50,000.00 Total: $225,581.00 Submitted by: -Stephen G. Badum Public Works Director 0 WORK SCHEDULE (AF- Across From) LOCATION STREET NAME& N0, SIDEWALK C & G ACCESS ROOT PR NING DRIVEWAY COMMENTS SO.FT. LF. RAMP -Ea. APP. SF 4733 Cortland Dr. 26 4801 Cortland Dr. 37 AF 4500 Cortland Dr. 52 21 2 4501 Wayne Rd. 108 2 4621 Drchester Rd. 112 2 4630 Dorchester Rd. 48 2 4615 Surrey Dr. 112 28 1 4621 Surrey Dr. 60 1 4715 Surrey Dr. 92 1 4833 Dorchester Dr. 84 1 4627 Cortland Dr. @ Cameo Highlands 96 2 416 Hazel Dr. 48 1 414 Poppy Ave. 128 1 416 Poppy Ave. 132 1 AF 509 Poppy Ave. 76 1 AF 519 Poppy Ave. 40 1 AF 601 Poppy Ave. 44 1 612 Poppy Ave. 80 1 700 Poppy Ave. 172 1 712 Poppy Ave. 84 1 716 Poppy Ave. 96 1 730 Poppy Ave. 156 2 721 Poppy Ave. 64 1 717 Poppy Ave. 68 2 709 Poppy Ave. 32 1 703 Poppy Ave. 32 701 Poppy Ave. 56 1 521 Poppy Ave. 64 1 423 Poppy Ave. 72 1 717 Poinsettia Ave. 48 1 707 Poinsettia Ave. 148 2 619 Poinsettia Ave. 100 1 605 Poinsettia Ave. 72 1 501 Poinsettia Ave. @ alley 56 2 513 Poinsettia Ave. 48 1 51VPOnsettia Ave. 60 1 421 Poinsettia Ave. 120 1 419 Poinsettia Ave. 48 1 N/E corner of Poinsettia Ave & E. PCH 15 1 408 Poinsettia Ave. 120 1 418 Poinsettia Ave. 152 2 422 Poinsettia Ave. 40 1 514 Poinsettia Ave. 152 2 600 Poinsettia Ave. on 2nd Ave. 30 1 120 518 Poinsettia Ave. 80 1 604 Poinsettia Ave. 52 1 616 Poinsettia Ave. 36 1 702 Poinsettia Ave. 48 1 704 Poinsettia Ave. 44 1 718 Poinsettia Ave. 48 1 Page 1 0 0 WORK SCHEDULE (AF- Across From) LOCATION STREET NAME& N0. SIDEWALK C & G ACCESS ROOT PRUNI G DRIVEWAY COMMENTS I SQ.FT. LF. RAMP•Ea. APP. SF 705 Orchid Ave. 36 1 701 Orchid Ave. 60 1 519 Orchid Ave. 88 1 513 Orchid Ave. 44 1 429 Orchid Ave. 160 1 427 Orchid Ave. 52 1 423 Orchid Ave. 68 1 421 Orchid Ave. 16 417 Orchid Ave. 92 1 415 Orchid Ave. 172 3 416 Orchid Ave. 128 1 706 Orchid Ave. 48 1 720 Orchid Ave. 68 1 Orchid @ Fifth (S /E & S/W Corner) 2 Per Detail "A" Orchid @ Fifth (N /side Fifth St.) 1 Per Case "C" Orchid at Fourth 4 Per Detail "A" Orchid at Third 4 Per Detail "A" Orchid at Second 4 Per Detail "A" 721 Narcissus Ave. 56 1 703 Narcissus Ave. 36 1 619 Narcissus Ave. 72 1 605 Narcissus Ave. 88 519 Narcissus Ave. 72 1 513 Narcissus Ave. 16 421 Narcissus Ave. 120 1 419 Narcissus Ave. 62 1 415 Narcissus Ave. 96 N/W corner of Narcissus Ave. & E. PCH 36 36 N/E corner of Narcissus Ave. & E. PCH 44 414 Narcissus Ave. 108 1 430 Narcissus Ave. 48 1 500 Narcissus Ave. 84 1 504 Narcissus Ave. 56 1 508 Narcissus Ave. 112 1 510 Narcissus Ave. 64 514 Narcissus Ave. 84 1 602 Narcissus Ave. 68 1 606 Narcissus Ave. 64 1 608 Narcissus Ave. 24 612 Narcissus Ave. 84 1 Narcissus at Fourth (N /E & S/E Corner) 2 Per Detail "A" Narcissus at Third (N /E & S/E Corner) 2 Per Detail "A" Narcissus at Second 4 Per Detail "A" 717 Marigold Ave. 28 709 Marigold Ave. 84 2 615 Marigold Ave. 92 1 601 Marigold Ave. 46 1 501 Marigold Ave. 40 429 Mari old Ave. 40 427 Marigold Ave. 104 1 Page 2 0 WORK SCHEDULE (AF- Across From) LOCATION STREET NAME& NO. SIDEWALK C & G ACCESS ROOT PRUNING DRIVEWAY COMMENTS 5Q.E7 . LE APP. SF 421 Marigold Ave. 16 411 Marigold Ave. 100 1 409 Marigold Ave. 36 1 410 Marigold Ave. 200 2 516 Marigold Ave. 32 618 Marigold Ave. 24 708 Marigold Ave. 24 718 Marigold Ave. 120 1 Marigold at Fourth (N/W Corner) 1 Per Detail "A" Marigold at Third 4 Per Detail "A" Marigold at Second (N /W, S/W & S/E Corner ) 3 Per Detail "A" N/E corner of Marguerite Ave. & E. PCH 280 2 608 Marguerite Ave. 40 1 719 Larkspur Ave. 20 717 Larkspur Ave. 48 701 Larkspur Ave. 56 619 Larkspur Ave. 96 1 605 Larkspur Ave. 32 519 Larks pur Ave. 24 513 Larks pur Ave. 52 1 AF 416 Larkspur Ave. 180 2 502 Larkspur Ave. 48 1 719 Jasmine Ave. 36 1 709 Jasmine Ave. 48 2 705 Jasmine Ave. 56 1 603 Jasmine Ave. 60 706 Jasmine Ave. 48 1 Jasmine @ Fifth (S/E Corner) 1 Per Detail "A' Jasmine @ Fifth (N/side Fifth St. I Per Case 'C" 713 -709 Iris Ave 360 2 707 Iris Ave. 84 1 701 Iris Ave. 48 1 615 Iris Ave. 72 613 Iris Ave. 24 519 Iris Ave. 120 N/W corner of Iris Ave. & E. PCH 280 2 514 Iris Ave. 164 1 717 Heliotrope Ave. 80 1 713 Heliotrope Ave. 80 1 AF 602 Heliotrope Ave. 80 1 AF 600 Heliotrope Ave. 84 1 614 Heliotrope Ave. 84 1 620 Heliotrope Ave. 24 715 Goldenrod Ave. 72 1 707 Goldenrod Ave. 40 1 631 Goldenrod Ave. 76 1 AF 618 Goldenrod Ave. 60 1 AF 614 Goldenrod Ave. 48 AF 612 Goldenrod Ave. 56 N/E corner of Goldenrod Ave & E. PCH 80 Page 3 0 WORK SCHEDULE AF- Across From LOCATION STREET NAME& NO. SIDEWALK SOFT• C & G ACCESS ROOT PRUNING DRIVEWAY COMMENTS LF RAMP -Ea. APP. F 614 Goldenrod Ave. 40 704 Goldenrod Ave. 96 1 718 Goldenrod Ave. 20 Goldenrod @ First Street 4 Per Detail 'A" Goldenrod @ Second Street 4 Per Detail 'A" S/E corner of Dahlia Ave @ Fifth Ave. 64 1 1601 Avocado Ave. #1 138 1 # 2 48 # 3 102 1441 Avocado Ave. #1 150 # 2 120 1 # 3 108 1 # 4 60 3 # 5 360 2 # 6 340 1 1401 Avocado Ave. 240 1 280 Farallon on Avocado Ave. # 1 36 # 2 108 1 # 3 220 1 # 4 120 1 S/W corner - Farallon & Avocado Ave. #1 160 # 2 84 1 # 3 126 1 # 4 24 1 Farallon Dr. @ N.E. Corner of Anacappa 1 Per Case "E" Farallon Dr. @ N.E. Corner of Anacappa 1 Per Case "E" 170 Farallon Drive 2 Per Detail "A" 26 Coor erate Plaza on Avocado Ave. 80 1 , AF 702 Avocado Ave. 56 1 AF 700 Avocado Ave. 180 1 612 Avocado Ave. 32 616 Avocado Ave. 56 620 Avocado Ave. 20 702 Avocado Ave. 36 709 Acacia Ave. 216 1 705 Acacia Ave. 64 1 703 Acacia Ave. 48 1 617 Acacia Ave. 48 2 613 Acacia Ave. 36 1 611 Acacia Ave 48 609 Acacia Ave. 120 521 Acacia Ave. on 3rd Ave. 216 4 1 521 Acacia Ave. 36 501 Acacia Ave. 48 1 437 Acacia Ave. 88 1 AF 428 Acacia Ave. 36 1 AF 420 Acacia Ave. 24 1 413 Acacia Ave. 56 AF 410 Acacia Ave. 24 408 Acacia Ave. 56 1 Page 4 WORK SCHEDULE (AF- Across From) LOCATION STREET NAME& N0. SIDEWALK C & G ACCESS I ROOT R NING DRIVEWAY COMMENTS SQ.FT. LF. RAMP -Ea. PA P. SF 420 Acacia Ave. 36 422 Acacia Ave. 36 430 Acacia Ave. 48 1 432 Acacia Ave. 48 500 Acacia Ave. 48 1 502 Acacia Ave. 36 1 510 Acacia Ave. 36 1 600 Acacia Ave. 152 604 Acacia Ave. 48 610 Acacia Ave. 48 612 Acacia Ave. 144 1 614 Acacia Ave. 40 616 Acacia Ave. 36 620 Acacia Ave. 28 706 Acacia Ave. 60 1 S/W corner-Begonia Ave. & E. PCH 236 2 703 Begonia Ave. 48 1 619.621 Begonia Ave. 228 3 609 Begonia Ave. 36 607 Begonia Ave. 24 605 Begonia Ave. 48 1 517 Begonia Ave. 60 1 437 Begonia Ave. 24 431 Begonia Ave. 36 421 Begonia Ave. 48 1 417 Begonia Ave. 56 1 415 Begonia Ave. 36 1 411 Begonia Ave. 180 1 432 Begonia Ave. 84 1 2320 2nd Ave. 50 2 126 504 Begonia Ave. 36 1 514 Begonia Ave. 136 1 516 Begonia Ave. 88 1 518 Begonia Ave. 56 602 Begonia Ave. 24 604 Begonia Ave. 92 606 Begonia Ave. 36 610 Begonia Ave. 92 612 Begonia Ave. 124 616 Begonia Ave. 92 1 700 Be onia Ave. 128 1 706 Begonia Ave. 40 S/W corner of Carnation & E. PCH 380 2 621 Carnation Ave. 100 1 607 Carnation Ave. 44 1 603 Carnation Ave. 100 1 519 Carnation Ave. 108 2 515 Carnation Ave. 80 1 511 Carnation Ave. 36 507 Carnation Ave. 84 Page 5 WORK SCHEDULE (AF- Across From) LOCATION STREET NAME& N0. SIDEWALK C & GI ACCESS R00T PRUNING DRIVEWAY COMMENTS SO.FT. LF. RAMP -Ea. APP. SF 505 Carnation Av. 80 1 501 Carnation Ave. 88 24 1 435 Carnation Ave. 108 1 429 Carnation Ave. 92 1 423 Carnation Ave. 60 1 AF 416 Carnation Ave. 24 422 Carnation Ave. 92 1 438 Carnation Ave. 84 2 440 Carnation Ave. 28 1 500 Carnation Ave. 20 606 Carnation Ave. 84 614 Carnation Ave. 168 1 700 Carnation Ave. 64 1 S/E corner of Carnation Ave. & E. PCH 289 1 Totals 19,761 3751 45 1 205 1 246 Page 6 v a W m } O CL W Z W O } H U Z CW G Q a W D to Y O V J m a M 0 O N 00 N W O E A Lei oQ o � = LLl « 0 U r 00 u O co ^ m p xS'w v tk Y U ¢ w « W 2 U N U LLLI O Q J Q � S U d 0 cl m m o � J d ch Cs t a to � m iR w m 5 9 c a U y W a ~ d � W 9 (J N Q C Z W ZQ C; F- N F_ W w w r ? F L) w d Ah Ro a oo 0rn 0o 0o oo F- o O o Zoouioa000u m O 0 0 1� 00 o m rn O m m m m Li Q 1L1 N N O N N •+ W a L6 c Q . a. ti m a i n N N z N m O O O O W O O O O w 000�� -+0000 �oom.ltw000m 0 00 00 m W O N D m m In N .v '+ Q 0000000000 F- F- O O O W O O O O OM Z O O N W �D o o 0 0 ko O 7 oo O- kR a a v� 0 p O O O W O O O O O w yw m m O m W' N N W O 06 CQ Z OOOID . .a O OOOO a NO O U 0 0 0 1 W tD o O W m N 000000000 0 0 m at W W 1 Clio c 0 0 0 o W o 0 0 0 0 D1 EF-66m Q 6�o66660 N U Z O O m N N O 0 O Z O °oo °onoo °OO °o °o °o N ZOOOtD 6000000000 OOOOOF- .a 0: Z O O O O O O O O O. �} O D O O W O N O O W O W 0 0 0 N 0 '4 0 0 C 0 LO O M N r .•i W. N N M, L6 A Q O O 0 N O O v a 0 0 " O N F n W N O M N U 000000000 O 0 Q 0 0 0 0 0 0 0 0 0 W �t:000nko000C; "y 'ZOO vi O M h O O g$ g N c F- n O O C [_ O O O O C Z r O M <� O� W WOO 0000000000 r F- �+oo�n00000p « W Z h S O N O O O o o E 0 o r O O lD N N N Ol N h O W O N O O O M O 0 w r a N Q V co b a. N 00 ti N Z 0 0 0 0 0 0 0 0 0 Q h O O vi O O O O O 0 0 O C Z r O m V O W ui y y W ��www�wW� W UUL1 W v aa.Sv�v C7s wwww r vSn EEE F- U d U U d h W z N b �D `d r VI Z E.uuu u Q M e N U U U N 0 ae Ow W % in % % % % W O o 0 o W W d V 0 A U UUG U U D aS y C E E E r d u d a s z . a W d W C O F- y FZL1ddQ J K a O O U F U U U U W m U U= W U U U U P. W P. % a RA P4 W'RiW F40 CC w.,Nm U V V V V U rn F- C C O O O C C W W W W W W G •K •K K O U K W K W W W K W i{ W u c a o m E E E E E E o �F`aaza`a`za � .-� N M V In W n W M Ro a z z 0 O Q F- z Z z 0 O Q F- Z 7 O O O W O O O O O l n Z OOOID OOOO Oro 0 0 0 1 W tD o O W m m 0 0 0 m at W W 1 Clio U l0 W W M N In N ti O D1 Q y N U °oo °onoo °OO °o °o °o ZOOOtD OOOOOF- .a O O n n n �} to N N N N 0000000000 F- v+oou-,000000 A Z� 7p O O N N O O O O O E " O N F n W N O M O V O w Q '" 00 ,t '" W W "y vi O O h O O g$ g g c F- n O O C [_ O O O O C Z r O M <� O� W WOO r ��www���� aaav,v,wwww r r V b b N Z N •+ Q wua_ y y W W UUL1 W v C7s vSn EEE U d U U d h W Z u 0. `d r O E.uuu u d U F U U U U ae Ow 96 MU.a % in % % % % W O o 0 o e e o V U V U U U U D O C O C O r O W W W W W W y J K O O K K k •K 1! k W U W W W W W W a RA P4 W'RiW F40 CC w.,Nm -Ito W rn F- Ro a