Loading...
HomeMy WebLinkAboutC-3727 - Balboa Village Phase III (Phase 3)CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC July 30, 2008 L.H. Engineering Co., Inc. 708 N. Valley Street, Suite Q Anaheim, CA 92801 Subject: Balboa Village Phase III (C -3727) To Whom it May Concern: On November 14, 2006, 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 November 27, 2006, Reference No. 2006000793238. The Surety for the contract is First National Insurance Company of America, and the bond number is 6343656. Unfortunately, my office just discovered that the bonds were not released at the appropriate times. I have enclosed the Labor & Materials Payment Bond and the Faithful Performance Bond, and apologize for the delay. Sincerely, r LaVonne M. Harkless, MMC 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 Bond Executed in Four (4) Counterparts CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE IIi CONTRACT NO. R27 BOND NO. 6343656 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of Callfornia, by motion adopted, has awarded to L.H. ENGINEERING CO., INC., hereinafter designated as the "Principal; a contract for construction of BALBOA VILLAGE PHASE i1I, Contract No. 3727 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, ail of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute Contract No. 3727 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 tabor 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, First National Insurance Company of America 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 One Million, Three Hundred Sixty-Nine Thousand, One Hundred Three Dollars and Twenty Cents ($1,369,103.20) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, Implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified In this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3981 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 28th day of February 2006. L.H. ENGINEERING CO., INC. (Principal) First National Insurance Company of America Name of Surety 120 Vantis, Aliso Vieio. CA 92656 Address of Surety (949) 860 -6607 Telephone Frank Morones, Attornev -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 U SAFECO" POWER FIRST NATIONAL SURETY OF ATTORNEY PO BOX 34526 SEATTLE, WA 98124 -1526 KNOW ALL BY THESE PRESENTS: FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 48124 -1526 No. 13003 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint I .................... .........................PHILIP E. VEGA; FRANK MORONFS; Brea, California ••••.. r........... ............................... its true and lawful attomey(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of s similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as hilly as if such instruments had been duty executed by its regularly elected officers at Its home office. IN WITNESS WHEREOF, FIRST NATIONALINSURANCE COMPANY OF AMERICAhas executed and attested these presents this day of 2004 4 �e_ P cy_4� CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as allomeys -in -fact or under other appropriate lilies with authority to execute on behalf of the company Fidelity and surely bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of (he Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the power -of- attorney appointment, executed pursuant thereto, and (Iii) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." 1, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA do hereby cer4fy that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 28th day of February _ 2006 SEAL• s CHRISTINE MEAD, SECRETARY S- 10491FNEF 7198 ® A registered trademark of SAFECO Corporstian 0810212004 PDF CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Orange On February 28, 2006 before me, Philip Vega, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public') personally appeared Frank Moraines Name(s) 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 PHILIP VEGA signature(s) on the instrument the person(s), or the entity upon COmmlssion # 1474231 behalf of which the person(s) acted, executed the instrument. 61MY Notary Public - California f orange county - WITNESS my hand a official sell. Comm. Expires Mar 4.2008 / Though the information below is not required bylaw, it may prove valuable to I and reattachment of this form Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09/00 Top of Thumb here of Notary Public on the document and could prevent fraudulent removal Number of Pages: Signer's Name: Individual Corporate Officer Title(s): Partner - ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: STATE OF CALIFORNIA COUNTY OF ORANGE NOTARIZATION } )SS On n,rcA / 1 '? 0 0 6, before me, the undersigned, a notary public for the state, personally appeared f0a" - %eat -- , proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to me e7 he /they executed the same i hispier /their authorized capacity, and that byQher /their signature on the instrument, the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. KIMBERLY GGNZALEZ 1 } COMM. #1605160 z T a< Notary Public - California o Orange County 0 My Comm Expires Sep. 9, 2009 LrLI _ ✓. Bond Executed in Four (4) Counterparts CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE iif CONTRACT NO.3727 BOND NO. 6343656 FAITHFUL PERFORMANCE BONA The premium charges on this Bond is $ 17,191.00 being at the rate of $12.60 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to L.H. ENGINEERING CO., INC., hereinafter designated as the "Principal', a contract for construction of BALBOA VILLAGE PHASE Ili, Contract No. 3727 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. 3727 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and First National Insurance Company of America , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety "), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Three Hundred Sixty -Nine Thousand, One Hundred Three Dollars and Twenty Cents ($1,369,103.20) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. '� OR6G00 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 attomeys 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 28th day of February .1 2006. L.H. ENGINEERING CO., INC. (Principal) First National Insurance Company of America Name of Surety 120 Vantis, Aliso Viejo, CA 92656 Address of Surety (949) 860 -6607 Telephone c,r Agent Signature Frank Morones, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F:tUsem\PB4NSharetAContracts%FY 04- OMBALDOA VILLAGE PHASE III W7271COWRACT 0-3727.doe PA-1; 13 SAFECa POWER OF ATTORNEY FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 98124 -1526 KNOW ALL BY THESE PRESENTS: FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 98124 -1526 No. 13003 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint •. " "` "''' " " " " ............. * "•'•. "• "PHILIP E. VEGA; FRANK MORONES; Brea, California* ............................... .. ............ . +. its true and lawful attomey(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 2nd day of 2004 � 4l_ PG l C'Ee , CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for [hat purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as alforneys -In -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its business... On any instrument making or evidencing such appointment, the signatures may be affixed by Facsimile. On any instrument conferring such authority or on any bond of undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' I, Christine Mead, Secrelary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the Sy -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 28th day of February 2006 SEAL O C� PWAS Lsze - • • r ,�J CHRISTINE MEAD, SECRETARY S- 1049 /FNEF 7198 ® A registered trademark of SAFECO Corporation 0810 212 0 0 4 POF CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Orange On February 28, 2006 before me, Philip Vega, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared Frank Morones ® personally known to me -OR- ❑ proved to PHILIP VEGA Commission # 1474231 i -w Notary Public - California Orange County tufyComm. Expires Mar 4, 2008 me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he/she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. �gnarure or notary YODII6 Though the information below is not required bylaw, it may prove valuable to berso4Verrrng on the document and could prevent fraudulent removal and reattachment of this form,, �� another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: STATE OF CALIFORNIA COUNTY OF ORANGE NOTARIZATION } } SS` On /91/'44 t�(%U , before me, the undersigned, a notary public for the state, personally appeared /&ZZ L — proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to mq�qshe/they executed the same in is her/their authorized capacity, and that bX /her /their signature on the instrument, the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. KIMBERLY GOK"'U COMM, (11605160 z Notary Pu611C - Caiifama o S< Orange County :;o'r,, • My Camm. EKpnes Sep. 9.2009 .�' RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 Recorded in Official Records, Orange County Tom Daly, Clerk- Recorder IIl�IIIIIIIIII) 11lIIIIIIIIIIIIINIIUIIUIH�IIlullullauhl0 FEE 200600079323812:08pm 11127/06 218 207 N12 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newpbft BoulaWrd,M Newport Beach, California, 92663, as Owner, and L.H. Engineering Cu. of AnaQim,Q `f California, as Contractor, entered into a Contract on February 28, 2006. Said Contract 1 set forth certain improvements, as follows: l f . Balboa Village Phase III (C -3727) Work on said Contract was completed on November 3. 2006, and was found to be acceptable on November 14. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Comoany of America. Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. » / " Executed on _7? I Uiltiy+�+- 13 AO at Newport Beach, California. BY City Clerk N -;< f�l -irn-n NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newpbft BoulaWrd,M Newport Beach, California, 92663, as Owner, and L.H. Engineering Cu. of AnaQim,Q `f California, as Contractor, entered into a Contract on February 28, 2006. Said Contract 1 set forth certain improvements, as follows: l f . Balboa Village Phase III (C -3727) Work on said Contract was completed on November 3. 2006, and was found to be acceptable on November 14. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Comoany of America. Works Director Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. » / " Executed on _7? I Uiltiy+�+- 13 AO at Newport Beach, California. BY City Clerk RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92663 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 3300 Newport Boulevard, Newport Beach, California, 92663, as Owner, and L.H. Engineering Co. of Anaheim, California, as Contractor, entered into a Contract on February 28, 2006. Said Contract set forth certain improvements, as follows: Balboa Village Phase III (C -3727) Work on said Contract was completed on November 3. 2006, and was found to be acceptable on November 14. 2006, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is First National Insurance Company of America. Works Director Newport Beach VERIFICATION certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. _ " Executed on � o trCir�.•�T�+— 1 S� A006 at Newport Beach, California. BY 671 �iqVO4y""4— City Clerk CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC November 15, 2006 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion (C -3727) Please record the enclosed document and return them to the City Cleric's Office. Thank you. Sincerely, MON ffl, I V M, V44 , " "M , LaVonne M. Harkless, MMC City Clerk 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 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C-3�21 Agenda Item No. 5 November 14, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Emmet Berkery, Project Coordinator 949 - 6443311 or embpe @aol.com SUBJECT: BALBOA VILLAGE PHASE 111 — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3727 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 1 year after Council acceptance. 5. Approve a Budget Amendment appropriating $40,000 to Account No. 7161 - 05200791 and increase revenue estimates by $40,000 representing additional CDBG funding; and appropriating $35,000 from the unappropriated General Fund balance to 7011 - 05200791 to cover extra costs to the project. PROJECT INFORMATION: This project represents the third phase of the Balboa Village Improvements. Phase 1 was completed in June 2002 and included reconstruction of Balboa Boulevard, the Balboa Pier parking lot, and the connection drive from the A Street parking lot. The total cost of Phase 1 was approximately $4.5 million. Reconstruction of the Balboa Pier and Washington Street restrooms was a separate project completed in tandem with the Phase 1 improvements under separate funding. Phase 2 was completed in June 2003 and included street, decorative sidewalk, and landscape improvements to Palm Street and Washington Street between Balboa Boulevard and Oceanfront; decorative street pavement, decorative sidewalk, and landscape improvements in Main Street on both sides of Balboa Boulevard; and reconstruction of the Oceanfront walkway. The total cost of Phase 2 was approximately $2.7 million. Balboa village Phase III - Completion and Acceptance of Contract No. 3727 November 14,2006 Page 2 DISCUSSION: On February 28, 2006, the City Council authorized the award of the Balboa Village Phase 3 Improvements contract to L.H. Engineering Co. for the total contract bid price of $1,369,103.20. The contract provided for the construction of street pavement, decorative concrete sidewalk, street lighting, and related improvements on the following streets: Palm Street (from Balboa Boulevard to Edgewater Drive) Washington Street (from Balboa Boulevard to Edgewater Drive) Bay Avenue (from Palm Street to Main Street) The project also provided for the installation of an odor control system at Washington Street and Edgewater Place. The Council authorized a total construction budget of $1,485,666 from CDBG, Neighborhood Enhancement and General Fund accounts. In addition to the Contract Bid amount, this total included $100,000 for unforeseen work and construction contingencies and $15,000 for consulting geotechnical services and material testing. The construction contingency amount of $100,000 was 7.3% of the bid amount, as opposed to the more typical 10 -15 %. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $1,369,103.20 Quantity Extras 58,899.07 Total amount of change orders: 130.925.79 Final contract cost: $1,558,928.06 The final overall construction cost, including change orders, was $189,825.06 or 13.9 percent over the Council approved contract amount of $1,369,103.20. Nine change orders in the amount of $130,925.79 were issued on this project and $58,899.07 in quantity extras were realized. Typical in projects of this scope and complexity, unexpected items were encountered which resulted in some of the change orders. There were also items added to the contract beyond the original scope of work to maintain the consistency of the overall enhancement of the Village improvements. Some of the more notable items include: • Expanding the limits of decorative concrete pavement in Bay Avenue in front of the Balboa Pavilion; • Replacing the existing wood ramp to the public dock at Washington and Edgewater (which had to be demolished for construction of the odor control system) with a permanent concrete ramp with painted metal handrails; • Construction of an asphalt overlay on Washington Street between Bay Avenue and Balboa Boulevard to give lt a completed appearance and tie it into the adjacent improvements; Balboa Village Phase III - Completion and Acceptance of Contract No. 3727 November 14, 2006 Page 3 • Modification of the existing landscape irrigation system in Peninsula Park to delete a temporary controller installed during construction of Phase 1 improvements, and connect it to an existing permanent controller; • Overruns in some of the removal items, most notably existing concrete pavement • Disposal of contaminated material encountered during storm drain construction. The total construction cost is $1,558,928.06. Other Proiect Costs: In addition to the primary construction contract, this project involved other project expenses from various funding sources, including CDBG Funds, Neighborhood Enhancement Funds and transfers from the General Fund. Total project expenses are summarized as follows: Construction Design Services Environmental Engineering Services AT &T (Trench for Gas Mediation Line) Geotechnical Services Construction Inspection Landscaping Trash Cans Incidentals Total Project Cost ENVIRONMENTAL REVIEW: $1,558,928.06 $ 66,994.16 $ 22,455.52 $ 29,999.00 $ 5,820.00 $ 7,202.71 $ 9,257.55 $ 5,460.96 $ 950.07 $1,707,068.03 An Initial Study for the Balboa Village Improvements was prepared and posted on January 30, 2001. The Initial Study concluded there was no significant impact as a result of the project. On August 7, 2001, the California Coastal Commission conditionally approved the project. Permits from the Army Corps of Engineers and the California Regional Water Quality Control Board were also been obtained. FUNDING AVAILABILITY: Upon approval of the attached budget amendment, funding is available in the following accounts: Account Descri tion Account Number Amount CDBG 7161- C5100543 $370,161.20 CDBG 7161- C5100766 $25,000.00 CDBG 7161- C5100767 $170,325.00 CDBG 7161- C5200791 $85,963.00 Neighborhood Enhancement 7024- C5100543 $136,839.00 General Fund 7011- C5200791 $770,639.86 Total: $1,558,928.06 Balboa Village Phase III - Completion and Acceptance of Contract No. 3727 November 14.2006 Page 4 All work was substantially complete by the original contract completion date of November 3, 2006. Prepared by: Emmet f Project Coordinator Submitted by: 3iS G. Badum Works Director City of Newport Beach BUDGET AMENDMENT 2006 -07 EFFECT ON BUDGETARY FUND BALANCE: X Increase Revenue Estimates X Increase Expenditure Appropriations AND Transfer Budget Appropriations SOURCE: from existing budget appropriations X from additional estimated revenues from unappropriated fund balance I WIN: This budget amendment is requested to provide for the following: NO. BA- 0713A -025 AMOUNT: $75,000.00 Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To increase expenditure appropriations and revenue estimates for the completion and acceptance of the contract for Balboa Village Phase 3 and to recognize additional CDBG funds. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account Description 010 3605 General Fund - Fund Balance REVENUE ESTIMATES (3601) Fund /Division Account Description 160 4890 CDBG Fund - CDBG Funds EXPENDITURE APPROPRIATIONS (3603) Signed: 4jAi/,/j CJ ZgA Fin ncial Approval: Administrative n Signed: Administrative Approval, /City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $35,000.00 $40,000.00 $40,000.00 $35,000.00 i r Director Date D e Date Description Division Number 7161 Community Development Block Program Account Number C5200791 Balboa Village Phase 3 Division Number 7011 Facilities Account Number C5200791 Balboa Village Phase 3 Division Number Account Number Division Number Account Number Division Number Account Number Signed: 4jAi/,/j CJ ZgA Fin ncial Approval: Administrative n Signed: Administrative Approval, /City Manager Signed: City Council Approval: City Clerk Amount Debit Credit $35,000.00 $40,000.00 $40,000.00 $35,000.00 i r Director Date D e Date Bond Executed in Four (4) Counterparts CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 BOND NO, 6343656 LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to L.H. ENGINEERING CO., INC., hereinafter designated as the "Principal; a contract for construction of BALBOA VILLAGE PHASE III, Contract No. 3727 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. 3727 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, First National Insurance Company of America 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 One Million, Three Hundred Sixty -Nine Thousand, One Hundred Three Dollars and Twenty Cents ($1,369,103.20) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety wilt pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 26 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 28th day of February , 2006. L.H. ENGINEERING CO., INC. (Principal) First National Insurance Company of America Name of Surety 120 Vantis, Aliso Vieio, CA 92656 Address of Surety (949) 860 -6607 Telephone Frank Morones, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 27 131 S A F E C a POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 FIRST NATIONAL SURETY OF ATTORNEY SEATTLE, WA 98124 -1526 PO BOX 34526 SEATTLE, WA 98124.1526 No. 13003 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint .rs nwr....... r. rw ........... rr ................ PHILIP E. VEGA; FRANK MORONESi Brea, California- * ..... rrrrw. wow. rr.r.....................wrrrrr A% true and lawful attorneys }in -fact, with full authority to execute on behalf of the company fidelity and surety bands or undertakings and other documents of a similar character issued by the company in the course of As business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 2nd day of Augus[ , 2004 P r J�, 1 4 �_ D­,tW% cy_c_� CHRISTINE MEAD, SECRETARY MIKE MCOAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -Fact or under other appraprlate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any Instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced•, provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Anicle V, Section 13 of the By -Laws, and (ii) A copy of the power-of-attorney appolntmenl, executed pursuant thereto, and (iii) Certifying that said power- of- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation S.10491FNEF 7/98 this 28th day of February _ , 2006 SEAL o �� �• • CHRISTINE MEAD, SECRETARY ® A registered trademark of SAFECO Corporation 08102/2004 POF CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of On February 28, 2006 before me, Philip Vega Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared Frank Morones Name(s) of Slgmr(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 PHILIP VEGA signature(s) on the instrument the person(s), or the entity upon COMM'slon ## 1474231 behalf of which the person(s) acted, executed the instrument. -e Notary Public - Confomia Orange County WITNESS my hand a of Ise I. My Comm. Expires Mar 4, 2008 Though the information below is not required by law, it may prove valuable to I and reattachment of this form Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 Top of Thumb of Notary on the document and could prevent fraudulent removal Number of Pages: Signer's Name: Individual Corporate Officer Title(s): Partner - ❑ Limited ❑ General Attorney -in -Fact Trustee Guardian or Conservator Other: Signer Is Representing: Top STATE OF CALIFORNIA COUNTY OF ORANGE NOTARIZATION } } SS' On 1 GGLA Q006, before me, the undersigned, a notary public for the state, personally appeared Y L_e_ proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to me(R�he/they executed the same in his er /their authorized capacity, and that by Ober /their signature on the instrument, the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. KIMBERLY GOMZALEZ 1,3'' COMM. $01605160 z . .. .... Notary Public - California o R Orange County �:�• . My Comm Expires Sep. 9, 2009 lrrryLj .r�.✓ Bond Executed in Four (4) Counterparts CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE Ili CONTRACT -NO.3727 BOND NO. 6343656 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 17,191.00 being at the rate of $12.60 per thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to L.H. ENGINEERING CO., INC., hereinafter designated as the "Principal ", a contract for construction of BALBOA VILLAGE PHASE III, Contract No. 3727 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. 3727 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract NOW, THEREFORE, we, the Principal, and First National Insurance Company of America , duty authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Three Hundred Sixty -Nine Thousand, One Hundred Three Dollars and Twenty Cents ($1,369,103.20) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 4 ORIGINNAI 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 spedtfiicetlons 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 280 day of February '2006. L.H. ENGINEERING CO., INC. (Principal) First National Insurance Company of America Name of Surety 120 Vantis, Aliso Viejo, CA 92656 Address of Surety (949) 860 -6607 Telephone Frank Morones, Attomey -in -Fact Print Name and Title (VOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED F:Wser.TGW SItaredlCanttsct5lpy 04.OMBALBOA VILLAGE PHA$@ III 037271coPrrPAOT C-3727.doo 29 '31 S A F E C Q« POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34626 FIRST NATIONAL SURETY OF ATTORNEY SEATTLE, WA 98124 -1526 PO BOX 34526 SEATTLE, WA 98124 -1526 No. 13003 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint ........ * *.. * *.......... +oar »a *a« + » « » » + ». « + «+ +PHILIP E. VEGA; FRANK MORONES; Brea, its true and lawful attorney(s) -in -fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents offs similar character Issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 2nd day of August CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA 2004 "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -In -fact or under other appropriate li0es with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be Impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are We and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 28th SEAL 0928 , or,...rr'! day of February 2006 CHRISTINE MEAD, SECRETARY S- 10491FNEF 7198 0 A registered trademark of SAFECO Corporation 0810212004 PDF CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Orange On February 28, 2006 before me, Philip Vega, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public ") personally appeared Frank Morones ® personally known to me -OR- ❑ proved to PHILIP VEGA Commisslon # 1474231 Notary Public - California Orange County -w QMy Comm. Expires Mor 4, 2008 me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. Though the information below is not required by law, it may prove valuable to) and reattachment of this form Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 ling on the document and could prevent fraudulent removal document. Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of Thumb here Signer Is Representing: STATE OF CALIFORNIA COUNTY OF ORANGE NOTARIZATION } } SS' On _ 1"'4/cA 6 Oy � , before me, the undersigned, a notary public for the state, personally appeared x�z proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to mi/they executed the same in, is er /their authorized capacity, and that b3koler /their signature on the instrument, the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. =,ree OVAL" 5160 A V%MjtCwn0 aliforrxa o n e . 9, 2009 MMr .� _AD CITY OF NEWPORT BEACH CITY CLERK NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:30 AM on the 21st day of February 2006, at which time such bids shall be opened and read for BALBOA VILLAGE PHASE III Title of Project Contract No. 3727 $1,100,000.00 Engineer's Estimate by /Stephen G. Badum Public Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE httoJJvv wa citv.newoort- beach.ca.us CLICK: Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 Contractor License Classifica tion(s) required for this project.' "A" For further information, call Emmet Berkery, Project Manager at (949) 752 -5221 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 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 F S • NOTE TO BIDDERS 1. Copies of full size drawings can be purchased (at Bidder's expense) from: OCB Reprographics 177721 Mitchell North Irvine 92614 949 - 660 -1150 (phone) 2. 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 more detail in Section F of the Special Provisions. 3. Bidders are advised that the construction of Lithocrete sidewalk and drive approaches is a specialized discipline and must be installed by a contractor licensed to install it. At the present time, the City of Newport Beach is only aware of one contractor in the Los Angeles- Orange County area who is licensed and pre - qualified to install Lithocrete: Shaw and Sons Concrete Contractors 829 W. 17th Street Suite 5 Costa Mesa, CA 92627 949 - 642- 0660(phone) 949 -0967 (fax) shawco nstruction. com Attn: Paul Taylor Refer to Section F in the Special Provisions for Lithocrete specifications. The Bid Schedule stipulates the contract unit prices for installation of the various Lithocrete items. An additional discretionary bid item, entitled " Lithocrete Oversight and Administration," is included in the Bid Schedule. 4. A pre -bid meeting and project site walkthrough will be held 9:00 am on Tuesday February 14, 2006. The meeting will start at the northeast corner of Balboa Blvd. and Palm Street. Attendance at the meeting is recommended but is not mandatory. 5. See Bulletin No. 1 regarding sidewalk access ramps. FAUserslPBMSharedlContractsTY 04- 0518ALBOA viLLAGE PHASE III C- 37271SPECS FOLDER \Note to Bidders.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BULLETIN NO. 1 BALBOA VIOLLAGE IMPROVEMENTS PHASE 3 CONTRACT NO. 3727 DATE: February 1, 2006 TO: ALL PLANHOLDERS This bulletin to Balboa Village Improvements Phase 3, Contract No. 3727 is included as part of the Bid Plans and Specification to incorporate a new City of Newport Beach Standard plan for curb access ramps. All curb access ramps to be constructed as part of this project shall conform to City of Newport Beach Standard Drawing No. STD - 181 -L -A, STD - 181 -L -13, STD - 181-L-C, and STD - 181 -L -D. A copy of these Standard Drawings is included in Appendix A of the Contract Documents. F:Wsers \PB\MShared \Contracts\FY 04- 05 \BALBOA VILLAGE PHASE III C- 3727 \SPECS FOLDERTulletin No I.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 INSTRUCTIONS TO BIDDERS (REVISED) 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 CITY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON - COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL LABOR COMPLIANCE BID SUBMITTAL REQUIREMENT FORMS (See Section F- Revised) 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7, The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: http: / /www.ayo.govidavisbacon /ca.htm I 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. Contractor's License No. & Classification L f nW6*tAJ r 6o,,`c . Bidder (JJ— 44,�, Aut rized Sian ure/Ti le Date -r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE 111 CONTRACT NO„ 3727 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of Amount Bid Dollars ($ 10% of amount id ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of BALBOA VILLAGE PHASE 111, Contract No. 3727 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance certificates and endorsements for the construction.of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award ", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is executing this Bond as an Individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this 13th day of February 2006. LH Engineering Co., Inc. Name of Contractor (Principal) First National Insurance Company of America Name of Surety 120 Vantis, Aliso Viejo, CA 92656 Address of Surety (949)860 - 660_7 'telephone Ai horized Sig aturelTitle U Au orized A6ent Signature Frank Morones, Attorney -in -Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attacked) SAFECa POWER OF ATTORNEY FIRST NATIONAL SURETY PO BOX 34526 SEATTLE, WA 95124 -1526 KNOW ALL BY THESE PRESENTS: FIRST NATIONAL INSURANCE COMPANY OF AMERICA PO BOX 34526 SEATTLE, WA 98124 -1526 No. 13003 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint • rrr rr rrw rwwwwwwwww rrrrrtrtrtrtrtrtwwwrtrwxrrrwrwwrtwwPHILIP E. VEGA; FRANK MORONES; Brea, Californiarrxx rrtwrxrrtrtrrrtrtrxrxrtrxxrxxrtrrrxxrrwrxrrxrrrrrrrr its true and lawful attorney(s)4n-fact, with full authority to execute on behalf of the company fidelity and surely bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 2nd day of August CHRISTINE MEAD, SECRETARY MIKE MCGAVICK, PRESIDENT CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 2004 'Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the power -of- attomey appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Christine Mead, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 13th day of February , 2006 SEAL :1926 .a i ,Jw�i'� ! +� CHRISTINE MEAD, SECRETARY S- 10491FNEF 7198 ® A registered trademark of SAFECO Corporation 013113212004 PDF CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Orange On February 13, 2006 before me, Philip Vega Name and Title of officer (e.g., "Jane Doe, Notary Public') personally appeared Frank Morones Name(s) 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 PHILIP VEGA L his /her /their authorized capacity(ies), and that by his /her /their @my Commission # 1474231 1 signature(s) on the instrument the person(s), or the entity upon Notary public - Caufomla behalf of which the person(s) acted, executed the instrument. orange county Comm. Expires Mar 4,2008 WITNESS my hand and official see[. Though the information below is not required by law, it may prove valuable and reattachment of this fi Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Titles(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: BD -1133 09100 Top of Thumb here Notary Public ling on the document and could prevent fraudulent removal document. Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer ❑ Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney -in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Top of Thumb here Signer Is Representing: NOTARIZATION STATE OF CALIFORNIA COUNTY OF ORANGE // } SS` On � ,, � to ,before me, the undersigned, a notary public for the state, personally appeared proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to me he /she /they executed the same in his/her /their authorized capacity, and that by his/her /their signature on the instrument, the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. {(IMBfRIY MIRED i,;1 CQrAM *1 160 z yy., ' �� Notary Pualic Cabfornla o z '., O'a,geCounty M Cortxn. Ex ues S . 9.2009 R 1� Company Profile Company Profile Pagel of 3 FIRST NATIONAL INSURANCE COMPANY OF AMERICA SAFECO PLAZA SEATTLE, WA 98185 -0001 800 - 332 -3226 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Unable to Locate the. Aer t for Service of Process? Reference Information NAIC #: 24724 NAIC Group #: 0163 California Company ID #: 0978 -7 Date authorized in California: January 03, 1929 License Status: UNLIMITED- NORMAL Company Type: State of Domicile: Property & Casualty WASHINGTON Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the gossa �r . http: / /cdinswww .insurance.ca.gov /pis /wu co prof/idb co prof utl.get co prof?p EID =3075 02/23/2006 Company Profile AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action.Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me_ Find a Company-Representative in My Area Financial Rating-Organizations http:// cdinswww.insurance.ca.gov /pls /wu co prof/idb co prof utl.get co prof?p E1D =3075 Page 2 of 3 ,1 �T7G r.ITIT.I CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE 111 CONTRACT NO. 3727 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Saecifications 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 Tota Bid Name: Address: 171 N. h 41W ff %(� r11CL PCC zr' tZNeKb4 CA 91�"2 37 Phone: /"9/ State License Number: d 93�z Name: sad 44 k4K Co • /A17 . Address: ( C6W -rjG9 b _ 9✓= 1 t/ yE N . F*A" 0`7 6� ,4u*0,"', CA 65 Phone: C�1b- i3c3'L�6'r L State License Number: -r2.36 Name: C-. CII'MINO PA"" 01 Address:,,, kLrr>;U4 hV6 ' 31 TJ P &v 141 �of oife4 *- C4 3Q Phone: CJW?d*1-6r ii State License Number: z g 91 J 3 b � AVAfAYl- fF�lf /.1/Ci A)) /I�" (V)1 J�I (.[!' -Itr —i Bidder 6 1� A orized Sig "naturerritle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid Name: O�W ,� re 26,27, LoNS���� UTNmctt,t� Address,M i7 &Jv, M"g, cA 91-6z� Phone: cf4? 1. -Oda 30� 1j2, l State License Number: �7 wI (y (A Name;^ ,. Address: 11AA y 4w ..., r�..w y-r. 6dG , ,%. i'CA 90 �i %�� Phone: State License Number: 0 ?.f"cP Name: /lf/n5&1# �* /�J / 46r I- Gi6N�K Address: 2)g,3 HgYL►S t r;tod (�1�"(I(iG/�{i 6, X"); cn 9s6 uP,rc9 to 0/ Phone: Stale License Number: 9 3 3 �,�� +�Cr�� /���� Bidder Au orized Signature/Title 6 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders � 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 /Number Project Description Approximate Construction Dates: From -7-2-J — 01 To: / /0 3 49 if Agency Name (�1jr 0=- 2AIm 461 A Contact Person Mr, 4D WW J Wars Telephone (7/4[ �c<�'tOlLZ Original Contract Amount $Final Contract Amount $, 1, t M . 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. ',70/2; 7013 No. 2 Project Name /Number Project Description Sg_ s UNPA &A TYLAF-rd WaLS�sr 1� Lf6 l Ac. pu, Approximate Construction Dates: From-/ /_1 0 r To: 7/0-/ O t— Agency Name e�dY &F AVA)48in Contact Person /Gj)- I. L�JJ vt r k _S�M 1-rO Telephone l7/0 � } Original Contract Amount $ _t JO L< Final Contract Amount $ "D %C 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. Ili No. 3 Project Name /Number Project Description Approximate Construction Dates: From. / /0 Z-4 I To: 7y .K o /0 Agency Name -If M'd I Contact Person .&. �7�i?1 C Says Telephone (77/141 J o -J- d93 Original Contract Amount $Final Contract Amount $ 4-4 h If final amount is different from original, please explain (change orders, extra work, etc.) N 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. U f3 No. 4 Project Name/Number Project Description DUMP JMRVDAJ &Han_4Lrwp6nf 6" Approximate Construction Dates: From 20 yuo o; 3 0 L.?- 0 d Agency Name OjZwf E Cjwa!J� j Y/dV ALT Contact Person Y lid MAY Telephone (7/44 d 3 -700 zi-.� Original Contract Amount $JXV- -Final Contract Amount $ j pbs 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 /Numbe Project Description �Y1 ���. iii+ • i ► . _ �• •� Approximate Construction Dates: From 07 0 To: QA) 62I s 441101W 6=xF', Agency Name ©�T� Contact Person } <S- S _Telephone Original Contract Amount $ ?301C Final Contract Amount $ �P3 0 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. w No. 6 Project Name /Number Project Description Approximate Construction Dates: From Agency Name Contact Person T Telephone ( ) Original Contract Amount $ 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 financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. 10 / d14 A5WJ1)0Wr thorized Sig aturemtle CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County of PAUL H being first dul sworn, deposes and says that he or she is of L- d &,yYA&.the party making the fore doing bid; that the bid is not made in the interest of, orof, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. 'nom Bidder �— Au rized SignaturelTitle Subscriberca"L nd sworn to (or affirmed) before me on this i g ? �ay of by personally known to me or proved to me on the basis of satisfactory evidence to be the person(s; KIMBERLY GONZAL�- j, COMM. p1605160 z o Notary PuO0 - Calrtorrda o [SEAL] Z sR 0rEngeCarMy Comm Ex r 11 2006 My Commission Expires: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 DESIGNATION OF SURETIES Bidders 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): jd(�,�lC -= LlA%lu1`f E A-rr. G%s'F /.fISG//Zgi✓CfT �lf/oAN`i '� ,� L ,(FRB /GKY /N.fa�kg -+w" 1A1*95#M5 1A1D9W1Ad1"f C*&1- NY — fJ /NiyI1L9NGts -2-030 E l��S� �zo 6 SA.yrf1 Ahe CA 917 OT �ND - 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE 111 CONTRACT NO. 3727 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name Co, , /.0 C 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 2005 2004 2003 2002 2001 Total 2006 No. of contracts 3 91— 2 9 -P Total dollar Amount of Contracts (in 000 V'9 Thousands of $ No. of fatalities No. of lost Workday Cases '�- No. of lost workday cases involving permanent transfer to 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 Legal Business Name of Bidder L H /.v C . Business Address: -IW AL L14-Li"I ST,,.Puri� (��AnM!(�ty,Gfr y��a7 Business Tel. No.: C7/rs> 7th — .Po 3t State Contractor's License No. and Classification: A . EZ Title The above information was compiled from he records that are ail le to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Date Title DIZGSIUt>nrr Signature of i 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 NOTARIZATION STATE OF CALIFORNIA } COUNTY OF ORANGE ) SS` On February 20, 2006, before me, the undersigned, a notary public for the state, personally appeared Paul H. Lee, proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to me he executed the same in his authorized capacity, and that by his signature on the instrument, the person, or the entity on behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. KIMBERLY GOBI U COMM. *1605160 z 'e.'C �- Notary Public - glifania p •�:� �� Orange County � "vat. Comm. Ez tRS NOTARIZATION STATE OF CALIFORNIA } COUNTY OF ORANGE } SS` On February 20, 2006, before me, the undersigned, a notary public for the state, personally appeared Yonghui Lee, proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument, and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument, the person, or the entity on behalf of which the person acted, executed a instrument. WITNESS my hand and official seal. SiEPNEN 6.43BB7EY 143887 NOTARY PUBLIC COmm.N4 N x0wm Puauo-cwr0RN1A N flange [o My Comm. F�Im Odcleb oOeiA, YOD} r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 ACKNOWLEDGEMENT OF ADDENDA Bidders name L H �nX /Ar" co, , IA" The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received Signature 1 1131 0 15 Page: 1 of 2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT Z! rtl NI ADDENDUM NO. 1 BALBOA VILLAGE PHASE 3 CONTRACT NO 3727 DATE: BY: C. apnQA04V City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. A. PLANS Sheets 6, 9, 14, & 28 were revised to clarify locations of new parking meter posts on Bay Avenue and protection in place of existing parking meter posts on Balboa Boulevard. B. SPECIAL PROVISIONS 1. SECTION F is deleted and SECTION F (REVISED) is substituted in its place. 2. Sheet 1 of INSTRUCTION TO BIDDERS is deleted and INSTRUCTION TO BIDDERS (REVISED) is substituted in its place. 3. The construction contract to be entered into will be a federally assisted Community Development Block Grant funded construction contract and both State and Federal Labor Standards, including the Davis -Bacon Act 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 wage rates referenced in Section F (REVISED). If Federal and State wage rates are applicable, than the higher of the two shall prevail. Page: 2 of 2 4. This may be a HUD Section 3 construction contract. If applicable, first preference will be given to a bidder who makes a reasonable bid and is a qualified Section 3 Employment Business Concern. Second preference will be given to a bidder who provides a reasonable bid and commits to achieving the Section 3 employment, training and subcontracting goals. 5. Refer to Sheet F -2 in Section F (REVISED) for forms to be filled out and submitted with the bid proposal. 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 (Please Print) --�- / 17 /'0 Date H c. Page: 1 of 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 2 BALBOA VILLAGE PHASE 3 CONTRACT NO 3727 DATE: February 15, 2006 BY: City Engineery TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same: Bidders are advised that this Contract is a HUD Section 3 Contract and the SECTION 3 CONTRACT PROVISIONS FOR HOUSING AND COMMUNITY DEVELOPMENT ASSISTANCE are applicable. A copy of these provisions are attached hereto and are part of this Addendum. Attention is particularly drawn to Section 7, SECTION 3 Contract Award therein. Bidders must sign this Addendum No. 2 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 2 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. L H e�WtOjc -6 uAl6f Gtr , 1,Aj Bidder's Name (Please Print) '1- //7 /D� n�•e I - _ CERTIFICATION OF NON - SEGERATED FACILITIES FEDERALLY ASSISTED PROJECTS BALBOA VILLAGE IMPROVEMENTS PHASE 3 CONTRACT NO. 3727 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. Company Name L By. Date F -17 Lo,, 141 C, CERTIFICATION OF CONTRACTOR'S AFFIRMATIVE ACTION PLAN BALBOA VILLAGE IMPROVEMENTS PHASE 3 CONTRACT NO. 3727 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. 1. 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. 5. Maintain a file of all business concerns 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 16 1 0 (Date) LE{ 4rwU61&nUA)kn, to, i /N c- (Signature) 7a nl. II&J2 X . ,furry 69, (Title) JkA) -c!V14� / C4 %)- l F -18 CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS BALBOA VILLAGE IMPROVEMENTS PHASE 3 CONTRACT NO3727 The bidder L the posed subcontractor , hereby certifies that he has has not_, participated in a previous contract or subcontract subject to the equal opportunity clause, as r pquired 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 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 L, 0 (;;e0kttjeCrp-lel&a a r I h/ C' 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 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- 17(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. F -19 CONTRACTOR CERTIFICATION BALBOA VILLAGE IMPROVEMENTS PHASE 3 CONTRACT NO. 3727 THE CONTRACTOR HAS AND WILL CONTINUE TO HEREBY CERTIFY, TO THE BEST OF ITS KNOWLEDGE AND BELIEF, THE FOLLOWING: 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 sub - awards at all tiers (including subcontracts, sub - grants, and contracts under grants, loans and cooperative agreements) and that all sub - recipients shall certify and disclose accordingly. D. 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; E. 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; F -20 F. 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 G. 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. �- H 6*j4l10&9Ve1A)4 COr,IN G. k Contractor Name Titl By f �L 20 0 Date FAUsers\PBlMShared\Contracts\FY 04- 051BALBOA VILLAGE PHASE III C- 37271SPECS FOLDEMSection F Federal compliance.doc F -21 CONTRACTORS NOTIFICATION OF SUBCONTRACTS AWARDED CONTRACT NUMBER: ,? _ ^% ! -7 PROJECT TITLE: PROJECTAREA: DATE: SUBCONTRACTOR'S NAME, ADDRESS AND TELEPHONE EMPLOYER IDENTIFICATION CONTRACT AMOUNT ESTIMATED STARTING DATE ESTIMATED COMPLETION DATE CRAFTS TO BE USED NU MBER NUMBER .Sr3 V OWGW gL9 W. i9tT. CofYAM6?A oo /o-)- / Zoo b / �ta "D IJ UTNnG /MI u U' 00 C, _ I6 0 I tl y�� U (wj 7 -2-71-r iNO Atx &f oM"Sf-- 3 /1tt 0 J- ,I L ' ` I l 0 / pa If GG VO-Al rS�5a0 t FC46,PL, NOTE: INFORMATION TO BE PROVIDED BY CONTRACTOR WITHIN 10 WORKING DAYS OF AWARD OF ANY CONTRACT WITH REFERENCE TO SUBCONTRACTORS, INFORMATION TO BE PROVIDED FOR ALL SUBCONTRACTS REGARDLESS OF TIER. L �CaQ�NC.Gr 4l Ca IN 6 _ ^ mtractor I Signature tractress �— y Name and Title F -20 NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY CpVT"&r- !! &: .1� -4 LOLo IJM&7r Project Number and Title T- / The undersigned currently holds a contract with the CI?`( O'F NSW tag& trs;et i involving Community Development Block Grant funds from the U.S. Depaltment of Housin6 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. L fl 6q)W /NnF2/A Got) 1AIC , Name of Contractor ■I 1 /".." u r �ig 7 re an-d-Fitlev I • • . Date F -21 FEDERAL LOBBYIST REQUIREMENTS CERTIFICATION Name of Firm: H (,8„ /A/ 6. Date: 2- 10 2--" Address: % b4 A 111 State: CA Zip Code: 9_)_,ao) Phone Number. (7?`/a 2 VOP -10-63T 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). 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; 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee 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; 3. 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: Signature: F -24 Title: �2� L0v?v—r Date: 'Z / y" / >O ^ f SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name and Address of Reporting Entity (Recipient, Sub- recipient, Contractor, Subcontractor) t�lAlGs421Ale,' 60,,, /41 C. 7n0,(f N. VAfl t4iSr.,d rC -61 2. Federal Identification: (Contract/Award No.) 2 -7'Z-7 3. Dollar Amount of Award: � ✓ 5. one: It Area Code) C71Y)7- f- -e —eo3.j 4. Contact Person: hUL 0- L� 6. Reporting Period: fr I 7. Date Report Submitted / y �0 1004 ' !'rey� i C.9 9Z�p 8. Program Code: (Use a separate sheet for each Program Code) 7 . G D B � -� �•Urrr�E�� Program Codes 1. Flexible Subsidy 2. Section 2021811 3. PulaWindian Housing Development, Operation and Modernization 4. Homeless Assistance 5. HOME s. HOME- State Administered 7.CDBG- Entitlement 8. CDBG- State Administered 9. Other CD Programs 10. Other Housing Programs Part I: Employment and Training Commitment JOB CLASSIFICATION TOTAL NEW HIRES SECTION 3 NEW HIRES % OF AGGREGATE HIRES WHO ARE SECTION 3 HIRES CODE(S) RACIAL ETHNIC Professionals: D . n Y T (rr n/ Technicians: )Ad A.stc-711A/ a- Awffliw 6w4' dLdE!t/N' Office /Clerical: -4 soo' 0 6 Trade: Trade: 14 o Trade: Trade: ��-o n Total: Part it, Contract Award Commitment to Section 3 Businesses twinariitnim .aapplim,vandors,wsmim Providers) NAME OF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT CODE(S) RACIAL ETHNIC / n Y T (rr n/ C 414/0 UTAJ )Ad A.stc-711A/ a- Awffliw 6w4' dLdE!t/N' - I -4 soo' 0 1. American Indian/Ataska Native 2. Asian 3. BlacktAfrican American 4. Native Hawaiian/Other Pacific Islander 5. White F -31 6. American Indian or Alaska Native AND White 7. Asian AND White S. Black or African American AND White 9. American Indian or Alaska Native AND Black or African American 110. Other - for individuals rrot identit[ed above. NOTICE OF SECTION 3 COMMITMENT TO: Name of Business (Contractor): (Name of Labor union, Workers Representative, etc C Project Name: &BRA / t�cd r�t1� .T_ Project Number: 3-7 Z7 The Undersigned currently holds a contract with CITY] D-P /tIGtiVPgg &jl!W involving Block Grant (CDBG) funds from the U. S. Department of Housing drid Urban Dever ment 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 obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG- assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: ' I Job Classification Num -,' 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. The anticipated date the work will begin is 20D . For additional information, you may contact at ( 7 14 t 7JV -rcP03-� Contact Person's Name T le 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. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. 2 f% n 0 VP—&T11 A T (Date) F -32 I/ /A/C, SECTION 3 BUSINESS CERTIFICATION r-ORM t/ Ia .4 wJC- Business Name: ys/y Business Address: � Contract/Bid Amount: Telephone Number: %� �? The above mentioned business firm is a Section 3 business concern based on the following qualifications: 1. ercent owned by Section 3 Residents ions with this business certification form (Submit Resident Certificat , or ❑ 51- p ees are Section 3 Residents 2 Number of Section 3 qualified Employees At feast 30- percent Permanent, full -time employees Total Number of all full -time employees (Submit the Resident Certification form(s) with this Business Certification form), or Written Commitmertt (Section 3 Economic opportunity Ptan), outline intentions to: 3 rcent aggregate new hire u lifted business it Section 3 qualified residents at least 30 pe Subcontract 25- percent or more Of the contract amount to Section 3 4 concerns. Specify racial and ethnic of business ownership: category that best describes your origin "X' below, next to the RACIAL BACKGROUND: Mark an ' r9LE CATEGORIE5 SlR"' "'°� T� °� 'DRIES C1 American Indian or Alaska Native AND White ❑ American Indian/Alaska Native O Asian AND White Asian ❑ Black or African American AND White /] BlacklAfrican American American Indian or Alaska Native AND Black or African American O Native Hawailanl0ther Pacific Islander [] Other – for individuals not identified above. ❑ White u( ethnicity ETHNIC BACKGROUND: Mark en "X' below, next to the category that best describes yo no Not Hispanicl- ❑ Hispank"Launo THE UNDERSIGNED GLARES THAT THE ABOVE INFORMATION 17 COMPLETE V 6/ 1 CORRECT Date I Sig a re of ownerlprincipal 33 License Number F -34 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE 111 CONTRACT NO. 3727 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: Oiz a Business Address:__70QO N„ VAgy<Si'„ whr Q1 A& MM, 9a�o 1 Telephone and Fax Number: [74) ZW- ,p03J- MA (7l4,) 714 -tea 3Z California State Contractor's License No. and Class: Z? -3 3 12 (REQUIRED AT TIME OF AWARD) Original Date Issued: 1?41q1qqJ Expiration Date: I3 ! I .—) o 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: 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 Corporation organized under the laws of the State of ejo u iilPi a 16 Jr W 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; ,t/ Z A- Briefly summarize the parties' claims and defenses; N Aq Have you ever had a contract terminated by the owner /agency? If so, explain. A) < y- 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 labo ompliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes / Are any claims or actions unresolved or outstanding? Yes 161-) 17 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. Bidder (Print name of Owner or President L /7 00 6 Date Subscribed and sworn to (or affirmed) before me on this I / day of �� '2006 by R(y , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. [SEAL] KIMBERLY GONZIItEZ COMM. #1605160 = i 61MY Notary Public • California o Orange County Come. Et nes SR. 9, 2009 IN 4�" A�� Notary Pubti My Commission Expires: License Detail Pagel of 3 License Detail CALIFORNIA CONTRACTORS STATE. LICENSE BOARD Contractor License # 633312 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 02/2312006 * * * Business Information * * * L H ENGINEERING CO INC 708 N VALLEY STREET STE Q ANAHEIM, CA 92801 Business Phone Number: (714) 758 -8035 Entity: Corporation Issue Date: 12112/1991 Reissue Date: 05/0612004 Expire Date: 05/31/2006 * * * License Status * * * This license is current and active. All information below should be reviewed. http: / /www2.cslb.ca.gov /CSLB LIBRARY /License+Detail.asp 02/23/2006 License Detail * * * Classifications * * * t1lGENERAL Description FA GENERAL ENGINEERING CONTRACTOR BUILDING CONTRACTOR * * * Bonding Information * * * Page 2 of 3 CONTRACTOR'S BOND: This license filed Contractor's Bond number 203977 in the amount of $10,000 with the bonding company AMERICAN CONTRACTORS. NDEMNITY CONLPANY. Effective Date: 05106/2004 Contractor's Bonding-History BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) PAUL HOGEUM LEE certified that he /she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 05/06/2004 * * * Workers Compensation Information * * * This license has workers compensation insurance with the STATE_ COMPENSATION INSURAN-CE, Policy Number: 1749662 Effective Date: 09/26/2003 Expire Date: 09/01/2006 Workers Compensation is o * * * Miscellaneous Information * * * Date IL 05/06/20041! LICENSE REISSUED TO ANOTHER ENT—IT—Y11 http : / /www2,cslb.ca.gov /CSLB LIBRARY /License+Detail.asp 02/23/2006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 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 Best's Key Rating Guide: Property - Casualty. Coverages shall be provided as specified in the Standard Specifications for Public Works Construction, except as modified by the Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed will not be issued until all contract documents have been received and approved by the City. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BALBOA VILLAGE PHASE III CONTRACT NO. 3727 THIS AGREEMENT, entered into this day of , 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and L.H. ENGINEERING CO., INC., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: BALBOA VILLAGE PHASE III Contract No. 3727 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. 3727, 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 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 One Million, Three Hundred Sixty -Nine Thousand, One Hundred Three Dollars and Twenty Cents ($1,369,103.20). 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: Emmet Berkery (949) 752 -5221 CONTRACTOR L.H. Engineering Co., Inc. 708 N. Valley Street, Suite Q Anaheim, CA 92801 714 -758 -8035 714 - 758 -8037 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "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 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. 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 23 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to 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. 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 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 APPROVED AS TO FORM: AARON C. HARP Assistant City Attorney 25 Clr ,....�........_.,�.,... AM a L.H. ENGINEERING CO., INC. By: (Corporate Officer) Title: Print Name: 4-UL F. By: (Fina � ' I Officer) Title: S�y�Q6t/ Print Name: YUN6i/!!J Lge ACt)RQ,w CERTIFICATE OF LIABILITY INSURANCE DATE�AN�D200 41 PRODUCER INSN Lm THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION MCLURE INSURANCE BROKERAGE 2030 E 4th St #206 ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. POUC EFFECTIVE DATE MMI POUCYEXPIRATIO ATE M Santa Ana, CA 92705 (714)664-8911 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA USF INSURANCE COMPANY $ 1 OOO OOD INSURERS: INTERSTATE INDEMNITY COMPANY S SOO OOO LH ENGINEERING COMPANY, INC. 708 N. VALLEY, SUITE Q INSURER C: AMERICAN ALTERNATIVE INS. CO 19720 INSUR D: MEDEXP(Awvmper ) b ANAHEIM, CA 92901 NSER WE E: A X COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSN Lm NERD TYPE OF IN SURANCE POLICY NUMBER POUC EFFECTIVE DATE MMI POUCYEXPIRATIO ATE M LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 OOO OOD PREMISES Ea ac.. S SOO OOO COMMERCIAL GENERAL LIABILITY CLAIMSMADE F70CCUR MEDEXP(Awvmper ) b PERSONALSADVINJURY $ 1,000,000 A X X DED:$2500 LGBGL31642 12/14/05 12/14/06 X DED:S2500 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOPAGG $ 2,000,000 X POLICY jE LOC AUTOMOBILELUBILITY ANYAUTO BIdW)INGLE LIMB Ea=,I1 $ 1,000,000 X (Par perem) ALL OWNED AUTOS SCHEDULED AUTOS X X BODILYINJURV (PxaDNtlenU $ B X HIRED AUTOS NON- OWNEDAUTOS BA -70022 01/26/06 01/26/07 PROPERTY DAMAGE (pw=t q $ GARAGE LIABILITY 6140 ONLY. EAACCIDENT S OTHERTHA EAACC $ ANYAUTO -. ALTOONLY ADD S EXCESSIUMBRELLA LIABILITY X OCCUR CLAIMS MADE EAC CCURRENCE $ 5,000,000 j4dGRFGATE S 5,000,000 $ TBI 04/05/06 04/05/07 S C X X DEDUCTIBLE $ RETENTION $ 1.000 WORKERSCOMPENSATIONAND EMPLOYERS' LIABILRY ANY mapRiETOyyARiNEwExECUrIVE oPFlD EMBER EXDLUDHr IWC$TA OTH- R EL EACH ACCIDENT S E.L DISEASE - EA EMPLOYE $ Ilyyeeee tlearmb mmr SPE VPROVISIONSbelm E.1- DISEASE - POLICY LIMIT b OTHER COMP COLL B AUTO PHYSICAL BA- 7002206 01/26/06 01/26/07 on rented,leased or borrowed vehicles DESCRIPTION OF OPERATIONS I LOCATIONS/ VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS CERTIFICATE HOLDER(S) ARE NAMED AS ADDITIONAL INSUREDS) AS PER ATTACHED ENDORSEMENT AND WITH RESPECT TO WORK PERFORMED (CONTRACT TITLE:BALBOA VILLAGE PHASE III) 1. ADDITIONAL INSUREDS: THE CITY, ITS OFFICERS, OFFICIALS, EMPLOYEES, AND VOLUNTEERS. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILI.XaMRWO MPJL30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO 00 SO SHALL OR LIABR -DY OF ANY KIND WON THE INSURER ITS AGENTS OR POLICY NUMBER: LGBGL31642R1 COMMERCIAL GENERAL LIABILITY CG 20 26 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Oroanization(s) CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, OFFICIALS, EMPLOYEES AND VOLUNTEERS PUBLIC WORKS DEPARTMENT 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA. 926W RE: BALBOA VILLAGE PHASE 3 CONTRACT #: 3727 Information required to Section II - Who Is An Insured is amended to include as an additional insured the person(s) or organi- zations) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or 'personal and advertising injury' caused, in whole or in part, by your acts or omissions or the acts or omis- sions of those acting on your behalf: A. In the performance of your ongoing operations; or B. In connection with your premises owned by or rented to you. CG 20 26 07 04 © ISO Properties, Inc., 2004 Page 11 of 1 ENDORSEMENT USF INSURANCE COMPANY This Endorsement Changes the Policy - Please Read it Carefully PRIMARYAND NON-CONTRIBUTING INSURANCE (Third- Party's Sole Negligence) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART PRODUCTS /COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD LIABILITY COVERAGE PART BUSINESSOWNERS LIABILITY COVERAGE FORM The following is added to Section IV - Commercial General Liability Conditions, Paragraph 4: Section IV: Commercial General Liability Conditions 4. Other Insurance: d. Notwithstanding the provisions of sub - paragraphs a, b, and c of this paragraph 4, with respect to the Third Party shown below, it is understood and agreed that in the event of a claim or "suit" arising out of the Named Insured's sole negligence, this insurance shall be primary and any other insurance maintained by the additional insured named as the Third Party below sball be excess and non - contributory. CITY OF NEWPORT BEACH, ITS OFFICERS, AGENTS, The Third Party to whom this endorsement applies is: OFFICIALS, EMPLOYEES AND VOLUNTEERS PUBLIC WORKS DEPARTMENT RE: BALBOA VILLAGE PHASE 3 CONTA 3727 Absence of a specifically named Third Party above means that the provisions of this endorsement apply "as required by written contractual agreement with any Third Party for whom you are performing work." All other terms and conditions of this policy remain unchanged. This endorsement is effective on the inception date of the policy unless otherwise stated herein. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Policy Number: LGBGL31642R1 Namedlnsured: L H ENGINEERING COMPANY, INC. Endorsement Effective Date: 03/13/2006 Au rued Repr entative Endorsement Serial No. USF 001 397 0201 Includes copyrighted material of Insurance Services Office, Inc. with its permission Copyright, Insurance Services Office, Inc. 1994 L H ENGINEERING CO, INC 708 N VALLEY ST STE Q ANAHEIM, CA 92801 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF NEWPORT BEACH WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, L H ENGINEERING CO, INC IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. _ IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03 %. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: MARCH 2, 2006 2570 *H0MZE0EPRESENTATIV PRESIDENT GCIF FnRM 10217 IRFV 3 -0A1 WAIVER OF SUBROGATION REP 44 1749662 -05 STATE RENEWAL COMPENSATION SP INSURANCE - FUND PAGE 1 OF 1 ENDORSEMENT AGREEMENT HOME OFFICE SAN FRANCISCO EFFECTIVE FEBRUARY 28, 2006 AT 12.01 A.M. ALL EFFECTIVE DATES ARE AND EXPIRING SEPTEMBER 1, 2006 AT 12.01 A.M. AT 12:01 AM PACIFIC STANDARD TIME OR THE TIME INDICATED AT PACIFIC STANDARD TIME L H ENGINEERING CO, INC 708 N VALLEY ST STE Q ANAHEIM, CA 92801 ANYTHING IN THIS POLICY TO THE CONTRARY NOTWITHSTANDING, IT IS AGREED THAT THE STATE COMPENSATION INSURANCE FUND WAIVES ANY RIGHT OF SUBROGATION AGAINST, CITY OF NEWPORT BEACH WHICH MIGHT ARISE BY REASON OF ANY PAYMENT UNDER THIS POLICY IN CONNECTION WITH WORK PERFORMED BY, L H ENGINEERING CO, INC IT IS FURTHER AGREED THAT THE INSURED SHALL MAINTAIN PAYROLL RECORDS ACCURATELY SEGREGATING THE REMUNERATION OF EMPLOYEES WHILE ENGAGED IN WORK FOR THE ABOVE EMPLOYER. _ IT IS FURTHER AGREED THAT PREMIUM ON THE EARNINGS OF SUCH EMPLOYEES SHALL BE INCREASED BY 03 %. NOTHING IN THIS ENDORSEMENT CONTAINED SHALL BE HELD TO VARY, ALTER, WAIVE OR EXTEND ANY OF THE TERMS, CONDITIONS, AGREEMENTS, OR LIMITATIONS OF THIS POLICY OTHER THAN AS STATED. NOTHING ELSEWHERE IN THIS POLICY SHALL BE HELD TO VARY, ALTER, WAIVE OR LIMIT THE TERMS, CONDITIONS, AGREEMENTS OR LIMITATIONS OF THIS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: MARCH 2, 2006 2570 *H0MZE0EPRESENTATIV PRESIDENT GCIF FnRM 10217 IRFV 3 -0A1 G.J. SULLIVAN 3/30/2006 3:12:08 PM PAGE 002/002 Fax Server ADDITIONAL INSURED ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. This endorsament modfttss Insurance provided under the following: BUSINESS AUTO COVERAQE FORM GARAGE COVERAGE FORM TRUCKERS COVERAGE FORM This endorsement changes the polloy stfeotive on the inception date of the polloy unless another date is Indicated below: Rhe initn lm naadntn ha nmmriatad mdu when thla wAarBement 19 Issued aubseauardtn Irtceodon Of the 121100 r1Q InON10Ual an0 /or entity is docan mean AOOBIOnei Insurea: CITY OF NEWPORT BEACH PUBUO WORKS DEPARTMENT THE CITY ITS OFFICERS, AGENTS OFFICIALS EMPLOYEES AND VOWNTEERS 3300 NIMOORT BEACH, CA W0 This will apply only with reeppeat to Ifabllfty arfeing out of opersdone pperformed foreueh Addldcnai Insured by or an behalf of the Named Insured. The inclusion at edditional irderest or IIKBml3 will riot operateto incressethe 0mp of our Ilablifty. An additional premium of $90.00 is appffetl. All other terms end conditions of thin policy remain unchanged. Q"U a596 Wall) insured CERTHOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO,CA 94142, -0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 02 -28 -2006 GROUP: POLICY NUMBER: 1749682 -2005 CERTIFICATE ID: 24 CERTIFICATE EXPIRES: 09 -01 -2006 09 -01- 2005/08 -01 -2006 CITY OF NEWPORT BEACH SP 008: #3727 BALBOA VILLAGE PH 3 IMPROVEMENT PUBLIC WORKS DEPT 3300 NEWPORT BLVD NEWPORT BEACH CA 92663 -3816 This Is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon30 days advance written notice to the employer. We will also give you 30days advance notice should this policy be cancelled prier to Its normal expiration. This certificate of Insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policy listed herein. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain, the insurance afforded by the policy described herein is subject to all the terms, exclusions, and conditions, of such policy. THORIZED REF!E1SEZN"TATI&]1 PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #1800 - PAUL H LEE PRES - EXCLUDED. ENDORSEMENT #1600 - YONGHUI LEE TRES SEC - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 09 -01 -2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENT #2570 ENTITLED WAIVER OF SUBROGATION EFFECTIVE 2008 -02 -28 IS _ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF NEWPORT BEACH EMPLOYER LH ENGINEERING CO., INC 708 N VALLEY ST STE Q ANAHEIM CA 92801 MEV.2.061 SP [CAD,CNI PRINTED : 02 -28 -2006 SP Apr. 6. 2006 12:10PM McLure Insurance Brokarage, Inc. License# OE77940 2030 E. a St. Bldg. E Suite 206 Santa Ana, CA. 92706 PH (714 )-664 -8911 FAX (714)- 6644011 mclureQa sbeglobal.net Fax Cover Sheet No. 5699 P. 1 Send to: CITY OF NEWPORT BEACH From: Raymond McLure Attention: LAUREN Dace: Apri16, 2006 Fax Number 949 - 644 -3305 RE: LH ENGMERING Total pages, including cover: 2 Hello Lauren, Please see attached for LH Engineering. The endorsement For the drop down coverage has been ordered on this policy and will arrive shortly. Please contact Paul as soon as possible. Thank you. R4"M*d *4L4wu URGENT FAX ,,3 2030 E. 0 St. Suite 206, Santa Ana, CA. 92705 P14: (714) 664-9911 FAX: (714) 664 -0011 MAR -31 -2006 FRIGG1�01:49PM BROWN N BROWN FAX NO, P. 01/01 Fax #: ` 9 6q / - 331X CERTIFICATE OF INSURANCE CHECKLIST City of Newport Reach This checklist is comprised of requirements as outlined by the City of Newport Beach. Dodo Recalved:130 t7b DeptJContact Received From: A&IjkllA O Date Completed: 3/ Sent to: — 014t(n yra By: "a CompanylPerson required to have certificate: ri inn I ✓ICGY YYe}� Cl bt a LnC 1. GENERAL LIABILITY 14101' A %J CJ A. INSURANCE COMPANY: D1 K14llj t `O 4aZt Yi ►1� B. AM BEST RATING (A: VII or greater): Ar - V t C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? �" fes No D. LIMITS (Must be $1M or greater): What is limit provided? /4 rr I oec , E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? es ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its LJ No officers, officials, employees and volunteers): Is it Included? Yes G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it Included? Yes ❑ No H. CAUTIONI (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence" wording? CJ Yes Ly' 0 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. AAUT NSURIANCECOMPANY: B. AM BEST RATING (A: VII or greater): y C, ADMITTED COMPANY (Must be California Admitted): �� Is Company admitted In California? Iti3Yes ❑ NO q D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? ? Wu'i E. ADDITIONAL INSURED WORDING TO INCLUDE (The City Its officers, officials, employees and volunteers): Is it included? Yes LINO F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Hauler , Is it included? 0A- ❑ Yes ❑ No G. NOTIFICATION OF CANCELLATION: Athough there is a provision that requires notification or cancellation by certified mail; per Lauren Farley, the City will accept the endeavor warding. 111. WORKERS' COMPENSATION WFVI SA ( Y�S1tiYRl^ L+l. y^, A. INSURANCE COMPANY: B, AM BEST RATING (A: VII or greater): C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it Included? es ❑ N HAVE ALL ABOVE REf.�I,)IREMENTS BEEN MET? /+ fy�� Yes No IF NO IC IT M NEED TO BE COMPLETED? Gent i[4a' j - r Vt)h Gt{fyN Company Profile Page 1 of 2 Company Profile FIRST NATIONAL INSURANCE COMPANY OF AMERICA SAFECO PLAZA SEATTLE, WA 98185 -0001 800 - 332 -3226 Agent for Service of Process DAWN JEWORSKI, 120 VANTIS SUITE 130 ALISO VIEJO, CA 92656 Unable to Locate the Agent for Service of Process? Reference Information NAIC #: 24724 NAIC Group #: 0163 California Company ID #: 0978 -7 Date authorized in California: January 03, 1929 License Status: UNLIMITED- NORMAL Company Type: Property & Casualty State of Domicile: WASHINGTON Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terns, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS - http: // cdinswww.insurance.ca.gov /pls /wu co prof /idb co prof ud.get_co proPp_EID =... 04/07/2006 Company Profile PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company. Performance & Comparison Data Composite. Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Rating Organizations Last Revised - December 13, 2005 09:17 PM Copyright © California Department of Insurance Disclaimer Page 2 of 2 http: / /cdinswww. insurance. ca. gov /pls /wu__co__prof /idb_co_prof utl.get. co proPp EID =... 04/07/2006 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL BALBOA VILLAGE IMPROVEMENT PHASE 3 CONTRACT NO. 3727 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard, P.O. Box 1768 Newport Beach, California 92663 -8915 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instruction to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that the material supplied by the City and shall perform all work required to complete Contract No. 3727 in accord with the Plans and Special Provisions, and will take in full payment therefore the following lump sum or unit prices for work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE LS Mobilization a(). VauSA p Dollars and .9_� Cents Per Lump Sum 2. 1 LS Traffic Control (a) uAYE f*ND Dollars and Cents Per Lump Sum 3. 9050 SF Cold Mill PCC Pavement (2 ") as :3�QD Dollars and �NIt'rN Cents Per Square Foot PR -1 $ `L . 2,0 o° $ 2 t-0 $ 0� ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4, 200 CF Remove AC Pavement ua Dollars o and i .9__ Cents $ 1 $T�� Per Square Foot 5. 625 LF Remove PCC Curb .�tSllt�/ Dollars and L-T:r Cents $ -JP $ 44e7 SV Per Lineal Foot 630 LF Remove PCC Curb and Gutter n6rWr Dollars and 0 ro A Elf Cents $ � $� Per Lineal Foot ` 7. 5450 CF Remove PCC Pavement Col 64 60T Dollars 00 and o0 10' Cents $ $ kt g" Per Cubic Foot 8. 1802 SF Remove PCC Driveway Approach (a) �� x Dollars a c and el:E ` Cents $ $ 11113 Per Square Foot 9. 11600 SF Remove PCC Sidewalk (a) Dollars cA and Cents Per Square Foot 10. 550 SF Remove PCC Alley Approach (ad Dollars c , and JV? ° Cents $ � $ 7, joss Per Square Foot - PR- 2 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 11. 8 EA Remove and Replace Curb Drain per CNB Standard - -184 -L Ca) rNIO tlpA(sf� Dollars 04 and 8 Cents $� $ �� Per Each �— 12. 10 EA Remove Tree () i9AX- TH01 iSOD Dollars V1 and Cents $ I D Per Each 13. 14 EA Remove Parking Meter Post and Salvage Meter Head a) &C& WO f Dollars 6° and p� Cents $ .�0 $ af'0 Per Each 14. 1 EA Remove Parkway Culvert an" ftWAyi) Dollars 04 and A- Cents $ 000 $ OdUr Per Each ' 15. 20 EA Remove and Salvage Existing Street/Traffic Sign and Remove Post Ca) J20,- #L4001) Dollars pm and Cents $ too $ %Dno Per Each ' 16. 7 EA Remove and Salvage Existing Street Light and Pole -P,,15!-TH0gSAAV -roW ycAW,60 Dollars u p and 4?1 Cents $ 171,00 $ 06 Per Each ' ' ❑m, ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 17. 10 EA Remove Existing Street Light Pullbox and Abandon Conductors an Ufr NUiVD1L� Dollars b c and Cents $ ¢ b U $ Oao_ Per Each 18. 35 LF Construct 18" RCP Coil A IWC- Hiuji))Wollars p b and Cents $ 3p° $ 0 Per Lineal Foot 19. 14 LF Construct 12" HDPE Dollars ON and $ Cents $ �r� $ 3 Per Lineal Foot 20. 40 LF Construct 8" HDPE (a TWO AFAWBSD Dollars °R and $ Cents $ 17 0 � D $ I& A0 Lineal Foot 21. 4 EA Construct Catch Basin and Local 94""o Deprer ssion j4°ySfi�v FlW6 '14 � Col Dollars bq and Cents $ . o of $�DDo Per Each 22. 2 EA Construct Storm Drain Junction Structure �JK 00 an Dollars $ �U� $ and _Cents Per Each ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 23. 1270 LF Construct Type "A" Curb and Gutter (C.F. varies) (a�jltfi( NtN& Dollars and g Cents Per Linear Foot 24. 495 LF Construct Type "B" Curb 0)jgr?0 i 6d Dollars and Cents Per Linear Foot 25. 1 LS Lithocrete Construction Oversight and Administration M i%io Co l� Dollars and Cents Per Lump Sum 26. 550 LF Construct 4" P.C.C. Lithocrete Edge Band (@ 24`, f WO Dollars and • ►z _Cents Per Linear Foot 27. 7965 SF Construct 4" P.C.C. Lithocrete Sidewalk 7q/9 Dollars and &jArfY A V& Cents Per Linear Foot 28. 305 SF Construct 6" P.C.C. Lithocrete Drive Apron a. I h/t Dollars and Cents er Square Foot PR- 5 $_ 31 $42.64 ** $22.95 ** $25.19 ** k3o $ f $ r $23.452.00 $182.796.75 $7.682.95 ** Stipulated Unit Price ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 29. 17 EA Construct Lithocrete Sea Shell Pattern V,AV,N,moizo"o 4f/ /Tl'�eWS� �t tYYDOIIafS and Cents $2.985.00 ** $ 50,745.00 Per Each 30. 8 EA Construct Lithocrete Access Ramp AVr_ NaAfflW"a Ob'E -mewl" @ 46LgnnY fWV Dollars and Cents $1,922.00' $15.376.00 Per Each 31. 3900 SF Construct 4" P.C.C. Type B Decorative Concre a Sidewalk Ca. 96N'/l Dollars and s Cents $ / _ $ 7n -off Per Square Foot 32. 1040 SF Construct 6" P.C.C. /6° C.M.B. Drive Apron a� Dollars q and Cents $ 1-7 $ �U Per Square Foot 33. 350 SF Construct 8" P.C.C. 14" C.M.B. Alley Approach (U)7EGiAVt`i' 9K-Dollars a 0 and ,f9 —Cents $ >-3 $�d� Per Square Foot ** Stipulated Unit Price im. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 34 250 SF Construct 6" Decorative P.C.C. /6" C.M.B. Drive to Match Existing Ca?'1O1� 66HT Dollars p9 and Cents $ $% Per Square Foot 35. 200 TONS Crushed Miscellaneous Base (a).<r1Arr?VV PVC�Dollars 00 and 16o�_ Cents $ Zr_ $ too Per Ton 36. 14850 SF Pavement Fabric (Glassgird 8501) (a) 0A) Dollars 001 and ld*Lgi Cents $_� $ 7 Per Square Foot 37. 335 TONS Asphalt Concrete Leveling Course AZMLVr'(1� A10, Dollars p a and .�-- Cents $ 91- $ Per Ton 38. 200 TONS Asphalt Concrete Finish Course c�ON6 *,V Otw T y Dollars ollars and i Oo� Cents $ $T Per Ton 39. 3380.SF 8" Type A Decorative Concrete Pavement off. �L � 010SDollars ao and Cents $ �3 $ Per Square Foot 40 2335.SF 6." Type B Decorative Concrete Pavement (d)j! aUZ& Y Dollars ► o and 0� '&- Cents $ r $_ Per Square Foot PR- 7 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 41. 1 EA P.C.C. Cross Gutter 0 7Naus�° S� yjNNO�" Dollars e n and A- Cents $. $ 2— � Per Each 42 1 EA Construct Parkway Culv rtaN N� THrx�Se� % N Ti Dollars ° and $ Cents $ $� Per Each ' 43. 16 EA Construct Parking Meter Post and Foundation ti1112 NwND� (a7 " Dollars oa and �v 01, Cents $ 44-cr- $,_ Per Each 44. 23 EA Construct Street Lights trRtHalS�an �,'JL —N�N� Dollars C o and -b*- Cents $ LOT O $T Per Each 45. 1165 LF Construct 1.25" PVC Street Light Conduit Dollars and 00 ,H Cents $ $T Per Linear Foot 46. 29 EA Construct Street Light Pullboxes aJkVCK— #UA)0164 Dollars po and 11 .F —Cents $ 00 $_ 490 Per Each ;i:�:. ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 47. 1 LS Construct Street Light Conductors Ca� Dollars e o and �r $ Cents $ 10049D Per Lump Sum 48. 100 SF Construct Street Light Trench Pavement. (Asphalt) an 9t1 C-A/ Dollars and 7to16�►�Y riW- Cents 0 Per Square Foot 49. 100 SF Construct Street Light Trench Pavement. (Concrete) Ca), a6�)64 Dollars and a� �b(.I�n71`i, Cents Per Square Foot 50. 8 EA Adjust Manhole to Finish Grade 2 NvNOR� 7W0(0*A* t Dollars andt A- —Cents $% O $ I 0 �— Per Each 51. 6 EA Adjust Water Valve Cover to Finish Grade ��/ HuNA►Ztr✓� Dollars and (_Cents i $�ZJ-0 $ 14,t V Per Each 52. 5 EA Adjust Water Meter Box to Finish Grade j ly& /quNpxz-n (a) 12T- -f i Dollars 0 o and .w7 Cents $�� 2.7" $� Per Each Iwo ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 53. 2 EA Adjust Clean Out to Finish Grade ��Vrr�lunn�� (a), C1 )f1,,1 Dollars and 01 Cents $ Per Each ' 54. 1 LS Palm Street Irrigation System nl /yjous9•+� t7a Dollars and 00 tf} Cents $ 4two Per Lump Sum 55. 1 LS Bay - Washington Irrigation System fNacU Cad Dollars and 49- Cents $�O�O Per Lump Sum 56. 17 EA 25 -Foot BTH Palms ( Washingto is Robusta a(� Dollars o� and p Cents $ $ Per Each 7— 57. 1 LS 90 -Day Landscape Maintenance Period �� -m piSANA aQ Dollars and o 49- Cents $ � U Per Lump Sum 58. 4 EA Concrete Trash Receptacle (a), Dollars H�N� Dollar and p i Do Cents $ 6'} $� Per Each 59. 12 EA Metal Trash Receptacle C@ip[ Add& Dollars and �' Cents $ of $ 'ZpJ Per Each PR- 10 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 60. 4 EA Ash Receptacle a. #u4000Dollars and �° f9' Cents $ vo $ /�vv Per Each ' 61. 3 EA Bicycle Rack �f� (a)��OTM Dollars and Cents $ $ Per Each 06. 18435 SF Sidewalk and Pavement Sealant '�rwv Dollars v 0 and Cents $ $ 36TU 49 Per Square Foot 63. 1 LS Signing and Striping NrN� �'ouJfyNO r1'V6�Hu'Orl'aW" (a7 Dollars and �vU� Cents $ Per Lump Sum 64. 130 LF Odor Control Pipe (a.6XTY 6A/(r- Dollars and $ A- Cents $ —T Per Lineal Foot 65. 75 LF Vacuum Supply Line &<MY AVM. Dollars and 0,° E?' Cents $ 6y $ 7� Per Lineal Foot ' 66. 105 LF Odor Control/Vacuum Supply Joint Trench aP raA.V rtV&- Dollars and 42t Cents $ _ $� Per Lineal Foot l/ PR- 11 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 67. 1 LS Connection to Existing Odor Control Pipes,,( � ,qaAOa� (a ! 1b(f)1�AS�1V6 Dollars and 0 Cents $ �� Per Lump Sum 68. 1 LS Blower Motor, Starter Panel and Enclosure toit /" A TiUoyyf )fl Dollars and p00 or_ yr Cents $ Per Lump Sum 69. 1 LS Flagpole and Foundation ��� ,,� ��UL— THMSAyvo a(D �"�vi:Nr. Mutinous, Dollars a and -es Cents $ Per Lump Sum 70. 1 LS Project Surveying (a) U? AAA Dollars and :l 42- Cents $ -1-00 Per Lump Sum TOTAL PRICE IN WRITTEN WORDS A i. And ?LU�Cents Date It-L Fifx &14,? Md' Wf /(7111) 7" —APV37 Bidder's Telephon4 and Fax Numbers X•? -A 'i 12 A, R . Bidder's License No(s) And Classifications(s) J369.1r)3 , ?. p $ 43AU24 f 1 Total Price (Figures) L H "IAMelAA9 Lo „ivC Bidder Idder's Authorized Signatil re an Title 70� iv. I/fFLL,� fir. 9 Bidder's Address F: \Users \PBw\Shared\Contracts \FY 04- 05 \BALBOA VILLAGE PHASE III C- 3727\PROPOSAL C- 3727.doc PR- 12 i 1 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS BALBOA VILLAGE PHASE III CONTRACT NO. 3727 INTRODUCTION PART 1 - -- GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 2 -3 SUBCONTRACTORS 2 -3.1 General 2 -5 PLANS AND SPECIFICATIONS 2 -5.3 Submittals 2 -5.3.3 Shop Drawings 2 -6 WORK TO BE DONE 2 -9 SURVEYING 2 -9.3 Survey Service 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 -1 LOCATION 5 -2 PROTECTION 5 -7 ADJUSTMENTS TO GRADE 5 -8 SALVAGED MATERIALS i 1 1 1 1 1 2 2 2 2 2 2 2 2 3 3 3 3 3 3 3 3 3 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 4 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 4 6 -7 TIME OF COMPLETION 5 6 -7.1 General 5 6 -7.2 Working Days 5 6 -7.4 Working Hours 5 6 -9 LIQUIDATED DAMAGES 6 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 6 7 -5 PERMITS 6 7 -7 COOPERATION AND COLLATERAL WORK 6 7 -8 PROJECT SITE MAINTENANCE 7 7 -8.5 Temporary Light, Power and Water 7 7 -8.6 Water Pollution Control 8 7 -8.6.1 Storm Water Pollution Prevention Plan and Monitoring 7 -15 Program (SWPPP) 8 7 -8.8 Steel Plates 8 7 -9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS 8 7 -10 PUBLIC CONVENIENCE AND SAFETY 9 7 -10.1 Traffic and Access 9 7 -10.2 Storage of Equipment and Materials in Public Streets 10 7 -103 Street Closures, Detours, Barricades 10 7 -10.4 Public Safety 11 7- 10.4.1 Safety Orders 11 7 -10.5 "No Parking" Signs 11 7 -10.7 Notices to Businesses and Residents 11 7 -15 CONTRACTOR LICENSES 11 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 11 SECTION 8 FACILITIES FOR AGENCY PERSONNEL 12 8 -1 GENERAL 12 SECTION 9 MEASUREMENT AND PAYMENT 12 9 -3 PAYMENT 12 9 -3.1 General 12 9 -3.1.1 Stipulated Contract Unit Prices 12 9 -3.2 Partial and Final Payment 24 PART 2 - -- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR AND RELATED MATERIALS 24 201 -1 PORTLAND CEMENT CONCRETE 24 201 -1.1.2 Concrete Specified by Class 24 201 -2 REINFORCEMENT FOR CONCRETE 24 202 -2.2.1 Reinforcing Steel 24 201 -7.2 Quick Setting Grout 24 SECTION 207 PIPE 24 207 -2 REINFORCED CONCRETE PIPE (RCP) 24 207 -2.1 General 24 207 -2.5 Joints 25 SECTION 213 ENGINEERING FABRICS 25 213-1 PAVEMENT FABRIC 25 213 -1.1 General 25 SECTION 214-4 PAVEMENT MARKERS 25 214-4 NONREFLECTIVE PAVEMENT MARKERS 25 215-5 REFLECTIVE MARKERS 25 PART 3 - -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 25 300 -1 CLEARING AND GRUBBING 25 300 -1.3 Removal and Disposal of Materials 25 300 -1.3.1 General 25 300 -1.3.2 Requirements 26 300 -1.5 Solid Waste Diversion 26 SECTION 301 TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 26 301 -1 UNTREATED BASE 26 301 -2.1 General 26 SECTION 302 ROADWAY SURFACING 26 302 -5 ASPHALT CONCRETE PAVEMENT 26 302 -5.1 General 26 302 -5.2 Cold Milling Asphalt Concrete Pavement 27 302 -5.4 Tack Coat 27 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 27 302 -7 PAVEMENT FABRIC 27 302 -7.2 Placement 27 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 27 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 27 303 -5.4 Joints 27 303 -5.4.1 General 27 303 -5.5 Finishing 27 303 -5.5.1 General 27 303 -5.5.2 Curb 28 303 -5.5.4 Gutter 28 303 -5.5.5 Free From Architectural Finishes 28 SECTION 306 UNDERGROUND CONDUIT CONSTRUCTION 28 306 -1 OPEN TRENCH OPERATIONS 28 306 -1.1.1 General 28 306 -1.1.3 Maximum Length of Open Trench 28 306 -1.1.3 Maximum and Minimum Width of Trench 28 306 -1.1.6 Bracing Excavations 28 306 -1.2.2 Pipe Laying 29 306 -1.3 Backfill and Densification 29 306 -1.3.1 General 29 SECTION 310 PAINTING 29 310 -5 PAINTING VARIOUS SURFACES 29 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 29 310 -5.6.7 Layout, Alignment and Spotting 29 310 -5.6.8 Application of Paint 29 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 30 312 -1 PLACEMENT 30 ATTACHMENT 1 — FLAGPOLE QUOTE APPENDIX A— STANDARD PLANS AND DRAWINGS SECTION B STREETLIGHTS, TRAFFIC CONTROL, SIGNING AND STRIPING SECTION C LANDSCAPE AND HARDSCAPE SECTION D IRRIGATION SECTION E LITHOCRETE SECTION F FEDERAL COMPLIANCE POLICIES AND RESPONSIBILTIES CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS ,LBOA VILLAGE IMPROVEMENTS PHASE 3 CONTRACT NO. 3727 INTRODUCTION SP 1 OF 30 All work necessary for the completion of this contract shall be done in accord with (1) these Special Provisions; (2) the Plans: (i) Balboa Village Phase 3 Improvement Plans (Drawing No. C- 3727), prepared by Psomas and Associates; and (ii) Hydrogen Sulfide Odor Control Plan for Balboa Village, prepared by SCS Engineers (3) the City's (2004 edition), including Supplements; (4) Standard Specifications for Public Works Construction (2003 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 GENERAL PROVISIONS SECTION 2-- -SCOPE AND CONTROL OF THE WORK 1 -2 SUBCONTRACTORS 2 -3.1 General. Add to this section: "The following items are hereby designated 'Special Items' for the purpose of determining the amount of work to be performed by the Contractor: Bid Items Nos. 25- 29 .............. ............................... Lithocrete Concrete 2 -5 PLANS AND SPECIFICATIONS 1 -4.2 Shop Drawings and Submittals 2 -5.3.2 Shop Drawings. Add to this section: "The Contractor's shop drawings shall include, but not be limited to, electrical service layout, shoring, wiring diagrams, Lithocrete samples, landscape and irrigation, site furniture, etc." SP2OF30 2 -6 WORK TO BE DONE. Add to this section: " "The work necessary for the completion of this contract consists of removing existing pavement, existing sidewalk, curb access ramps, alley approaches, driveway approaches, curb and gutter, and grinding existing roadway; decorative P.C.C. sidewalk, curb access ramps, driveway approaches, alley approaches, curb and gutter; asphalt concrete pavement, P.C.C. pavement, traffic striping and signing; installing streetlight conduit; landscaping, hardscape, and irrigation, and perform other incidental items of work as required to complete the Work in place." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's 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. At a minimum, two (2) sets of cut - sheets for all areas shall be included in the bid price and copies of each set shall be provided to City 48 -hours in advance of any work. In addition, the filing of a Corner Record and /or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property comer 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 -9.6 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 restore the affected survey monuments at his sole expense. The Contractor's Licensed 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 SP3OF30 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 maximum 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 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 shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed his work, such tests and inspections shall be paid for by the Contractor. SECTION 5 - -- UTILITIES 5 -1 LOCATION. Add the following after the 3`d paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5 -2 PROTECTION. Add the following: "in the event that an existing pull box or meter 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. The Contractor shall coordinate the adjustment of Southern SP4OF30 California Edison, Southern California Gas Company, SBC, and cable television facilities to the finish grade with the appropriate utility company. 5 -8 SALVAGED MATERIALS. The Contractor shall salvage all existing meter or valve box covers, manhole covers, all removed cast iron pipes and fittings, all removed street light poles and luminaires, and all removed fire hydrants. Care shall be exercised to avoid damaging the poles and luminaires as they are removed and transported to the City's Utility Yard. 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. The contractor shall remove and salvage City -owned sewer manhole covers and grade rings and City owned water valve cans and covers, and furnish and install new sewer manhole cover and water valve covers prior to finish grade adjustment. Salvaged material shall be delivered to City Utilities Yard. SECTION 6 - -- PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK 6 -1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "Construction of improvements shall not begin until a "Notice to Proceed" has been issued by the Engineer to the Contractor, and a pre- construction meeting has been held. A "Notice to Proceed" will not be issued until the Construction Schedule, the Storm Water Pollution Prevention Plan ( SWPPP) in accordance with Section 7 -8.6.1 of these Special Provisions, the Traffic Control Plans in accordance with Section 7 -10.3, and all required contract documents (i.e. bonds, insurance, contract form, etc.) have been submitted to and approved by the Engineer. The Contractor shall submit the fully executed contract documents, the Construction Schedule, the Traffic Control Plans, and the SWPPP to the Engineer for review and approval within ten (10) calendar days after issuance of a "Notice of Contract Award" by the Engineer to the Contractor. The Construction 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 the original schedule and has demonstrated that he will be able to maintain the 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 of payment of extra work because additional personnel and equipment were required to meet the original schedule. The following requirements shall be incorporated into the construction schedule: SP5OF30 1. All work under this contract, excluding only the 90 -Day Landscape Maintenance Period, shall be completed within 60 consecutive working days commencing the first day specified in the Notice to Proceed. 2. The Construction Schedule shall include adequate windows of time to allow utility relocations and/or work by others within the limits of work (see Section 7 -7, Cooperation and Collateral Work). 3. Construction of Palm Street improvements, including planting of palm trees, but not including site furniture installation, and all underground pipeline construction within the project limits shall be the first order of work. 4. Palm Street improvements (excluding furniture installation), including the Palm Street -Bay Avenue intersection, shall be complete prior to commencement of improvements on Bay Avenue, unless otherwise approved by the Engineer. 5. Installation of the Odor Mitigation facilities shall be substantially complete, prior to commencement of Washington Street improvements, unless otherwise approved by the Engineer. 6 -7 TIME OF COMPLETION 6 -7.1 General. Add to this section: "It will 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 1 st, 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 4th, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday in November (Thanksgiving), December 24th (Christmas Eve), December 25th (Christmas) and December 31St, (New Year's Eve). 6 -7.4 Working Hours. Normal working hours are limited to 7:30 a.m. to 4:00 p.m. Monday through Friday, unless otherwise permitted by the Engineer. Should the Contractor elect to work outside normal working hours, he must first obtain special permission from the Engineer. The request may be for 7:00 p.m. to 1:00 a.m. on weekdays or 8:00 a.m. to 6 p.m. on Saturday only. 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 the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $123 per hour for inspectors and $145 per hour for the Engineer when such time periods are approved. SP6OF30 For those locations where night work would facilitate the construction and minimize the disruption to the community the following requirements would apply: A. Night work hours shall be considered to be from 7:00 p.m. to 1 a.m. Monday through Friday. B. The Contractor will be allowed to work a maximum of 2 nights at each location. C. The Engineer must approve all requests for night work. D. The Contractor shall notify the Engineer two weeks prior to the start of work. 6 -9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6 -1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1000.00 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 -5 PERMITS. Add to this section: "The City has obtained the following permits for this project: 1) California Coastal Commission Coastal Development Permit covering the entire project. 2) California Regional Water Quality Control Board Permit to discharge groundwater generated by construction operations." Copies are available for review at the Public Works Department. The requirements of these permits are incorporated into and are a part of these Special Provisions. The Contractor shall comply with all requirements of these permits. The City will be responsible for fulfilling the "prior to issuance" special conditions for the Coastal Development Permit. Payment for permit compliance shall be included in the Contractor's overall bid and no additional compensation will be allowed therefore." 7 -7 COOPERATION AND COLLATERAL WORK. Add to this section, "There are other projects within and adjacent to the limits of work which are scheduled to take place during the contract period: SP7OF30 1. Construction of the Orange County Sanitation District Pump Station at the northwesterly corner of Balboa Boulevard and A Street. This project is expected to be complete some time after September 1, 2006, with no construction occurring between June 15 and September 5, 2006. This could have an impact on construction of improvements in Balboa Blvd. between Main Street and A Street. 2. Construction of Assessment District No. 75 (Underground Utilities) throughout the Phase 3 limits and beyond. The underground portion of this contract will be complete by January 31, 2006, but work on the overhead facilities and individual service conversions will occur throughout the Phase 3 construction period. It is most likely that many, if not all, of the existing utility poles will remain in place throughout Phase 3 construction. The Contractor shall protect all power poles in place, and shall cooperate with the Assessment District contractor and subcontractors, and with the Utility agencies (SCE, SBC, and Adelphia), so that their work will proceed in an orderly manner. The Contractor will construct domestic water facilities as shown on the plans. City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven (7) calendar days notice of the time he desires the shut down of facilities to take place. A four -hour (4) shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00 p.m. or a six -hour (6) shut down between the hours of 11:00 p.m. to 5:00 a.m. will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach Utilities Department. The City must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. All existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities 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." 7 -8 PROJECT SITE MAINTENANCE 7 -8.5 Temporary Light, Power and Water. Add to this section: "If the Contractor elects to use the City's 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." All water used during construction will be paid for by the Contractor. This includes water for flushing pressure testing all lines and water used for irrigation during maintenance period for landscaping." SP8OF30 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, Newport Harbor, the beach, or the ocean." Add the following sections: "7 -8.6.1 Storm Water Pollution Prevention Plan and Monitoring Program (SWPPP) The Contractor shall prepare, submit and obtain approval from the Engineer for a SWPPP and Monitoring Program in accordance with State Water Resources Control Board requirements. The City will provide a certified Notice of Intent (NOI) to comply with the State General Construction Activity Stormwater Permit. Prior to commencement of construction, the approved SWPPP and Monitoring Program and a copy of the certified NOI shall be on file at the Contractor's field office. The NOI and the approved SWPPP and Monitoring Program shall be considered as part of the Contract Documents. All requirements of the California Regional Water Quality Control Board Permit shall be incorporated into the SWPPP and the Monitoring Program. All work required for compliance with the requirements of the SWPPP and Monitoring Program shall be performed by the Contractor during the course of construction. The Contractor is advised the SWPPP (or portions thereof) may have to be amended at various . times during the course of construction to reflect actual construction operations, inclement weather conditions, or as directed by the Engineer. Full compensation for complying with the provisions of this section, including implementation of the requirements of the SWPPP and modifications thereto during construction shall be considered as included in the Contractor's overall bid and no additional compensation will be allowed therefore." 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 Add the following, "The Contractor shall coordinate the removal and relocation (temporary and permanent) of any mail collection boxes with the Engineer and the U.S. Postal Service." SP9OF30 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., and the Traffic Control Plan prepared by the Contractor and approved by the Engineer. The Contractor shall maintain access to the Balboa Ferry Landing at Palm Street and Edgewater at all times. If deemed necessary by the Engineer, the Contractor shall provide flag persons and other personnel to direct and stage traffic to and from the Ferry Landing, at no additional cost to the City. If approved by the Engineer, the Contractor may re -route vehicular traffic to the Ferry Landing to expedite completion of Palm Avenue and /or Bay Avenue improvements. The Contractor shall provide signage for such detours in accordance with the Traffic Control Plan, and /or as directed by the Engineer. The Contractor is advised that large delivery trucks arrive daily to deliver merchandise to certain businesses within the Project limits (including but not necessarily limited to, Balboa Market, Balboa Saloon, and Class of 47). The Contractor shall make provisions to allow these deliveries to continue during the Contract period. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Traffic Control Plan (see Section 7- 10.3). During construction of sidewalk improvements, the Contractor shall be allowed a maximum of 3 continuous days in which to re -route pedestrian traffic from the front entrance of retail establishments to the rear or other alternate entrances, when approved in advance by the Engineer. The Contractor shall coordinate and schedule all sidewalk closures with the Engineer, notifying him at least five working days prior to any such proposed closures. For those establishments where alternative entrances are not available or feasible, the Contractor shall provide access by either: 1) Phasing the sidewalk construction so that access can be maintained; or 2) Providing a wooden ramp (with handrails) spanning the sidewalk construction. The Contractor shall submit shop drawings of the wooden ramp(s) to the Engineer for review and approval prior to construction. SP 10 OF 30 The Traffic Control Plan (see Section 7 -10.3) shall include provisions for detouring pedestrian and bicycle traffic around the areas of construction, as well as the specific measure for maintaining ingress and egress to storefronts, businesses, residences, etc. Vehicular access to driveways shall be maintained at all times except when the Engineer determines that necessary construction precludes such access. Driveways may be closed for a period of time not to exceed four hours, in which case, at least 48 hours advance notice shall be provided to the establishment served by the driveway." 7 -10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following, "Construction materials shall not be stored in streets, roads, or sidewalk areas unless approved in advance by the Engineer. Contractor may store equipment and materials in an area to be arranged with the City prior to the start of construction. Contractor shall restore the laydown area to its preconstruction condition, including installation of new pavement and base." 7 -10.3 Street Closures, Detours and Barricades. Add to this section, "The Traffic Control Plan is intended to be used as a general, overall guideline. The Contractor may be required to submit additional plans, as required by the Engineer for each separate stage of the work, and /or increments thereof. The Traffic Control Plan shall be signed and stamped by a California licensed traffic engineer. The Plan shall conform to the W.A.T.C.H. (2001 Edition). The Traffic Control Plans shall incorporate (as a minimum) the following provisions: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian, bicycle, and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street 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." 5. Except where indicated on the Plan, or authorized in advance by the Engineer, no street or alley closures shall be permitted. 6. Driveways shall be kept open at all times, except as permitted by the Engineer. The Traffic Control Plan for Stage I shall be submitted within ten (10) calendar days after issuance of a Notice of Contract Award by the City to the Contractor. SP 11 OF 30 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 furnish, 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, Parking Control Division at (949) 644 -3717, for verification of posting at least forty -eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12- inches wide and 18- inches high; and (3) be similar in design and color to sign R -38 of the CalTrans Uniform Sign Chart. 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 -10.7 Notices to Businesses and Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to the adjacent businesses and residents, within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours before the start of any construction, the Contractor shall distribute to the adjacent residents a written notice stating when construction operations will start and what disruptions may occur and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re- notification. The Engineer will prepare the written notices. The Contractor shall insert the applicable dates and times when the notices are distributed. 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 Engineer. 7 -15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General Engineering Contractor's "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 SP 12 OF 30 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' correction 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 8 - -- FACILITIES FOR AGENCY PERSONNEL 8 -1 General. Add to this section: A field office is not required for this project. The City will make available an area within the Washington Street restroom parking lot for the Contractor's storage area, however the Contractor's storage area shall not impede the existing trash pickup operations in the parking lot. If deemed necessary by the Engineer, the Contractor shall secure the storage area with permanent chain link and gates in conformance with City of Newport Beach Std: 203 -L -A and 203 -L -B, except that barbed wire shall not be allowed. Upon completion of all work required by this Contract, the Contractor shall remove any fencing and all materials and equipment. The Contractor shall remove fence foundations to 1 foot below finish grade, and shall repair all improvements (asphalt paving, sidewalk, landscape and irrigation, and striping) to the satisfaction of the Engineer. 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. For the purpose of making partial payments pursuant to Subsection 9 -3.2, 'Partial and Final Payment," of the Standard Specifications, the amount set forth for the contract items of work hereinafter listed shall be deemed to be the maximum value of said contract item of work which will be recognized for progress payment purposes: Mobilization $ 35,000 (Lump Sum) Remove Trees $1,000 Each (Unit Price) SP 13 OF 30 After acceptance of the contract pursuant to Subsection 6 -8, "Completion and Acceptance," of the Greenbook, the amount, if any, payable for a contract item of work in excess of the maximum value for progress payment purposes hereinabove listed for said item, will be included in the first payment made after filing of a Notice of Completion. Payment items of work or for items of work shown on the plans for which there is no specific bid item shall be included in the overall contract price. There shall be no additional compensation for any item of work shown on the plans for which there is no specific bid item." 9 -3.1.1 Stipulated Contract Unit Prices. The contract prices for Lithocrete construction are stipulated on the bid proposal form. BID ITEM DESCRIPTIONS. The following descriptions pertain to certain bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, preparation of the SWPPP, preparation of the construction schedule, demobilization, and all other related work as required by the Contract Documents. No payment for this item will be made until the Construction Schedule and the SWPPP have been submitted to and approved by the Engineer. See Section 9 -3.1 for progress payment limitation. Item No. 2 Traffic Control: Work under this item shall include the delivery of all required notifications and temporary parking permits, posting of signs and all costs incurred in notifying the residents. In addition this item shall include providing the traffic control required by the project including, but not limited to, preparation of the Detailed Traffic Control Plan, prepared and signed by a California licensed traffic engineer as required in Section 7 -10, signs, cones, barricades, flashing arrow sign, temporary striping, flagpersons, and shall include furnishing all labor, tools, equipment and materials necessary to comply with the W.A.T.C.H. Manual, 2001 edition, the Traffic Control Plan, and City of Newport Beach Requirements. Item No. 3 Cold Mill P.C.C. Pavement(2 "): Work under this item shall include the cold milling of the existing P.C.C. pavement below existing finish surface grade, disposal of all milled material, and shall include furnishing all labor and materials necessary to cold mill the existing P.C.C. pavement 2" below existing finish surface grade to allow for placement of an asphalt concrete leveling course, complete and in place. Item No. 4 Remove AC Pavement: Work under this item shall include sawcutting, removal and disposal of AC pavement and untreated base and subbase material as necessary to allow construction of new roadway structural section, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. This item shall not apply to AC pavement removed for trenching of streetlight conduits irrigation mains, and/or odor mitigation facilities. Payment for AC SP 14 OF 30 pavement removed for trenching of streetlight conduits, irrigation mains, and /or odor mitigation facilities shall be included in the separate bid items for those items, and no additional payment shall be allowed. Item No. 5 Remove P.C.C. Curb: Work under this item shall include sawcutting, removal and disposal of P.C.C. Curb and subgrade material as necessary to allow construction of replacement curb and gutter or roadway structural section or sidewalk, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 6 Remove P.C.C. Curb and Gutter: Work under this item shall include sawcutting, removal and disposal of P.C.C. Curb and Gutter and subgrade material as necessary to allow construction of replacement curb and gutter or roadway structural section or sidewalk, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 7 Remove P.C.C. Pavement: Work under this item shall include sawcutting, removal and disposal of P.C.C. pavement and untreated base and subbase material as necessary to allow construction of replacement roadway structural section, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. This item shall not apply to PCC pavement removed for trenching irrigation mains, streetlights, and /or street light conduits. Payment for PCC pavement removed for trenching of above conduits shall be included in the specific bid items for those conduits and no additional payment shall be allowed. Item No. 8 Remove P.C.C. Driveway Approach: Work under this item shall include sawcutting, removal and disposal of P.C.C. Driveway Approaches and aggregate base and subbase material as necessary to allow construction of replacement driveway or sidewalk section, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 9 Remove P.C.C. Sidewalk: Work under this item shall include sawcutting, removal and disposal of P.C.C. Sidewalk and subgrade material as necessary to allow construction of replacement sidewalk, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. This item shall not apply to PCC sidewalk removed for trenching of streetlight conduits. Payment for PCC sidewalk removed for trenching of streetlight conduits shall be included in the bid item for Streetlight Trench Pavement (concrete) and no additional payment shall be allowed. Item No. 10 Remove P.C.C. Alley Approach: Work under this item shall include sawcutting, removal and disposal of P.C.C. Alley Approaches and untreated base and subbase material as necessary to allow construction of replacement alley approaches, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 11 Remove and Replace Curb Drain: Work under this item shall include the removal and disposal of existing curb drains interfering with the construction of new SP 15 OF 30 sidewalks and curbs and gutters as described on the plans, and the installation of new curb drains in accordance with City Standard -184 -1- and shall include furnishing all labor, tools, equipment and materials necessary to remove and reinstall curb drains complete and in place. Item No. 12 Remove Tree: Work under this item shall include the removing and disposing of all trees interfering with proposed improvements and not designated for relocation as described on the plans, including the complete removal and disposition of all roots larger than one inch in diameter, and other organic material, and shall include furnishing all labor, tools, equipment and materials necessary to remove trees complete and in place. See Section 9 -3.1 for progress payment limitation. Item No. 13 Remove Existing Parking Meter Post and Salvage Meter Head: Work under this item shall include the removal of existing parking meter posts and their foundations as shown on the plans, and salvaging of existing meter heads (deliver to the City General Services Yard at 592 Superior Avenue) and shall include backfilling of excavations. Item No. 14 Remove Parkway Culvert: Work under this item shall include removal and disposal of the existing parkway culvert and base material as necessary to allow construction of new parkway culvert, and shall include furnishing all labor, tools, equipment, and materials necessary for performing the work complete and in place. Item No. 15 Remove Existing Street/Traffic Sign Post and Salvage Sign: Work under this item shall include the removal of existing sign posts and their foundations as shown on the plans, and salvaging of existing signs (deliver to the City General Services Yard at 592 Superior Avenue) and shall include backfilling of excavations. Item No. 16 Remove and Salvage Existing Street Light and Pole: Work under this item shall include the removal of existing street light foundations as shown on the plans, and removal and salvaging of existing street light poles, lights, and brackets (deliver to the City's Utility Yard at 949 West 16th Street) and shall include backfilling of excavations. Item No. 17 Remove Existing Street Light Pullbox and Abandon Conductors: Work under this item shall include the removal of existing street light pullboxes as shown on the plans, and removal or abandonment in place, as directed by the Engineer, of existing street light conductors and shall include backfilling of excavations, all in accordance with the plans and Section B of the Special Provisions. Item No. 18 Construct 18 -inch RCP (2000 -D): Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, installation of pipe, installation of external joint sealer, placement of bedding, backfill material, compaction, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, connection to existing pipe stub, disposal of excess excavation materials and SP 16 OF 30 shall include furnishing all labor, tools, equipment and materials necessary to install complete and in place. Item No. 19 Construct 12 -inch HDPE: Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, installation of pipe, placement of bedding, backfill material, compaction, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and shall include furnishing all labor, tools, equipment and materials necessary to install complete and in place. Item No. 20 Construct 8 -inch HDPE: Work under this item shall include furnishing and installing all pipe material including, but not limited to, potholing of all existing facilities, pavement removal, exposing utilities in advance of pipe excavation operations, trench excavations, shoring, bracing, temporary patching or trench plates, control of ground and surface water, installation of pipe, placement of bedding, backfill material, compaction, protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and shall include furnishing all labor, tools, equipment and materials necessary to install complete and in place. Item No. 21 Construct Catch Basin and Local Depression: Work under this item shall include the construction Catch Basins and Local Depressions as shown on the plans, including, but not limited to, pavement or sidewalk removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, concrete forms and finishing, potholing of all existing utilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and shall include furnishing all labor, tools, equipment and materials necessary to construct the Catch Basins and Local Depressions complete and in place. Item No. 22 Construct Storm Drain Junction Structure: Work under this item shall include the construction of Junction Structure per CNB Std -312 -1- including but not limited to, pavement removal, exposing utilities in advance of work, excavation, temporary patching or plating, control of ground and surface water, backfill, compaction, disposal of excess excavated materials, concrete forms and finishing, potholing of all existing utilities, connections to existing facilities, removal, abandonment or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, and shall include furnishing all labor, tools, equipment and materials necessary to construct the P.C.C. junction structure complete and in place. Item No. 23 Construct Type "A" Curb and Gutter (C.F. varies): Work under this item shall include the construction of variable height Type "A" P.C.C., gray (no Lithocrete or decorative concrete) curb and gutter, with 2 -foot gutter, including subgrade preparation; SP 17 OF 30 disposal of excess excavated materials; concrete forms and finishing and shall include furnishing all labor, tools, equipment and materials necessary to construct the Type "A" P.C.C. curb and gutter complete and in place. Item No. 24 Construct Type "B" Curb: Work under this item shall include the construction of Type "B" P.C.C. gray (no Lithocrete or decorative concrete) curb, including subgrade preparation; disposal of excess excavated materials, forms and finishing, and shall include furnishing all labor, tools, equipment and materials necessary to construct Type "B" Curb complete and in place. Item No. 25 Lithocrete Construction Oversight and Supervision: Work under this item shall include subgrade preparation and compaction, traffic control, and Contractor's mark -up for coordination, oversight, and administration of the construction of Lithocrete sidewalks and driveway approaches by a licensed sub - contractor authorized to install Lithocrete. Item Nos. 26 -30 Lithocrete Edge Band, Sidewalk, Drive Approaches, Access Ramps. and Sea Shell Patterns: See Section F of the Special Provisions. Item No. 31 Construct 4 -Inch Type B Decorative Concrete Sidewalk: Work under this item shall include sample pour (see below), concrete forms, and furnishing all labor, tools, equipment and materials necessary to construct decorative concrete sidewalk complete in place. Decorative Concrete Type B shall conform to the notes on the Plans. The Contractor shall provide a sample pour for review and approval by the Engineer prior to construction at a location designated by the Engineer. Placement of contact joints and dowels shall conform to City STD -108 -L and STD -109 -L unless otherwise authorized by the Engineer. Item No. 32 Construct 6 -inch P.C.C. /6 -inch C.M.B. Driveway Approach: Work under this item shall include subgrade preparation, placement of crushed miscellaneous base, concrete forms, and finishing all labor, tools, equipment and materials necessary to construct the driveway approach complete in place. Except as noted on the Plans, all work shall conform to City STD - 160 -L. Item No. 33 Construct 8- Inch P.C.C. /4 -inch C.M.B. Alley Approach: Work under this item shall subgrade preparation, placement of crushed miscellaneous base, concrete forms, and finishing all labor, tools, equipment and materials necessary to construct the driveway approach complete in place. Except as noted on the Plans, all work shall conform to City STD - 142 -L. Item No. 34 Construct 6 -inch Decorative P.C.C. /6 -inch C.M.B to Match Existing: Work under this item shall subgrade preparation, placement of crushed miscellaneous base, concrete forms, and finishing all labor, tools, equipment and materials necessary to construct the driveway approach complete in place. Decorative concrete shall match the existing decorative concrete in color, texture, and finish. SP 18 OF 30 Item No. 35 Crushed Miscellaneous Base: Work under this item shall include subgrade preparation and compaction; disposal of excess excavated materials; placement, and spreading and compaction Crushed to the thickness' specified on the plans and as directed by the Engineer, and shall include furnishing all labor, tools, equipment and materials necessary to construct crushed miscellaneous base complete and in place. Anywhere on the plans and/or in the specifications, where the words "aggregate base," "crushed aggregate base, untreated base" etc. appear, they shall be construed to mean crushed miscellaneous base, in accordance with Section 400 -2 of the Greenbook. This pay item shall not apply to crushed miscellaneous base used for street light or irrigation main trench resurfacing, nor for untreated base used under drive approaches, alley approaches and /or cross gutters. Payment for untreated base used in these instances shall be included in the specific bid items for those items. Item No. 36 Pavement Fabric: Work under this item shall include cleaning, patching and sealing cracks, and the placement of Fabric Glasgrid 8501 (or City approved equal), over cold - milled PCC pavement or AC pavement prior to an asphalt concrete overlay and at locations as directed by the Engineer, and shall include furnishing all labor, tools, equipment and materials necessary to install fabric Glasgrid 8501 complete and in place. Item No 37 Asphalt Concrete Leveling Course: Work under this item shall include applying an asphaltic tack coat to the underlying roadway, and placing a varying thickness (1.5" minimum) layer of AC, and all other work items as required to complete the work in place. Item No 38 Asphalt Concrete Finish Course: Work under this item shall include constructing varying thickness asphalt pavement overlay (1.5" minimum) over pavement reinforcing fabric to the elevations shown on the plans and as directed by the Engineer, and all other work items as required to complete the work in place. Item No. 39 Construct 8 -inch Type A Decorative Concrete Pavement: Work under this item shall include sample pour (see below), concrete forms, and furnishing all labor, tools, equipment and materials necessary to construct decorative concrete pavement complete in place. Decorative Concrete Type A shall match the existing decorative concrete pavement in Main Street between Balboa Boulevard and Bay Avenue in color, texture, and finish. The Contractor shall provide a sample pour for review and approval by the Engineer prior to construction at a location designated by the Engineer. Placement of contact joints and dowels shall conform to City STD-1 08-L and STD -109- L unless otherwise authorized by the Engineer. Item No. 40 Construct 6 -inch Type B Decorative Concrete Pavement: Work under this item shall include sample pour (see below), concrete forms, and furnishing all labor, tools, equipment and materials necessary to construct decorative concrete pavement complete in place. Decorative Concrete Type B shall conform to the notes on the Plans. The Contractor shall provide a sample pour for review and approval by the Engineer prior to construction at a location designated by the Engineer. Placement of SP 19 OF 30 contact joints and dowels shall conform to City STD -108 -L and STD -109 -L unless otherwise authorized by the Engineer. Item No. 41 P.C.C. Cross Gutter: Work under this item shall include the construction of P.C.C. Cross Gutter, including subgrade preparation, placement of crushed miscellaneous base material, rebar dowels; disposal of excess excavated materials, concrete forms and finishing, and shall include furnishing all labor, tools, equipment and materials necessary to construct the cross gutter complete and in place. Item No. 42 Construct Parkway Culvert: Work under this item shall include the construction of a parkway culvert as shown on the plans, including, but not limited to, subgrade preparation, placement of forms, and shall include furnishing all labor, tools, equipment and materials necessary to construct the parkway culvert complete and in place. Except as noted on the Plans, or as authorized by the Engineer, the parkway culvert shall conform to City STD - 319 -L. Item No. 43 Construct Parking Meter Post and Foundation: Work under this item shall include installation of new parking meter posts as shown on the plans (new parking meters will be installed by the City at no cost to the Contractor), and shall include foundation excavation, P.C.C. foundation and finishing, and shall include furnishing all labor, tools, equipment and materials necessary to install the parking meter post and foundation complete in place. Unless otherwise directed by the Engineer, all work shall conform to City STD - 920 -L. Item No. 44 Construct Street Lights: Work under this item shall include installation of new street light poles and luminaires as shown on the plans and as specified in Section B of the Special Provisions, and shall include foundation excavation, P.C.C. foundation and finishing, pole installation, installation of luminaire with photoelectric cell and enclosed ballast, fuse holder and fuses in adjacent pullbox, and furnishing all labor, tools, equipment and materials necessary to install the street lights complete in place. Item No. 45 Construct 1.25 inch PVC Street Light Conduit: Work under this item shall include furnishing and installing 1.25 -inch PVC (Schedule 40) conduit with pull rope as shown on the Plans and as specified in Section B of the Special Provisions, and shall include excavation, trenching, bedding and backfill, and temporary trench pavement as directed by the Engineer. Payment shall include all labor and materials necessary to install 1.25 -inch conduit complete and in place. Item No. 46 Construct Street Light Pullboxes: Work under this item shall include furnishing and installing concrete pullboxes as shown on the plans and as specified in Section B of the Special Provisions and shall include excavation, subgrade preparation, backfill and compaction, and all labor and materials necessary to install street light pullboxes in place. Item No. 47 Construct Street Light Conductors: Work under this item shall include furnishing and installing insulated wire conductors in accordance with the requirements SP 20 OF 30 of Section B of the Special Provisions, and shall include all labor and materials necessary to install street light conductors in place. Item No. 48 Construct Street Light Trench Pavement (Asphalt): Work under this item shall include sawcutting and removal of existing asphalt pavement and untreated base over new street light conduit and construction of a permanent pavement section in accordance with the details on the plans and City Standard No. STD - 105 -L, complete and in- place. This item only applies to street light trenches located in existing pavement areas outside the limits of new pavement construction. Item No. 49 Construct Street Light Trench Pavement (Concrete): Work under this item shall include sawcutting and removal of existing P.C.C. sidewalk over new street light conduits and constructing new 4 -inch PCC concrete sidewalk replacement in accordance with the details on the plans. This item only applies to street light trenches located in existing sidewalk areas outside the limits of new sidewalk construction. Item No. 50 Adjust Manhole to Finish Grade: Work under this item shall include pavement removal; excavation; backfill; compaction; disposal of excess excavation; removal and salvage to City Utilities Yard (949 W. 16th Street) of existing cover and frame; installation of new cover and frame in accordance with City Std - 112 -L; adjustment to finish grade in accordance with City Std - 111 -L; and shall include all labor and materials, tools, and equipment necessary to adjust sewer manhole complete and in place. Item No. 51 Adjust Water Valve Cover to Finish Grade: Work under this item shall include pavement removal; excavation; backfill; compaction; disposal of excess excavation; removal and salvage to City Utilities Yard (949 W. 16th Street) of existing cover and frame; installation of new cover and frame in accordance with City Std - 511 -L; adjustment to finish grade in accordance with City Std - 511 -L; and shall include all labor and materials, tools, and equipment necessary to adjust water valve cover to finish grade complete and in place. Item No. 52 Adjust Water Meter Box to Finish Grade: Work under this item shall include excavation, backfill; compaction, disposal of excess excavation, removal and salvage to City Utilities Yard (949 W. 16th Street) of existing meter box; installation of new meter box in accordance with City Std - 502 -L; adjustment to finish grade in accordance with City Std - 502 -L; and shall include all labor and materials, tools, and equipment necessary to adjust water meter box to finish grade complete and in place. Item No. 53 Adjust Cleanout to Finish Grade: Work under this item shall include excavation, backfill; compaction; disposal of excess excavation; adjustment to finish grade in accordance the Plans; and shall include all labor and materials, tools, and equipment necessary to adjust cleanouts complete and in place. Item No. 54 Palm Street Irrigation System: Work under this item shall include excavation, backfill and compaction, installing irrigation mainline, laterals, valves, sprinklers, and appurtenances, wiring, connection to existing irrigation main in Palm Street, and coverage test in accordance with the Plans and Section D of the Special SP 21 OF 30 Provisions and shall include all labor and materials, tools, and equipment necessary to construct the irrigation system complete and in place. Item No 55 Washington -Bay Irrigation System: Work under this item shall include excavation, backfill and compaction, installing irrigation mainline and appurtenances, wiring, connection to existing irrigation main in Main Street and connection to existing irrigation main in Washington Street, trench pavement replacement, removal and salvage of existing battery operated controller in Main Street, and coverage test of existing irrigation facilities in Main Street in accordance with the Plans and Section D of the Special Provisions and shall include all labor and materials, tools, and equipment necessary to construct the irrigation system complete and in place. Item No. 56 25 -Foot BTH Palm Trees: Work under this item shall include excavation of tree wells, removal and disposal of excess material, backfill, soil amendments, mulch, furnishing and planting of specimen palm trees in accordance with the Plans and Section C of the Special Provisions, and shall include all labor and materials, tools, and equipment necessary to plant palm trees complete and in place. The Contractor shall arrange with the Engineer for an inspection and approval of trees to be planted prior to transport to the project site, at no additional cost to the City. Item No. 57 90 Day Landscape Maintenance: Work under this item shall include the maintenance of all landscaping; including, but not limited to, site irrigation, weed control, erosion control, pest and disease control, replacement planting and weeding, installed under the contract for a period of 90 calendar days from the date of completion established by the Engineer, and all other work as required to complete the work in place. Item No. 58 Concrete Trash Receptacle: Work under this item shall include furnishing and installing precast concrete trash receptacles at locations within the Project limits to be designated by the Engineer and in accordance with Section C of the Special Provisions (trash receptacle size, finish, and color shall match the existing precast concrete trash receptacles previously installed in Balboa Village), and shall include all labor and materials, tools, and equipment necessary to install concrete trash receptacles complete and in place. Item No. 59 Metal Trash Receptacle: Work under this item shall include furnishing and installing and securing in place metal trash receptacles at locations shown on the Plans and in accordance with Section C of the Special Provisions (trash receptacle size, finish, and color shall match the existing metal trash receptacles previously installed in Balboa Village), and shall include all labor and materials, tools, and equipment necessary to install concrete trash receptacles complete and in place. Item No 60: Concrete Ash Receptacle: Work under this item shall include furnishing and installing precast ash receptacles as detailed on the Plans and in accordance with Section C of the Special Provisions (ash receptacle size, finish, and color shall match the existing ash receptacles previously installed in Balboa Village), and shall include all SP 22 OF 30 labor and materials, tools, and equipment necessary to install concrete ash receptacles complete and in place. Item No. 61 Bicycle Rack: Work under this item shall include furnishing and installing bicycle racks as detailed on the Plans and in accordance with Section C of the Special Provisions (the Contractor shall submit shop drawings for review and approval by the Engineer prior to installation), and shall include all labor and materials, tools, and equipment necessary to install concrete ash receptacles complete and in place. Item No. 62 Sidewalk and Pavement Sealant: Work under this item shall include furnishing and applying one coat of sealant (SLX -100 Prosoco Oil Repellant Penetrating Sealant on the finished surface of Lithocrete sidewalk, Type A decorative cincrete pavement, and Type B Decorative Concrete pavement and sidewalk. Scheduling of sealant application shall be approved by the Engineer. Item No. 63 Signing and Striping: Work under this item shall include furnishing and installing new signs on new uni -strut posts, placing /painting pavement markings, painting traffic striping, as shown on the Plans and in accordance with Section B of the Special Provisions, and shall include all labor and materials, tools, and equipment necessary to install signs, and paint all striping and place all pavement markings complete and in place. Item No 64 Odor Control Pipe: Work under this item shall include potholing of existing utilities, exposing utilities in advance of pipe excavation operations, removal of existing AC and /or PCC pavement and base, excavation, placement of 3" perforated PVC Schedule 80 pipe with geotextile fabric wrap in accordance with the details on the Plans, placing bedding and backfill material, temporary and permanent support of utilities, disposing of excess excavation materials, temporary A.C. trench patch, and permanent A.C. trench pavement replacement in Washington Street between Bay Avenue and Balboa Boulevard outside the limits of new pavement construction, and shall include furnishing all labor, tools, equipment and materials necessary to construct odor mitigation pipes complete and in place. Item No 65 Vacuum Supply Line: Work under this item shall include potholing of existing utilities, exposing utilities in advance of pipe excavation operations, removal of existing AC and /or PCC pavement and base, excavation, placement of 4 -inch solid Schedule 80 PVC pipe in accordance with details on the Plans, placing bedding and backfill material, temporary and permanent support of utilities, disposing of excess excavation materials, temporary A.C. trench patch, and permanent P.C.C. trench pavement replacement in Washington Street and Edgewater outside the limits of new pavement, construction, and shall include furnishing all labor, tools, equipment and materials necessary to construct vacuum supply line complete and in place. Item No. 66 Odor Control/Vacuum Supply Joint Trench: Work under this item shall include potholing of existing utilities, exposing utilities in advance of pipe excavation operations, removal of existing AC and /or PCC pavement and base, excavation, placement of 3 "- perforated PVC pipe with geotextile wrapping and 4 -inch solid PVC SP 23 OF 30 Schedule 80 pipes in common trench in accordance with the details on the Plans, placing bedding and backfill material, construction of a cleanout at the end of the odor control pipe, temporary and permanent support of utilities, disposing of excess excavation materials, temporary A.C. trench patch in Washington Street between Bay Avenue and Edgewater within the limits of new pavement construction, and shall include furnishing all labor, tools, equipment and materials necessary to construct odor control and vacuum supply pipes joint trench complete and in place. Item No 67 Connection to Existing Odor Control Pipes: Work under this item shall include potholing of existing utilities, exposing utilities in advance of pipe excavation operations, removal of existing AC and /or PCC pavement and base, excavation, removal of existing PVC pipe and placement of new solid PVC Schedule 80 pipe as shown on the Plans, gate valves, tees and /or crosses, reducers, cleanouts and end caps, and connections therefrom to previously installed odor control pipes in Bay Avenue in accordance with the details on the Plans, placing bedding and backfill material, temporary and permanent support of utilities, disposing of excess excavation materials, temporary A.C. trench patch in Bay Avenue, and shall include furnishing all labor, tools, equipment and materials necessary to construct odor mitigation pipes complete and in place. Item No 68 Blower Motor, Starter Panel and Enclosure: Work under this item shall include removal and disposal of existing concrete pavement to the limits shown on the Plans, subgrade preparation, placement of compacted fill material, removal of existing pullboxes and installation of new replacement pullboxes, construction of new 4 -inch P.C.C. sidewalk/pavement to the gradient shown on the Plans, furnishing and anchoring of Regenerative Rotron blower (or City approved equal), starter panel, stainless steel enclosure, furnishing and placement of all appurtenances as shown on the Plans, connection to underground vacuum supply pipe, connection to 4 -inch PVC Schedule 80 discharge pipe, all electrical work as shown on the Plans (see Sheets 7 -9 of the Odor Control Plan), connection to new electric meter and coordination of new electric meter installation with City and with Southern California Edison. This item shall also include disconnecting the existing electric service to the pump out station at the end of the adjacent loading dock from the existing electric meter (which now serves both the pump out station and adjacent street lighting), and putting said service for the pump out station onto the new meter also serving the Odor Control facilities. Item No. 69 Flagpole and Foundation: Work under this item shall include order and purchase of flag pole and appurtenances from: Hortie -Van Innovations, P.O. Box 5005, Pasadena, CA 91117 626 - 577- 1776(phone) 626- 795- 1997(fax) attention: Harry L. van der Wyk (hereinafter referred to as Flag Pole Vendor) SP 24 OF 30 Hortie -Van has provided a quote for their work to the City, a copy of which is included elsewhere in the Contract Documents as Attachment 1. Flag Pole Vendor shall be responsible for fabrication, delivery to site and erection of flag pole and appurtenances. Contractor shall be responsible coordinating delivery of same, excavation and subgrade preparation, removal and disposal of excess material, construction of foundation and installation of anchor bolts, and pipe connection(s) to blower motor, and furnishing all other work necessary to construct flagpole and appurtenances complete and in place. Item No. 70 Project Surveying: Work under this item shall include surveying, construction surveying, replacement of any and all existing survey monumentation damaged as a result of construction operations, filing new corner records, and all other work items as required to complete the work in place. 9 -3.2 Partial and Final Payment. Add to this section: "Partial payments for 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 -2 REINFORCEMENT FOR CONCRETE 201 -2.2.1 Reinforcing Steel. Add to this section: 'Reinforcing steel shall be Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201 -7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout. SECTION 207 - --PIPE 207 -2 REINFORCED CONCRETE PIPE (RCP) 207 -2.1 General. RCP to be installed for the work shall be either "spun" pipe in accordance with Section 207 -2.6.2 of the Standard Specifications for Public Works Construction ( Greenbook), or "machine- made" pipe in accordance with Section 207- 2.6.3 of the Greenbook. SP 25 OF 30 207 -2.5 Joints. Add to this section: "All storm drain joints shall be sealed with an external joint sealer for pre -cast concrete. The joint sealer shall consist of a reinforced collar composed of rubberized mastic formulated to bond into the pores of the concrete. The joint sealer shall also have embedded steel straps. The Contractor shall use Mar Mac "Mac Wrap" or approved equal. Mar Mac Manufacturing Company may be contacted at (800) 845 - 6962." SECTION 213 - -- ENGINEERING FABRICS 213 -1 PAVEMENT FABRIC 213 —1.1 General. Add to this section: "Pavement fabric shall be Glasgrid 8501, unless otherwise approved in advance by the Engineer." SECTION 214 - -- PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS Add to this Section: "All new non - reflective pavement markers types A and AY shall be ceramic." 214 -5 REFLECTIVE PAVEMENT MARKERS Add to this Section: "All new reflective pavement markers shall have glass- covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300 -- EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Sold Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at http: / /www.city. newi)ort- beach. ca. us /GSV /Frachised %20Haulers.htm." 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 SP 26 OF 30 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. All areas of roadway removal and replacement shall have a minimum trench width of 3 -feet to facilitate maximum compaction. Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement." 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 '/2 inch" of the last sentence with the words "two (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 301 - -- TREATED SOIL, SUBGRADE PREPARATION, AND PLACEMENT OF BASE MATERIALS 301 -2 UNTREATED BASE 301 -2.1 General. Revise this section to read, "Untreated base shall be crushed miscellaneous base (or better) in conformance with Section 400 -2, Untreated Base Materials." Placement and compaction of untreated base shall conform to Section 301- 2, "Untreated Base." SECTION 302- -- ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General. Add to this section: "The asphalt concrete (A.C.) used shall be III -C3 -AR -4000. All cracks'/ -inch or greater in width shall be cleaned and sealed with a hot - applied crack sealant approved by the Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted with an F -AR 4000 asphalt concrete mix. The pavement shall then be cleaned with a power broom." SP 27 OF 30 302 -5.2 Cold Milling Asphalt Concrete Pavement. Add to this section: "The AC cold mill shall be a fine grind to accommodate the manufacturer's specifications for placement of Glassgrid 8501 pavement fabric." 302 -5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1 h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed." 302 -6 PORTLAND CEMENT CONCRETE PAVEMENT 302 -6.6 Curing. Add to this section: "The Contractor shall not open street improvements to vehicular use until P.C.C. has attained the minimum compressive strength specified in Section 201 -1.1 -2 of the Standard Specifications. Said strength may be attained more rapidly, to meet the time constraints in Section 6 -7.1 herein, by the use of additional Portland cement or admixtures with prior approval of the Engineer." 302 -7 PAVEMENT FABRIC 302 -7.2 Placement. Add to this section: Prior to placing pavement fabric over cold milled PCC pavement the Contractor shall first place a minimum Y2 -inch thick AC leveling course. Upon completion of this course, the fabric shall be placed in accordance with the manufacturer's specifications and as directed by the Engineer. SECTION 303 --- CONCRETE AND MASONRY CONSTRUCTION 303 -5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303 -5.4 Joints 303 -5.4.1 General. Add to this section: "The Contractor shall make a sawcut parallel to the centerline of the alley, 2 feet along each side of centerline, over the entire length of the alley. The Contractor may also sawcut the property lines, adjacent to the alley, in lieu of scoring the pavement along the property lines or constructing an edged cold joint. All sawcuts shall be made to a depth of 2 inches." 303 -5.5 Finishing 303 -5.5.1 General. Add to this section: "The Contractor shall patch back A.C., P.C.C. and other hardscape within private property at locations shown on the plans in a manner that matches the adjoining existing private property in structural section, texture and color." SP 28 OF 30 303 -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." 303 -5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." 303 -5.5.5 Free Form Architectural Finishes. This project includes a number of architectural patterns to be constructed of Lithocrete or concrete material on the sidewalk and roadway finished surfaces. The Contractor shall work with the Engineer to properly locate and construct all of the features proposed by the plans. In a number of areas the proposed improvements cannot be described geometrically as they are "free form" in nature. In these areas, the Contractor shall use the 10 -foot x 10 -foot grid provided on the plans to control the geometry of the proposed pattern(s). The Contractor shall obtain approval of the proposed geometry of all architectural features from the Engineer before constructing the improvements. SECTION 306 - -- UNDERGROUND CONDUIT CONSTRUCTION SECTION 306 -1 OPEN TRENCH OPERATIONS 306 -1.1.1 General. Add to this section, "If the characteristic rotten egg smell of hydrogen sulfide is noted at the site during excavation activities, measurement shall be taken to monitor concentrations. If hydrogen sulfide levels exceed 0.50 ppm for more than 15 minutes, the Contractor shall notify the Engineer and shall furnish and install industrial ventilators to reduce ambient hydrogen sulfide concentrations. The Contractor shall clean all areas and keep soil wet to prevent blowing dust." 306 -1.1.2 Maximum Length of Open Trench. In the first sentence of this section replace "500 feet' with "200 feet" as the maximum length of open trench. 306 -1.1.3 Maximum and Minimum Width of Trench. Add to this section, "The Contractor shall endeavor to minimize the width of all trenching within the confines of Balboa Village. CNB Std -106 -L is modified to limit trench widths to no more than 16 inches wider (8 inches clearance per side) than the outside diameter of the proposed pipe installation, unless otherwise approved by the Engineer." 306 -1.1.6 Bracing Excavations. Add to this section, 'The Contractor shall protect the integrity of all building foundations located in close proximity to trench excavations by limiting the length of open trench to no more than 2 pipe lengths at a time and /or by the use of properly designed shoring systems approved by the Engineer." SP 29 OF 30 306 -1.2.2 Pipe Laying. Add to this section, "The Contractor shall install a 10 gauge insulated tracing wire on the PVC Water Main as directed by the Engineer." 306 -1.3 Backfill and Densification 306 -1.3.1 General. Add the following to this section, "Material obtained from project excavations may be used as trench backfill material provided it has a minimum sand equivalent of 20 and /or is approved by the Engineer." SECTION 310 - -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 112 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." 310 -5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW- AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stripe /replace such work items at no cost to the City. SP 30 OF 30 The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT Amend this section with: 1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." F :\Users \PBMShared\Contracts \FY 04- 05\BALBOA VILLAGE PHASE III C- 3727\SPECS C-3727.doc 02/23/2006 14:46 9498528849 SWCE Jan SO 05 01:42F H,,tia Van Innovation i AY Ar 4a,114 rrZArs MANUFACTURING AHD CO 05 ULTINO Flsgs, Flagpoles, A Custom Fabrication Pasadena, California CITY OF NEWPORT BEACH TEL1 /1- 949 - 752 -5221 FAX#1- 949 - 852 -6849 E-Mn-embpe@ao.t.com VENT FLAGPOLE: QT: CfUfl- 626 - 255 -6160 PAGE, 02/02 FAX Date: 1 -30-06 No of P;s: __._ Phone: 626 - 5771776 Fax: 626 - 795 -1997 E -Mail: Hvil@,'arthlink.net MODEU! TAFVN- 10- 50'TAPERED ALUMINUM NAUTICAL VENTT FLAGPOLE AS PLR ARE DRA14ING FURNISHED TO SCS ENGINEERS. DELIVERED ANA INSTALLED UPON CUSTOMP.RS CONCRETE FOUNDATION ONLY.(PDUIIDATION TD BF FURNISHED BY OTHERS.) HVI 14TLL SUPPLY "IN ABOVE PRICE ANCHOR BOLTS, WOOD TEUPLATS, AND GROUND ROD. FINISH OF FLAGPOLE WILL BE POWDM COAT WHITE. UMI ABOiT :E_0TSMATED PRICE, NOT INCLUDING CONCRETE FOUNDATION BY OTHERS. 315,000.00 PLUS CALIFONNIA STATES SALES TAX,. PERMITS =, LICENSES, LTC. NOTE: CITY OF NEWPORT, OR OTTHE WILL 14'EED TO SUPPLY k%F PORMZ TO HELPS ASSEMBLE, VENT FLAGPOLE BEFORE CRANE INSTALLS UPON FOUNDATION: ESTIMATED QT. GOOD FOR 60 DAYS: TIME: 6 TO 8 WEEKS FROM DEP059'T1"& PO#-. SECTION B SPECIAL PROVISIONS STREET LIGHTS, TRAFFIC CONTROL, SIGNING AND STRIPING m INSTALLATION OF TRAFFIC SIGNAL AND SAFETY LIGHTING, AT VARIOUS LOCATIONS GENERAL The Contractor shall furnish all tools, equipment, materials, supplies, and manufactured articles and shall perform all operations necessary to modify existing and construct additional traffic signal and street lighting facilities as shown on the drawings and as specified herein Reference Specifications and Standard Plans (1) Standard Specifications - Except as modified herein, materials and installation shall conform to the California Standard Specifications, July 1999. All references in this section to'Standard Specifications' shall be understood to be referenced to the California Standard Specifications. (2) Standard Plans - Except as modified herein, all references in this section to 'Standard Plans' shall be understood to be referenced to the California Standard Plans, July 1999. (3) Codes, Ordinances and Regulations- All electrical materials and equipment furnished and installed under this section shall conform to the referenced regulations and codes specified in Section 86 -1.02 of the Standard Specifications, and to all other ordinances and regulations of the authorities having jurisdiction. When reference is made to the Code, Safety Orders, General Orders, or Standards, reference shall be construed to mean the Code, Order or Standard in effect on the date set for receipt of bids. II. SCOPE OF WORK Description Furnishing and installing traffic signals and highway lighting systems and payment therefore shall conform to the provisions in Section 86, 'Signals and Lighting', of the Standard Specifications and the Standard Plan of the State of California, Department of Transportation, dated July 1999, and these Special Provisions. Traffic signal work is to be performed Main Street. AN Scheduling of Work The Contractor may perform sub - surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. However, such work may not begin more than 15 working days priorto scheduled delivery of the last aboveground item. Above - ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Traffic signal standards and signal heads shall not be installed until the signal controller has been delivered to the job site. Existing street lighting shall remain in operation until new lighting is operational. No materials or equipment shall be stored at the job sites until receipt of said notification by the Engineer. The job sites shall be maintained in neat and orderly condition at all times. All striping, pavement markings, and signing shall be in place prior to signal turn -on and /or opening of street to public travel. The location of proposed striping and crosswalks shall be marked in the field for approval by the Engineer prior to installation of signal detector loops. Completion Of Work No extension of time will be granted for a delay caused by a shortage of materials, unless the Contractor furnishes to the Engineer the documentary proof that he has made every effort to obtain such materials from all known sources, within reasonable reach of the work, in a diligent and timely manner and further proof in the form of supplementary progress schedules, as required in Section 8 -1.04, California Standard Specifications 'Progress Schedule ", that the inability to obtain such materials when originally planned did, in fact, cause a delay in final completion of the entire work, which cold not be compensated for by revising the sequence of the Contractor's operations. The term "shortage of materials ", as used in this section, shall apply only to materials, articles, parts, or equipment, which are standard items and are to be incorporated in the work. The term "shortage of materials" shall not apply to materials, parts, articles, or equipment, which are processed, made constructed, fabricated, or manufactured to meet the specific requirements of the contract. Only the physical shortage of material will be considered under these provisions as a cause for extension of time. Delays in obtaining materials due to priority in filling orders will not constitute a shortage of materials. III. PAYMENT AND BILLING The unit or lump sum price bid for each item of work shown on the proposal shall be considered as full compensation for all labor materials, equipment and all other things necessary to complete the work in place, and no additional allowance will be made therefore. The bid items are shown on the proposal. Full compensation for all additional materials and labor, not shown on the plans or specified, B -3 which are necessary to complete the installation of the various systems, or units thereof are included in the various contract bid items and no additional compensation will be allowed therefore. Payment for all concrete work necessary for the modification of traffic signals will be considered as included in the lump sum price bid for traffic signal modification, and shall be considered full compensation for all labor, materials, tools, and equipment necessary to perform all the work as specified herein and on the plans, and no additional compensation will be allowed therefore. Cost for minor temporary wiring, which may be required on a day -to -day basis, shall be considered as part of the lump sum price bid for each intersection. IV. TRAFFIC CONTROL General Attention is directed to Sections 7 -1.08, "Public Convenience," 7 -1.09, "Public Safety," and 12, "Constructed Area Traffic Control Devices," of the Standard Specifications and these Special Provisions. Nothing in these Special Provisions shall be construed as relieving the Contractor from his responsibility, as provided in said Section 7 -1.09. The Contractor shall have the Detailed Traffic Control Plans prepared and signed by a Licensed Traffic Engineer for this project prior to commencing work. During installation, proper traffic control and safety shall be observed at all times. The 'Work Area Traffic Control Handbook' (WATCH), 1996 Edition, shall be the standard used for control of traffic in work areas. Approved delineators, warning signs and flashing arrow boards shall be used at all times and must be in good working condition at all times. The Contractor shall furnish, install, maintain, move, and remove all signs, lights, flares, barricades, and other devices for the convenience and safety of the public as required by Sections 7 -1.08, 7 -1.09, and 12 of the Standard Specifications, the plans, and these Special Provisions. The Contractor shall maintain a minimum of one lane of traffic in each direction during working hours, unless otherwise approved by the Engineer. Only one lane closure at any one time will be permitted unless otherwise approved by the Engineer. The Contractor shall provide and maintain all signs, barricades, pedestals, flashers, delineators, and other necessary facilities for the protection of the motoring and pedestrian public within the limits of the construction area and all its approaches, including advance signing and barricades. All temporary signing and devices shall be maintained to the satisfaction of the Engineer. Payment for Traffic Control will be considered as included in the lump sum price bid fortraf iic control and shall be considered full compensation for all labor, materials, tools, and G M, equipment necessary to perform all the work as specified herein and on the plans, and no additional compensation will be allowed therefore. Notification of Public Utilities When work is to be conducted in an area which is known, or reasonably should be known to contain underground utilities and /or subsurface improvements, the Contractor shall contact Underground Service Alert of Southern California, telephone number (800) 422 -4133, at least 48 hours in advance of any construction activity, including but not limited to pavement removal, excavation and A.C. overlay, which will or could damage or affect any underground utility and /or subsurface improvement, and obtain an inquiry identification number. V. CONSTRUCTION ITEMS P.C.C. Construction Foundations Foundations shall conform to the provisions in Section 86 -2.03, "Foundations," of the Standard Specifications, these Special Provisions, and the construction plans. Portland cement concrete shall conform to Section 90 -10, "Minor Concrete," of the Standard Specifications and shall contain no less than 564 pounds of Portland cement per cubic yard. The exact location of all foundations for signal equipment and the service and controller cabinets shall be approved by the Traffic Engineer prior to the start of any excavation work. In the event that roadway and intersection modifications by others are not completed, the Contractor shall install foundations (and all other related items) at locations set back from the roadway where designated by the Engineer. The completed intersection and traffic signals shall appear as shown on the plans. The Contractor shall remove the top 1.0 feet of foundations identified to be removed or abandoned and then resurface to match the finish grade. Cabinets Type "P" controller cabinets shall be stainless steel and shall conform to the provisions in Section 86 -3.04. Service Type II service shall conform to the requirements of City of Newport Beach Std. -91 0 -L and the service equipment enclosure shall be stainless steel. Conduit The following paragraphs shall be added to Section 86 -2.05 All new conduits shall be Type 3, rigid, non - metallic (PVC Schedule 80) unless otherwise shown on the plans. 99 After conductors have been install, the ends of conduit termination in pull boxes and controller cabinets shll be sealed with an Agency approved type of sealing compound. The following shall replace the sixth numbered item of the third paragraph of Section 86- 2.056: All new conduits between pull boxes shall be 2 -inch diameter, unless otherwise shown on the plans. New traffic signal conduits under street pavement shall be installed by jacking and drilling methods in conformance with Section 86- 2.05C. Jacking or drilling pits shall be located in existing sidewalk areas, or within existing pavement areas outside the limits of existing decorative pavers in the Balboa Boulevard /Main Street intersection if allowed by the Engineer. Existing sidewalk damaged or removed by jacking or drilling areas shall be repaired or replaced in like kind to the satisfaction of the Engineer. Pullboxes Materials and installation for installation of pullboxes shall conform to the provisions in Section 86 -2.06, "Pullboxes," of the Standard Specifications and these Special Provisions. General Pullboxes shall conform to the provisions in Section 86 -2.06, "Pullboxes ", of the Standard specifications, these Special Provisions, and the construction plans. New pullboxes shall be precast reinforced concrete. Recesses for suspension of ballasts will not be required. Where the sump of an existing pullbox is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. Pullbox covers shall be marked "SIGNAL" or "TRAFFIC SIGNAL ", or as otherwise indicated on the construction plans." Pullboxes, pullbox covers, and pullbox extensions shall be concrete, unless other wise noted on the construction plan. Installation Pullboxes shall be placed with their tops flush with surrounding finished grade. Pullboxes shall be installed on a 6" pea gravel base with grout. The pullboxes shown on the -plans are minimum to be installed. The Contractor may, at his M3 option and expense, install additional pullboxes to facilitate his work. No additional compensation will be allowed for any additional pullboxes unless requested in writing and approved by the Engineer. No pullbox shall be located in or within one foot of any wheelchair ramp. Standard plan drawing ES -8, pullbox details. Note 4-a.5 and b.10 shall not apply to this project. Conductors and Wiring General Conductors and wiring shall conform to the provisions in Section 86 -2.08, "Conductors," and Section 86 -2.09, "Wiring," of the Standard Specifications and these Special Provisions. Conductors shall be spliced by the use of 'C'-shaped compression connectors, as shown on the plans. Splices shall be insulated by Method B. Subparagraph 5, of the first paragraph of Section 862.09D, 'Splicing', of the Standard Specifications is deleted. Bonding and Grounding Grounding jumper shall be attached by a 3/16 inch, or larger brass bolt in the signal standard or controller pedestal and shall be run to the conduit, ground rod or bonding wire in adjacent pullbox. Grounding jumper shall be visible after cap has been poured on foundation. Signal Faces and Signal Heads All indications, except in P.V. heads, shall be LED units and shall meet the current State of California Department of Transportation (CALTRANS) Specifications. Signal section housings shall be Polycarbonate (plastic) type. The Contractor shall furnish and install 12 -inch LED ball and arrow lenses assemblies. New heads shall be furnished with the LED units installed. Kits shall be furnished and installed where retrofitting existing signal heads is noted on the plans. . All non - programmed lenses shall be glass with aluminum reflectors except LED heads. All lamps for traffic signal units (including programmed visibility type) shall be furnished by the Contractor. rwA Pedestrian Signals General Pedestrian signals shall conform to the provisions in Section 86 -4.05, "Pedestrian Signal Faces," of the Standard Specifications and these Special Provisions. Pedestrian signals shall be LED's per Section 86 -4.07 and shall be constructed of Polycarbonate (plastic) per Sections 86 -406A, B, and C. Detectors Loop detector sensor units will be Type 'B'(2 or 4 channel). Loop wire shall be Type 1. Lead -in wire cable shall be Type B. The Contractor shall test the detectors with motor - driven cycle, as defined in the California Vehicle Code that is licensed for street use by the Department of Motor Vehicles of the State of California. The unladen weight of the vehicle shall not exceed 220 pounds and the engine displacement shall not exceed 100 cubic centimeters. Special features, components or vehicles designed to activate the detector will not be permitted. The Contractor shall provide an operator who shall drive the motor - driven cycle through the response or detection area of the detector at not less than 3 miles per hour, nor more than 7 miles per hour. The number of sensor units and lead -in cables required to achieve the specified detection shall be installed. Detector rack and cabinet wiring to be modified by a representative of US Traffic Corporation Intersection Development. Pedestrian Push Buttons Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5- inches x 7 -1/2- inches. All other pedestrian Push button signs shall be 9- inches x 12- inches and shall not extend beyond the mountina framework. Push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5). Emergency Vehicle Pre- Emption Equipment Model 752, phase selector units and Model 760 rack, as manufactured by 3M Company, shall be furnished and installed in the new or existing controller cabinet. Model 722 Optical Detector units, as manufactured by 3M Company, shall be furnished by the Contractor and installed at locations indicated on the plans. Model 138 Optical Detector Cable, as manufactured by 3M Company, shall be furnished and installed by the Contractor. If non -3M Company Equipment shall be proposed, the equipment shall be capable of logging up to 100 events, including user classification, vehicle identification number from among up to 20,000 vehicles, time of priority, elapsed time in priority phase, direction of priority phase, and total duration of priority. The equipment shall be fully compatible and interchangeable with 3M hardware indicated above. The event log shall be retrievable using PC software and hardware intended for use with 3M Model 722 Optical detector units. Equipment shall be tested by a representative of the manufacturer at date of turn on. VI. TRAFFIC STRIPES, PAVEMENT MARKINGS, AND RAISED PAVEMENT MARKERS The Contractor shall furnish and apply traffic stripes and pavement markings at locations shown on the plans or where directed by the Engineer. Placement of striping and markings shall conform to the requirements of Sections 310 and 312 of the Green Book and these Special Provisions. Remove Traffic Stripes and Pavement Markings Traffic stripes, temporary striping, and pavement markings shall be removed from the existing pavement as shown on the plans or as directed by the Engineer. A fog seal shall be used at the discretion of the Engineer where striping has been sand blasted. Traffic stripes and pavement markings shall be removed to the fullest extent possible from the pavement by wet sand blasting or any other method that does not materially damage the surface or texture of the pavement or surfacing. Sand or other material deposited on the pavement as a result of removing traffic stripes and markings shall be removed as the work progresses. Accumulations of sand or other material which might interfere with drainage or might constitute a hazard to traffic will not be permitted. Traffic stripes shall be removed before any change is made in the traffic pattern and before painting new stripes and markings. Where blast cleaning is used for the removal of traffic stripes and pavement markings or for removal of objectionable material, and such removal operation is being performed within 10 feet of a lane occupied by public traffic, the residue, including, dust shall be removed immediately after contact between the sand and the surface being treated. Such removal shall be by a vacuum attachment operating concurrently with the blast cleaning operation. ME Contractor will not be required to use a vacuum attachment under the following conditions: When approved by the Engineer. 2. When the blasting sand will be confined by mechanical means to small areas. 3. When a sweeper (preferably a vacuum -type) will immediately follow the blasting operation or when traffic can be safely routed around the sand until it is swept up. Painting Various Surfaces Preparation of Existing Surfaces. Modify and amend this section to read, "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings prior to application of slurry seal by a method approved by the Engineer." Layout, Alignment, and Spotting. Modify and amend this section to read, "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." Application of Paint. Add to this section, "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601 A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping shall be sprayable reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re- install "NO PARKING, TOW -AWAY" signs and re- notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes /covers /damages existing striping and /or raised pavement markers outside of the work area, he shall re- stri pe /replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." Pavement Marker Placement And Removal Placement. Amend this section with, The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry. VII. TRAFFIC SIGNING General Requirements All details and dimensions for traffic signs and the installation thereof shall conform to the California Department of Transportation Traffic Sign Specifications and Traffic Manual, and these following Special Provisions. Any sign delivered under this contract which does not conform to these specifications and Special Provisions shall be replaced by the Contractor at no cost to the City. This will include the cost of removal and replacement of these signs by City forces. The reflectivity of all signs shall be high intensity grade except "NO PARKING" signs shall be engineering grade unless specified by the Engineer. All signs shall be high intensity, reflectorized. Materials shall be certified as meeting all applicable State Specifications. Any chipping or bending of sign panels shall be considered as sufficient cause to require replacement of panels at the Contractor's expense. Signs shall be mounted on streetlights where possible. All signs not mounted on street lights shall be attached on a new post. VIII. MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Traffic signal system shutdowns shall be limited to periods between the hours of 9:00 AM and 3:30 PM. The Contractor shall place 'STOP AHEAD' and 'STOP' signs to direct vehicle and pedestrian traffic through the intersection during traffic signal system shutdown. Temporary'STOP AHEAD' and 'STOP' signs shall be either covered or removed when the system is turned on. 'STOP AHEAD' and 'STOP' signs shall be furnished by the Contractor and shall conform to B -11 the provisions in Section 12- 3.06'Construction Area Signs,' of the Standard Specifications, except that the base material for the signs shall not be plywood. One 'STOP AHEAD' and 'STOP' sign shall be placed for each direction of traffic. Location of the signs shall be as directed by the Engineer. All existing signal indications, pedestrian push buttons, detectors, and control equipment shall be maintained in operation, except during shutdown hours as specified above. Existing luminaries that are to be removed shall remain in operation until the replacement luminaire is installed and operating. Cost for minor temporary wiring, which may be required on a day -to -day basis, shall be considered as part of the lump sum price bid for each location. IX. REMOVING, REINSTALLING OR SALVAGING ELECTRICAL EQUIPMENT Hauling and stockpiling of salvaged material off the right -of -way, as directed by the Engineer, shall be included in the lump -sum price for signal construction. INSTALLATION OF STREET AND PARKING LOT LIGHTING I. SCOPE OF WORK The work to be done under this contract consists of removing and replacing existing series street lighting systems with multiple systems, and installing new street light standards complete per Plans. 11. PUBLIC CONVENIENCE AND TRAFFIC CONTROL Traffic Control During construction, traffic control and safety shall be observed at all times. The contractor shall provide traffic control and access in accordance with Section 7 -10 of the Standard Specifications and the Work Area Traffic Control Handbook (WATCH) published by Building News, Inc. The Contractor is advised to contact and obtain permission from the adjacent property owners) to use private parking for his equipment and vehicles. Any costs in obtaining this permission and performing traffic control shall be considered as part of the unit bid prices of the various work items listed. REPLACEMENT OF SERIES CIRCUITS Existing series circuit (Phase II) is to be replaced with 240 volt multiple systems. Existing series circuit maps will be made available to the Contractor performing the work. Existing street light standards are to be removed and replaced, except as noted or shown on the plans, with concrete standards. New luminaires, as noted on the plans, are to be installed on existing standards where indicated. A new pullbox is to be constructed within 5 feet of the street light standard base complete with a double fuseholder. New conduit shall be installed from pullboxes to be pole standard. B -12 The replacement of the existing systems shall be accomplished in phases so that the number of lights out of service at any one time will be minimized. In no event shall any portion of a system be out of service for more than seven (7) consecutive days. The Contractor shall submit a construction plan showing the phases of the replacements, and the estimated number and length of outages. The plan shall be approved by the Engineer prior to the Contractor starting work. IV. CONCRETE STREET LIGHT STANDARDS Concrete street light standards shall be the style shown on Detail "A" on sheet 63 of the construction plans, with fluted tapered shafts, and access panel in the base, and an 8 -inch globe fitter ring or per City of Newport Beach Standard 201 -L as noted on plan. V. LUMINAIRES Post -top acorn globes shall be U.V. stabilized polycarbonate with prismatic refracted globes. Post -top globe assemblies, complete, shall be Sequoia Lighting System II numbers SLPT 302D- 05- S- 2 -H -1 -P -2BX (50 watt) and SLPT 302D- 10- S- 2 -H -1 -P -2BX (100 watt). Luminaires and photocells for bracket arms shall be per City of Newport Beach Standard 201 -L. Orientation of luminaires shall be as directed by the Engineer VI. PULLBOXES Pullbox covers shall be marked "street light" New pullboxes shall be per City of Newport Beach Standard Plans 204 -L and 205 -L. Pullbox and pullbox covers shall be concrete unless otherwise noted on plans. Pullboxes identified as traffic bearing shall be installed per City of Newport Beach Standard Plans 204 -L and 205 -L. Pullbox covers for traffic bearing locations shall be Armorcast (AC001922SORT, wl "Electric ") composite. VII. FUSEHOLDERS Double fuseholders shall be installed in the pullbox. The fuseholders shall be furnished with fuses appropriate to the connected lamp wattage. The fuseholders shall be Tron #HEX -AA or equal installed per City Standard Plan 205 -L and approved by the Engineer. All splicing of wiring shall be C -TAP method, as per Thomas & Betts, installed with manufactures approved tools. VIII. CONDUIT AND CONDUCTORS Conduit shall be installed in the locations shown on the plans either by open trench or B -13 boring methods. Unless otherwise shown, the conduit shall be installed behind the curb in accordance with City Standard Plan 101 -L. All underground conduit shall be 1 -114 or 1 -1/2 inch diameter Schedule 40 PVC (except as indicated on the plans). Care shall be taken to avoid damage to the conduit during installation. A. Conductors Insulated conductors shall be stranded copper conforming the AWG wire size shown on the drawings. The insulation of each conductor shall be a different solid color. The conductor color codes shall be indicated on the construction plans without duplication in any conduit run concurrent with additional circuits. Existing color codes shall be matched. White and gray colors are not allowed, The bare ground wire shall be solid bare 'copper, No. S AWG. B. Jacking of PVC Conduit PVC conduit shall not be used for drilling or jacking unless a hole larger than the conduit is pre - drilled and the conduit is installed by hand C. Trenching of PVC Conduit When PVC conduit is placed in a trench, after the bedding material is placed and conduit is installed, the trench shall be backfilled with select material and compacted to not less than 90 percent relative compaction. IX. PROTECTION AND REPLACEMENT OF IMPROVEMENTS The Contractor shall protect all existing improvements, including landscaping. If any existing improvements are damaged, or it is necessary to remove them to allow for the installation of the new facilities, they shall be replaced in kind. Existing landscaping may be trimmed or pruned to allow access to existing pole foundations. Trimming or pruning shall be done carefully so as to minimize damage to the remainder of the plant, shrub, or tree. When sidewalk is removed it shall be sawcut and replaced to score lines or joints. The finish and color of the replaced sidewalk shall match the existing. The Contractor shall relocate, repair, replace, or re- establish all existing improvements within the project limits which are not designated for removal (e.g., curbs, sidewalk, driveway, fences, wall, sprinkler systems, signs, utility installation, pavements, structures, etc) which are damaged or removed as a result of his operations or as required by the Plans and Specifications. All costs to the Contractor for protecting, removing, restoring, relocating, repairing, replacing, or re- establishing existing improvements shall be included in the amount bid for each item. Any existing street light foundations to be reused shall not be damaged during removal of B -14 existing poles. Damaged foundations shall be completely removed and reconstructed per the details on the plans. X. SALVAGE The following material shall be salvaged: All porcelain lamp bases, sockets, luminaires, and cast iron globe holder. 2. Street light standards, unless otherwise determined by the Engineer. Items deemed unsuitable for salvage by the Contractor shall be reported to the Engineer prior to removal. The Contractor shall deliver all salvaged material to the City's Utilities Yard at 949 West 16th Street. The Contractor shall be responsible for protecting all salvaged material against damage until it is delivered at the City Yard. The Contractor shall provide at least 24 hours advance notice of intent to deliver salvaged materials. XI. CONSTRUCTION DETAILS A. Removals Existing PCC and AC improvements shall be sawcut a minimum of 2- inches deep prior to removal. Final removal at the sawcut lines using equipment such as hard -blow pavement breakers and /or stompers shall not be allowed. Should the Contractor damage the sawcut edge during or after removal, the damaged edge shall be removed by additional sawcutting and replaced at the Contractor's sole expense. Pavement and unsalvageable materials that are removed shall become the property of the Contractor and shall be disposed of at the Contractor's expense in a manner and at a location acceptable to cognizant agencies. All costs for providing removal and disposal shall be included in the unit price bid for that item of work. Adjacent Improvements. The Contractor shall be responsible forthe protection of public and private improvements adjacent to the work. Any salvageable bricks removed shall be neatly stacked on the owner's property. Additionally, the Contractor shall use appropriate construction methods and equipment to assure the protection of existing landscape, driveways, and parkway treatments immediately adjacent to the existing curb. If, during construction, damage occurs to said landscape, driveways or parkways, the Contractor shall be responsible for restoring same to its condition prior to construction. The Contractor may anticipate a certain amount of interfering parkway sprinkler pipe breakage associated with sidewalk and curb and gutter B -15 replacement. In anticipation of sprinkler breakage, the Contractor shall notify the respective property owner, in advance, a minimum of 2- working days prior to excavation to locate the sprinkler's on /off valve and to make arrangement for testing /approving the repairs. Such breakage shall be repaired, restored, and backfill to 90 percent compaction by the Contractor, 72 hours after breakage as an incidental item of work. 3. The Contractor shall remove all unstable subgrade. The locations and depth of unstable subgrade removal may vary; hence, the areas and depth shall be determined during construction by the Engineer. B. PCC Replacement The Contractor shall grade, form, and finish all PCC replacements to match the appearance of the adjoining PCC improvements. In addition, the Contractor shall remove and dispose of all AC /PCC patches and ramps upon sidewalk panels adjoining those sidewalk panels which are to be reconstructed. 1. Sidewalk and curb access ramps shall be opened to pedestrian use on the day following concrete placement. In addition, all forms shall be removed, sprinklers shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. 2. PCC replacements subject to vehicle loads (e.g., cross gutters and curb and gutter along driveways) shall not be opened to vehicle loads until the concrete has cured to minimum strength of 2,000 psi. 3. The Contractor shall install root barrier adjacent to reconstructed root damaged PCC sidewalk. The root barrier shall be Root Booster, Shawton Industries (or approved equal) SM 12 by 20 panels to be installed adjacent to the curb and gutter and sidewalk replacement, respectively. A minimum of 6 lineal feet of root barrier shall be installed adjacent to each tree damaged curb and gutter replacement. Root barriers shall be installed per manufacturer's recommendations. Payment for installing root barriers shall be included in other items of work. XII AS -BUILT PRINTS The Contractor is required to submit to the Engineer "As- Built' prints prior to the City accepting the installation. The prints shall indicate, in red, all deviations form the contract plans, such as: location of poles, pull boxes and runs, depths of conduit, number of conductors, and other appurtenant work. XIII GUARANTEE The Contractor shall guarantee the entire work constructed by him under this contract and will fully meet all requirements as to quality of workmanship and materials furnished by him. The Contractor shall make, at his own expense, any repairs or replacements made necessary by defects in workmanship or materials furnished by him that become evident within one (1) year after filing of the Notice of Completion of the work and to restore to full B -16 compliance with the requirements of these Specifications, any part of the work which, during the one (1) year period, is found to be deficient with respect to any provisions of the Plans and Specifications. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Engineer. If the Contractor fails to make the repairs and replacements promptly, the City may do the work and the Contractor and his surety shall be liable to the City for the cost. XIV PAYMENT The unit or lump -sum price bid for each item of work shown on the proposal shall be considered as full compensation for labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefore. The bid items are shown on the proposal. Payment for all necessary work and material for relocation of existing signs or existing street lights shall be included in the unit price for removal and relocation of signs and no additional allowance will be made therefore. Payment for concrete work for street lighting installations shall be included in the various bid items shown for street lighting and shall be considered as full compensation for labor, equipment, materials, and all other things necessary to complete the work in place, and no additional allowance will be made therefore. All materials deemed "equal' shall be submitted to the City at the pre- construction meeting for approval. F:1Users \PBw4SharedlContracts%FY 04- 051BALBOA VILLAGE PHASE III C- 3727\SPECS FOLDER\SectonB- Lighting- TraificSigmi- New.doc B -17 SECTION C SPECIAL PROVISIONS LANDSCAPE AND HARDSCAPE C -1 SPECIAL PROVISIONS SECTION D SECTION 201 - -- CONCRETE. MORTAR, and RELATED MATERIALS Add the following subsection to Section 201 of the SSPWC: 201 -8 CONCRETE SITE FURNITURE 201 -8.1 General. Contractor shall provide all labor, materials, tools, equipment, and incidentals to furnish, assemble and install concrete and glasscrete site furniture as indicated on the drawings including but not limited to excavation and backfilling, fine grading, footings, painting, and related appurtenances. 201.8 -2 Submittals. At least thirty (30) days prior to installation, Contractor shall submit shop drawings or manufacturer's cut sheets to the Engineer in triplicate. One (1) set will be returned to the Contractor. SECTION 206 - -- MISCELLANEOUS METAL ITEMS Add the following subsection to Section 206 of the SSPWC: 206 -7 METAL SITE FURNITURE 206 -7.1 General. Contractor shall provide all labor, materials, tools, equipment, and incidentals to furnish, assemble and install metal site furniture as indicated on the drawings including but not limited to excavation and backfilling, fine grading, footings, painting, and related appurtenances. 206.7 -2 Submittals. At least thirty (30) days prior to installation, Contractor shall submit shop drawings or manufacturer's cut sheets to the Engineer in triplicate. One (1) set will be returned to the Contractor. SECTION 212 - -- LANDSCAPE and IRRIGATION MATERIALS Delete paragraph 212 -1.1.3 Class "B" topsoil of the SSPWC. Delete paragraph 212 -1.1.4 Class "C topsoil of the SSPWC. Delete paragraph 212 -1.2.2 Manure of the SSPWC. Add the following paragraphs to Section 212 -1.2.3 Commercial Fertilizer of the SSPWC: C -2 (b) Fertilizers shall comply with applicable requirements of the State Agricultural Code and shall be packaged, first grade, commercial quality products identified as to source, type of material, weight and manufacturer's guaranteed analysis. Fertilizers shall not contain toxic ingredients in quantities harmful to human, animal, or plant life. (c) When requested, Contractor shall furnish the Engineer with a Certificate of Compliance stating that the material substantially meets the specifications. Delete all paragraphs under Section 212 -1.2.5 Mulch of the SSPWC except (a) Type I Mulch (ground wood product). Delete paragraphs in Section 212 -1.3 Seed of the SSPWC. Add the following paragraphs to Section 212 -1.4.1 General of the SSPWC: (d) Plant material shall be in accordance with the State Department of Agriculture's regulations for nursery inspections, rules and grading. All plants shall be of No. 1 Grade and have a normal habit of growth, and shall be sound, healthy, vigorous and free of insect infestations, plat diseases, sun scalds, fresh bark abrasions or other objectionable disfigurements. All plants shall have a normal, well - developed branch system and vigorous and fibrous root system which are not pot bound and are free of kinked or girdling roots. (e) Nursery grown stock shall be selected from high quality, well- shaped stock, grown under climatic conditions similar to those in the project locale. Minimum acceptable size of plants specified shall correspond with that normally expected for the species and variety of commercially available nursery stock. Caliper shall be the diameter of the trunk one foot (1') above the ground surface and shall be the determining measurement for trees when indicated. (f) Oversize plants may be used if not root bound, but shall not increase the Contract price. Up to ten percent (10 %) of undersize plants in any one (1) variety and grade may be used; provided they are larger than the average size of the next smaller grade. (g) Scientific and common names conform to customary nursery usage. (h) Types, sizes and quantities of plant materials shall be indicated on the drawings. The plant list shown on the drawings shall be used as a guide only. Contractor shall verify quantities by plan check. (1) Contractor shall provide labor and materials to install trees as provided by the City and as indicated on the drawings. C -3 Q) The Engineer reserves the right to refuse or reject any unsuitable plant material. Unsuitable plants shall be removed from the project site and replaced at the Contractor's expense. New plants shall be the same species, variety, size and condition as specified. (k) Pruning of plant materials shall not be done prior to delivery. After planting, as directed by the Engineer, pruning shall be limited to the minimum necessary to remove injured twigs and branches, deadwood and suckers. (1) Plant material specified is subject to substitution based upon availability. Substituted materials shall be approved in advance by the Engineer and shall conform to the requirements of those originally specified and be supplied by the Contractor. Replace Section 212 -1.4.5 Sod and Stolons of the SSPWC with the following: (a) Sod shall be grown from high quality propagative material, free from weeds, diseases, and insects, and shall be in accordance with the standards for regulation for nursery inspection of the applicable State of the project. (b) Sod shall be machine cut at a uniform thickness of five - eighths of an inch (518 ") (excluding top growth and thatch). Individual pieces shall be cut to the supplier's standard width and length with an allowable deviation of two percent (2 %). Broken rolls or uneven ends will not be acceptable. (c) Sod shall be harvested, delivered and installed within a twenty -four (24) hour period. (d) Contractor shall furnish the Engineer with delivery receipts and a Certificate of Compliance stating that the material substantially meets the specifications. Add the following subsection to Section 212 -1.4 Plants of the SSPWC: 212 -1.4.7 Palms (a) Palm trunk condition shall be free of any scarring or blemishes. (b) Contractor shall remove dead fronds and skin the entire trunk clean to the height of the green fronds. Majority of green fronds shall be removed, leave ten (10) to fifteen (15) at the apex. Remaining fronds shall have thirty to fifty percent (30 % -50 %) of the length cut off and shall be lifted up and tied together in two (2) locations in an upright position with cotton rope of cord of not less than one - quarter inch (114 "). Wire will not be permitted. (c) "Pineapple" shall be formed to the satisfaction of the Engineer. Wrap fronds in burlap and keep moist. C -4 (d) Pruning shall be done with sterilized reciprocal saws. Chain saws will not be allowed. Saw blades shall be sterilized before and between pruning each frond by immersing the blade in a solution of fifty percent (50 %) household bleach and fifty percent (50 %) domestic water for five (5) minutes. Solution shall be kept up to strength by the regular addition of more bleach. (e) Defronding and tying shall be completed prior to digging the root ball. (f) Rootball size shall be based upon a 5:1 ratio of brown trunk to rootball diameter. (g) Excavation shall extend below the major root system to minimum depth of four feet (4'). The bottom of the rootball shall be cut off square and perpendicular to the trunk below the major root system. (h) No excavation shall be done closer than twenty -four inches (24 ") to the trunk at the ground level. (i) Rootball shall be wrapped in burlap and kept moist during travel to project site. Delete paragraph 212 -1.5.2 Headers and Stakes of the SSPWC. SECTION 303 - -- CONCRETE and MASONRY CONSTRUCTION Add the following subsection to Section 303 of the SSPWC: 303 -8 CONCRETE SITE FURNITURE 303 -8.1 Installation (a) Contractor shall install all concrete site furniture in accordance with the manufacture's recommendations for each item of work and as indicated on the drawings. (b) Staked locations for concrete site furniture shall be approved by the Engineer prior to digging for footings or installation. (c) Portions of wood posts which are to be embedded in earth or concrete shall be brushed before installation with two (2) coats of a non -toxic ceramic coal tar composition which has a rust inhibiting chemical in a water base of homogeneous consistency as approved by the Engineer. Applications which shall extend one inch (1 ") above finish grade. Spraying will not be permitted. C -5 (d) Metal components, connections and fastenings shall be free of any burrs or sharp points and edges. (e) Method of repair damaged finished surfaces shall be as approved by the Engineer and shall match the original finish. SECTION 304-- -METAL FABRICATION and CONSTRUCTION Add the following subsection to Section 303 of the SSPWC: 304 -5 METAL SITE FURNITURE 304 -5.1 Installation (a) Contractor shall install all metal site furniture in accordance with the manufacturer's recommendations for each item of work and as indicated on the drawings. (b) Staked locations for metal site furniture shall be approved by the Engineer prior to digging for footings or installation. (c) Metal components, connections and fastenings shall be free of any burrs or sharp points and edges. (d) Method of repair damaged finished surfaces shall be as approved by the Engineer and shall match the original finish. SECTION 308 - -- LANDSCAPING and IRRIGATION MATERIALS Add the following subsection to Section 308 -1 General of the SSPWC: 308 -1.1 Samples. (a) Samples of fertilizers, organic amendment, and soil conditioners shall be submitted to the Engineer for inspection two (2) weeks prior to incorporation in the work. (b) When requested, Contractor shall furnish the Engineer with a delivery receipt and Certificate of Compliance stating that the material substantially meets the specifications. 308 -1.2 Existing Plant Material. Existing plant material to remain and be protected shall be tagged on site during a site walk with Engineer. 308 -1.3 Boxing and Relocating Existing Plant Material C -6 (a) Existing plant material to be boxed (or burlaped in the case of palms) shall be tagged on site during a site walk with Engineer. (b) Contractor shall perform any necessary or required pruning work on existing plants in accordance with the International Society of Arboriculture Western Chapter's Pruning Standards and ANSI Z133.3 as directed by the Engineer. Dead wood larger than one -half inch (1/2 ") in diameter, branches extending over the paved areas and which hang within eighteen feet (18') of finish surface and diseased branches shall be removed. Stubs, improper cuts, and broken limbs shall also be removed. Pruning efforts shall give the plant proper shape and a balanced appearance. "Headback" cuts at right angles to the line of growth shall not be permitted. Trees shall not be poled or the leader removed, nor shall the leader be pruned or "topped off". Wounds shall be cleaned and left open to the elements to heal naturally. (c) Salvaged materials to be relocated shall be stored on site in a location as designated by the Engineer and properly maintained until time for re- planting in their new locations as indicated on the drawings. The Engineer will designate specific locations for replanting. Excess trees not designated for replanting shall become the property of the Contractor and removed from the worksite. Add the following to Section 308 -2.2 Trench Excavation and Backfill of the SSPWC: 308 -2.2.2 Soil Preparation for Sod Areas (a) The following amendments, or approved equal, shall be mechanically spread and uniformly cultivated into the upper six inches (6 ") per 1,000 square feet of soil by suitable equipment operated at approximately right angles in at least two (2) directions: 4 CY Nitrogen stabilized organic amendment 150 LBS Gro -Power Plus 100 LBS Agricultural gypsum (b) Materials shall be spread at a uniform rate. Quantities of materials shall be verified by delivery tickets furnished to the Engineer, before spreading and after delivery to the site. (c) Resulting soil shall be clean, in a friable condition and suitable for planting. 308 -2.2.3 General Backfill (a) The following amendments or approved equal, shall be incorporated as backfill for general planting: 6 parts by volume 4 parts by volume 17 LBS per CY of mix On -site soil Nitrogen stabilized organic amendment Gro -Power Plus C -7 1 LB per CY of mix Iron sulfate 10 LBS per CY of mix Agricultural gypsum (b) Backfill shall be machine -mixed and approved by the Engineer prior to incorporation in planting pits. 308 -2.2.4 Backfill for Palms. Backfill for palms should be 100% washed plaster sand. For each cubic yard of sand, blend two (2) pounds of commercial palm fertilizer prior to placement in planting hole, such as Lutz Palm Tree Spikes (phone no. 815 -732- 2383). Add the following subsection to Section 308 -2 Earthwork and Topsoil Placement of the SSPWC: 308 -2.5 Weed Abatement (a) Contractor shall operate the irrigation system to keep planting areas uniformly moist for a period of two (2) weeks (14 calendar days). At the end of the two (2) week period, Contractor shall spray all visible weeds with an approved non- selective, post emergent herbicide per Engineers approval. Application rate and method shall be as recommended by the manufacturer. After spraying, planting areas shall remain unwatered for a minimum of forty -eight (48) hours. Application shall meet all County and State laws and regulations. (b) After fourteen (14) calendar days from the chemical application, weeds and debris shall be disposed of off site. (c) Contractor shall apply spray chemicals when air currents are still; preventing drifting onto adjoining property and preventing any toxic exposure to persons whether or not they are in or near the project. (d) After weed abatement operations, and as determined by the Engineer, planting areas shall be scarified to a depth not to exceed one inch (1 ") in sodded areas and two inches (2 ") for ground cover areas. Engineer shall approve weed abatement operations prior to planting. Add the following paragraphs to Section 308 -4.1 General of the SSPWC: (e) Plant material shall be delivered with legible identification labels, handled and stored adequately to maintain a healthy condition, protecting them from drying out, windburn or any other injury. Container plant material shall not be picked up by stems or trunks. (f) Inspection of plant materials required by City, County, State or Federal authorities shall be the responsibility of the Contractor. Secure permits or certificates M prior to delivery of plants to project site. When requested, Contractor shall furnish Engineer with copies of such permits and certificates. 308 -4.1.2 Storage of Palms (a) Contractor shall not free -fall, drag, roll, or abuse the palm or put a strain on the crown at any time. A protective device shall be used around the trunk of the palm while lifting. (b) Rootball shall not be left exposed to direct sunlight or air. (c) Should palms not be planted the day they arrive, Contractor shall protect the crowns and rootballs from the sun and reflected heat from the ground. (d) Palms shall be laid in a single layer on a flat surface. Avoid storing on concrete or asphaltic concrete surface. (e) Covering material shall be equivalent to a 90% shade cloth or burlap. Plastic or rubberized tarpaulins shall not be permitted. (f) In no case shall palms be stored for more than forty-eight (48) hours. Replace Section 308 -4.6 Plant Staking and Guying of the SSPWC with the following: Stake trees at time of planting with Reddy Stake, or approved equal, as indicated in the details on the drawings. Delete Section 308 -4.8.2 Seed of the SSPWC. Delete Section 308 -4.8.4 Stolon of the SSPWC. Delete Section 308 -4.9 Erosion Control Planting of the SSPWC. Add the following to Section 308.4 Planting of the SSPWC: 308 -4.10 Palm Installation (a) Palms shall be planted when weather and soil conditions are suitable in accordance with accepted arboricultural practices, preferably between mid April and mid June. (b) Top of the rootball shall have the same elevation to adjacent grades that it had in the original growing field. C -9 (c) Root growth stimulant shall be equally distributed around the rootball and water jetted into the backfill when the backfilling is between one -half (1/2) and two- thirds (2/3) up the rootball. Stimulant shall be Vitamin B -1 as manufactured by Cal- liquid, Cooke, Chican or Ortho. Application rate shall be as recommended by the manufacturer. (d) The manila strings tying the palm fronds shall be cut forty -five (45) to sixty (60) calendar days after planting during the summer months and ninety (90) calendar days during the winter months. (e) Contractor shall not trim palms for thirty (30) calendar days after untying. 308 -4.11 Guarantee (a) Contractor shall guarantee in writing the work and plant materials for one (1) year after installation and acceptance by Engineer based upon a mutually agreed upon date. (b) Replacement plant material shall be of the same species, variety, size and condition as indicated on the drawings and specified herein. (c) Thirty (30) day Plant Establishment Period and sixty (60) day Post - Installation Maintenance Period shall be in accordance with Section 308 -6, Maintenance and Plant Establishment, of the latest edition of the SSPWC. F: \Users \PBW\Shared \Contracts \FY 04 -05\BALSOA VILLAGE PHASE 111 C- 3727\SPECS FOLDER1SecGonC- HardscapeandLandscape.doc C -10 SPECIAL PROVISIONS SECTION D ADDENDUM TO THE STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (2000 EDITION) FOR IRRIGATION SPECIFICATIONS PART TWO — CONSTRUCTION MATERIALS SECTION 212 — 2 IRRIGATION MATERIALS 212 -2.1.3 Plastic Pipe for Use with Solvent Weld Socket or Threaded Fittings. Replace the first sentence in the second paragraph with the following: "Schedule 40 pipe shall be used for installation on the discharge side of the control valves. Schedule 40 pipe shall be used for installation on the pressurized supply line of the control valves when the pipe size is (1 1/4 inch) or less. Class 315 pipe shall be used for installation on the pressurized supply side of the control valves when the pipe size is 50mm (1112 inch) or greater Piping shall conform to ASTM D2241. Valves shall be restrained when static line pressure exceed 80 PSI." The following paragraphs shall be added at the end of the subsection: "All PVC pipe must bear the following markings: 1. Manufacturer's name 2. Nominal pipe size 3. Schedule or class 4. Pressure rating in P.S.I. 5. NSF (National Sanitation Foundation) approval 6. Date extrusion 7. U.P.C. shield logo (IAPMO approval) All fittings shall bear the manufacturer's name or trademark, material designation, size, applicable I.P.S. schedule and NSF seal of approval. Solvent cement and primer for PVC solvent -weld pipe and fittings shall be of type recommended by the manufacturer, and shall follow installation methods prescribed by the pipe manufacturer." 212 -2.2.2 Gate Valves. Replace section title with "Ball Valve." The text of this subsection shall be deleted and replaced with the following: "All valves shall be as identified on Construction Documents and per City review and approval." D -2 212 -2.2.4 Remote Control Valves. Add the following after paragraph number one: "Remote control valve manufacturer and sizes shall be as indicated in plans and legend." 212 -2.2.6 Quick Coupling Valves and Assemblies Replace the words, "19mm (3/4 ")" in the first sentence of the first paragraph with "25mm (1- inch)". 212 -2.2.7 Valve Boxes Replace all text in this section with the following: "Valve boxes shall be fabricated from a durable, weather - resistant plastic material resistant to sunlight and chemical action of soils. The valve box cover shall be secured with a hidden latch mechanism or bolts. The cover and box shall be capable of sustaining a load of 1,500 pounds. Valve box extensions shall be by the same manufacturer as the valve box. Automatic control valve boxes shall be 18 "x12 "x12" rectangular size. Valve box covers shall be marked "RCV" with the valve identification number "heat branded" onto the cover in 2 inch high letters / numbers. Gate valve and quick coupler valve boxes shall be 10" circular size. Valve box covers shall be marked with either "BV" or "QCV" "heat branded" onto the cover in 2 inch high letters." Add the following new sub - section. 212 -2.2.8 Master Control Valves "The master control valve manufacturer and size shall be as indicated on plan and legend." 212 -2.4 Sprinkler Equipment The text of this subsection shall be deleted and replaced with the following: "Irrigation bodies and nozzles shall be as indicated on plan and legend. Substitutions shall not be allowed unless by written authorization from the City Inspector. Irrigation bodies and nozzles shall feature low head drainage, pressure regulating and pressure compensating features. Unless otherwise approved, all pop -ups and fixed riser assemblies shall consist of plastic and stainless steel materials. Smaller radii turf irrigation equipment shall consist of 6 pop -ups. All smaller radii shrub and groundcover irrigation equipment shall consist of 12 pop -ups, unless otherwise approved by the City. Smaller radii equipment are those components which irrigate within and under a radius of 22 feet." D -3 SECTION 212 -3 ELECTRICAL MATERIALS 212 -3.2.1 Conduit Replace all text in this section with the following: "Conduit and sweeps shall be Schedule 40 PVC, gray in color and specifically manufactured for use as electrical installation. The conduits shall be sized twice the diameter of the wire bundle to be carried within. All ends of conduit in valve and pull boxes shall be sealed using a waterproof material that can be easily removed from the conduit openings for the purpose of pulling wire through the conduit." 212 -3.2.2 Conductors Add the following sentences to this section: "Low voltage control wires shall have a single solid copper conductor with colored PVC coating. The pilot control wires shall be color coded a specific color per controller and the common wires color coded white with a strip matching the color of the pilot wires. The electrical system shall be installed in accordance with the National Electrical Code most recently adopted by the City. Connections between the automatic controllers and the electric control valves shall be made with direct burial copper wire AWG -U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wires shall be white with a different color stripe for each automatic controller. Install in accordance with valve manufacture's specifications and wire chart. In no case shall wire size be less than #14. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. Install wires inside Schedule 40 Conduit anywhere it is not possible to place in pipe trench, or where wires must go under pavement. Conduit size shall be large enough to contain all necessary wires. Where more than one (1) wire is placed in a trench, the wiring shall be taped together at intervals of ten (10) feet. An expansion curl should be provided within three (3) feet of each wire connection and at least every one hundred (100) feet of wire length on runs more than one hundred (100) feet in length and also at each change of direction. Expansion curls shall be formed by wrapping at least five (5) ruins of wire around a one -inch diameter pipe, then withdrawing the pipe. All splices shall be made with Pen -Tite wire connector, or approved equal. Use one splice per connector sealing pack. Field splices between the automatic controller and electrical control valves will not be allowed without prior approval of the City." 212 -3.3 Controller Unit Add the words, "16 gauge stainless steel" between the words, "weatherproof" and "enclosure" in third sentence of the section. Add the following sentence to this section: F, "Additional control system equipment such as flow meters, rain sensors and moisture sensors shall be of the types and sizes shown on the Plans." PART THREE — CONSTRUCTION METHODS SECTION 308.2 EARTHWORK AND TOPSOIL PLACEMENT 308 -2.2 Trench Excavation and Backfill Replace the text in "2)" with the following: "Mainlines 64mm (4 ") and smaller— 914mm (36 inches) under paving and roadways." Replace the text in "3)" with the following: "Lateral sprinkler lines for spray systems — 300mm (12 inches) ((914mm (36 inches) under paving (914mm (36 inches) under roadways." SECTION 308 - 5 IRRIGATION SYSTEM INSTALLATION 308 -5 -1 General. The following paragraphs shall be added after paragraph three "Due to the scale of drawings, it is not possible to indicate all offsets, fittings, sleeves, etc., which maybe required. The Contractor shall carefully investigate the structural and finished conditions affecting all of his work and plan his work accordingly, furnishing such fittings, etc., as may be required to meet such conditions. The work shall be installed in such a manner as to avoid conflicts between planting and architectural features, etc. All work called for in the drawings by notes or details shall be furnished and installed whether or not specifically mentioned in the specifications. The Contractor shall not willfully install the irrigation system as shown on the drawings when it is obvious in the field that unknown obstructions, grade differences, or discrepancies in area dimensions exist that might not have been considered in engineering. Such obstructions or differences should be brought to the attention of the Engineer. In the event this notification is not performed, the irrigation contractor shall assume fill responsibility for any revisions necessary and shall perform such at his own expense." The following paragraph shall be added at the end of the subsection: "Temporary Repairs. The City reserves the right to make temporary repairs as necessary to keep the irrigation system in operating condition. The exercise of this right by the City shall not relieve the Contractor of his responsibilities under the terms of the guarantee as herein specified." 308 -5.2.1 General. The following sentences shall be added at the end of paragraph four D -5 "A minimum of twelve (12) inches clearance shall be maintained between irrigation pipelines and non - irrigation pipelines /conduits." The following paragraphs shall be added at the end of the subsection: "PVC Sleeves shall be required under areas where all hardscape materials shall be installed. Sleeving shall be done per detail on Project Plans." 308 -5.2.3 Plastic Pipeline Replace the third paragraph with the following: "All solvent welding of PVC pipe and fittings shall be a two step process, using primer and solvent cement applied per the manufacturer's recommendations. Cement shall be of a fluid consistency, not gel -like or ropy. Solvent cementing shall be in conformance with ASTM D2564 and ASTM D2855." Replace the seventh paragraph with the following: "No contractor thread cutting of Schedule 80 PVC fittings shall be allowed. All Schedule 80 nipples and risers shall have manufacturer molded threads." The following shall be added to the end of paragraph one, "PVC to metal connections shall only be accomplished by PVC male adapters screwed into metal fittings. Teflon tape shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required." The following paragraph shall be added following paragraph four: "Handling of PVC Pipe and Fittings. The Contractor is cautioned to exercise care in handling, loading, unloading, and storing of PVC pipe and fittings. All PVC pipe are to lie flat and not to be subjected to undue bending or concentrated external load at any point. Any section of pipe that has been dented or damaged will be discarded and, if installed, shall be replaced with new piping. Pipe and fittings shall not be stored in direct sunlight." 308 -5.3 Installation of Valves, Valve Boxes, and Special Equipment Replace the third paragraph with the following: "Ball valves shall be the same size as the pipeline in which they are installed for 2" pipeline and smaller, for 21/2" pipeline use 2" ball valve. Downstream piping from the control valve shall be the size indicated on the Plans. Use PVC reducing bushings as required to change between control valve sizes and pipe sizes." Replace the word "Gate" in the first and second sentence of the fourth paragraph with the word "Ball ". Replace the words "covered concrete" in the second sentence of the fourth paragraph with the words "plastic valve ". Replace the first sentence of the fifth paragraph with the following 92 "All quick coupler valves shall be installed inside plastic valve boxes, no quick coupler valves shall be installed projecting above grade." Replace the words "covered concrete" in the second sentence of the fifth paragraph with the words "plastic valve'. Eliminate the third sentence in the fifth paragraph. Replace the word "double" in the fourth sentence of the fifth paragraph with the word "triple ". 308 -5.4.2 Location, Elevation and Spacing Eliminate the fourth and fifth paragraphs in this section. 308 -5.4.3 Riser and Nozzle Line Installation Replace the second through seventh paragraphs in this section with the following "Sprinkler heads shall be installed on triple swing joint assemblies. Triple swing joint assemblies shall be pre - assembled units manufactured of PVC joints and pipe with double o- ring seals. The lay length of the swing joint shall be a minimum of 150mm (6 "). No contractor assembled swing joints or Marlex fittings shall be allowed. Sprinkler swing joints shall be sized per the inlet of the sprinkler on which they are to be used. Quick coupler swing joint assemblies shall be pre - assembled triple swing units manufactured of PVC joints and pipe with double o -ring seals. Swing joints shall have a 25mm (1 ") brass MIPT outlet, for the connection to the quick coupler, and a 25mm (1 ") PVC MIPT connection on the inlet side of the assembly. Swing joint shall have an integral collar with holes for the installation of two No. 13M (No. 4) reinforcing steel rods to support the quick coupler." 308 -5.4.4 Sprinkler Head Adjustment Add the following sentence to this section: "Sprinkler heads shall be adjusted to eliminate overspray onto adjacent paving, brick dust, play surfaces or other non - planted areas." 308 -5.5.1 Automatic Control System Installation Replace the word "concrete' in both instances in the second sentence of the third paragraph with the word "plastic ". Replace the words "galvanized steel' in the first sentence of the fourth paragraph with the words "Schedule 40 PVC ". 308 -5.6.1 General The following paragraph shall preface the subsection D -7 "Flushing of the lines shall be done before quick coupling valves and remote control valves are in place. All open ends shall be piped (temporarily to exhaust flushing water up and out of the trenches.)" No water will be permitted to fall into the trench. Flushing procedure will be to first open the ports nearest the source, then recap, and move progressively towards the end of the line, with only one open port flushing at anyone time. Amend the last sentence of the first paragraph by adding, "and approved in writing "' at the end of the sentence. Add the following to the end of the subsection: "When the irrigation system is completed, a coverage test shall be performed in the presence of the City inspector to determine if the water coverage for planting areas is complete, adequate, and avoids overspray onto walks, roadways, and buildings as much as possible. The Contractor shall furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from the Drawings, or where the system has been willfully installed as indicated on the Drawings when it is obviously inadequate, without bringing this to the attention of the City inspector. This test shall be accomplished before any ground cover is planted. The Contractor shall request the presence of the City in writing at least forty -eight (48) hours in advance of testing. The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, roadways, and buildings as much as possible." 308.6.2 Charts, Manuals, and Drawings Subsection is hereby added to subsection 308 -6 of the Standard Specifications as follows: 308 -6.2.1 As -Built Drawings Contractor shall provide City Representative with "as -built mylars" and as -built AutoCAD r14 dwg files at the completion of the project at no additional cost to the City. Contractor shall dimension from two (2) permanent points of reference, building corners, sidewalk or road intersections, etc., the location of the following items: 1. Ball valves 2. Sprinkler control valves 3. Routing of control wiring 4. Quick coupling valves 5. Other related equipment as directed by the City 6. Significant changes in routing of lateral lines from those indicated on the plans Delivery. On or before the date of the final inspection, the Contractor shall deliver the corrected and completed Mylar aperture cards to the City. Delivery of the final Mylar will not relieve the Contractor of the responsibility of furnishing required information that may be omitted from the prints. ED N 308 -6.2.2 Controller Charts As -built drawings shall be approved by the City before the Contractor prepares the controller charts. Provide one controller chart for each controller supplied. In the case that no controller is provided, the Contractor shall prepare a new controller chart utilizing any existing system that is being protected, as well as any new systems on line, for the existing controller(s). The chart shall show the area controlled by the automatic controller and shall be the maximum size which the controller door will allow. The chart is to be a reduced drawing of the actual as -built system. However, in the event the controlled sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readable when reduced. The chart shall be a blackline or blueline print and a different color shall be used to indicate the area of coverage for each station. When completed and approved, the Contractor shall hermetically seal the chart between two pieces of plastic, each piece being a minimum of 10 mils thick. These charts shall be completed and approved prior to final inspection of the irrigation system. 308 -6.2.3 Manuals Operation and Maintenance Manuals. Prepare and deliver to the City within ten (10) calendar days after substantial completion of the project, three (3) hard cover binders with three rings containing the following information: 1. Index sheet stating Contractor's address and telephone number and list of equipment with name and address of local manufacturer's representatives. 2. Catalog and parts sheets on every material and equipment installed under this contract. 3. Guarantee statement. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The Contractor shall file a complete copy of these specifications along with the guarantee prior to the acceptance of the irrigation system by the City. A copy of the guarantee form shall be included in the operations and maintenance manual. The guarantee form shall be retyped onto the Contractor's letterhead per attached form. 4. Complete operating and maintenance instructions on all major equipment. In addition to the above mentioned maintenance manuals, provide the City's maintenance personnel with instructions for major equipment and show evidence in writing to the City at the conclusion of the project that this service has been rendered. 308 -6.3 EQUIPMENT 308 -6.3.1 loose Equipment to be Furnished. The following subsection shall be added (confirm each item with the City Inspector prior to actual turn - over): F• The Contractor shall supply as a part of this contract the following tools: 1. Two (2) sets of special tools required for removing, disassembling and adjusting each type of sprinkler and valve supplied on this project. 2. Two (2) five foot valve keys for operation of gate valves. 3. One (1) quick coupler key and matching hose swivel for every five (5) of each type of quick coupling valve installed. 4. Six (6) spray nozzles of each type specified on the legend. 5. Twelve (12) spray bodies of each manufacturer specified on the legend. 6. Two (2) rotors of each manufacturer specified on the legend. Two (2) gate valves - line sized - as specified on the legend. 8. Two (2) keys each for controller and controller enclosure doors. The above - mentioned equipment shall be turned over to the City at the conclusion of the project before final inspection can occur, evidence that the City has received material must be shown to the City Representative. 308 -7 GUARANTEE The text of the subsection shall be deleted and replaced with the following: The guarantee period shall begin at completion of maintenance or date of substantial completion as per the Engineer, whichever is later. Upon acceptance, all planting, irrigation, earthwork and trenches shall be guaranteed by the Contractor for a period of one year against defects in materials and workmanship. Any settling of backfill trenches which may occur during the one year guarantee period shall be repaired to the City's satisfaction by the Contractor without expense to the City, including the complete restoration of damaged planting, paving, or other improvements of any kind. The Contractor, within fifteen (15) days of notification by the Engineer, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. F : \Users\PBw\Shared\Contracts\FY 0405 \BALBOA VILLAGE PHASE III C- 3727\SPECS FOLDEMSectionD- Irrigation.doc D -10 PART 1 GENERAL 1.1 GENERAL CONDITIONS A. Requirements of the Contract Documents shall apply to work in this Section with the same force and effect as though repeated in full herein. 1.2 SCOPE OF WORK A. The Contractor shall furnish materials, labor, transportation, services, and equipment necessary to furnish and install Lithocrete® architectural concrete paving incorporating the patented Lithocrete® process as indicated on the plans and as specified herein. B. Work included in this Section: 1. Installation of sand subbase. 2. Installation of reinforcing steel. 3. Installation of wood formwork. 4. Installation of Lithocrete® architectural concrete installed under U.S. Patents #4,748,788 and #6,016,635. 1.3 QUALITY ASSURANCE A. Testing Agency: The Engineer shall designate a qualified testing agency. B. Analyses: Samples of materials may be taken and analyzed for conformity to this specification at any time. The Contractor shall furnish samples as requested by Engineer. C. Cost of Testing: The City shall pay the costs of initial testing of materials. The Contractor shall pay all costs for re- test(s) due to failure(s) to pass initial test(s). D. Allowable Tolerances: 1. Concrete shall be installed true to line and grade and as indicated on Drawings. The finish surface of concrete paving shall not vary more than '/ -inch per foot except at grade breaks. No "birdbaths" or other surface irregularities will be permitted. The Contractor shall correct identified irregularities to the satisfaction of the Engineer. E -2 2. The Contractor shall take care in details of forming, setting, reinforcing, mixing and placing concrete exposed in finish work to obtain smooth, even surfaces of dense concrete. 3. Drainage: The Contractor shall be responsible for providing proper drainage, without "birdbaths" on paving surfaces. Discrepancies or omissions on Drawings, or on -site conditions, which prevent proper drainage to be brought in writing to the Engineer's attention for direction prior to beginning work. E. Applicable Standards: The Contractor shall comply with the following: 1. Lithocrete® Personnel Training manual, latest revision February 1998. 2. ACI — American Concrete Institute, "ACI Manual of Concrete Practice ", 2001 edition. 3. Portland Cement Association — "Design and Control of Concrete Mixtures ", 13t" Edition. 4. ASTM — American Society of Testing Materials. 5. AWS — "Welding Reinforcing Steel, Metal Inserts and Connections in Reinforcing Concrete Construction. 5. U.S. patents for Lithocrete® #4,748,788 and #6,016,635. F. Quality Control: The Contractor shall take necessary measures so that quality control is maintained by licensed installers of Lithocrete® throughout duration of project to the satisfaction of the Engineer. 1.4 SUBMITTALS A. The Contractor shall submit shop drawings and other product data specified herein at least 30 calendar days prior to commencement of construction of Lithocrete° sidewalk or pavement. B. The Contractor shall provide certified mill test reports as to chemical and physical properties of reinforcing bars furnished. C. The Contractor shall submit (1) copy of a Statement of Mix Design prepared by the batch plant servicing Project for each concrete type delivered to Project. The Statement of Mix Design shall contain following information: 1. Name, address, and telephone number of batch plant preparing statement of mix design. 2. Date of mix design. 3. Project location. 4. Contractor requesting load delivery. E -3 5. Mix design number. 6. Integral color used, if any. 7. Gradations for sand and aggregate. 8. Material weights, specific gravity, and absolute volumes. 9. Basis of testing, i.e. UBC 2605 D4 and Title 24 2604 D4. 10. Waterlcement ratio. 11. Admixtures. 12. PSI rating. 13. Signature of testing laboratory manager. 14. Signed stamp from registered structural engineer or architect. D. The Contractor shall furnish on -site samples at a location designated by the Engineer: 1. At least 30 calendar days prior to construction, the contractor shall, provide (1) 4 -foot x 4 -foot x 4 -inch sample of each Lithocrete® paving type specified on Drawings. 2. Each mock -up shall contain joint types as indicated on the Drawings, i.e. construction, contraction, and isolation. 3. The Engineer's approved mock -ups shall be the standard for future paving review and approval. 4. The Contractor shall remove mock -ups from site upon completion of Work. E. Extra Stock: The Contractor shall provide an additional 5 percent of each Lithocrete® aggregate type to the City Maintenance Yard for future paving repairs. 1.5 PRODUCT HANDLING A. Materials shall be stored in a dry and protected location. Reinforcing steel and dowels shall be protected from rusting, deformation, staining, and moisture damage. B. Lithocrete® aggregate shall be kept dry and clean prior to installation. 1.6 PROJECT CONDITIONS A. The Contractor shall ensure that substrate for concrete paving meets the Engineer's approval before beginning work. Discrepancies shall be brought to the Engineer's attention. Work shall not begin until any unsatisfactory conditions have been resolved to the Engineer's satisfaction. E -4 B. Sequencing and Scheduling of Work: 1. Other Trades Work: a. The Contractor shall coordinate with other trades items that need to be furnished and set in place prior to beginning work. Portions of other trades work to be executed by them so as to not delay progress of Contractors work. b. The Contractor shall be responsible for proper installation of accessories embedded in concrete for provision of holes, vaults, and openings, necessary to execution of other trades work. C. After wood forms have been placed and approved by Engineer, the Contractor shall ensure that other trades have been notified and given sufficient time to complete their portion of work. 1.7 SUBSTITUTIONS A. No paving finishes other than Lithocrete® shall be allowed. 1.8 REVIEW OF SITE A. The Contractor shall visit project site and review existing conditions prior to submitting bid. 1.9 WARRANTY A. Warranty Period: In addition to manufacturer's guarantees for products installed under this Specification, concrete work shall be warranted for one year from date of Final Acceptance against defects in materials and workmanship by Contractor. Warranty shall also cover repair and damage to materials and workmanship to the Engineer's satisfaction. B. Warranty Exception: The Contractor shall not be held responsible for paving failure due to vandalism, or Acts of God during stated warranty period. PART 2 PRODUCTS 2.1 PORTLAND CEMENT A. Type V cement shall be used wherever specified in the Project Soils Report. E -5 B. The same brand of cement from a single source shall be used throughout entire project. 2.2 FINE AGGREGATE (washed concrete sand) A. Clean, hard, and durable washed concrete sand, conforming to ASTM C33 shall be used. B. Sand from a single source shall be used throughout entire project. 2.3 COARSE AGGREGATE A. Clean, hard, and durable coarse aggregate, conforming to ASTM C33 shall be used. S. Aggregate from a single source shall be used throughout entire project. 2.4 LITHOCRETE® AGGREGATE A. Refer to the Plans for specified Lithocrete® aggregate type, size, color, and distribution percentage. B. Lithocrete® aggregate from the same source for each paving type specified shall be used throughout entire project. C. Lithocrete® aggregates shall be kept clean and dry prior to broadcasting. 2.5 WATER A. Water shall be free from deleterious materials such as oils, acids, and organic matter. 2.6 ADMIXTURES A. Integral Coloring Admixture (dry pigment): Refer to the Plans for color type and manufacturer. 1. Acceptable Manufacturers: a. L.M. Scofield; (800) 800 -9900 or www.scofield.com. b. Colorfull by Admixtures, Inc.; (626) 357 -3263. C. QC Construction Products; (800) 453 -8213 or www.aconl2rod.com. d. Davis Colors; (800) 800 -6856 or www.daviscolors.com. E -6 B. Integral Coloring Admixture (liquid pigment): Refer to the Plans for color type and manufacturer. 1. Acceptable Manufacturers: a. Solomon Colors: (800) 624 -0261, or www.solomoncolors.com. b. Davis Colors /LaPorte: (800) 800 -6856, or www.daviscolors.com. C. Set Retarder: Conforming to ASTM C494, Type B and D. 1. Acceptable Manufacturers: a. Grace Construction Products: Daratarde, 17 Set Retarder (800) 433 -0020, or www.araceconstruction .com /concretelau setretard.html. b. Master Builders, Inc.; Pozzolith® Retarder, (800) 628 -9990, or www.masterbuilders.com/MB/pub/Products.asp?TypeCat=l &Parentl D =133w. masterbuild ers. com. D. Shrinkage Reducing Admixtures: Conforming to ASTM C157. 1. Acceptable Manufacturers: a. Grace Construction Products; Eclipse®, (800) 433 -0020, or www.graceconstruction.com /concrete /shrinkage reducers.ht ml#eclipse. 1) Eclipse Shrinkage Reducing Admixture is a liquid admixture which dramatically reduces concrete shrinkage and curling due to drying. E. Air Entrainment Admixtures: Conforming to ASTM C260. 1. Acceptable Manufacturers: a. Grace Construction Products; Daravairo, (800) 433 -0020, or www.graceconstruction .com /concrete /air entraining.html#da ravair. b. Master Builders, Inc.; Micro -Air®, (800) 628 -9990, or www.masterbuilders.com/MB/pub/Product.asp?TvpeCat=2 Pa re ntl D =78& P rod uctl D =22. F. Water Reducing Admixtures: Conforming to ASTM C494, Type A. 1. Acceptable Manufacturers: a. Grace Construction Products; WRDe, (800) 433 -0020, or www.graceconstruction .com /concrete /water reducers.html# wrda. E -7 b. Master Builders, Inc.; Micro -Air® (800) 628 -9990, or www.masterbuilders.com. 2.7 READY MIXED CONCRETE A. Ready mixed concrete shall be batched, mixed and transported in accordance with ASTM C94 - "Specifications for Ready Mixed Concrete." 2.8 REINFORCING A. Reinforcing Steel shall conform to ASTM A615, clean and free of rust, dirt, grease or oils. B. Tie Wire shall be 16 -gauge galvanized steel conforming to ASTM A82, clean, and free of rust, dirt, grease or oils. C. Supports for Reinforcement: 1. Supports for reinforcement shall be provided including bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars in place. D. Polypropylene Fiber Reinforcement shall be 100 percent virgin multifilament polypropylene fibers, complying with ASTM C 1116 - Type III. 1. Acceptable Manufacturers: a. Fibermesh; Fibermix Stealth®— 1/4" long (423) 892 -8080, or www.fibermesh.com/familv/stealth.htm. b. Grace Construction Products; MicroFiberTM (800)433 -0020, or www.graceconstruction.com /concrete /fibers.htm] 2. Application Rate: Per Statement of Design Mix. 2.9 ISOLATION JOINT MATERIALS A. Refer to Section 303 -5.4 — Joint Sealers for isolation joint construction. 2.10 CONSTRUCTION JOINT DOWELS A. Dowels shall be 1/2 -inch- diameter Rebar, free of dirt, grease, and oils. Encase 50 percent of each dowel in a Speed DoweITM plastic sleeve to allow parallel lateral movement of each dowel. Contact Greenstreak at (800) 325 -9504, or www. greenstreak .com /sr)eeddowelhome.htm. 2.11 FLY ASH [. A. ASTM C618 - Type F fly ash shall be used only when specifically called for in Statement of Mix Design. PART 3 EXECUTION 3.1 SUBGRADE A. Subgrade shall meet the requirements of project's soils report. B. The Contractor shall install a 4 -inch layer of graded washed concrete sand compacted to 95 percent relative compaction over subgrade prior to placing concrete. C. Sand shall be screed to a smooth plane. D. The Contractor shall ensure that utilities, including irrigation lines are buried and compacted below bottom of sand layer. E. Sand shall be kept damp prior to placing concrete with no visible standing water present. 3.2 FORM WORK A. The Contractor shall be responsible for design and engineering of formwork as well as its construction. B. Forms shall be constructed accurately to dimensions, plumb and true to line and grade. Formwork shall be set tight and braced so as to maintain position and shape during placement of reinforcing steel and concrete. C. The Contractor shall carefully examine the Plans and provide necessary recesses and openings of proper sizes and shapes. Anchor plates, inserts, and other items to be embedded in concrete shall be secured accurately so that they will not be displaced during concrete placement. D. Form lumber shall be new #2 or better grade wood, free of splits, knotholes, and true to line both horizontally and vertically. E. Formwork shall be set where both horizontal and vertical planes are straight and plumb. E -9 F. Forms shall be constructed in such a manner that construction joints occur at locations indicated on Plans. In any case, a maximum of 20 -feet by 20 -feet shall not be exceeded in any given formed construction area. G. Formwork shall be observed carefully and checked for alignment and level as work proceeds and shall be adjusted as necessary and /or as directed by the Engineer. H. Formwork Approval: The Engineer's approval must be attained before placing concrete. I. Formwork shall remain in place long enough for concrete to set properly. Supporting forms shall not be removed until concrete has obtained sufficient strength to supports its own weight without deflection. J. Forms shall be removed when appropriate and discard offsite. 3.3 REINFORCEMENT A. Reinforcement shall be places as indicated on Plans B. Reinforcement shall be placed accurately and securely. Steel shall be fastened to prevent displacement before and during placement of concrete. C. Steel bars shall be supported with tie wire and suitable steel bar cradles. D. Reinforcement shall be bent and placed in accordance with ACI standards. E. Steel bars shall be wet to cool prior to placement of concrete. 3.4 DESIGN OF MIXES AND PROPORTIONING A. Proportion and mix of cement, aggregate, admixture and water to attain required plasticity and strength shall conform with the current edition of ACI Manual of Concrete Practice and PCA "Design and Control of Concrete Mixtures." B. Concrete mixtures shall be designed by an approved commercial testing laboratory, using approved materials to obtain specified minimum compressive strength. C. Concrete Mix Criteria E -10 1. Slump: a. Maximum: 5- inches. b Minimum: 3- inches. 2. PSI Rating: a. At 7 days: minimum of 2,500. b. At 28 days: minimum of 4,000. 3. Cement: a. Type: Type Il. b. Quantity per yard of mix: 1. Minimum: 6 sacks. 2. Maximum: 7 sacks. 4. Water / cement ratio: 0.63 — 0.67. 5. Fine Aggregate (washed concrete sand): 70 percent of total. 6. Coarse Aggregate: 30 percent of total. 7. Admixtures: a. Air entrainment: Do not exceed 2 percent. b. Shrinkage Reducing: Do not exceed 2 percent by weight of cement. 8. Fly ash: Use only when seeding reactive Lithocrete® aggregates. 9. Non - Chloride Accelerators: Do not use corrosive accelerators such as calcium chloride. 10. Concrete Delivery: Do not use concrete loads exceeding 90 minutes from time of batching. 11. Ensure that batch plant guarantees single source supply for cement, fine aggregate, and coarse aggregate for entire length of project. 3.4 LITHOCRETE® AGGREGATE INSTALLTION A. Broadcasting of Lithocrete aggregates shall be performed only through a licensed Lithocrete® installer. E -11 B. Lithocrete® process of embedding surface- seeded aggregates incorporates, but is not limited to the following proprietary products: 1. Lithocrete ConditionWm 2. Lithocrete Etch - Retarder®. 3. LithosealTM paving surface sealer. 3.5 JOINTING A. The provisions of to ACI 302 "Guide for Concrete Floor and Slab Construction" shall apply to work under this section. B. Contraction Joints: 1. Contraction and construction joints shall be sawcut in locations as indicated on the Plans. 2. Jointing shall be performed with a new diamond tip circular saw. 3. Joint width shall not exceed 3/16 -inch in width. 4. Sawcut Depth: a. Contraction joints shall be 1 14th depth of slab. b. Decorative sawcut joints shall be '/z -inch. 5. Joints shall be sawcut in a straight line with no overcutting at intersections. 6. A hand grinder with a 4 -inch diamond blade shall be used to sawcut up to vertical edges such as walls, steps, curbs and columns. Overcutting into vertical surfaces or adjacent concrete shall be avoided. C. Construction Joints: 1. Construction joints shall be sawcut in locations indicated on the Plans. 2. Jointing shall be performed with a new diamond tip circular saw. 3. Joint width shall not exceed 3116 -inch in width. 4. Depth of sawcut shall be full depth. 5. Joints shall be sawcut in a straight line with no overcutting. E -12 6. A hand grinder with a 4 -inch diamond blade shall be used to sawcut up to vertical edges such as walls, steps, curbs and columns. Overcutting into vertical surfaces or adjacent concrete shall be avoided. D. Isolation Joints: 1. Install isolation joints and caulking under Section 303 -5.4 of the Greenbook. 3.6 DAMAGED CONCRETE A. Damaged concrete paving shall be replaced at Contractor's expense when damage is done by direct negligence of Contractor. 3.7 CURING AND PROTECTION A. After initial Lithocrete® aggregate exposure, the concrete shall be cured by continuously sprinkling or fogging paving with water for minimum 7 days. B. Barricades, delineators, safety ribbon, and /or any other measures deemed necessary by the Engineer shall be installed by the Contractor around concrete during the curing period. C. After initial concrete placement, concrete shall be opened to pedestrian traffic within 14 days, and shall be opened for vehicular traffic in 28 days, unless otherwise directed by the Engineer. 3.8 SEALING A. After paving has cured, the Contractor shall seal the surface of Lithocrete° concrete with a minimum of (3) light coats of LithosealTM paving sealer, in accordance with the manufacturer's specifications. B. Additional sealers to LithosealTM shall not be allowed without approval by the Engineer. 3.9 CLEANUP A. The work area shall be kept clean, neat and orderly throughout the duration of the project. . E -13 B. Prior to Final Acceptance review by the Engineer, the Contractor shall clean and remove deleterious materials and debris from entire work area. END OF SECTION F :\Users \PBw\Shared\Contracts\FY 04- 051BALBOA VILLAGE PHASE III C- 3727\SPECS FOLDER \SectionE- LithocreteSpeos.doc E -14 SECTION F (REVISED) SPECIAL PROVISIONS FEDERAL COMPLIANCE POLICIES AND RESPONSIBILITIES F -1 FEDERAL PROVISIONS: LABOR COMPLIANCE AND SECTION 3 BID SUBMITTAL REQUIREMENTS F -2 Federal Equal Opportunity / Affirmative Action Requirements F -10 Federal Labor Standards Provisions (including Davis -Bacon Act requirements; Contract Work Hours & Safety Standards Clauses; Copeland Anti - Kickback Act Clause; and Employment of Apprentices/Trainees Clauses) F -14 Housing & Urban Development Act Section 3 Clause regarding economic opportunities for lower income residents F -15 Contracting with Small and Minority Firms, Women Business Enterprises and Labor Surplus Firms F -16 Compliance with Federal Clean Air & Clean Water Acts F -17 Certification of Nonsegregated Facilities F -18 Certification with Regards to the Performance on Previous Contracts F -19 Subcontractors Award Notice F -20 Notice of Equal Employment Opportunity F -21 Certification of Fringe Benefits F -22 Certification of Understanding and Authorization F -23 Federal Lobbyist Certification F -24 Certified Payroll Report F -25 Instructions for Certified Payroll Report F -28 Statement of Compliance F -29 Instructions for Statement of Compliance F -30 Section 3 Economic Opportunity Plan F-31 Section 3 Commitment Notice F -32 Section 3 Resident Certification F -33 Section 3 Business Certification F -34 Definition of Section 3 Terms F -37 Section 3 Summary Report Federal /State Wage Decision /Determination Pages shown in bold print are to be completed and attached to the bid proposal. F -2 FEDERAL EQUAL EMPLOYMENT OPPORTUNITY/ AFFIRMATIVE ACTION REQUIREMENTS EQUAL OPPORTUNITY CLAUSE. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed. And that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. C. The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or outstanding, a notice to be provided, advising the said labor union or workers' representative of the contractor's commitments under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purpose of investigation to ascertain compliance with such rules, regulations, and orders. f. In the event of the contractor's noncompliance with the nondiscrimination clause of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole, or in part, and the contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of Paragraph 1a through 1g in every subcontract or purchase order unless exempt by rules, regulations, or orders of the secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the F -3 contractor may request the United States to enter into such litigation to protect the interests of the United States. 2. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Executive Order 11246). a. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein. b. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Timetables Goals for Minority Goals for Female . Participation for Each Trade Participation in Each Trade These goals are acceptable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non - federally involved construction. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60 -4.3 (a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall be given a violation of the contract, the Executive Order, and the regulations of 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. C. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor, estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. d. As used in this notice, and in the contract resulting from this solicitation, the "covered area" is the Standard Metropolitan Statistical Area of Los Angeles -Long Beach, specifically the County of Los Angeles, State of California. 3. STANDARD FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS (Executive Order 11246) a. As used in these specifications: F -4 (1) "Covered area" means the geographical area described in the solicitation from which this contract resulted; (2) "Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any persons to whom the Director delegates authority; (3) "Employer identification number' means the Federal Social Security Number used on the Employer's Quarterly Federal Tax Return, United States Treasury Department Form 941. (4) "Minority" includes: (a) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race); (c) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (d) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). b. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which contract resulted. C. If the contractor is participating (pursuant to 41 CFR Part 604.5) in a Hometown Plan approved by the United Stated Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with the Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the Equal Opportunity Clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractors or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. d. The contractor shall implement the specific affirmative action standards provided in Paragraphs 39 (1) through 3g (16) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally F -5 assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. e. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minority or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. In order for the nonworking training hours of apprentices and trainees to be conducted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the United States Department of Labor. g. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon effort to achieve maximum results from its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foreman, superintendents, and other on -site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority and female individuals working at such sites or in such facilities. (2) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. (3) Maintain a current file of the names, addresses, and telephone numbers of each minority and female off - the -street applicant and minority or female referral from union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with reason therefore, along with whatever additional actions the contractor may have taken. (4) Provide immediate written notification to the Director where the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or women sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. F -6 (5) Develop on- the -job training opportunities and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources complied under Paragraph 3g (2), above. (6) Disseminate the contractor's equal employment opportunity (EEO) policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. (7) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, such matter discussed, and disposition of the subject matter. (8) Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. (9) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. No later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment sources, the contractor shall send written notification to organizations such as the above, describing the opening, screening procedures, and tests to be used in the selection process. (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth, both on the side and in other areas of a contractor's work force. (11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. (12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. F -7 (13) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment - related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. (14) Ensure that all facilities and company activities are non - segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. (15) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations. h. Contractors are encouraged to participate in voluntary associations which assist fulfilling one or more of their affirmative action obligations described in Paragraphs 3g (1) through (16), above. The efforts of a contractor association, joint contractor- union, contractor- community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under Paragraphs 3g (1) through (16) of these specifications provided that the contractor actively participates in the group, makes every effort to ensure that the group has a positive impact on the employment of minorities and women in the industry, reflected in the contractor's minority and female work force participation, makes a good faith effort to meets its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). j. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. k. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. The contractor shall carry out such sanctions and penalties for violation of these specifications of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanction and penalties shall be in violation of theses specifications and Executive Order 11246, as amended. F -8 m. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in Paragraph 3g of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR Part 60 -4.8. n. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper, or laborer), dates of changes in status, hour worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. o. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). P_ The Director from time to time, shall issue goals and timetables for minority and female utilization which shall be based on appropriate work force, demographic or other relevant data and which shall cover construction projects or construction contracts performs in specific geographic areas. The goals, which shall be applicable to each construction trade, shall be published as notices in the Federal register, and shall be inserted by the contracting officers and applicants, as applicable, in the Notice required by 41 CFR 60 -4.2. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. 4. SPECIFIC EEO REQUIREMENTS. For a federally assisted construction contract in excess of $10,000, the contractorlsubcontractor shall: a. Forward the following EEO certification forms to the contract awarding authority prior to contract award: Certification of Non - Segregated Facilities and Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing Required Reports. b. Submit a notification of the subcontracts awarded to the Director, Office of Federal Contract Compliance Programs, United States Department of Labor - ESA, 200 Constitution Avenue, NW, Room C3325, Washington, D.C., 20210, within 10 working days of award of any subcontract in excess of $10,000, listing the name, address, and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. C. Send a notice of the contractor's commitment to equal employment opportunity to labor unions or representatives of workers prior to commencement of construction work. F -9 d. Display an equal employment opportunity poster in a conspicuous place available to employees and applicants for employment. e. For contracts in excess of $10,000, bind subcontractors to the Federal equal employment opportunity requirements by including the provisions of Paragraphs 1 through 3, above, in the subcontract. 5. CIVIL RIGHTS ACT OF 1964. Under Title IV of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 6. SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974. No person in the United States shall on the grounds of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or part with funds made available under this Title. 7. THE AGE DISCRIMINATION ACT OF 1975. No person in the United States shall, on the basis of age, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under, any program or activity receiving Federal financial assistance. 8. REHABILITATION ACT OF 1973. No otherwise qualified individual with handicaps in the United States shall, solely by reason of his or her handicap, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. F -10 Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of Labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (I) Minimum Wages. All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations Issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona file fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(0) and the Davis. Bacon poster (WH -1321) shall be posted at all limes by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where It can be easily seen by the workers. (II) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classed in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action Pmiau: edtion is obsolete taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210, The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or Its designee or will notify HUD or its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics Includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215- 0140.) 2. Withholding. HUD or Its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as M. HUD4010 (=2003) ref. Handbook 1344.1 F -11 may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or Its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis - Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of tabor has found under 29 CFR 5.5 (a)(1)(N) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or program described in Section I(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated In writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215 -0140 and 1215- 0017.) (it) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a parry to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 -005. 00014 -1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance; signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, Previau, edition is obsolete without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(il)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (t) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person Is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) speed in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified In the applicable wage determination. Apprentices shall be paid fringe F -12 MM HUD - 401010772003) ref. Harmbook 1344.1 benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (it) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract G. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained In subparagraphs 1 through t 1 of this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the Pmiws edifim is obsolete contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of labor, or the employees or their representatives. 10. (t) Certification of Eligibility. By entering Into this contract the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest In the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (Iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions ", provides in part: 'Whoever, for the purpose of . . . influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be Instituted any proceeding or has testified or is about to testily in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act The provisions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers' and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any F -13 farts HUD4010 (OMM) ref. Handbwk 1340.1 subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause sat forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally- assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. Previous eGNOn is obsolete (4) Subcontracts. The contractor or subcontractor shall insert In any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable only where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, 40 USC 3701 at seq. (3) The Contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. F -14 10 HUD4010(072003( rat. Handbook 1341.1 SECTION 3 CLAUSE Section 3 Clause. All Section 3 covered contracts shall include the following clause (referred to as the Section 3 Clause). a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (Section 3). 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, to be directed to low- and very low- income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. c. The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other outstanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 Clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth the minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. d. The contractor agrees to include this Section 3 Clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 Clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractors where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in the 24 CFR Part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135. f. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performed in connection with Section 3 covered Indian housing assistance, Section 7 (b) of the Indian Self- Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7 (b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7 (b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7 (b). F -15 CONTRACTING WITH SMALL AND MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISE, AND LABOR SURPLUS AREA FIRMS (Applicable to federally assisted construction contracts and related subcontracts) It is national policy to award a fair share of contracts to small and minority business firms. Accordingly, affirmative steps must be taken to assure that small and minority business are utilized when possible as sources of supplies equipment, construction and services. Affirmative steps shall include the following: a. Including qualified small and minority businesses on solicitation lists b. Assuring that small and minority businesses are solicited whenever they are potential sources. C. When economically feasible, dividing total requirements into smaller tasks or quantities so as to permit maximum small and minority business participation. d. Where the requirement permits, establishing delivery schedules which will encourage participation by small and minority businesses. e. Using the services and assistance of the Small Businesses Administration and the Minority Business Development Agency of the Department of Commerce as required. f. If any subcontracts are to be let, requiring the prime contractor to take the affirmative steps in 1a through 1e above. 2. Grantees shall take similar appropriate affirmative action in support of women's business enterprises. 3. Grantees are encouraged to procure goods and services from labor surplus areas. F -16 COMPLIANCE WITH CLEAN AIR AND WATER ACTS (Applicable to federally assisted construction contracts and related subcontracts exceeding $100,000) During the performance of this contract, the contractor and all the subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended. In addition to the forgoing requirements, all nonexempt contractors and subcontractors shall furnish to the owner, the following: A stipulation by the contractor or subcontractors, that any facility to be utilized in the performance of any nonexempt contract or subcontract, is not listed on the List of Violating Facilities issued by the Environmental Protection Agency (EPA) pursuant to 40 CFR 15.20. 2. Agreement by the contractor to comply with all the requirements of Section 114 of the Clean Air Act, as amended, (42 USC 1857c -8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) related to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114 and Section 308, and all other regulations and guidelines issued thereunder. 3. A stipulation that as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA List of Violating Facilities. 4. Agreement by the contractor that he will include the criteria and requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and requiring that the contractor will take such action as the government may direct as a means of enforcing such provisions. F -17 CERTIFICATION OF NON - SEGREGATED FACILITIES Federally Assisted Projects 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, 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, Company: By: Title: Date: F -18 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: Project Number: Awarding Agency: Contractor Name: Affiliate Company: By: Contract Award: Total Number of Employees: Title: 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 bw (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, K 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 c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes F -19 CONTRACTORS NOTIFICATION OF SUBCONTRACTS AWARDED CONTRACT NUMBER: PROJECT AREA: DATE: PROJECT TITLE: SUBCONTRACTOR'S NAME, ADDRESS AND TELEPHONE NUMBER EMPLOYER IDENTIFICATION NUMMBER BER DN CONTRACT AMOUNT ESTIMATED STARTING DATE ESTIMATED COMPLETION DATE CRAFTS TO BE USED NOTE: INFORMATION TO BE PROVIDED BY CONTRACTOR WITHIN 10 WORKING DAYS OF AWARD OF ANY CONTRACT WITH REFERENCE TO SUBCONTRACTORS, INFORMATION TO BE PROVIDED FOR ALL SUBCONTRACTS REGARDLESS OF TIER. Contractor Contractor's Address F -20 and Title To: NOTICE OF EQUAL EMPLOYMENT OPPORTUNITY Project Number and Title Name of Labor Union, Worker's Representative, etc. Address The undersigned currently holds a contract with the 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 F -21 CERTIFICATION FOR APPLICABLE FRINGE BENEFIT PAYMENTS Project Name Awarding Agency Location: Project Number: Work Classification HOURLY FRINGE BENEFITS PROVIDED Name, Address, and Telephone Number of the Approved Plan, Fund, or Program Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ Vacation $ Apprenticeshlp?ralning $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ Health & Welfare $ Pension $ vacation $ Apprenticeship/Training $ Other (explain) $ TOTAL HOURLY FRINGE $ I certify under penalty of penury that: ❑ I make payments to approved fringe benefit plans, funds, or programs as listed above. 2R ❑ I DO NOT make payments to approved fringe benefit plans, funds, or programs. Benefits are added to hourly rates and paid to employees weekly. (Print Company Name) (Print Name of Person Authorized to Sign) Contractor License Number: By: Date: Title: F -22 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT Los Angeles Area Office, Region IX 1615 West Olympic Boulevard Los Angeles, California 90015 -3801 CERTIFICATION OF UNDERSTANDING AND AUTHORIZATION PROJECT NAME: PROJECT NUMBER: This is to certify that the principals, and the authorized payroll officer, below, have read and understand the Minutes of the Pre - construction Conference and the labor standards clauses pertaining to the subject project. The following person(s) is designated as the payroll officer for the undersigned and is authorized to sign the Statement of Compliance which will accompany our weekly certified payroll reports for this project: Payroll Officer (Name) Payroll Officer (Signature) (Contractor /Subcontractor) By: (Signature) (Title) (Date) Contractor /Subcontractor License No. F -23 Name of Address: State: FEDERAL LOBBYIST REQUIREMENTS Zip Code: CERTIFICATION Date: Phone Number: ( ) 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). 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; 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee 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; 3. 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: Signature: F -24 Title: Date: �°I. PUBLIC WORKS PAYROLL REPORTING FORM w• -a- NAFff WC(MIFACI'OR. WNMACI'IXf•S LIXIIi38M1: AOOP63. oR3lrecuxMACTDR: sPECw.n ucEM3EN0: PAYRDL NO: FORWP.PX ENOQN' SELFMSUBFA CQI'RPN:ATWN NO' PROIfZIOR [OMAACTNO.: (() pAV I3) (6) WIXfKP.R'S WABkNSATRkI WM.tCY NO: iROlPLI'ANDLCGT(ON. 111 li) I (31 M T W TH F -17T 8 OTA IIOOPLy RATE O) (S) lP) DAM g � IIX1R4 OF PAY ORMAM OUM EA0.NE0 OFJUCIRT .'SCONTRBNIONSANDPAYMP1x3 NA6U3, NU6IDER DF PA1P107 B E W CLAA6ICAT N WOS PA(OfPA (YEIX lID K 1R WCPKPDFACHDAY gig: FICA STATE SOI VACI MALTH PEN9IDN lF® ALL TA% TAX (SOC.9EC) TAX H y BMPI.P P&OIECT pRpR.CTg 3 RUMO. FUND p16 IiNV/ SAV4IV`O9 AG6@( SUBS. OEpIG R N3 O 2D HCA STATE Sp A fEtbI0.V THIS ALL TAX (ECC SEC) TAX WLIOAT ttVPJF. PROTECT" PROTECTS S NND DUES TRAM SAVINGS OT10R• TOTAL AMmI SUBA OFDUC. TWIR O FED. MA STATE &M VAL, I9ALTH MN XM T103 ALL TAX (SOC. SEC) TAX HOLMAT SwEIP PR02C T PROIFLIS 3 GUND WPS TGVI SAVD%'9 O AL ADA@1 SUBS LEOLC- TpNS O lHI3 PAOIECF ALL iAOIPCIS mo, TAX FICA (80C. SEQ STATE TAX sw VAV "LMAY MALTH [M99 PFJiSNx S TPA m. SAVMG6 Ofl @R• TOTAL ADe(M SUBS OFDLC. X% S O Pam A-ian nm.Tap s.snAroxr TUp • Dnml- AmanaumRnu�emromo.. �waFD .suaa..wo.tmmangmmeypa.nuvy CERTIFICATION MUST BE COMPLETED Mo AW le rrtph.vmo.uwmamxpntN'Ipm Uswa L.eC.)vaaTV3' t3rtmvcaal SIX=BFATE DISABO.RY MSUMNCE F -25 INSTRUCTIONS FOR COMPLETING PAYROLL FORM General: The use of this payroll form is not mandatory. This form has been made available for the convenience of contractors and subcontractors required by their Federal or Federally -aided construction -type contracts and subcontracts to submit weekly payrolls. Properly filled out, this form will satisfy the requirements of Regulations, Parts 3 and 5 (29 CFR, Subtitle A), as to payrolls submitted in connection with contracts subject to the Davis -Bacon and related Acts. This form meets needs resulting from the amendment of Davis -Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay not less than fringe benefits as predetermined by the Department of Labor, in addition to payment of not less than the predetermined rates. The contractor's obligation to pay fringe benefits may be met either by payment of the fringes to the various plans, funds or programs or by making these payments to the employees as cash in lieu of fringes. This payroll provides for the contractor's showing on the face of the payroll all monies to the employees, whether as basic rates or as cash in lieu of fringes and provides for the contractor's representation in the statement of compliance on the rear of the payroll that he is paying to other fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions concerning the preparation of the payroll follow: Contractor or Subcontractor: Fill in your firm's name and check appropriate box. Address: Fill in your firm's address. Column 1 - Name, Address, and Social Security Number of Employee: The employee's full name and Social Security Number must be shown on each weekly payroll submitted. The employee's address must also be shown on the payroll covering the first week in which the employee works on the project. The address need not be shown on subsequent weekly payrolls unless the address changes. Column 2 - Withholding Exemptions: This column is merely inserted for the employer's convenience and is not a requirement of Regulations, Part 3 and 5. Column 3 - Work Classifications: List classification descriptive of work actually performed by employees. Consult classification and minimum wage schedule set forth in contract specifications. If additional classifications are deemed necessary, see Contracting Officer or Agency representative. Employee may be shown as having worked in more than one classification provided accurate breakdown or hours so worked is maintained and shown on submitted payroll by use of separate entries. Column 4 - Hours worked: On all contracts subject to the Contract Work Hours Standard Act enter as overtime hours worked in excess of 8 hours per day and 40 hours a week. Column 5 - Total: Self- explanatory Column 6 - Rate of Pay, including Fringe Benefits: In straight time box, list actual hourly rate paid the employee for straight time worked plus in cash in lieu of fringes paid the employee. When recording the straight time hourly rate, any cash paid in lieu of fringes may be shown separately from the basic rate, thus $3.251.40. This is of assistance in correctly computing overtime. See "Fringe Benefits" below. In overtime box shown overtime hourly rate paid, plus any cash in lieu of fringes paid the employee. See "Fringe Benefits" below. Payment of not less than time and one -half the basic or regular rate paid is required for overtime under the Contract Work Hours Standard Act of 1962. In addition to paying no less than the predetermined rate for the classification which the F -26 employee works, the contractor shall pay to approved plans, funds or programs or shall pay as cash in lieu of fringes amounts predetermined as fringe benefits in the wage decision made part of the contract. See "FRINGE BENEFITS" below. FRINGE BENEFITS - Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of labor shall continue to show on the face of the payroll the basic cash hourly rate and overtime rate paid to his employees just as he has always done. Such a contractor shall check paragraph 4(a) of the statement on the reverse of the payroll to indicate that he is also paying to approved plans, funds or programs not less than the amount predetermined as fringe benefits for each craft. Any exceptions shall be noted in section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee, and insert in the straight time hourly rate column of the payroll, an amount not less than the predetermined rate for each classification plus the amount of fringe benefits determined for each classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on basic or regular rate, plus the required cash in lieu of fringes at the straight time rate. In addition, the contractor shall check paragraph 4(b) of the statement on the reverse of the payroll to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c), Exceptions Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid the employee as cash in lieu of fringes and the hourly amount paid to plans, funds, or programs as fringes. The contractor shall pay, and shall show that he is paying to each such employee for all hours (unless otherwise provided by applicable determination) worked on Federal or Federally assisted project an amount not less than the predetermined rate plus cash in lieu of fringes as shown in Section 4(c). The rate paid and amount of cash paid in lieu of fringe benefits per hour should be entered in column 6 on the payroll. See paragraph on "Contractors who pay no fringe benefits" for computation of overtime rate. Column 7 - Gross Amount Earned: Enter gross amount earned on this project. If part of the employees' weekly wage was earned on projects other than the project described on this payroll, enter in column 7 first the amount earned on the Federal or Federally assisted project and then the gross amount earned during the week on all projects, thus $63.001$120.00. Column 8 - Deductions: Five columns are provided for showing deductions made. If more than five deduction should be involved, use first 4 columns; show the balance deductions under "Other" column; show actual total under 'Total Deductions" column: and in the attachment to the payroll describe the deduction contained in the "Other" column. All deductions must be in accordance with the provisions of the Copeland Act Regulations, 29 CFR, Part 3. If the employee worked on other jobs in addition to this project, show actual deductions from his weekly gross wage, but indicate that deductions are based on his gross wages. Column 9 - Net Wages Paid for Week: Self- explanatory Totals - Space has been left at the bottom of the columns so that totals may be shown if the contractor so desires. Statement Required by Regulations, Parts 3 and 5: While this form need not be notarized, the statement on the back of the payroll is subject to the penalties provided by 18 USV 1001, namely, F -27 possible imprisonment of 5 years or $10,000.00 fine or both. Accordingly, the party signing this statement should have knowledge of the facts represented as true. Space has been provided between item (1) and (2) of the statement for describing any deductions made. If all deductions made are adequately described in the 'Deductions" column above, state "See Deductions column in this payroll." See paragraph entitled "FRINGE BENEFITS" above for instructions concerning filling out paragraph 4 of the statement. F -28 U.S. Department of Labor Wage and Hour Division STATEMENT OF COMPLIANCE Date Form Approved Budget Bureau No. 44 -R1093 Payroll No. 1, 1 do hereby state: (Name of signatory parry) (Title) (1) That I pay or supervise the payment of the persons employed by (Contractor or Subcontractor) on the that during the payroll period (Project Tide/Location) commencing on the day of . 20. and ending the day of 20 . all persons employed on said project have been paid the full weekly wages earned that no rebates have been or will be made either directly or indirectly to or on behalf on said from (Contractor or Subcontractor) the full weekly wages earned by any person and that no deductions have been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations. Part 3 (29 CFR Subtitle A), issued by the Secretary of Labor under the Copeland Act, as Amended (48 Stat. 948, 63 Stat. 108, 72 Stat, 967; 76 Stat. 357; 40 U.S.C. 276c), and described below: (2) That any payrolls otherwise under this contract required to be submitted for the above period are correct and complete; that the wage rates for laborers or mechanics contained therein are not less than the applicable wage rates contained in any wage determination incorporated into the contract; that the classifications set forth therein for each taborer conform with the work he performed. (3) That any apprentices employed in the above period are duly registered in a bona fide apprenticeship program registered with a State apprenticeship agency recognized by the Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United State Department of Labor. (4) That: (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS ❑ In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced payroll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted Section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH ❑ Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated on the payroll, an amount not less than the sum of the applicable basic hourly wage rate plus the amount of the required fringe benefits as listed in the contract, except as noted in section 4(c) below. c EXCEPTIONS EXCEPTIONS (CRAFT) EXPLANATION Remarks Name and Title Signature The willful falsification of any of the above statements may subject the contractor or subcontractor to civil or criminal prosecution. See section 1001 of title 18 and section 231 of title 31 of the United States code. Form WH448 (1168) purchase this forth directly from the Supt. ofDocumems F -29 INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIANCE This statement of compliance meets needs resulting from the amendment of the Davis -Bacon Act to include fringe benefits provisions. Under this amended law, the contractor is required to pay fringe benefits as predetermined by the Department of Labor, in addition to payment of the minimum rates. The contractor's obligation to pay fringe benefits may be met by payment of the fringes to the various plans, funds, or programs or by making these payments to the employees as cash in lieu of fringes. The contractor should show on the face of his oavroll all monies paid to the employees whether as basic rates or as cash in lieu of fringes. The contractor shall represent in the statement of compliance that he is paving to others fringes required by the contract and not paid as cash in lieu of fringes. Detailed instructions follow: Contractors who pay all required fringe benefits: A contractor who pays fringe benefits to approved plans, funds, or programs in amounts not less than were determined in the applicable wage decision of the Secretary of Labor shall continue to show on the face of his payroll the basic cash hourly rate and overtime rate paid to his employees, just as he has always done. Such a contractor shall check paragraph 4(a) of the statement to indicate that he is also paying to approved plans, funds, or programs not less than the amount predetermined as fringe benefits for each craft. Any exception shall be noted in Section 4(c). Contractors who pay no fringe benefits: A contractor who pays no fringe benefits shall pay to the employee and insert in the straight time hourly rate column of his payroll an amount not less than the predetermined rate for each classification plus the amount of the fringe benefits determined for each classification in the applicable wage decision. Inasmuch as it is not necessary to pay time and a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of the basic predetermined rate, plus the half time premium on the basic or regular rate plus the required cash in lieu of fringes at the straight time rate. To simplify computation of overtime, it is suggested that the straight time basic rate and cash in lieu of fringes be separately stated in the hourly rate column, thus $3.25/.40. In addition, the contractor shall check paragraph 4(b) of the statement to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 41c), Exceptions: Any contractor who is making payment to approved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficiency directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or 4(b), whichever the contractor may check, shall be entered in Section 4(c). Enter in the Exception column the craft, and enter in the Explanation column the hourly amount paid the employees as cash in lieu of fringes, and the hourly amount paid to plans, funds, or programs as fringes. F -30 SECTION 3 ECONOMIC OPPORTUNITY PLAN 1. Name and Address of Reporting Entity (Recipient, Sub - recipient, Contractor, Subcontractor) 2. Federal Identification: (Contract/Award No.) 3. Dollar Amount of Award: 4. Contact Person: 5. Phone: (include Area Code) 6. Reporting Period: 7. Date Report Submitted 8. Program Code: (Use a separate sheet for each Program Code) Program Codes 1. Flexible Subsidy 2. Section 2MI1 3. Publidlndian Housing Development, Operation and Modernimtion 4. Homeless Assistance S. HOME 6. HOME - State Administered 7. CDBG— Entillemem 8. CDBG - State Administered 9. Other CD Programs 10. Other Housing Programs Part I: Emolovment and Trainino Commitment JOB CLASSIFICATION TOTAL NEW HIRES SECTION 3 NEW HIRES % OF AGGREGATE HIRESWHOARE SECTION 3 HIRES CODES) RACIAL I ETHNIC Professionals: Technicians: Office /Clerical: Trade: Trade: Trade: Trade: Total: Part 11: Contract Award Commitment to Section 3 Businesses ( sux" ntractors ,sappliars. Vendors, orservioe Pravidara NAME OF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT CODE(S) RACIAL ETHNIC RACIAL BACKGROUND: SINGLE CATAGORIES DOUBLE CATEGORIES 1. American Indian/Alaska Native S. American Indian or Alaska Native AND White 2. Asian 7. Asian AND While 3. Rack/African American 8. Black or African American AND White 4. Native Hawaiian/Other Pacific Islander 9. American Indian or Alaska Native AND Black orAGican American S. White 10. Otter— for individuals not identified above. F -31 NOTICE OF SECTION 3 COMMITMENT TO: (Name of Labor Union, workers Representative, etc. (Address) Name of Business (Contractor): Project Name: Project Number: The Undersigned currently holds a contract with involving Block Grant (CDBG) 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 obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG- assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: Minimum Number Job Classification 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. The anticipated date the work will begin is . For additional information, you may contact at ( Contact Person's Name Tide 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. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. (Print Name) (Signature) By: (Dale) (Tige) F -32 SECTION 3 RESIDENT CERTIFICATION (2004 INCOME GUIDELINES) Resident's Name: Resident's Address: I hereby certify that I am a Section 3 resident; based on the following qualification(s): ❑ I am a Public Housing Resident (Specify Name of the Public Housing Unit): 2. ❑ I am a low- income resident of the County of Los Angeles, in which the Section 3 covered assistance is expended (Specify the Name of the Section 3 covered construction project), Check your household size, annual income level (from all sources), and Specify racial and ethnic background: HOUSEHOLD SIZE DOUBLE CATEGORIES INCOME LEVEL ❑ ❑ 1 ❑ $20,849 or less ❑ $20,850 to $33,299 ❑ 2 ❑ $23,799 or less ❑ $23,800 to $38,099 ❑ 3 ❑ $26,799 or less ❑ $26,800 to $42,849 ❑ 4 ❑ $29,749 or less ❑ $29,750 to $47,599 ❑ 5 ❑ $32,149 or less ❑ $32,150 to $51,399 ❑ 6 ❑ $34,499 or less ❑ $34,500 to $55,199 ❑ 7 ❑ $36,899 or less ❑ $36,900 to $58,999 ❑ 8 ❑ $39,249 or less ❑ $39,250 to $62,849 RACIAL and ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your origin SINGLE CATAGORIES DOUBLE CATEGORIES ❑ American Indian /Alaska Native ❑ American Indian or Alaska Native AND White ❑ Asian ❑ Asian AND White ❑ Black/African American ❑ Black or African American AND White ❑ Native Hawaiian /Other Pacific Islander ❑ American Indian or Alaska Native AND Black or African American ❑ White ❑ Other — for individuals not identified above. ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your ethnicity ❑ HispaniefLatino ❑ Not Hispanic/Latino THE UNDERSIGNED DECLARES THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT Signature of Section 3 Resident Date The above named person ❑ ❑is a permanent full -time employee, or :1 ❑was hired on This person's Job Classification is Name of Employer: Pteference Category,: - 00 Targeted Service Area 00 Youthbuild 00 McKinney Homeless 00 Other Section 3 Income; Level: 00 Low 00 Very Low F -33 Business Name: Business Address: Telephone Number: SECTION 3 BUSINESS CERTIFICATION FORM Contract/Bid Amount: $ The above mentioned business firm is a Section 3 business concern based on the following qualifications: 1. ❑ 51- percent owned by Section 3 Residents (Submit Resident Certifications with this business certification form), or 2. ❑ At least 30- percent Permanent, full -time employees are Section 3 Residents Total Number of all full -time employees , Number of Section 3 qualified Employees (Submit the Resident Certification form(s) with this Business Certification form), or 3. ❑ Written Commitment (Section 3 Economic Opportunity Plan), outline intentions to: Hire Section 3 qualified residents at least 30- percent aggregate new hire positions, and/or Subcontract 25- percent or more of the contract amount to Section 3 qualified business concerns. Specify racial and ethnic of business ownership: RACIAL BACKGROUND: Mark an "X" below, next to the category that best describes your origin SINGLE CATAGORIES ❑ American Indian /Alaska Native ❑ Asian ❑ Black/African American ❑ Native Hawaiian /Other Pacific Islander ❑ White DOUBLE CATEGORIES ❑ American Indian or Alaska Native AND White ❑ Asian AND White ❑ Black or African American AND White ❑ American Indian or Alaska Native AND Black or African American ❑ Other — for individuals not identified above. ETHNIC BACKGROUND: Mark an "X" below, next to the category that best describes your ethnicity ❑ Hispanic/Latino ❑ Not HispaniGLatino THE UNDERSIGNED DECLARES THAT THE ABOVE INFORMATION IS COMPLETE AND CORRECT Signature of Owner /Principal Date Business Name License Number To- Completed &Y-10-cal Contracting Agency Preference, Category: �_Targefed'ServiceArea +� outhbuild' Other- - Cersu`s Tract NgMtef -2 F -34 DEFINITION 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). 7. 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 another recipient and includes, but is not limited to, any 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, F -35 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 is 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. F -36 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. F -37 Section 3 Summary Report Economic Opportunities for Low — and Very Low - Income Persons Sae page 2 for Public Reporting Burden statement U.S. Department of Housing and Urban Development Office of Fair Housing And Equal Opportunity OMB Approval No: 2529 -0043 (exp. 8/31/2007) Hue Feb OfOm: 1. Ree0fent Neme S Address: (street, lily, slab, sip) 2. Federal ldentifkaeon: (contracy"Ord no.) 3. Dollar Ameum of Award: 4. Contact Person 5. Marla: (Include was oodo) 6. Reporting Period: 7.. Date Report Submitted: 6. Program Code (Use a separate 9. Program Name: shoal for each Program rods) Part I: Em to menu and Tminin "Include New Hires in columns E a F. A6 O E-' F.. Number ¢f Numbb d N" %of Aggregrale Number %ef Total Staff Maas NumbW of Section 3 Jab Category N" Hires Hires that we of Stall Hours of New Hires for Section 3 Employees Employees Sec 3 Residents that are Sec 3 Residents one Traimoog end Trainees Professionals_ Technicians Construction by Trade (List) Trade - - -- - - - -. -- Trade Trade Trade Trade Other List, Total-- ' Program Codes 3 = Publldindian Housi 1 = Flezble Subsidy A = Dov¢bpmen4 4 = Homeless Assistance 2 =Section 202/611 B - Operation 6 = HOME Slate Administered C = Modem2alim 7 = CDBG Entigsmord Pa90 1 of 2 9 =. CDBG Slate Administered 9 = Other CD Programs 10 = Other Housing Programs farm HUD 60002 (6f2001) Ref 24 CFR 135 Part II: Contracts Awarded 1. Construction Contracts: A. Total dollar amount of all contracts awarded on the project $ B. Total dollar amount of contracts awarded to Section 3 businesses $ C. Percentage of the total dollar amount that was awarded to Section 3 businesses % D. Total number of Section 3 businesses receiving contracts 2. Non- Constructon Contracts: A. Total dollar amount all non - construction contracts awarded on the projectlactivity $ B. Total dollar amount of non - construction contracts awarded to Section 3 businesses $ C. Percentage of the total dollar amount that was awarded to Section 3 businesses % D. Total number of Section 3 businesses receiving non - construction contracts Part III: Summary Indicate the efforts made to direct the employment and other economic opportunities generated by HUD financial assistance for housing and community development programs, to the greatest extent feasible, toward low -and very low - income persons, particularly those who are recipients of government assistance for housing. (Check all that apply.) _ ❑_ Attempted to recruit low- income residents through: local advertising media, signs prominently displayed at the project site, contracts with community organizations and public or private agencies operating within the metropolitan area (or nonmetropolltan county) in which the Section 3 covered program or project is located, or similar methods. _ ❑_ Participated in a HUD program or other program which promotes the training or employment of Section 3 residents. Participated in a HUD program or other program which promotes the award of contracts to business concerns which meet the definition of Section 3 business concerns. Coordinated with Youthbuild Programs administered in the metropolitan area in which the Section 3 covered project is located. _❑_ Other; describe below. Public reporting for this collection of information is estimated to average 2 hours per response, including the time for reviewing instructions, Searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. This agency may not collect this information, and you are not required to complete this forth, unless it displays a currently valid OMB number. Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u, mandates that the Department ensure that employment and other economic opportunities generated by its housing and community development assistance programs as directed toward low- and very -!ow income persons, particularly those who are recipients of government assistance housing. The regulations are found at 24 CFR Part 135. The information will be used by the Department to monitor program recipients' compliance with Section 3, to assess the results of the Department's efforts to meet the statutory objectives of Section 3, to prepare reports to Congress, and by recipients as self- monitoring tool. The data is entered into a database and will be analyzed and distributed. The collection of Information involves recipients receiving Federal financial assistance for housing and community development programs covered by Section 3. The information will be collected annually to assist HUD in meeting its reporting requirements under Section 808(e)(6) of the Fair Housing Act and Section 916 of the HCDA of 1992. An assurance of confidentiality is not applicable to this form. The Privacy Act of 1974 and OMB Circular A -108 are not applicable. The reporting requirements do not contain sensitive questions. Data is cumulative; personal identifying information is not included. Page 2 of 2 form HUD 000D2 (62001) Ref 24 CFR 135 Form HUD - 80002, Section 3 Summary Report, Economic Opportunities for Low- and Very Low - Income Persons. Instructions: This form is to be used to report annual accomplishments regarding employment and other economic opportunities provided to low. and very low-income persons under Section 3 of the Housing and Urban Development Act of 1900. The Section 3 regulations apply to any Public and Indian Housing programs that receive: ( 1 )developmentassistancepursuanito Section 5 of the U.S. Housing Act of 1937; (2) operating assistance pursuant to Section 9 of the U.S. Housing Act of 1937; or (3) modernization grants pursuant to Section 14 of the U.S. Housing Act of 1937 and to recipients of housing and community development assistance In excess of $100,000 expanded for. (1) housing rehabilitation (including reduction and abatement of lead -based paint hazards): (2) housing construction; or (3) other public construction projects; and to contracts and subcontracts In excess of $100,000 awarded in connection with the Section- 3con:red activity. Form HUD -60002 has three parts which are to be completed for all programs covered by Section 3. Part I relates to employment and balking, The recipient has the option to determine numerical employmerdttraining goals either on the basis of the number of hours worked by new hires (columns B, D, E and F). Part II of the form relates to contracting, and Part III summarizes recipients' efforts to comply with Section 3. Recipients or contractors subject to Section 3 requirements must maintain appropriate documentation to establish that HUD financial assistance for housing and community development programs were directed toward low. and very low -income persons.* A recipient of Section 3 covered assistance shall submit two copies of this report to the [cal HUD Field Office. Where the program providing assistance requires an annual performance report, this Section 3 report is to be submitted at the same time the program performance report is submitted. Where an annual performance report Is not required, this Section 3 report is to be submitted by January 10 anti, If the project ends before December 31, within 10 days of project completion. Only Prime Recipients are required to report to HUD. The report must Include accomplishments of all recipients and their Section 3 covered contractors and subcontractors. HUD Field Orrice: Enter the Field Office name forwarding the Section 3 report. 1. Recipient: Enter the name and address of the recipient submitting this report. 2. Federal Identlfication: Enter the number that appears on the award form (with dashes). 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. 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. Submit one (1) copy of this report to the HUD Headquarters Office of Fair Housing and Equal Opportunity, at the same time the performance report is submitted to the program office. The Section 3 report is submitted by January 10. Include only contracts executed during the parod specified in item 0. PHAs/IHAS are to report all contractslsubcomracts. The terms'low- income persons" and very low -income persons" have the same meanings given the terms in section 3 (b) (2) of the United States Housing Act of 1937. Lom lncoms persons mean families (Including single persons) whose Incomes do not exceed 80 par centum of the median income for the area, as determined by the Secretary, with adjustments for smaller and larger families, except that 8. Program Code: Enter the appropriate program code as listed at the bottom of the page. 9. Program Name: Enter the name of HUD Program corresponding with the 'Program Code' in number 8. Part k Employment and Training Opportunldes Column A: Contains various job categories. Professionals are defined as people who have special knowledge of an occupation (I.e. supervisors, architects, surveyors, planners, and computer programmers). For construction positions, list each trade and provide data in columns B through F for each trade where persons were employed. The category of 'Other- includes occupations such as service workers. Column S: Enter the number of new hires for each category of workers identified in Column A in connection with this award- New Hire refers to a person who is not on the contractor's or recipients payroll for employment at the time of selection for the Section 3 covered award or at the time of receipt of Section $ covered assistance. Column C: Enter the number of Section 3 new hires for each category of workers Identified in Column A in connection with this award. Seaton 3 new hire refers to a Section 3 resident who Is not on the contractor's or recipient's payroll for employment at the time of selection for the Section 3 covered award or at the time of receipt of Section 3 covered assistance. Column D: Enter the percentage of all the staff hours of new hires (Section 3 residents) In connection with this award. Column E: Enter the percentage of the total staff hours worked for Section 3 employees and trainees (Including new hires) connected with this award. Include staff hours for part-time and full -fime positions. Column F: Enter the numbers of Section 3 residents that were employed and trained in connection with this award. Part II: Contract Opportunities Block 1: Construction Contracts Item A: Enter the total dollar amount of all contracts awarded on the projecdprogram. Item B: Enter the total dollar amount of contracts connected with this projectiprogiam that were awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with this projecdprogram awarded to Section 3 businesses. Item D: Enter the number of Section 3 businesses receiving awards. Block 2: Nan - Construction Contracts Rom A: Enter the total dollar amount of all contracts awarded on the prolea/program. Item B: Enter the total dollar amount of eootraas connected with this project awarded to Section 3 businesses. Item C: Enter the percentage of the total dollar amount of contracts connected with this project/program awarded to Section 3 businesses. Item D: Enter the number of Section 3 businesses receiving awards. Part III: Summary of Efforts — Self - explanatory The Secretary may establish income ceiling higher or lower than 80 per centum of the median for the area on the basis of the Secretary's findings such that "nations are necessary because of prevailing levels of construction costs or unusually high- or low- income families. Very low - Income persons mean low- income families (including single persons) whose incomes do not exceed 50 per centum of the median family income area, as determined by the Secretary with adjustments or smaller and larger families, except that the Secretary may establish Income ceilings higher or lower than 50 per cent of the median for the area on the basis of the Secretary's findings that such variations are necessary because of unusually high or low family incomes. Page I form HUD 601102 (6/4001) Ref 24 CFR 135 FEDERAL DAVIS -BACON ACT PREVAILING WAGE RATES & STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS GENERAL PREVAILING WAGE DETERMINATIONS NOTE: The Federal and/or State wage rates attached hereto may be subject to modification by the U.S. Department of Labor and the California Department of Industrial Relations. In the event of any such modification prior to the issuance of the Notice of Award of Contract and affecting said contract, the Agency shall provide written notification of such modification in the form of a bid/contract addendum. GD -1 FEDERAL DAVIS -BACON ACT PREVAILING WAGE RATES GENERAL DECISION: CA20030035 02/03/2006 CA35 Date: February 3, 2006 General Decision Number: CA20030035 02/03/2006 Superseded General Decision Number: CA020035 State: California Construction Types: Building, Heavy (Heavy, and Dredging) and Highway County: Orange County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 Publication Date 06/13/2003 01/30/2004 03/05/2004 04/02/2004 05/21/2004 07/16/2004 08/27/2004 10/08/2004 01/14/2005 01/28/2005 02/11/2005 04/08/2005 04/22/2005 06/17/2005 07/22/2005 08/05/2005 08/19/2005 09/09/2005 11/18/2005 12/02/2005 12/23/2005 02/03/2006 * ASBE0005 -002 08/01/2005 Rates Fringes Asbestos Workers /Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ... $ 34.91 10.24 ----------------------------------- -------------- --- ------ - - -- -- CHS&a ASBE0005 -004 08/01/2005 Rates Fringes Asbestos Removal worker /hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not)..$ 19.20 6.38 BRCA0004 -010 05/01/2005 Rates Fringes Bricklayer; Marble Setter ...... $ 30.46 8.40 --------------------------------------------------------- BRCA0018 -007 09/01/2005 Rates Fringes Carpenters: Rates Fringes Marble Finisher ................$ 21.52 6.65 Tile Finisher ..................$ Installer, Hardwood Floor 17.82 6.00 Tile Layer .....................$ --------------------------------------------------------- 28.30 10.47 BRCA0018 -010 11/01/2005 8.47 (2) Millwright ..............$ 32.21 B.47 (3) Piledriver /Derrick Rates Fringes Terrazzo Finisher ..............$ 23.59 7.99 Terrazzo Worker ................$ --------------------------------------------------------- 30.63 8.46 CARP0409 -001 07/01/2005 Rockslinger, Shingler Rates Fringes Carpenters: (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 31.71 8.47 (2) Millwright ..............$ 32.21 B.47 (3) Piledriver /Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 31.84 8.47 (4) Pneumatic Nailer, Power Stapler ...............$ 31.96 8.47 (5) Sawfiler ...............$ 31.79 8.47 (6) Scaffold Builder ....... $ 25.01 8.47 GD -3 (7) Table Power Saw Operator ....................$ 31.81 8.47 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. Certified Welder - $1.00 per hour premium. ----------------------`----------------------------------------- CARP0409 -005 07/01/2005 Rates Fringes Drywall INSTALLERS ..................$ 31.71 8.47 STOCKER/SCRAPPER ............ $ 10.00 5.96 ------------------------------------------------------------ * ELEC0011 -002 12/05/2005 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 24.03 3% +7.40 Technician ..................$ 26.23 3% +7.40 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and /or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background- foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi- media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master 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. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ELEC0440 -001 06/03/2003 GD-4 Rates Fringes Cable splicer ..................$ 30.63 3% +9.76 Electrician ....................$ 30.13 38 +9.76 ZONE PAY: Zone A: Free travel zone for all contractors performing work in Zone A. Zone B:Any work performed in Zone (B) shall add $8.00 per hour to the current wage scale. Zone (B) shall be the area from the eastern perimeter of Zone (A) to a line which runs north and south begininng at Little Morongo Canyon (San Bernardino /Riverside County Line), Southeast along the Coachella Tunnels, Colorado River Aqueduct and Mecca Tunnels to Pinkham Wash the South to Box Canyon Road, then southwest along Box Canyon Road to Highway 195 west onto 195 south to Highway 86 to Riverside /Imperial County Line. ELEC1245 -001 06/01/2005 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. ---------------------------------------------------------------- ENGI0012 -D03 07/01/2005 Power Equipment Operators Rates Fringes Line Construction 32.52 GROUP (1) Lineman; Cable splicer..$ 36.51 3.75% +10.03 (2) Equipment specialist 3 ....................$ GROUP (operates crawler GROUP 5 ....................$ tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), and overhead and underground distribution line equipment) ..................$ 31.03 3.758: +9.25 (3) Groundman ...............$ 23.73 3.75% +9.25 (4) Powderman ...............$ --------------------------------------------------------- 34.69 3.758 +9.29 ELEV0018 -001 01/01/2005 Rates Fringes Elevator Mechanic ..............$ 38.215 12.015 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. ---------------------------------------------------------------- ENGI0012 -D03 07/01/2005 Power Equipment Operators (Cranes, Piledriving & Hoisting) 32.52 GROUP 1 ....................$ GROUP 2 ....................$ GROUP 3 ....................$ GROUP 4 ....................$ GROUP 5 ....................$ GD -5 Rates Fringes 31.45 14.95 32.23 14.95 32.52 14.95 32.66 14.95 32.88 14.95 GROUP 6 ....................$ 32.99 14.95 GROUP 7 ....................$ 33.11 14.95 GROUP 8 ....................$ 33.28 14.95 GROUP 9 ....................$ 33.45 14.95 GROUP 10 ....................$ 34.45 14.95 GROUP 11 ....................$ 35.45 14.95 GROUP 12 ....................$ 36.45 14.95 GROUP 13 ....................$ 37.45 14.95 Power Equipment Operators (Tunnel Work) GROUP 1 ....................$ 32.73 14.95 GROUP 2 ....................$ 33.02 14.95 GROUP 3 ....................$ 33.16 14.95 GROUP 4 ....................$ 33.38 14.95 GROUP 5 ....................$ 33.49 14.95 GROUP 6 ....................$ 33.61 14.95 GROUP 7 ....................$ 33.91 14.95 Power Equipment Operators GROUP 1 ....................$ 30.10 14.95 GROUP 2 ....................$ 30.88 14.95 GROUP 3 ....................$ 31.17 14.95 GROUP 4 ....................$ 32.16 14.95 GROUP 5 ....................$ 33.76 14.95 GROUP 6 ....................$ 32.88 14.95 GROUP 7 ....................$ 33.98 14.95 GROUP 8 ....................$ 32.99 14.95 GROUP 9 ....................$ 34.09 14.95 GROUP 10 ....................$ 33.11 14.95 GROUP 11 ....................$ 34.21 14.95 GROUP 12 ....................$ 33.28 14.95 GROUP 13 ....................$ 33.38 14.95 GROUP 14 ....................$ 33.41 14.95 GROUP 15 ....................$ 33.49 14.95 GROUP 16 ....................$ 33.61 14.95 GROUP 17 ....................$ 33.78 14.95 GROUP 18 ....................$ 33.88 14.95 GROUP 19 ....................$ 33.99 14.95 GROUP 20 ....................$ 34.11 14.95 GROUP 21 ....................$ 34.28 14.95 GROUP 22 ....................$ 34.38 14.95 GROUP 23 ....................$ 34.49 14.95 GROUP 24 ....................$ 34.61 14.95 GROUP 25 ....................$ 34.78 14.95 FOOTNOTES: PREMIUM PAY of $3.75 per hour shall be paid on all power equipment operator work at Camp Pendleton, Point Arguello, and Vandenburg AFB. Workers required to suit up and work in a hazardous material environment: $2.OD per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator RM 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 Toed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine 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; Rock Wheel Saw /Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck /Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary- Johnson - Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt GD -7 or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds, struck); Self - propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1 -1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator - bulldozer, tamper- scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D -5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 7: Welder - General GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt- rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast -in -place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self - propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy -duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator ( Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley- Presswell or similar type); Pumperete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber -tired earth - moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth - moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber -tired scraper operator (self - loading paddle wheel type -John Deere, 1040 and similar single unit); Self - propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1 -1/2 yds. up to and including 6 -1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D -5 - 100 flywheel h.p. and over, or similar - bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator Gab GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types- Watson 3000 or 5000 auger or similar types - Texoma 900 auger or similar types- drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type- except Quad 9 cat.); Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6 -1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi- engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu, yds. struck); Rubber -tired self- loading scraper operator (paddle - wheel -auger type self - loading - two (2) or more units) GROUP 13: Rubber -tired earth - moving equipment operator operating equipment with push -pull system (single engine, up to and including 25 yds, struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth - moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth - moving equipment operator, K9001 operating equipment with push -pull system (single engine, over 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating with the tandem push -pull system (multiple engine, up to and including 25 yds. struck) GD-10 GROUP 24: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, over 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin- Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and /or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 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.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K -crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and [HV3ii1 including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 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 ------------------- --------- ----------- - - - --- A 163P1 ENGI0012 -004 08/01/2005 Rates Power equipment operators: 1 .....................$ (DREDGING) 23.69 (1) Leverman ................$ 38.10 (2) Dredge dozer ............ $ 33.63 (3) Deckmate ................$ 33.52 (4) Winch operator (stern 19.20 winch on dredge) ............ $ 32.97 (5) Fireman - Oiler, Deckhand, Bargeman, 1 .....................$ Leveehand ...................$ 32.43 (6) Barge Mate ..............$ 33.04 ---------------------------------------- IRON0002 -004 07/01/2005 24.60 Rates Ironworkers: Fence Erector ...............$ 31.16 Ornamental, Reinforcing and Structural ..............$ 32.06 PREMIUM PAY: Fringes 14.95 14.95 14.95 14.95 14.95 14.95 --------------- - - -- Fringes 15.285 15.285 $3.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve - Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center - Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $2.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $1.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ---------------------------------------------------------------- LAB00300 -D03 07/01/2005 Rates Laborer: Gunite GROUP 1 .....................$ 23.69 GROUP 2 .....................$ 22.74 GROUP 3 .....................$ 19.20 Laborer: Tunnel GROUP 1 .....................$ 24.28 GROUP 2 .....................$ 24.60 GD -13 Fringes 16.36 16.36 16.36 12.95 12.95 GROUP 3 .....................$ 25.06 12.95 GROUP 4 .....................$ 25.75 12.95 Laborers: GROUP 1 .....................$ 21.24 12.89 GROUP 2 .....................$ 21.79 12.89 GROUP 3 .....................$ 22.34 12.89 GROUP 4 .....................$ 23.89 12.89 GROUP 5 .....................$ 24.24 12.89 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and /or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal -to- portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75' -0" above base level and which work must be performed in whole or in part more than 75' -0" above base level, that work performed above the 75' -0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and /or water pipeline laborer; Laborer, asphalt- rubber material loader; Laborer, general or construction; Laborer, general clean -up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and /or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or GD -14 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 concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand - guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non - metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GD-15 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 ---------------------------------------------------------------- LABO0882 -002 01/01/2005 Rates Fringes Asbestos Removal Laborer ....... $ 22.50 10.10 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos - containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. LABO1184 -001 07/01/2005 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 22.14 8.36 (2) Vehicle Operator /Hauler.$ 22.31 8.36 (3) Horizontal Directional GD -16 Drill Operator ..............$ (4) Electronic Tracking Locator .....................$ Laborers: (STRIPING /SLURRY SEAL) GROUP 1 .....................$ GROUP 2 .....................$ GROUP3 .....................$ GROUP 4 .....................$ LABORERS - STRIPING CLASSIFICATIONS 24.16 8.36 26.16 8.36 22.67 11.19 23.97 11.19 25.98 11.19 27.72 11.19 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 ---------------------------------------------------------------- PAIN0036 -001 07/01/2005 Rates Fringes Painters: (1) Repaint Including Lead Abatement ...................$ 23.40 7.49 (2) All Other Work: ......... $ 26.67 7.49 REPAINT of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities, tenant GD-17 improvement work not included in conjunction with the construction of the building and all repainting of tenant improvement projects. ---------------------------------------------------------------- PAIN0036 -008 10/01/2005 Rates Fringes Drywall Finisher ...............$ 28.33 9.98 ---------------------------------------------------------------- PAIN0036 -015 06/01/2005 Rates Fringes Glazier ........................$ 31.20 11.92 FOOTNOTE: Additional $1.25 per hour for work from the third (3rd) floor and up Additional hour for work on the outside of the building state or any suspended contrivance, from the ----------------------------------------------- * PAIN1247 -002 02/01/2006 Rates Soft Floor Layer ...............$ 28.40 ----------------------------------------------- PLAS0200 -009 01/01/2005 in a condo, $1.25 per from a swing around up Fringes 5.94 Rates Fringes Plasterer ......................$ 28.29 7.46 --------------------------------------------------------- PLAS0500 -002 07/01/2005 Rates Cement Mason ...................$ 25.00 --------------------------------------------- PLUM0016 -001 07/01/2005 Rates Plumber /Pipefitter (1) Work on strip malls, light commercial, tenant improvement and remodel work$ 24.19 (2) Work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 30.32 (3) All other work .......... $ 31.36 ---------------------------------------------- PLUM0250 -002 01/02/2006 GD -18 Fringes 15.33 Fringes 10.44 12.06 12.63 Rates Fringes Refrigeration Mechanic Refrigeration Fitter ........ $ 33.30 13.95 ---------------------------------------------------------------- PLUM0345 -001 07/01/2005 Rates Fringes Plumbers Landscape /Irrigation Fitter.$ 23.98 11.85 Sewer & Storm Drain Work .... $ 21.06 12.21 ---------------------------------------------------------------- ROOF0036 -002 09/01/2004 Rates Fringes Roofer (including Built Up, Composition and Single Ply) .... $ 26.25 7.17 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- * SFCA0669 -008 01/01/2006 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes Sprinkler Fitter, Fire ......... $ 28.50 13.15 --------------------------------------------------------- SFCA0709 -003 09/01/2005 SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES: Rates Fringes Sprinkler Fitter, Fire ......... $ 33.08 15.45 ---------------------------------------------------------------- SHEE0105 -003 08/01/2005 INYO, KERN (Northeast part, East of Hwy 395), LOS ANGELES (Including Pomona, Claremont, Catalina Island, Long Beach and area South of Imperial highway and East of the Los Angeles River), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Sheet metal worker (1) Commercial - New GD -19 Rates Fringes Construction and Remodel work ........................$ (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A -C, heating, ventilating systems for human comfort ... $ ---------------------------------- TEAM0011 -002 07/01/2005 Truck drivers: GROUP 1 ....................$ GROUP 2 ....................$ GROUP 3 ....................$ GROUP 4 ....................$ GROUP 5 ....................$ GROUP 6 ....................$ GROUP 7 ....................$ GROUP 8 ....................$ GROUP 9 ....................$ GROUP 10 ....................$ GROUP 11 GROUP 11 ...................$ 31.95 14.08 28.18 18.24 - --- ---- --------------- - - -- -- Rates Fringes 23.54 14.64 23.69 14.64 23.82 14.64 24.01 14.64 23.95 14.64 24.07 14.64 24.32 14.64 24.57 14.64 24.77 14.64 25.07 14.64 25.57 14.64 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. (29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFBJ TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6 -1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and Plastic fusion, limited to pipeline and utility work; GD -20 Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6 -1/2 yds. water level and over; Vehicle or combination of vehicles - 9 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 1: 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. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). --------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the 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 GD -21 because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION GD-22 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # ASBESTOS WORKER HEAT AND FROST INSULATOR DETERMINATION: SC -3-5 -1- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION. July 31, 2006 ** The rate to be paid for work performed after this date has been determined. Ifwork will extend past this date, the new rate must be paid & should be incorporated in contracts entered into now. Contact the Division of labor Statistics & Research for specific rates at (415) 7034774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Orange. Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties. Classification (Joumeyperson) Mechanic Employer Payments Straiaht -Time Overtime Hourly Rate Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday Hourly And Holiday Payments Hourly and Rate Welfare Rate 112x 2x 11/2x 2x Holiday '32.47 "5.54 4.46 2.44 0.24 45.15 `61.39 77.62 °61.39 77.62 `77.62 DETERMINATION: SC- 3- 5- 3- 7005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid & should be incorporated in contracts entered into now. Contact the Division of labor Statistics & Research for specific rates at (415) 7034774. Hazardous Material Handler Mechanic 119.20 '2.70 3.46 - 0.22 - 8 25.58 35.18 - 35.18 - 935.18 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. 'Includes 6.5% of employees gross wage for dues/service fee check -oft plus $0.50 for supplemental dues. " Occupational Health and Research and Mortuary Fund included in Health and Welfare. ` Rate applies to the feat 2 overtime hours. Applies to all daily overtime hours on maintenance and asbestos abatement projects. d Rate applies to Just 8 hours worked on new construction. Applies to all Saturday hours on maintenance and asbestos abatement projects. ` $110.09 per hour for work on Labor Day. For maintenance and asbestos abatement projects, Sundays may be worked at the time and one half rate, but holidays are paid at the double time rate. Maintenance work in excess of 60 hours in a week is at double time rate. 'Includes 230 for medical monitoring in compliance with industry regulations procedures and $0.12 for Occupational Health Plan 6 $63.98 per hour for work on Labor Day. - Note: Asbestos removal workers most be trained and the work conducted according to the Cole of Federal Regulations 29 CFR 1926.58, the California Labor Code 6501.5 and the California Code of Regulations, Title 8, Section 5208. Contractors must be certified by the Contractors' State License Board and registered with the Division of Occupational Safety and Health (ROSH). For further information, contact the Asbestos Contractors Abatement Registration Unit, DOSH a (415) 703 -5191. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of die Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at into d /wvnv dir ca eov/DLSR/PW D. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations an the Internet at htm /Avww.dir.ca.gov/DI-SR1PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FENCE BUILDER (CARPENTER) SC- 23- 31 -20- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by a new determination issued by the Department of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 703 -4774 for new rates after 10 ten days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. Employer Payments Straight -Time Overtime Hourly Rate Classification Basic Health Pension (Joumeyperson) Hourly and Rate Welfare Fence Builder $27.07 3.95 $1.11 Vacation Training and and Holiday Other $2.01 $0.21 Hours Total Daily Saturday' Sunday Hourly and Rate 11/2X" 2X 11 /2X Holiday $34.35 $47.885 $61.42 $47.885 $61.42 'Saturdays in the same work week may be worked at straight -time if job is shut down during the normal workweek due to inclement weather, or reasons beyond the control of the employer. " Rate applies to the first 4 overtime hours. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hUD7 / /www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at bgp: / /www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 3A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1710, 17/3 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: it CARPENTER AND RELATED TRADES DETERMINATION: SC- 23 -31 -2- 20054 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2W6- Effective until superseded by a new determination issued by the Department of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 7034774 for new rates after 10 ten days from the expiration date, if no subsequent determination is isme& LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties LOCALITY: All localities within Imperial, Inyo, Kern, Los Angela, Mono, Orange, Riverside, San Bemmdiao, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover P..N Straight-Time Overture HOurl Rnte Classification Basic Health Pension Vacation/ Training Hours Total Daily Sabuday/ Holiday (Joorneyperson) Hourly and Holiday Hourly Sunday Rate Welfare Rate 11128 1112x 2X Twma vo Installer $30.84 2.45 1.01 2ASf - 8 37.18 52.60 52.60 68.02 To. Finisher 74.34 2.45 1.01 2.88f - 8 30.68 42.85 42.85 55.02 k Indicates an appreoticeable craft Rues for apprentices are available in the General Prevailing Wage Apprentice SchedWes. a AREA 1 - Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Luis Obispo Sum Barbara and Wmma counties. AREA 2 - Inyo, Kem, and Mono counties For Bridge Carpenter, Scaffold Builder, Pile Drivern is, Derrick Bargeman, Rockslinger, Bridge on Dock Carpenter, Cable Sphoa, Millwright. Head Rwksbnger, Rack Be,.. or Scow.., Diver, Wet (up to 50 Ft. Depth), Diver (Stand -By). Diver's Tender, and Assistant Tender (Diver's) rases, please see Area 1 as this rue applies m Are. 2 as well. Basic Hourly Rates for Area 2 include an additional amount deducted for vacation/holiday. b Saturdays in the same wmk week may be worked a straight -time rates if ajob is shut down during the normal work week due to inclement weather, major mechanical breakdown or lack of materials beyond the control of the Employer. c When performing welding work requiring certification eaupentem and pile drivers will receive an additional S1.00 per hoar. d Shag receive a minimum of 8 bows pay for sM' day or part thereof. e For specific came over 50 ft depth, contact the Division of Labor Statistics and Research. Rates for Technicians, Manifold Op.amrs Presmriced Submersible Operators, Remr Control Vehicle Openness, and Remote Operated Veldck, Openers, as well . miss fur Pressurized Bell Diving and Saturation Diving are available upon request I Includes an amount for supplements) dues. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agrcemem, applicable to the particular croft, classification, or type of worker employed on the project, which ism file with the Director of Industrial Relations. If the prevailing ram is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 67D0 of the Government Code. You may obtain the holiday provisions for the current demnommious oo the Internet n hup: / /www.du.cs,goWDLSR/PWD. Holiday Provisions for current or superseded determinations may be obtained by concocting the Prevailing Wage Unit at (4 15) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: to accordance with Labor Code Sections 1773.1 and 1773,9, contractors shall make travel and/or subsistence payments m each worker to extents the work. You may obtain the travel and/or subsistence provisions for thecurreat determinations on the Internet at imp : / /wvv.dir ca.novAA,SRMWD. Travel and/or subsistence requirements for wateot or superseded determinations may be obtained by connecting the Prevailing Wage Unit at (415) 703.4774. 4 Emolover Eawcute Stramirt -Time Overtime HOU .ter Classification Basic Health Total Daily SrNnyb Sunday (Jourveypermn) Hourly and Vacation/ Hourly and Rare Welfare Pension Holiday Training Other Hours Rate I1 /2X I1/2X Holiday 'AREAI Carpenter, Cabinet Iramller, insulation humller, Hardwood Floor Worker, Acoustical Invialler `S3171 $3.95 SLII $3.01, 50.40 50.29 8 $40.47 $56.325 $56.325 5/2.18 Pile Drivwunsm, Derrick Bargeman R.I.H.geq Bridge or Dock Carpenter, Cable Splicer 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 Bridge Carpenter c 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 Shingle c31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 Saw Filer 31.79 3.95 1.11 101' 0.40 0.29 8 4055 56.445 56.455 72.34 Table Power Saw Operator 31.81 3.95 1,11 3.01' 0.40 0.29 8 40.57 56.475 56.475 72.38 Pneumatic Nailer or Power Stapler 31.96 3.95 1.11 3.01' 0.40 0.29 8 40.72 56.70 56.70 72.68 Roof LOad. of Shingles 22.29 3.95 1.11 3.01' 0.40 019 8 31.05 42.195 42.195 53.34 Scaffold Builder 25.01 3,95 1.11 3.01, 0.40 0.29 8 33.77 46.275 46.275 58.78 Millwright `3121 3.95 1.11 3.01' 0.40 0.29 8 40.97 57.075 57.075 73.18 Head Rockslinger 32.04 3.95 1.11 3.01' 0.40 0.29 It 40.80 56.82 56.82 72.84 Rock Bargemanor Scowman 31.84 3.95 1.11 3.01' 0.40 029 8 40.60 56,52 5652 72.44 Diver, Wet (Up To 50 FL Depth) d ° 69.68 3.95 1.11 3.01' 0.40 0.29 8 78.44 113.28 113.28 149.12 Div., (Stand -By) d e 34.84 3.95 1.11 3.01' 0.40 0.29 8 43.60 61.02 61.02 78.44 Diver's Tended 33.84 3.95 1.11 3.01, 0.40 0.29 8 42.60 59.52 59.52 76.44 Assistant Tender (Diver's) d 31.84 3.95 1.11 3.01' 0.40 0.29 8 40.60 56.52 56.52 72.44 ' AREA 2 Carpenter, Cabinet Installer, Insulation Instal er, Hardwood Flom Worker, Acoustical Installer `31.14 3.95 1.11 301f 0.40 0.29 8 39.90 55.47 55.47 71.04 Shingle 31.27 3.95 1.11 3.01' 0.40 0.29 8 40.03 55.665 55.665 71.30 Saw Filer 31.22 3.95 1.11 3.01' 0.40 0.29 8 39.98 55.59 55.59 71.20 Table Pow. Saw Operator 31.24 3.95 1.11 3.01, 0.40 0.29 8 40.00 55.62 55.62 71.24 Pneumatic Nailer or Power Stapler 31.39 3.95 1.11 3.01, 0.40 0.29 8 40.15 55.845 55.845 71.54 Roof Loader of Shingles 22.32 3.95 1.11 3.01' 0.40 0.29 8 31.08 42.24 42.24 53.40 DETERMINATION: SC -31- 741 -1- 2003 -1 ISSUE DATE: February 22, 2003 EXPIRATION DATE OF DETERMINATION: May 31, 2003* Effective mail superseded by anew determination issued by the Director of Industrial Relations. Caret the Disivioo of Labor Statistics and Research (415) 70347/4 for the new cores after 10 days from the expiration dale, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angela, Mono, Orange, Riverside, San Bemmdiao, San Luis Obispo, Santa Barbara, and Ventura counties. Emolover P..N Straight-Time Overture HOurl Rnte Classification Basic Health Pension Vacation/ Training Hours Total Daily Sabuday/ Holiday (Joorneyperson) Hourly and Holiday Hourly Sunday Rate Welfare Rate 11128 1112x 2X Twma vo Installer $30.84 2.45 1.01 2ASf - 8 37.18 52.60 52.60 68.02 To. Finisher 74.34 2.45 1.01 2.88f - 8 30.68 42.85 42.85 55.02 k Indicates an appreoticeable craft Rues for apprentices are available in the General Prevailing Wage Apprentice SchedWes. a AREA 1 - Imperial, Los Angeles, Orange, Riverside, San Bernardino, San Luis Obispo Sum Barbara and Wmma counties. AREA 2 - Inyo, Kem, and Mono counties For Bridge Carpenter, Scaffold Builder, Pile Drivern is, Derrick Bargeman, Rockslinger, Bridge on Dock Carpenter, Cable Sphoa, Millwright. Head Rwksbnger, Rack Be,.. or Scow.., Diver, Wet (up to 50 Ft. Depth), Diver (Stand -By). Diver's Tender, and Assistant Tender (Diver's) rases, please see Area 1 as this rue applies m Are. 2 as well. Basic Hourly Rates for Area 2 include an additional amount deducted for vacation/holiday. b Saturdays in the same wmk week may be worked a straight -time rates if ajob is shut down during the normal work week due to inclement weather, major mechanical breakdown or lack of materials beyond the control of the Employer. c When performing welding work requiring certification eaupentem and pile drivers will receive an additional S1.00 per hoar. d Shag receive a minimum of 8 bows pay for sM' day or part thereof. e For specific came over 50 ft depth, contact the Division of Labor Statistics and Research. Rates for Technicians, Manifold Op.amrs Presmriced Submersible Operators, Remr Control Vehicle Openness, and Remote Operated Veldck, Openers, as well . miss fur Pressurized Bell Diving and Saturation Diving are available upon request I Includes an amount for supplements) dues. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agrcemem, applicable to the particular croft, classification, or type of worker employed on the project, which ism file with the Director of Industrial Relations. If the prevailing ram is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 67D0 of the Government Code. You may obtain the holiday provisions for the current demnommious oo the Internet n hup: / /www.du.cs,goWDLSR/PWD. Holiday Provisions for current or superseded determinations may be obtained by concocting the Prevailing Wage Unit at (4 15) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: to accordance with Labor Code Sections 1773.1 and 1773,9, contractors shall make travel and/or subsistence payments m each worker to extents the work. You may obtain the travel and/or subsistence provisions for thecurreat determinations on the Internet at imp : / /wvv.dir ca.novAA,SRMWD. Travel and/or subsistence requirements for wateot or superseded determinations may be obtained by connecting the Prevailing Wage Unit at (415) 703.4774. 4 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: MODULAR FURNITURE INSTALLER (CARPENTER) INTERIM DETERMINATION: SC- 23- 31 -I6- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Efective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -0774 for new rates after 10 days from the expiration dare, if no subsequem, deternination is issued. LOCALITY: All Localities within Imperial, Ingo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventum Counties. TRAINEE" Trainee I' 6 Months 9.70 3.95 - 1.80 - - 8 15.45 20.30 20.30 25.15 Trainee 2°s 6 Months 10.20 3.95 - 1.80 - - 8 15.95 21.05 21.05 26.15 Trainee 3`a 6 Months 10.70 3.95 - 1.80 - - 8 16.45 21.80 21.80 27.15 Towne 0 6 Months 11.20 3.95 - 1.80 - - 8 16.95 22.55 22.55 28.15 a) Includes an amount for Supplemental Dues. b) A trainee upgrade will occur every 6 months from his/her star date, provided the trainee has completed 600 hours of work since the last upgrade. c) Rate applies to the first 4 daily overtime hours and the first 12 hours on a sixth (0) consecutive day. All other daily overtime is paid at the 7° Workday/Holiday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at ham //www.du-.ca.RGv/DLSR/PWD- Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htm / /www dir ca gov/DLSR/PW D. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 4A Ember Payments Straight -Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily 6'" Workday 7s' Workday/ (Joumeyperson) Hourly and Holiday' Payments Hourly Holiday Rare Welfare Rate 1 M, 1 1 /2X ` 2X MODULAR INSTALLER Installer Bi $12.00 $3.95 $1.11 $1.80 - - 8 $18.86 $24.86 $24.86 30.86 Installer ll 13.00 3.95 1.11 1.80 - - 8 19.86 26.36 26.36 32.86 Installer 15.00 3.95 LI1 1.80 - - 8 21.86 29.36 29.36 36.86 Lead Installer 17.00 3.95 1.11 1.80 - - 8 23.86 32.36 32.36 40.86 TRAINEE" Trainee I' 6 Months 9.70 3.95 - 1.80 - - 8 15.45 20.30 20.30 25.15 Trainee 2°s 6 Months 10.20 3.95 - 1.80 - - 8 15.95 21.05 21.05 26.15 Trainee 3`a 6 Months 10.70 3.95 - 1.80 - - 8 16.45 21.80 21.80 27.15 Towne 0 6 Months 11.20 3.95 - 1.80 - - 8 16.95 22.55 22.55 28.15 a) Includes an amount for Supplemental Dues. b) A trainee upgrade will occur every 6 months from his/her star date, provided the trainee has completed 600 hours of work since the last upgrade. c) Rate applies to the first 4 daily overtime hours and the first 12 hours on a sixth (0) consecutive day. All other daily overtime is paid at the 7° Workday/Holiday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at ham //www.du-.ca.RGv/DLSR/PWD- Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htm / /www dir ca gov/DLSR/PW D. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 4A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #DRYWALL INSTALLERILATHER (CARPENTER) DETERMINATION: SC -31 -X-41 - 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mona, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. Emolover Payments Straisht-li Overtime Hourly Rates Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday (Joumeyperson) Hourly and Holiday' Hourly and Rate Welfare Rate 11/2X 11/2X° Holiday 0*14 Drywall Installer/ Lather $31.71 3.95 $1.11 $3.01 $0.40 $0.52 8 $40.70 $56.555 $56.555 $72.41 DETERMINATION: SC -31 -X41- 2005 -IA ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: Jane 30, 2006'Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research (415) 7034774 for the new races after 10 days from the expiration date, if no subsequent determination is issued Stocker, Scrapper $10.00 $3.95 - $2.01 $0.40 $16.36 $21.36 $21.36 $2636 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. ' Includes an meant per how worked for supplemental dues. s Rate applies to first 8 hours on Saturday. All hours in excess of 8 hours on Saturday will be paid the Sunday and Holiday double time rate. Saturdays in the same workweek may be worked at straight -time ifjob is shut down during the normal work week due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htmJ /www.dir.ca.eov /DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Intemet at htto: / /www.dir.cu gov @LS WPW D. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 7034774. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #ELEVATOR CONSTRUCTOR DETERMINATION: SC -62 -X- 999. 2005 -1 ISSUE DATE: February 22, 2005 EXPIRATION DATE OF DETERMINATION: December 31, 2005 "" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Los Angeles, Orange, Riverside, San Diego, Santa Barbara and Ventura counties. 'Portions of Kern, San Bernardino and San Luis Obispo counties are detailed below. Classification (Joumeyperson) Mechanic Mechanic (employed in industry more than 5 years) Helper` Helper (employed in industry more than 5 years) # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. Applies to that portion of these counties south of the Tehachapi Line. For more information contact the Division of Labor Statistics and Research. b For paid holidays recognized in the collective bargaining agreement, employees are paid for 8 hours at straight time in addition to the Holiday rate for all hours worked. ` Ratio: The total number of Helpers employed shall not exceed the number of Mechanics on any one job. For more information on the use of Helpers, contact the Division of Labor Statistics and Research. d For Contract Service work only. All other overtime is paid at the Sunday/Holiday rate. ` Includes an amount for Annuity Trust Fund. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http: /Avww.dir.ca.gov/DLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current determinations on the Internet at www.dir.mgov. Travel and/or subsistence requirements for the current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. Emnlover Payments Straight -time Overtime Hourly Rate Basic Health Pension' Vacation/ Training Other Hours Total Daily° Salurdayd Sunday' Hourly and Holiday Payments Hourly and Rate Welfare Rate 1 11A 1 %Xd Holiday $38.215 7.275 4.37 2.29 0.37 0.10 8 $52.62 $71.73 $71.73 $90.835 $38.215 7.275 4.37 3.06 0.37 0.10 8 $53.39 $72.50 $72.50 $91.605 526.75 7.275 4.37 1.605 0.37 0.10 8 $40.47 $53.845 $53.845 $67.22 $26.75 7.275 4.37 2.14 0.37 0.10 8 $41.005 $54.38 $54.38 $67.755 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. Applies to that portion of these counties south of the Tehachapi Line. For more information contact the Division of Labor Statistics and Research. b For paid holidays recognized in the collective bargaining agreement, employees are paid for 8 hours at straight time in addition to the Holiday rate for all hours worked. ` Ratio: The total number of Helpers employed shall not exceed the number of Mechanics on any one job. For more information on the use of Helpers, contact the Division of Labor Statistics and Research. d For Contract Service work only. All other overtime is paid at the Sunday/Holiday rate. ` Includes an amount for Annuity Trust Fund. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http: /Avww.dir.ca.gov/DLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and subsistence provisions for the current determinations on the Internet at www.dir.mgov. Travel and/or subsistence requirements for the current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #OPERATING ENGINEER DETERMINATION: SC- 23- 63- 2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006 }e The rate to be paid for work performed after this date has been determined. if work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. NOTE: For Special Shift and Multi -Shif, see pages 9A and 9B RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate fm Hofiday work shall be paid, shall be all holidays m the collective bargaining agreement applicable to the Particular matt, dessificatim, or type ofwarker employed on the project, which ism file with the Director oflndusirial Relations. Vthepocomhog rate is not based on a collectively bargained rat, the holidays upon which the prevailing rare shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Intemet adaty //www.diT ca gov/DLSR/PWD Holiday previsions for content or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordence with Labor Code Sections 1773.1 and 1773.9, reameares shag make travel and/or subsistence payments to each worker m execute the wock. Travel and/or subsistence requirements fm each craft, classifmation or type ofworkermay be obtained from the Prevailing Wage Unit m (415) 7034774. You may obtain the Travel and/or subsistence provisions fm the current determinations on the Internet ahm r1 /www dir w uov1DLSR/PWD Travel and/or subsistence Provisions fm current or superseded determinations may be obtained by couaacting the Prevailing Wage Unit at (415) 703 -4774. -7- Employe Payments Scai ht -T,me Wai. HOmk Rate CLASSIFICATION Bane Huay Hea]thand Pmaion Vawdon/ Training other Hours Trust] Hourly Doily Sanuday(d) 9rndry/ (Ji a acypenm) Bate W.H. Holiday (a) P,.N Bata (c) Holiday IInX IInx 2X Clawftatlon Groups (b) G 01 330.10 7.80 3.75 2,95 065 011 8 545.160 860110 560210 $75260 G., 2 30M 780 3.75 2.75 0.65 0.11 8 345 940 861.380 561.380 $76.820 Gro,3 31.17 7.80 375 2.75 065 0.11 8 546130 561815 $61813 $77400 (hu,4 3266 780 375 2.75 065 011 8 547.720 We% 564.050 $80.380 Group 3288 780 3,75 2.75 0.65 0.11 It $47940 M4380 $64380 $80.820 Groups 3299 7.80 3.75 2.75 065 oil 8 Milk50 864.545 564.545 $81 No 6houp 10 3311 780 375 2.75 065 0.11 8 548170 $64.725 564]25 581.280 Group 12 33.28 780 375 2.75 0.65 0.11 8 $48340 564.980 569 980 $81620 Croup 13 3338 780 3,75 2.75 0.65 0.11 8 348440 855.130 $63.130 $81.820 Croup 14 33.41 7.80 375 275 0.65 ell 8 348.470 565.175 $65175 $81 am Group 15 3349 7 80 3 75 2.75 0.65 011 8 $48 550 $65195 565.295 582.040 Croup 16 33.61 7.80 375 2.75 am 0.11 8 S4B 670 $55473 $65475 $82280 Group 17 33.78 7.80 375 2.75 0.65 011 8 $48840 $65.730 565.730 381620 Group 18 3188 7.80 3.75 2.75 065 0.11 8 548.990 555.880 $65 am $82.820 Group 19 33.99 7.80 3.75 275 065 oil 8 549050 866.045 566045 $83.090 Croup 20 34.11 7.80 3.75 2.75 065 0.11 8 $49,170 $66.225 $66225 $83280 Group 21 34.28 780 375 275 065 011 8 549.340 566480 $66,480 $83620 (hoop 22 3638 780 3.75 2.75 065 011 8 549440 366.630 566.630 $83.820 Group 23 3449 7,80 3.75 2.75 065 0.11 8 $49,550 566795 566.795 $84.040 Group 24 3661 7.80 3.75 2.75 065 0.11 8 $49.670 366.975 $66.975 $84.280 (3roup25 3478 780 3.75 2.75 0.65 oil 8 549.840 $67.230 $67.230 384.620 k Indicates an apprendemble craft. Rates for Wanders are available in Me General Prevailing Wage Apprentice 3tbedule. ' Iadadm so amount wthhdd for eWlomensu duet For clawi6cadons vadda each getup, we pages 8 and 9 `Rate applim to the first 4 overdme hours. All other daily overtone to pad 9& a Surds, rare ° Rate Vpllw to the first 12 hours worked All oflx tins, is Paid at the Sunday rote. NOTE: For Special Shift and Multi -Shif, see pages 9A and 9B RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate fm Hofiday work shall be paid, shall be all holidays m the collective bargaining agreement applicable to the Particular matt, dessificatim, or type ofwarker employed on the project, which ism file with the Director oflndusirial Relations. Vthepocomhog rate is not based on a collectively bargained rat, the holidays upon which the prevailing rare shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Intemet adaty //www.diT ca gov/DLSR/PWD Holiday previsions for content or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordence with Labor Code Sections 1773.1 and 1773.9, reameares shag make travel and/or subsistence payments to each worker m execute the wock. Travel and/or subsistence requirements fm each craft, classifmation or type ofworkermay be obtained from the Prevailing Wage Unit m (415) 7034774. You may obtain the Travel and/or subsistence provisions fm the current determinations on the Internet ahm r1 /www dir w uov1DLSR/PWD Travel and/or subsistence Provisions fm current or superseded determinations may be obtained by couaacting the Prevailing Wage Unit at (415) 703 -4774. -7- DETERIMMAT Oft: sc -21 ; }y , cROw 1 eagamla sona^�mOpe xor DI^'Ewhra.;mw wu::Nagpc M�iRU' a Ekn:w Opedbr -bwde ESg:werQ'la FD�aD CPeaams«hadeabed Idlwaimilyypw -wda9 rorc) (icrcrrNrOp®Ipr Gmedmr, Pub or Cpmryemr Pmm OpPeNr H®sT 1MY RR�r:: ®Helper Pmvp GP:rdw P. U,Uaav Gll I z AWWI-(U Pmnr Opadarppuds Taal Opdeud C � %P Giamn ForF1INGFhfm(:¢'(uRa ImA M1Llor siOiW:YR+ -was taml 11Ydasmp[Pamp OPaaiw OgwC�rlArplPJi prmwaela➢lanD Pmomdiajdpwn Hectare RIU Etle plplp lrt Ravry Dlgl xe19a lo;reldl �'O'8°^d� wwM °- 3'°°GWnM(ttsivulm9RS) SYWlealer(WM1W bPee➢migY6 xlldualrarbmeerl uFd Flrtmyl Temgraay Heating pbm pp:arw Twm msfavbme okr GRODPs AapEx1: Rap�arBkMOpYdor Bdwalor rimikrtypc(Sltid Staj F -0�mnarY CnesaA(Kk) Fpm Pe:Damp (wim dag0pe wecpoem) 1lydi[ppdrRtlnman (g:m:ltll .Sr= ioroa)'PiR R4aPlnigyy Ckamay My,,yre Opentm GROW4 AspWtPbm R�mnn BmnQMa -yrP (mia -vux orsumhrtyR) Oswaiw B aanMn m Miminan fagFll w anvak) Clue Ppuadmg MachireGW+mr Ca¢rele Ouryya Dem®mim:np MrM1ire Cawmm PUmpCpdamr(myiparybkl �w °Mary rsi®Iaa0 ore,', IbMdryebalRla(ieapma saPwECpm:lmt w :imil.r m.- Huyealm .tare.) F41dPdem Grorr(P�wru Oarrd Rail GpR Ddrt� OPrniw MBW:�mmM�lapa, � Mkw TwwlaB�r 46pve gmwal rvnnd) PowCbl6ck f'�V M:CN4D{Craltt lb°w rbunb 5aa'DpdROr Power- Odawlumbp Go�m Smn Opnum RaawSwgpw Operaror RoM tlletmv(aavgwP� ssrwd Dlwxw (aTadt w towmea v>la®mMuYT�ramr(W rode) GR011es(TwanYOcba rma PU p,� 981 F9uTmmt(Bdvr(Gnat TudrMnlb4kfl) plo6ft) CRpbT 6 AAtakp'rG MekQd Ilnuhc Aplpd plme�ww 1U, Pied Operuor Bit glavpam roman Idot Madam Operamr (wral and rlmlbr n pc) aom oprd ar body DI aDad wa Opwdw Iordao (oilGdtl nR) O MmGm OWamr.BWl:el or A^R' +nPae(C+Mtldl(Ul gor rypce - vl ryn loop a,,yo,,,,ra ypa- TexpmalSO,Sryor soa ut(na maumbryprs. mdlhR d'prd oy aS DN a:R Macbim o9adw (adtVirg wma segs)��) laalrp MawairtMR.,luhP ti:rcOPrb+ra:w�(vmw, Pdp ofsW) �� ®ecr, or ai�Wrype Ma®UrmlrtpmV Pml Sim VLwna Mdmvirwl Berm Qab w 4umr lams pr aW l ryp 1W�Fiudsht gcnlm (mmch.Ckry•lobmtreiawdlwsadDp prYdwNBmho�d�dor IM1ab. grpmda <Vnupr R.W ON MFio; Mecdine Opemiw R.bIx ,TwUd Earth.," (u.,X RdnmN RUhbm-TirM r.r N Eglupmrnl(singbaryl -, rg toaid lndadlV 25 yds. ouUdrl Ea14Pmpw1¢d Ter PlpMtnp Madtina OpemW SR�bP4/ OPareb!(pNNerandwDeeltype, aver 9/4 yds. aid UP band ladU6lq t in SlhFwm pump OPeMmr(poy¢rdMen 0)dreuPalRBPgdeNCeNrcpndera rumnl T "I'llOpamw- ButVOCpr, Tprtyer$a"d4UUGb miplin, uplo tW MD, dYeeeleM similar rypm, up tp e:tlintlWi0p0.5 and simimrtypm) Tupgerlkid Opedfar(f 6mm) (U4a UU Bl,,, aa,,Ial rUU,,U Twi B'slem Op¢rmor Veamm BlasRiq Mad:ina Opamw N61Par- General CROW T RwmurctahM mb, aea pros g6j TAtnar- Ga,arel (nbd:s:dp GRpIPa Aelflvtt a Comma 5amadttO Oyembr(mmpinB w Onish"ulp) AspleX Pesvug Madvne Opadipr (psr0arpmereor sirrtperlypa) AsMvX -Ru00.T piztbmor Gppwtor BaQUOa OPembr (Up b ale ivtldlirg ?4 yPU) a rtp l MM. arse or math, Cass In pmq Roe uarg Marh'ae Oommor CpMiru EonI �Miu;_a�M Cmglgzsorppayror ( quniswork) Cmgaa[IwbaU OPU - ar- Pota, cavame Mover ,ow., -gN:q i Oaa,, Opernoa DAllp MxWne Opermw, &rdal wAUp,4paz (CrsaeM 150 Nw,m ara0dbr types -N,,U. f Soo, 2000.2500 ea0arwzl:rimr types. Temme Top, eW super orsimikrhsea- QPIinB tlegM1 Ofen«dumam) GreOe God.lq Grader Opmbr CAxPer Grade9 Operaw Gbubq Mambo OPmabr W av) Duly RapaYmamPamp ii¢la0er 11Paaar000 mml ROOOEOOp1UIU Kammeacu Bettis.Repvlilorrty, a rtpy Holman Bml loob Cmmsimoer Ura Le Twmeaa Bbh Oompadam. simper type LoaderWamba(AOey. Cvold,bierte am Ps1::BVrlype.;) Msatw En W onmsgel d birrtmePCe McMmc Oub or.'milertypes P.C. I90 BO SM Sbl6ew PaewRa(u Gondale Pledng Maurine OpemmriHacbuy .PRSSVaelloramyertypel Rumpweb Ul rG faa Rotary -Tie o Earth { vn, E,g wam type) Rubbat-TMar tj M wMBr Onoallem Opa:mw(singlewglne,oakmaer, iW,[M wagon. entl siircmr types wM any end ell atlemmanm mer25 yds. aM upm uMindudi�G mmdi Ru25 Mas ascld m Ol MaNpg ERUwrdal Oparftw Orat*Pogiac - op to ad facMdiry RuhOer -TYed BdePer Operabr(oa&bedlaB padtlkssmecl lypa.,b,a Dews, 1040 asd simderst'l,a ) SC1='Wu �pBkd Y Cm0 aN CM4r Madnhc Ilaator bXWk b9ipbedor OPamor (teMarmd ttRaelhR over 1121MS. UPta Prq {UdUdirp 5 m,mo," Soil Rea 4a4on Ram Opaelw fCIVI Emimlecll a VUl $.dace UUr,aM Planer Operelw Tmdortomplessva Ddl CoapnaEOn Op:amw TmWrOpembr feirytype wryer Bien 65 -100 dywaelilD, eroover, orsYnllar- pulFJOrer, bmpar, wepwmd pum Imdor, si:pb enpinal Td Mw Operebr(bowP etted:menmj Tmvm:(q Pyro Wgpinj. ClesrriwgeM BeMiPg AGarthe Opermw Irv"HI:G Mdebine Oparolw(overs ldS all ma,mmvladvmh mtmp) VRm HIpM1 PressUm Wemfjel CuOi:g Tool System Madnnb IsglarRel(con:pmdfm) O6TRWr1Q1AnON.' SC-2i6 }Li005-I GROUPS R mdddvllmk.S page 9BJ Hary Dub Rcwiwav IMWT -SMRI GROUP w DNIiW M1fficEiv ORm . Bakes «AOg«bW(k'alwxW 200 elmdamzlmYarryRS. Wamn34W «SOOJ mgmmd®lu hpu -Temam 9W IDMMRmycam ad wr n Y Dmr A Dmic u mNUb xM mR-oicpxRm R ma h Wmi rk wr x Of DuOppW[re a3Nmv5atl0 m ra m f d(wd reiRimnnkivT. lilex m, vg mryma¢5 n w m ) <keeic) ®&Rmrget) pM 10.' M pbE w ryR- <ryryd9WFpR ®Ttl y rype nunaivml PnvlrtmM Wmppmg Machim Oprm9r(] ORmmrs rtquirttl) WOTa -Timtl PaM MUri EquipmmtCPe (siogleevype,9m W0 rp k Aubber- ilrMHVNMONngFgdpsm ORmem (vWUple <vgre, ewM1davpdmrmtl um;w -mxr 25 Yak. ®9 W a 50 yda, am¢k) Tox >c— R.pdmm, TrxlprluakrOpwbr (awlaawwTmSryiem«6 D2Ydr I WNtler- CauRed wwdc ASaropnvmr laNUmlupv ®�nll eyiipmmh GRDUP 1l lmrmelxkRl nbvm pv¢9R) lhay' Oxb Repdamm- WeNa CambimmnlTTdtidNR1 Wtldv- Cadimd pmhidlw) GR u Amo Omkr Opamm nxmwlk SHp Pmm O9«.ar . DrJmm MsTimOpwtw,BUrlet mwgaryRV [Cdwe4L ugcr 200 [AVr e®W ppn -..won am N«Aamm mmw Mm wmpmwr Mau Exwrm «Opemor -Im dRn ]SO ev Ydx MaM1 Eudd�mg MmNpe ORmmr Tabrm F Farm Tmeda Opvmw Mdm Rml ORmmr fmmiargi¢) PiR T1oTrY MxTlrc Op:ramr Ribb:r -Ti�N FiM M11«mg PgvOmev Opmarw (mduple eggee. e«lid «rcRi W r aN sinula hpc, m R�Ner -TuW $cH- IgaAag $cmperORmrorfRddk- wkxJ- ugu nye ¢161wdiB-(mx I2f mmvm m GROUPU ILbka -la9d PaMMorkg EgvipmvOp:w9r.ORmmg Pgmpnmd r We PuetrPVO Ssmm"Wk mgim, upmadimlWwS 2s rdc muaa GRO@ H Cmml r:mr Operwr faW inmmmOmwm Rmpk CvmvRad Eum MPdvg ORmm (51 00 pm ravr vtlditimml m bs rw) whorl Emvmmropvuor(o.muanx.rm RrhauD GROUP R�NSm -iirtd Emm Tk•'mg Egoip«as Olxrslm, DRraWR Hamaa/+a wwme Puc MS). (do&c rng�ovaplla.cvAdud YwY9n and dmuuh9m Mmmn mdw mmrdvcrvs «a255W uMl bmd ucludmg 50 w Ydy warp RaW v.Md Emh MovivB E4viPmcn OPCmm. ORrati�6 F,9mpmd wM Ne PustrPU115Ywm (mdigk cnghm -npm and �Rh4tg52.5 Ydx wank) GROM M RWM1.Tved EuW kbriog Egn�piwm ORrLm.Opcvtirg P.ynmvmmrvMOePpsbd111 S)'wm(agys ^ "4^. mm 50 Y4 Mtk) RiMCr -Trtd FaM Mm'rvg Fgmpmem Opewm. LpnYlrg Equipmm rvim Ne PmbAJI $yYpn (mJepkmkme. euctid, mlerymar.udsivdmr, mv2s yd: and uPb s0yd:. NnaU MISORLIANRO213 MR IONS: GRO"1] RWba -TUCd HurO Mm EonWnwl ORmmr. OR M EOiT^cm wvhrh PueTFOO Symam (mdtlpm evguR. amhA nmryJbv, m! dmiw 6Re, 50w Yda dmdJ 'ILtlnn Trsar Operem( operati�rnwkl rypemcmoivrvof ®- Gmd9mtl simimrppel GROUP M RibRr-T M MwmgFgugnmrOpe m Opemvrg mTaakm (mmpw. Twy dime; and dmda b m am wmmmmrn exduAnbwmpawn m -a& cv8ia• W m am 1mhtli4g u YM.zRUd:1 GRO 19 R 6a [Tmaek Reh Opamor R�Aksr- 1tiMEeM M« F� Cp.'ra ,Chan% TaWnu b.R)' d® andslmllu rypa m vro mmeimdsn e W udmg wmpwon ada - uvpc cv®�r. wert�lln. ewtid atler rtxBOn and :i ®larypawM mymtltllatxM1me Omxr . OplandrpmammaM1iAvy s0 blyb.emet) RibMr -iimd FiM Aavmg PT "Pvmv OR �+mr. [pewirg m Tavl®lacrvpm% Oe11Y d� mtl woJu bPm maq wmbimtivn cdoAn6cwnPpwnorva- nmldpk tnp�6 W m vvd i¢Ndiob 251dc annk) GROOP M RWkm-'RmtlH Rkrmg Fgnyraem ORO OR" m Tvmem(m%wv Tells' dv andsimum RuhGm-TUWRu0 M«Mg Fgmpnrm ORraar, O".m w Ta Imapcn, bay dumpy and tlmhvr GROUP 21 Rubka- Hwh Mm'mg HgmOVrm ORmm, OpcadrR w Ta lscmfvy WIy dm vvd umhv GROIRu R� Fish Rkrmg Egmpmcm ORmm, ORraeg E,#P wW We iavtrmFlUT-PWI SYetem OROOP m Ri - TUMEmmM WE4v@mmIP., ORwIR H9mParm aLh W iwbmMSTRUII SYTCm R�M FiMMmaSEg� Opcm«, OpaadMag Egdpmam MmOm TmwmPw IS m GROUP m R�Tu F Rdm'mg E4uW ORmm, GRndg FgvV MW We TmdemDU lSh m (ei�aevgim mar 50 ym $mmkJ RuhM -l5md Euw M «ivg Fgpmmem Opemmr. OpeumR HVmpmm wM Ih Papdem PuaTYWI Symvm (mdtW k onguw, vmli4 alvpam am dnw,r. mm ss rac. and w m w s,a. wu s) GROIR 25 Camaav Pmnp 0, -.Track MOma W RiEhrTmdbumM PmP ORramr.OperntiiREgidpnan nvndo rvohmnaapnll ss9m (m W dpk ®g� wclld, m W pdty and dmVr ma 30 w Ydi 1 flRmarspuhmsee MW WwdmwdaHrtwcxlhlmn«raill5el Rrbmedditivnil prymtlemkWmmnof pry. Tor dHlkmlpry rmll DC Vddctlmrm: rtgWV me rvdmseme NeTmsrw(wtlN CmirtaNR i. All mary dory reRuv ®mtllmYddy m�hwlmoaTJl gYiw ramp' 6vewas (2H)TVromlwlmmN'aeeinadktionm WCu �ulumm of PU aid ma du116m�m OCr W¢weofpry. 2. FwSbymrtgdmdmauitvpvd weAmabamrd9mnuOOd wwpmmaR aTV0 rmaw Two WHars( 53. 00) pawmm WLamwrTeir lOgWamN Wpm'. andOw ma ddlbawmn Oxlrmic lrvmlY meofpey. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #OPERATING ENGINEER (Special Shift) DETERMINATION: SC- 23.63 -2- 2005 -1 ISSUE DATE: August 22,2005 EXPIRATION DATE OF DETERMINATION: June 30,2006" The rate to be paid for work performed after this date has been determined, If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific razes at (415) 703-4774. LOCALITY: All localities within Imperial, Tnyo, Kern, Los Angeles, Mono, Orange, Riverside, Sao Berardino, San Luis Obispo, Santa Barbara, and Ventura counties. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is an file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained raze, the holidays upon which the prevailing rate shall be paid shall ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at h"7 / /www.dir.caeov1DI.SR/PWD. Holiday provisions forcurrent or superseded determinations maybe obtained by contacting the Prevailing Wage Unit al (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: U accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet al h.np 1Avww die ca,gov/DLSR/PW D. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 9A - EmviwmPavments Straieht -Time oremma Hmuly Ram CLASSIFICATION Ras.Hourly 1halthwd rasa. Vmaaoa/ Training Gdter Hours T9ml li0udY Daily Saturday (it) Sundry/ Unurneyperson) Raie welfare Holiday(a) Paymenss Fee (c) Holiday I IR]( III$'[ 2X Classifcaban Groups (b) Groupl 53060 780 3.75 275 065 011 8 545660 $60960 S6D.960 576.260 Growl 3138 7,80 3.75 2.75 065 0.11 8 546.440 $62130 $62130 $77.820 Group3 31.67 7.80 3.75 2.75 065 0.11 8 546.730 $61565 S62.565 $78.40D (3ru,4 33,16 760 3.75 275 065 0111 6 548M WAN $64 BUD S81.38D Cnoup6 33.38 7.80 3.75 275 065 011 8 518440 $65.130 $65.130 581.820 Groupa 3349 780 375 275 065 0111 8 $48550 $65.295 565.295 582.040 Group 10 3361 7.80 3.75 175 065 0.11 8 548670 $65.475 $65.475 $82.280 ( ru, 12 3378 780 375 275 0.65 011 6 548840 565.750 $65.730 582.620 Grover 13 3399 7.80 3.75 2.75 0.65 0.11 8 548940 S65.9eo $65.880 $82.820 Grow 14 33.91 ?,Be 3.75 275 065 011 8 518970 $65.925 SOM5 581880 (huup 15 3399 780 3.75 2 ,75 0.65 0111 6 549050 $66.045 166045 583.040 Croup 16 34.11 7.80 375 275 065 011 8 549.170 566.225 $66.225 183.280 Grow 17 3418 760 3.75 2,75 0.65 0111 6 549340 $66.480 SWARD $83.620 Group IS 34,38 7.80 3.75 175 065 0.11 8 549.440 165.630 166.630 $83.820 (ho' 19 3449 780 3.75 275 065 011 8 $69550 $66.795 566.795 S84.040 Grow 20 3461 7,60 3.75 2.75 065 0.11 8 249.670 566375 $66.975 $84.280 Group 21 34.76 7.80 3.75 2.75 063 0.11 8 $19.840 S67.230 567.230 $84.620 (3soup 22 3488 260 3.75 2.75 0.65 0.11 8 $49940 $67.380 S67.380 $84.820 Croup 23 34.99 ?.Be 3.75 275 065 011 8 550050 567.545 167.545 $85.040 Grow 24 3511 730 3.75 275 065 Oil 8 5501 -m $67725 $67.725 $85.280 Group 25 3528 7.60 3.75 2.75 065 0.11 8 550.340 167.980 567.930 185.620 q mdmatw w apprewceable craft Aatcs Por epprmdces vrc evaildrla in fie General Prevmling Wnge Apprentice S.hedWe 'Includes an wgwt withheld for supplemunml dues, a For Wasoficaaas within each group, tte Pages 8 BM 9 `Rate appResmfhe firsr4ovemme Mum AllothmdailyD rmispaidmthe Swlayrem. ° Pam applies m the fist 12 hours worked All other 8me is paid& the Sunday ree. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is an file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained raze, the holidays upon which the prevailing rate shall be paid shall ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at h"7 / /www.dir.caeov1DI.SR/PWD. Holiday provisions forcurrent or superseded determinations maybe obtained by contacting the Prevailing Wage Unit al (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: U accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet al h.np 1Avww die ca,gov/DLSR/PW D. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 9A - GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #OPERATING ENGINEER (Multi-Shift) DETERMINATION: SC- 23 -63 -2- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006-- The rate to be paid for work performed after this date has been determined. Ifwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Faye, Kent, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura Warning. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirement- for each waft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions far the correct determinations our the Intemombn: //www.dir.gg,eQyMLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 9B - Emolover Pavmenre SnaiRld - Time Overtime Randy Rate CLASSIFICATION Basic Hourly Healfi and Pension Vacation? Training Olhar Ilcurs (a) Total Bounty Dally Seauday(d) Sundry? 0-- yperson) Rate Welfare Holiday la) Peymau Rene (p) Hogday 11 /LY 112X 2X Classification Groups (b) Coup? $31.10 7.80 3.75 295 0.65 0.11 8 &6.160 W.710 $61710 371.260 Coup2 31.88 780 395 275 0.65 0.11 8 546.940 562.880 952880 $78.920 Group3 32,17 7.80 3.75 175 0.65 0.11 9 $47.230 $63.315 $63315 579.400 Group4 33.66 7.80 3.75 275 0.65 0,11 8 548.720 865.550 565.550 $82.38D Groups 33.76 7.80 3.75 275 0.65 0,11 8 348.920 565.700 165.700 382.580 Group6 33.88 7.80 3.75 175 0.65 0.11 8 $48.940 $65.880 565880 $82820 Grosp7 3398 7.80 3.75 275 065 0.11 9 $49040 166030 566.030 583.020 Groups 33,99 7.80 3.75 2.75 0.65 0.11 8 $49050 $66045 Wants $83.040 Groups 34.0 7.80 3.75 275 0.65 0,11 8 $49.150 T ,195 566.195 $83.24D Group 10 3411 7.80 3.75 2.75 0.65 0.11 8 549.170 $66225 366225 183.290 Group 11 34.21 7.90 375 295 0.65 011 8 549.270 556375 366375 $83.480 Group 12 34.28 7.80 3.75 2,75 0.65 0,11 8 349.340 $66480 566.480 583.620 Coup 13 34.38 7.80 3.75 2.75 D65 0.11 8 549.440 $66.630 $66.630 383.820 Group 14 34.41 7.80 3.75 2,75 0.65 0.11 8 San 470 $66.675 566.675 883.880 Group 15 34.49 7.80 375 2.75 0.65 0.11 8 $49,550 $66.795 566795 $84.040 Group 16 34.61 7.80 375 2 75 D.65 0.11 8 149.670 566975 566.975 $84.280 Group 17 3478 7.80 375 2.75 0.65 0.11 8 549640 $67.230 267 no $94,M Group 18 34.88 7.80 395 295 0.65 0.11 8 149.940 567.380 $67380 $84820 Group 19 3499 7.8D 375 295 0.65 0.11 8 $50050 562545 $67.545 195.040 Group 20 35.11 7.80 395 2.75 065 0.11 8 $50,170 $67725 $67 725 $95.280 Group 21 3528 7.90 375 2,75 0.65 0.11 9 150340 $67.980 167,980 595.620 Grasp 22 35.38 7.80 3175 2.75 0.65 0.11 9 550440 569130 $68130 585.820 Group 23 35.49 7.80 3.75 2.75 am 0.11 8 $50,550 $69295 $69295 586040 Gsowu 35.61 780 375 2,75 065 0.11 9 150670 $68.475 $68.475 386.280 Group 25 35.78 7.80 335 2.75 065 0.11 8 $50.940 $68730 16LM $86.620 A Indicates an apprenncable"aft Bane fn apprentices au available in the(mn"al Prevading Wage Apprentice Schedule ' lncluda an amowt wid,hdd for aupplemennl duet. a For dass,firnions within ach group, sce pages 8 and 9. `Rsseappliamihefitrt4ovvdmehomx Allodmrdmlyov"hmelspaldatdm Swdayrme. °Rene apPlia m the Ben 12 hours worked. All other time is paid as the Sunday rate. -The Third Shift rang wmk 6,5 hours, excluwe of mar psdok fiu wln& 81-a mnig6, -time ,kill te prod 4 tic m,akifi rare, Mondry dlmagh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirement- for each waft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions far the correct determinations our the Intemombn: //www.dir.gg,eQyMLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 9B - GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # DREDGER (OPERATING ENGINEER) DETERMINATION: SC- 63- 12 -23- 2005.2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006• • The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. CLASSIFICATION (Joumeyperson) Chief Engineer, Deck Captain Leverman Watch Engineer, Welder, Deckrnate Winchman (Stern Winch on Dredge) Fireman- Oiler, Leveehand Deckhand (can operate anchor scow under direction of mate) Bargeman Dozer Operator Hydrographic Surveyor Barge Mate Emnlover Payments Straigbt -Time Overtime Hourly Rte Basic Health Pension Vacation/ Hourly and Holiday Rate Welfare $35.10 7.80 3.75 02.75 38.10 7.80 3.75 °2.75 33.52 7.80 3.75 x2.75 32.97 7.80 3.75 02.75 32.43 7.80 3.75 x2.75 33.63 7.80 3.75 02.75 34.39 7.80 3.75 '2.75 33.04 7.80 3.75 '2.75 Training 0.65 0.65 0.65 0.65 0.65 0.65 0.65 0.65 Other 0.05 0.05 0.05 0.05 0.05 0.05 0.05 0.05 Hours Total Hourly Rate 8 50.10 8 53.10 8 48.52 8 47.97 8 47.43 8 48.63 8 49.39 8 48.04 Daily 1 12X 67.650 72.150 65.280 64.455 63.645 65.445 66.585 64.560 Saturday Sunday Holiday 112X 2X 3X 67.650 85.200 120.300 72.150 91.200 129.300 65.280 82.040 115.560 64.455 80.940 113.910 63.645 79.860 112.290 65.445 82.260 115.890 66.585 83.780 118.170 64.560 81.080 114.120 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedule. 'Includes an amount for supplemental dues. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto: / /www.dir.oa.gov/DLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PA"IENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the lntmetathttp://www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 10 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #Cranes, Pile Driver and Hoisting Equipment (Operating Engineer) DETERMINATION: SC- 23- 63- 2- 2005 -1B ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006" The rate to be paid for work performed after this date has been determined. if work will extend past this date, the am rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774, LOCALITY: All localities within imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura worries. Erneov Paxmeuu s,..:pin_Tim. Ovemme Hmvly RVe CLASSIFICATION Basic Hourly HeWthmW Pwuion Va uu/ Train, Other Home Total Houdy Daily Saturday (d) Sunday/ (3onmeypers00) Rme Welfare Holiday Ia) Pay... Rare (e) Holiday 11= 112% 2% Classification Groups (b) Cn 1 WAS 7.8D 375 275 065 011 8 Sd6.510 562.235 562,735 57/.960 Ca 2 32.23 780 3.75 275 00 0.11 8 $47290 $63.405 567405 579.520 Crmui,3 32.52 7.80 3,75 273 065 0.11 a 517.580 563.840 563.840 S110.100 Gn,,4 32.66 7.8D 375 2.75 0.65 0,11 8 547720 164.050 $64.050 $80.380 Groups 32,BB 7.90 3.75 2.75 0.65 0.11 8 547.940 S64.3aD 56438D 580.820 0,ew6 32.99 7,8D 375 275 0.65 0.11 8 518.050 564.545 $64545 581.040 Gr 7 33.11 7.9D 375 275 0.65 0.11 8 548.170 $4.725 #4715 581.280 fnow8 33.28 7.80 375 275 065 011 B 518.340 164.98D M4.98D 581,620 Gnnpr9 3345 7.8D 375 2.75 0.65 0.11 8 $48510 $65.235 W235 581.960 Grout, ID 34.45 7.80 3.75 175 065 0.11 8 549.510 S66.735 166.735 Us 460 on,w 11 35.45 7.8D 375 275 065 0.11 8 MD.510 S68.235 #8235 385.960 Cneop 12 3645 7.8D 375 275 0165 0.11 B $51510 $69.735 569735 $7.960 cn, 13 37.45 7.8D 375 275 065 0.11 8 M2510 571.235 $71235 399.960 pindirmsmappnnaombl<creft Ramsfm epprrndao5 me avedable is the GmmW Prevalin6 Naga Apprentice SrhedWe. 'ledude3wm Wwithheld for n50criclal dum. "For dt ifimi ua withineach linw, rw page 10. `Rmeapplimwthefirv4mcm. hours. All otherdeily ovv0meis p'dWthe 5lmday ren 'Iua* p li.wthe6012h..re ked. Motharumaispaidvthe Swdayrure. NOTE: For Special Shift and MultiSbift, seepages IGA -I and 10A -2. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall he paid, shall be all holidays in the collective bargaining agreement, applicable to the pmticulaz crag, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at ban: / /wwwAir ca cowDLSR/P WD. Holiday provisions for current or superseded determinations may be obtained by contacting We Rcvailing Wage Unit at (415)703.4774 TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at hno. / /.w .dir.ca.goviDLSR/PRD. Travel and/or subsistence provisions for current w superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774, 10A- De mods" matS C- 2} a.} 2- 2oeSIH; 9C- 3}6}b2W5- IHI ;SC- 23fi3- b2WilHi GROUP Engineer Oiler GROUP2 Track Crane Oiler GROUP3 A -Frame or Winch Truck Operator Rom Carver Operator (lobsite) GROUP4 Bridge-Type Unloader and Turnable Operator Helicopter Hoist Operator GROUPS Hydraulic Boom Truck Stinger Crane (Austin -Western or similar type) Tugger Hoist Operator (1 drum) GROUP6 Bridge Crane Opemra Crater Curtis Operator Hoist Operator (Chicago Be= and similar type) Lift Mobile Operator Lift Slab Machine Operator (Vagtborg and similar types) Material Hoist and/or Maoli t Operator Polar Gantry Crane Operator Self Climbing Scaffold (w similar type) Shovel, Backhoe, Dragline, Clamshell Operator (over 3/4 yd and up to 5 cu yds, M.R.C.) Silmt Pilo Tugger Hoist Opaatm (2 drum) GROUP7 Pedestal Crane Operator Shovel, Backhoe, Dragtmc, Clamshell Operator (wer 5 cu yds, M.R.C.) Tower Crane Repairmen Tugger Hoist Operator (3 drum) GROUPS Castes Operator (up to and including 25 Out capacity) Crawler Transporter Operator Detrick Barge Operator (up to and including 25 tan capacity) Hoist Operator, Stiff Legs, Guy Derrick or similes type (up to and including 25 use capacity) Sbwel, Beckhoc, Draghae, ClmnshcH Operator (over 7 to yds M. RC.) GROUP9 Cane Operator (over 25 toms, up to and including 50 ton M. R.C.) Derrick Barge Opvnwr (aver 25 tons, up to and including 50 too M.R.C.) Highline Cableway Operator Hoist Operator, Still Legs, Gay Derrick or similar type (over 25 tons, up to and including 50 ton M.R.C.) K -Crat e Polar Cone Operator Self Erecting Tower Crete Operator Mati nun Lifting Capacity One (10) tons. MISCELLANEOUS PROVISIONS: GROUP 10 Crane Operator (over 50 tons, up to and including 100 ton M.R.C.) Derrick Barge Opaatw (over 50 tooa, up to and including 100 ton M.R.C.) Hoist Opemtw, Stiff Legs, Guy Derrick w similar type (over 50 tons, up to and including 100 ton M.R.C.) Mobile Tower Crane Operator (ova 50 tuns, up to and including 100 Out M.R.C.) GROUP 11 Cone Operator (over 100 tons, up to and including 200 ton M.R.C.) Derrick Barge Operator (over 100 tons, up to and includes 200 tors M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 100 tons, up m and arcluding 200 ton M.R.C.) Mobile Tower Crane Operator (over 100 tons, up to and including 200 too M.R.C.) Tower Crane Operator and Tower Gantry GROUP 12 Crane Operator (over 200 rove, up to and including 300 tons M.R.C.) Derrick Barge Operator (over 200 teas, up to and including 300 tone M.R.C.) Hoist Operator, Stiff Legs, Guy Derrick or similar type (over 200 bass, up to and including 300 ton M.R.C.) Mobile Taws Cram Operator (over 200 tons, up to and including 300 ton M.R.C.) GROUP 13 Crane Opora r(over300tons) Derrick Barge Operator (over 300 twos) Helicopter Pilot Hoist Operator, Stiff Legs, Guy Derrick m similar type (over 300 mass) Mobitc Tewcr Canso Opawter (ova 300 tons) I . Operators on hoists with three drums shall receive fifteen cents (150) per hour additional pay to the regular raze of pay. The additional pay shall be added to the regular rate and become the base rate for the entire shift. 2 . All heavy duty repairman and heavy duty combination shall receive twenty- five cants (250) par hour tool allowance in addition to their regular rate of pay and this shall become their base rate of pay. 3 . Employees required to suit up and work in a hazardous material environment, shall receive Two Dollars ($2.00) per how in addition to their regular two of pay, and that ram shall become the basic howly rate of pay. 10B - GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #Crimes, Pile Driver and Hoisting Equipment (Operating Engineer, Multi-Shift) DETERMINATION: SC- 23-63 -2- 2005 -IBI ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006 -- The rate to be paid for work performed after this date has been determined, if work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, Sao Luis Obispo, Santa Barbara, and Ventura counties. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is On file with the Director of Industrial Relations. If the prevailing raze is not based on a collectively bargained raze, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations an the Internet at hmn://www.dir.ca .Rov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the weak. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit in (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at kitty / /www.dir.ca.ROV /DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 1OA -1- Emelover Pavmeme Serviii -Time Ove�rima Heart, Bete CLASSIFICATION Basso Hourly Holstead Pension vratioal Trvw.g Other Hours( -) Tote)Hoady Daily Saturday (d) Sondayl (Jomneypersoo) Rare Welfare Holiday(.) Paynsenm Rare (e) Holiday 11= 11= ZX Classification Groups (b) Cempl $3245 7.60 3.75 2.75 065 0.11 a 847510 $63.735 $53.735 579.960 G ,2 33 1) 7.80 3.75 275 065 0.11 8 $48290 564.905 564.905 881.520 G,w3 3352 780 3.75 2.75 0.65 0.11 B $48580 $65.340 565.340 $82100 Gross,4 3366 7.60 3.75 275 065 011 8 848.720 565.550 $65.550 $92.380 G W5 33.88 780 3.75 275 0.65 0.11 8 $48940 $65.880 565.880 582820 Grcopi, 3399 7.80 3.75 275 065 all 8 849.050 566.045 SO.W5 581.040 Group? 34.11 7.80 3.75 275 00 011 8 549.170 WM5 566.225 $93.290 Groups 3428 7.80 3.75 275 065 0.11 8 849.340 566.480 566.460 $93.620 Groop9 34.45 ?.an 375 275 06.5 all B $49.510 566.735 $66.735 883.960 Group 10 3545 780 3.75 275 0.65 0.11 8 $50.510 $68.235 $68.235 $85.960 Group 11 36.45 7.80 3.75 275 065 011 B $51.510 W.735 $69.735 567.960 Group 12 37.45 780 3.75 275 065 0.11 8 W2510 $71235 $71.235 189.960 Group 13 38.45 7.80 3.75 275 065 all 8 553.510 SR.735 $72.735 591.960 a Indrearea art aPPronaceable craft Rateskr Vpmfic ereav Wleindte General Prevoling Wage AppretmceSchedule 'Includes on ..I wsthhsld for ewplemmtal dues. ° For dassificedoru within each group, see page 108. ` Rare applies a the that 4 overtime hours. All other "ly overtime is pod as the Sunday rare ° Roar,ptestothefusrllhoursworked. Allollher0meispaidiathe Sura6yriev e The Third Shift 3011 work 6.5 houhs exclusive of nreel penoQ for whirls a Msys ahaight -time shell ba Paid a[ dsa non -shift rue, Monday thorugh Friday. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is On file with the Director of Industrial Relations. If the prevailing raze is not based on a collectively bargained raze, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations an the Internet at hmn://www.dir.ca .Rov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the weak. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit in (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at kitty / /www.dir.ca.ROV /DLSR/PWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 1OA -1- GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #Cranes, Pik Driver and Hoisting Equipment (Operating Ent inecq Special Shift) DETERMINATION: SC- 23-63 -2- 2005 -IB2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006te The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classificatioa, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rare is not based on a collectively bargained raze, the holidays upon which the prevailing ram shall be paid shall ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htro / /www dir.ce ggv'DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work, Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Inleretathua: / /w5vwdirea ROV/DLSR/PWD. Travel and/or subsistence provisions for current m superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 7034774. 10A -2- HmoloverP uuuns Strad. - Time overt., Hourly Rme CLASSIFICATION Bsm Hourly Headland P. Vaemov/ T'snmg GhFa Hours Tots] Hourly Daily Saturday (d) Slmday/ (Jomncyperson) Me weHm Holiday(.) Payments Rate (o) Holiday IIRX 11MC ZX Classification Groups (b) Gant 531,95 780 3 .75 275 0.65 0.11 8 $47,010 $62.985 562.985 $78,960 (3ho *2 32.73 7.80 3.75 275 065 0.11 8 147.790 564.155 564155 $80.520 Ghoup3 3302 780 375 275 0.65 011 8 $48.080 S64.590 S64.5% $81.100 Cuoup4 3316 780 3.75 275 0.65 Oil 8 548.220 $64.800 564.BOD $81.380 rnoup5 33.38 780 375 275 0.65 011 8 548.440 $65.130 565,130 $81.920 Ghuup6 3349 780 3.75 2.75 0.65 0.11 8 548.550 $65195 565295 $82.040 Getup 7 33.61 7.80 3 75 275 0.65 Oil 8 548.670 565.475 $65.475 592.2BO G 'g 3378 780 3.75 275 0.65 0.11 8 548.840 165.730 S65.730 $82.620 Group9 33.95 780 3.75 275 065 0,11 8 549.010 $65.985 $65.985 582.960 Gbaw 10 3495 780 3.75 275 0.65 0.11 8 $50.010 $61485 $67.485 184.960 Group 11 35.95 7.80 3.75 275 065 oil 8 551.010 $68.985 S6a9r5 $86,960 Getup 12 3695 780 3.75 275 065 011 8 552,010 $70.485 $70.485 588.960 (3houp 13 3795 7.80 3 .75 275 0.65 011 8 Wore 91985 $71.985 590.960 # Indicates m appren6rexble craft. Rms For appsmura are available in the Cxneral P wling wage Apprermee Schedule ' halu6es re annum withheld fur supplemmta dus, °Fur dooifiesduna within each sons -see pege 108, ` Rare opiates to the first 4 ovemmo hays. All odmr dal, 9vemme is pad m the Surd, rase, °Rare apphsmthe fuss l2 honz worked Allorhertimeispeidnthe Swuk .sue. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classificatioa, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rare is not based on a collectively bargained raze, the holidays upon which the prevailing ram shall be paid shall ben provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htro / /www dir.ce ggv'DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work, Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Inleretathua: / /w5vwdirea ROV/DLSR/PWD. Travel and/or subsistence provisions for current m superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 7034774. 10A -2- GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # LANDSCAPE OPERATING ENGINEER DETERMINATION: SC- 63- 12 -33. 2005 -1 ISSUE DATE: February 22, 2005 EXPIRATION DATE OF DETERMINATION: September 30,2005** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Inyo, Kem. Los Angeles, Mono, Orange, Riverside, San Bernardino. San Diego, San Luis Obispo, Santa Barbara, and Ventura Counties. Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Other Hours Total Daily Sunday Holiday (JOURNEYPERSON) Hourly and and Hourly Rate Welfare Holiday Rate 112X 2X 3X Landscape Operating Engineer Backhoe Operators Forklifts -Tree Planting Equipment Gobsite) HDR Welder - Landscape, hrigatiom, Operating Engineers' Equipment Roller Operators Rubber -tired & Track Earthmoving Equipment Skiploader Operators Trencher -31 horsepower and up $23.76 7.40 3.75 02.75 0.65 0.05 8 38.36 50.24b 62.12 85.88` # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. Includes an amount per hour worked for supplemental dues. b Rate applies to the first four overtime hours daily and the first twelve hours on Saturday. Thereafter use the Sunday overtime rate. All work performed on a dewatering operation on holidays and all other work on holidays except Labor Day and the Ist Saturday following the Is( Friday in the months of June and December is paid at Sunday rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet athttp://www.dir.ca.gov/DLSRfPWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htip: / /www.dir,ca.gov /DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 10 -C GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL. RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION CRAFT: #Tunnel (Operating Engineer) DETERMINATION: SC- 23- 63- 2-2005 -1C ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006-- The rase to be paid for work petitioned after this dale has been determined. Ifwoslr will extend past this date the new one most be paid and should be incorporated in counters entered moc now. Contra the Division of labor Statistics and Research fm specific mine at (415) 703 4774. LOCALITY: All Imalities within Imperial, Inyo, Kern, Los Angeles, Marc, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbra, and Ventmn cmmties. Emolover Pavmam CLASSIFICATION Eric Hardy Hcolthmd Pension VazadaN Training Other (laumeyperson) Race Welfare Hot.&,(a) paymmk Classification Groups Group) $31.95 7.80 3.75 275 065 0.11 Group2 3273 7.80 3.75 275 065 0.11 Group3 33.02 7.8D 3.75 2.75 0.65 0.11 Gmup4 3116 780 375 275 065 0.11 Groups 3338 7.80 3.75 2.75 0.65 011 Cntip6 33.49 7.80 3.75 275 065 0.11 Grmp7 3361 7.8D 375 275 065 0.11 Groups 33,78 7.80 3.75 275 0.65 0.11 Group9 33.91 7.8D 3.75 275 065 0.11 4lndtwtm So apprmticmble cmfL Rates for epprmdces are avmleble in the Cobra! Prevadmg Wage Apprentice Schedule. 'Includes m. withhold for supplammrel dues b Rare epPlimrothe 6rm4overtimehowa MlotherdailYOVeltimeispmduthe SmdnYrare c Rmeappliestothefimll2houmuorked Allolhatimeispmdmtlre Sundayrata Straiabt -Time Overtime Howl, Rate Howl Tout Barely Daily Saturday Smdey/ Raze (b) (c) Hairdos• I 12 112)( 2% 8 Wall) $62985 562985 TM 960 8 $47.790 564.155 564.155 580.520 8 548.080 $64590 566590 SH.Im 8 548.220 564.800 WSW 581380 e 548.440 $65.130 565130 581.820 8 548.550 $65.295 $65.295 582.010 8 548.670 $65.475 $65475 8822811 8 548.840 56573D &5.730 5826M 8 548.970 $65 925 MS 925 582880 RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage once for Holiday work shall be paid, shall be of holidays in the collective bargaining agreement, applicable m the partial. cmQ chm ifi torn, or type ofwOrker employed on the project, which ism file with the Director of Industrial Relations. Ifthe prevailing came in not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 ofthe Government Code. You may obtain the holiday provisions for the current denominations on the Internet athav'.fw w.&rcngov/DLSR/PNVD Holiday provisicrosfor current in superseded delcmumations may be obtained by contacting the Prevailing Wage Unit at (415) 703 4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with labor Code Sections 1773.1 and 1.1'13.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requih®enk fm each cra$ classification in type ofworker may be obtained from the Prevailing Wage Unit at (415) 703 4774. You may obtain the Travel nod/or subsistence provisions for the cvnent determinations on the Internet afimw / /wwwdircaeov/DLSRPWD Travel and/or Subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 4774. CLASSIFICATIONS GROUPI ltmvy over lummen Mina Grwrp 2 gkipb der Ovhxl type np b IN yd wirEwr amrch¢y Groups coon- Groups lmaey L«ommve or MObmmn or n w totaling t0 2-m) F.o1o® Blip Form Fu mp Opermnr (power omen hydnWic NOW oeaiee farmnuelebmn) Tuacer Hoist Opermor It omen) runnel Lrcamoth a Operator inner 10 and up to and bddng 80 tom) uklder-Gmeml unions Bertha Operator (up and intluding 1µ yd) Smea For, Case or simur 041 DnCOr Grout, Martine O'notor Heeding opera Operetor Hera, Duly Repalmen Prormelk Connote, Man, Machine Cparekr (Hacdc,lresnwell or amlurtype) Pneumatic Heading Shield (rrnm0 PuWaivi Gun Operabr Tredor Cxnpraasor Drill Carlration Operator Tracer #dal Operator (2 drum) Trreml Locomotive Operetor(mer W tam) 6mup7 Haa ry Duly RepeimanNAMer DrrmanMbn Oman Parry Chief Group 5 Jumbo Rpe Caron G., I Bft Sm9emr Loader Durruir Whey, Edkd, Shom err simllar Roes) Tunnel We axing Mamln6 Opeorcr Pgwpr®r(rye"l Th ) Mumrm Machine Cammor(tM yr rustler dmd, it or back type) Irehume. MISCELLANEOUS PROVISIONS: tar or floe vrirh tluee drams shallreceive fit@.cmk(15O cerhow addrdmal Paywlhe regular rare ofpay The eddidmd pay sbdlbeaddedmthe regular rateaM bootie dare b w rare for rtre entire shift 2. All heavy duty common and heavy duty combination shall receive twenty- five canto (250)Paz hour tool el[.a in dIfinn to their regulmrme cilia, and Neaten become their base rmeofpay. 3. Employees required m aim up and work in a hnsdom material envinsmem shall receive I. Dollars (5200) pm how an dditmn b Mein regal. rare of M, and then race shall become the basic bodYrate dpay 10-D- GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: UTumel(Operating Eugioeer)(Mulfi -Shift) DETERMINATION: SC- 23- 63- 2- 2005 -ICI ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: Jlme 30, 2006** The rote to be paid fm work performed after this date has been determined. If work will extend past this date the new rate must be paid and should be incorporated in contrecm entered into now. Contact the Division of Labor Statistics and Research for specific rates H (415) 7034774. LOCALITY: AD localities within Imperial, late, Kenn, Los Angeles, Moot, Orsnge, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties, B lvdicatesmapprmticeable sail Raasfor afnreimres are rvmMble in tlse General DevMlinB Wage Appr�nti «SdtedWe ' Indudo as amomt withheld for supplemenW dues b Rine applies to the first 4 overdue hours All other daily ovemme is paid a the Sunday rare. c Rmeappliesrothefirallhomsuorkod AOothvtuneispardardie Sundayrre. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shell be paid, sign be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, in type ofworker employed on the project, which is o s fide with the Director of hldusnial Relations. Iftlee prey elms; rue is not based on a collectively bargained mere, the holidays upon which the prevailing we shall be paid shall be as provided in Section 6700 ofthe Gower ®ent Code. You may obtain the holiday provisions for the cm7ent determinations on the Internet aditm llwww diT m gov/DISR/PWD Holiday provisions for evrtmt or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections IY73.1 and 1773.9, contractors shall make travel and/or subsistence payments m each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type ofwmker may be obtained from the Prevailing Wage Unit 9 (415) 703 -4774. You may obtain the Travel =&in subsistence provisions fm the current determinations on the Internet a!!pp1/www.der.g.rov/DLS Travel and/or subsistence provisions for anent o superseded detemlinadims may be obtained by conactng the Prevailing Wage Unit at (415) 703-4774. CIA WICATIONS: G11017 Hcw M1,11, tmmbfter Gea, i 55'rybMV hied tM w w Y4 yd. indina enarhmem) Gmap3 cmim.m Pexv�Ddm lamb Pom Seer t3Rmor a,.P, Dl momrcwMOlm,a.n p, m and Including It woo Reese Slip Fonts Pump Operator (power i it,en hydm llic Ilhng dance Woperate pine) Tugger Hoist Operator (t drum) Tunnel Iarunwlrea Oprtor (ova to eel up ro and Intludng aft wets) WatlenGimmull Groups Do Ynna 0,clmter taco rid NmlGing a/4 ,d) Small I", crem or slm ur Wtl G9Cor GnoNFg Machine countsr r ding Gnlekl opener Heavy Duly Repalmum Pneumatic Cmmme Placer, Marlene Opmla pladaby -pral for aWn, type) Pneumatic Heading sham (TmneO Pannonia, Gun Operator Tmdm toirpeusor DRI C6rtdnetlon Oprawr Tugger H9b1 Opmwr R CmiO Tunnel LomnwiMa OpramrOmr aft tons) ttmup 7 Hi my Duty nerairmamWaMer Gomhnamn Group PRM Chat Gmap 5 Junto Pete Ci mar Grumps Be Slmsmm loader Opraor Whey, Euelid, Sena and ebdbrtlM) Tunnel Will Soong Markin, Ophmor FqulpmempMUe (Getz Tm,k) Melling Madhip Oppose, (19 yd maba Ores. net Inset typ) Imnum:emim MISCELLANEOUS PROVISIONS: L OpmmorstteresuwiA thrcedmrb shall reeve fitlwi«rib 113i)prhom addinmal pYmtlie regular rcrcofpry. The WdinmM pay dWl be MdW roNe regmmram mid bepmetbe base erne for die enure eli ft 2. All heavy dory repaine.mid heavy duty combination mull meeive ovuy- fivecub(255)per hour mot allo»an «m addition roehe'o regular rarcofpry milthis dhdl become their bare emecfp'. 3. E.44oyes mimed in suit, and xork iea ha.N mb manedai emmomen4 than rxavi, T. Dinars( 1200) per beer in addition to thelrr.,dar rem often. Sad%arm dell become the basic hourly rare ofpay. 10 -D -1- Emnlover Pavmmes SnuRM - Ti. e Overtime Hmurh Rate CLASSIFICATION Banc Howl, Heelthand Pmsimh Vamdon, Training Other Hours Tend Ronny Daily Saturday Sunday/ (Jmpneyperson) Rare Welfine Holiday (a) P"ems Rate (b) (e) Hondo Classification Groups G.,1 33195 7.80 3.75 2.75 0.65 011 7.5 U7010 $62985 $62.985 $78.960 Sm,2 32,73 7.80 3.75 2.75 065 011 7.5 $47.790 $64155 364.155 $80.520 Group 3 3302 7.80 3.75 2.75 0.65 011 7.5 548.080 364 590 S64 590 381.100 Gmup4 33.16 7.80 3.75 275 065 011 7.5 348.220 364.800 WIN $81.380 :im,5 3338 780 3.75 2,75 065 011 7.5 348.440 $65.130 365.130 381.820 Groap6 3349 7.80 3.75 2.75 0.65 0.11 7.5 548.550 $65295 $65.295 $82.040 3m,7 33.61 7.80 3.75 3.75 0.65 011 7.5 $48.670 365.475 565.475 $82.280 GroupB 33.78 780 3.75 2.75 0.65 0.11 75 548.840 $65 Tin $65.730 $82.620 Clow9 33.91 7.80 3.75 2M 065 011 7.5 $48.970 365.925 $65.925 $82.880 B lvdicatesmapprmticeable sail Raasfor afnreimres are rvmMble in tlse General DevMlinB Wage Appr�nti «SdtedWe ' Indudo as amomt withheld for supplemenW dues b Rine applies to the first 4 overdue hours All other daily ovemme is paid a the Sunday rare. c Rmeappliesrothefirallhomsuorkod AOothvtuneispardardie Sundayrre. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shell be paid, sign be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, in type ofworker employed on the project, which is o s fide with the Director of hldusnial Relations. Iftlee prey elms; rue is not based on a collectively bargained mere, the holidays upon which the prevailing we shall be paid shall be as provided in Section 6700 ofthe Gower ®ent Code. You may obtain the holiday provisions for the cm7ent determinations on the Internet aditm llwww diT m gov/DISR/PWD Holiday provisions for evrtmt or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections IY73.1 and 1773.9, contractors shall make travel and/or subsistence payments m each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type ofwmker may be obtained from the Prevailing Wage Unit 9 (415) 703 -4774. You may obtain the Travel =&in subsistence provisions fm the current determinations on the Internet a!!pp1/www.der.g.rov/DLS Travel and/or subsistence provisions for anent o superseded detemlinadims may be obtained by conactng the Prevailing Wage Unit at (415) 703-4774. CIA WICATIONS: G11017 Hcw M1,11, tmmbfter Gea, i 55'rybMV hied tM w w Y4 yd. indina enarhmem) Gmap3 cmim.m Pexv�Ddm lamb Pom Seer t3Rmor a,.P, Dl momrcwMOlm,a.n p, m and Including It woo Reese Slip Fonts Pump Operator (power i it,en hydm llic Ilhng dance Woperate pine) Tugger Hoist Operator (t drum) Tunnel Iarunwlrea Oprtor (ova to eel up ro and Intludng aft wets) WatlenGimmull Groups Do Ynna 0,clmter taco rid NmlGing a/4 ,d) Small I", crem or slm ur Wtl G9Cor GnoNFg Machine countsr r ding Gnlekl opener Heavy Duly Repalmum Pneumatic Cmmme Placer, Marlene Opmla pladaby -pral for aWn, type) Pneumatic Heading sham (TmneO Pannonia, Gun Operator Tmdm toirpeusor DRI C6rtdnetlon Oprawr Tugger H9b1 Opmwr R CmiO Tunnel LomnwiMa OpramrOmr aft tons) ttmup 7 Hi my Duty nerairmamWaMer Gomhnamn Group PRM Chat Gmap 5 Junto Pete Ci mar Grumps Be Slmsmm loader Opraor Whey, Euelid, Sena and ebdbrtlM) Tunnel Will Soong Markin, Ophmor FqulpmempMUe (Getz Tm,k) Melling Madhip Oppose, (19 yd maba Ores. net Inset typ) Imnum:emim MISCELLANEOUS PROVISIONS: L OpmmorstteresuwiA thrcedmrb shall reeve fitlwi«rib 113i)prhom addinmal pYmtlie regular rcrcofpry. The WdinmM pay dWl be MdW roNe regmmram mid bepmetbe base erne for die enure eli ft 2. All heavy dory repaine.mid heavy duty combination mull meeive ovuy- fivecub(255)per hour mot allo»an «m addition roehe'o regular rarcofpry milthis dhdl become their bare emecfp'. 3. E.44oyes mimed in suit, and xork iea ha.N mb manedai emmomen4 than rxavi, T. Dinars( 1200) per beer in addition to thelrr.,dar rem often. Sad%arm dell become the basic hourly rare ofpay. 10 -D -1- GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: IIBUILDING /CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER DETERMINATION: SC- 23 -63 -2- 2005 -ID ISSUE DATE: Auguu 22, 2005 EXPIRATION DATE OF DETERMINATION: June30,200611 Therate m be paid forwark performed after tlrisdate has been determined Ifwodrwill extendpost this data the new race most be paid and should be incorporated in conaans catered Into now. Contact the Division of Labor Statistics and Research for specific mks m (415)7034774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mom, Orange, Riverside, San Berardino, San Luis Obispo, Sank Barb m, and Veramscovnties. E,W.Pavmenm CLASSIFICATION Ilumfloody Hmlthend Pension V.6w Training Oder (Jommypermn) Raze Wslfm Hohdry(u) Puymenta Classilioetion Groups Group) $3D 88 7.80 375 2.75 0.65 0.11 Group 2 32.66 7.80 175 3.75 0.65 0.11 Q ,3 34.66 7 80 3 ,75 2.75 0.65 0.11 # Indi. s i apprmti ea6le craft Rates for aDDrsniwm me available m the Grail Reveling Wage Apprmtce Schedules - Includes an amount withheld far supplemental des. b Razaapplisamihefirst4overomehours. All oiler doily overtmaia paidatma Sunday rate. c Rme applws m rue firat l2 hours vnuked. All othennme is paid m the Sunday raze Straidn -Ti. < O eoi.e HourlyRm H. Total Runny Daily Saturday Staday7 Rate (b) (c) Holiday I Inx I IPX 2x 545.940 561380 set 380 Sr6XZ0 547.720 $64.050 361.050 sIrsis0 599 no $67050 $67.050 S" 390 RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rte for Holiday work shall be paid shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rte shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet as Into : /lwww.d r ca pov/DLSR/PWD. Holiday provisions for current or superseded delenninations may be obtained by conactiog the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain The Travel and/or subsistence provisions for the current determinations on the Internet at him 1,Vww.dir.ca.eov/DLSR/PWD. Travel aud/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. CLASSIFICATIONS: GROUP Fier Soils and Materials Tester Field Asphaltic Concrete (Soils and Materiels Tester) Field Eard werk (Grading Esex ate. and Filling) Group II AWS -CWI Welding Inspector Building /Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete PreTensim Concrete Post - Tension Concrete Structural Sleet and \Melding Inspector Glue -Lam and truss hilts Tress -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray,-Applied Fireproofing Structural rosemary 10-E - Group If Nondestructive Testing (NOT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: kBU1LDING/CONSTRUCFION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (SPECIAL SHIFT) DETERMINATION: SC-2363 -2- 2005 -IDl ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: Jure30,20064e The rate to be paid for work performed after dds dam has been determined. Ifwokwillerisulpeatthisdate the new mte must be pwd and sbould be incarpora d m contracts entered into now. Contact the Division of Labor Sta4ttics and Research for specific rates at (415) 7033774. LOCALITY: All localities within Imperial, Ingo, Kem, Los Angeles, Mom, Orange, Riverside, San Bemmdmq San Luis Obispo, Santa Bmbam, and Vermin counties. Emnloverleevemm Stmiahr -Time Overtime lbmW Rare CLASSIFICATION Buie Hourly Health and Pension VarmoN Training other Bouts Told HOmly Daily Saturday Sunday/ (J— yperson) Rare Welrme Holiday(.) ftessou Ram (b) (p) Holiday I1RX 112 2X Classification Groups Groupl $31.38 7.80 175 275 0.65 011 8 546.440 362.130 $62130 571.820 Group 2 33.16 790 3 75 275 0..65 011 8 548.220 364100 564100 881.380 Group3 3516 780 3,75 2.75 0.65 0.11 8 $50.220 $67800 $67800 $85.380 N lnthcates an apprenliceeble mft Rates for aprenbaw tee available in theGsived Pmvailme Wage Appannce SrLMula ' Indudu m anrouvt withheld far supplernmml dues. b Rine spplium the first 4 overtime hours. All other daily ovafime �e put at the Sunday lime. c Rate applies m the first I2 hour. waked. All oiler due is paid m the Sunday rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shalt be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, in type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based an a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shalt be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations mi the Internet at hap' //w%wAirca.gov/DI,SR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments ro each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 7033774. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at hnu:l,wu clir ca eowDLSR TWD. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. CLASSIFICATIONS: GROUP Grours 11 Field Soils and Materials Tester AWS-CW Welding Inspector Field Asphaltic Concrete (Sods and Materiels Bulding J Construction Inspector Tester) Licensed Guiding Inspector Field Eanhwmk (Grading Excavation and Filling) Reinforcing Steel Reinforced Concrete Pre - Tension Concrete Post- Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss-Type Joint Construction Shear Wag and Floor System used as diaphragms Concrete batch Plant Spray - Applied Fireprofing Structural masonry 10 -G- Group III Nondestructive Testing (NOT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: RBUILDING/CONSTRUCTION INSPECTOR AND FIELD SOILS AND MATERIAL TESTER (MULTI- SHIFT) DETERMINATION: SC- 23 -63 -2- 2005 -1132 low Date: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2005 -- The rote to be pad for work performed atlm this date has been determined. If work will extend past this date the new ate most be pad and should be incmpmamd in warrants entered inm now. Content the Dlvisimt of L bur Statistics and Resemch for specific mtes u (415) 703 -4774. LOCALITY: All localities within Imperial, Ioyo, Ken, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbma, and Ventura comities. Emolaer Payments Sradt -Tats Ovetime Houdv Race CLASSIFICATION Besic Hondy Heahh aid Peourn V..fiw Treaung Other Rows Total Hourly Daily Saturday Sunday/ (Jonmcyperann) Rae Welfwe Holiday(a) Payments Rme (b) (c) Holiday I I M 2X Classification Groups Group) $3188 7,80 375 2.75 0.65 0.11 8 Us "a $62880 561880 878820 Goup 2 33 66 7.80 3.75 2.75 0.65 0.11 8 548320 365 550 %5550 582380 G'3 35a6 7.80 375 275 0.65 011 8 $50 720 568550 868.550 586380 amaiwmes mapprmtceable craft Rates fat eppretmoes ere avdabk in Me Geroml Prmilkg Wage Apprentice Schedule. ' lndudes an amomn widdseld f aupplemrntnl dues b Rateapplimiatiafuw4ovatimehoura. Allofierdalyo rneispudistha Sundaynne c Rm applies m rM1e firo l2 howa worked AO othmtune ss nol et ae Sunday rata RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid - shall be all holidays in the collective bargaining agreement, applicable to the particular cra$ classification, or type of worker employed on the project, which is on file with the Dire of of Industrial Relations If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet of http' //www.dir.ca.gcy/DLSR1PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each em6, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. You may obtain the Travel and/or subsistence provisions for the cument determinations o t the Internet at http: / /www din ca.govNLSFLIPW D. Travel and/or subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 4774. CLASSIFICATIONS GROUPI Field Soils and Materials Tester Field Asphaltic Concrete (Soils and Materials Tester) Field Earthwork (Grading Excavation and Filling) Group II AWS -CWI Welding Inspector Building f Construction Inspector Licensed Grading Inspector Reinforcing Steel Reinforced Concrete Pre- Tension Concrete Post - Tension Concrete Structural Steel and Welding Inspector Glue -Lam and truss Joints Truss -Type Joint Construction Shear Wall and Floor System used as diaphragms Concrete batch Plant Spray - Applied Fireproofing Structural masonry 10 -H - Group III Nondestructive Testing (NDT) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LANDFILL WORKER (OPERATING ENGINEER) DETERMINATION: SC- 63- 12-41- 2001 -I ISSUE DATE: August 22, 2001 EXPIRATION DATE OF DETERMINATION: July 24,2002* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of labor Statistics and Research at (415) 7034774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura Counties. " Includes an amount for Sick Leave. b Amount for employee stock ownership. Rate applies to the sixth consecutive day of work. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htt%//www.dir.ca.aov/DLSRJPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htip: / /www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 1017 Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday` Sunday/ (Joumeyperson) Hourly and Holiday Payments° Hourly Holiday Rate Welfae Rate 11 /2X 112X 2X Mechanic $22.15 $4.21 $1.05 $1.78 $.06 $3.80 8 $33.05 $44.125 544.125 $55.20 Lead Equipment Operator 20.15 4.12 .95 1.61 .06 3.44 8 30.33 40.405 40.405 50.48 Lead Track Driver/ Equipment Operator 19.15 4.07 .90 1.52 .06 326 8 28.96 38.535 38.535 48.11 Truck Driver - End Dump/Walking Floor/Low Bed 18.15 4.02 .85 1.44 .06 3.08 8 27.60 36.675 36.675 45.75 Truck Driver - Roll Offlfransfer Station Loader Operator/Maintenance/ Fueler/Mechanic Helper 17.15 3.98 .80 1.35 .06 2.90 8 26.24 34.815 34.815 43.39 Scale House 16.15 3.93 .75 1.27 .06 2.72 8 24.88 32.955 32.955 41.03 Load Checker/Water Truck Driver/Puts Runner 11.15 3.70 .50 .85 .06 1.81 8 18.07 23.645 23.645 29.22 Laborer 9.15 3.61 .40 .68 .06 1.45 8 15.35 19.925 19.925 24.50 " Includes an amount for Sick Leave. b Amount for employee stock ownership. Rate applies to the sixth consecutive day of work. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htt%//www.dir.ca.aov/DLSRJPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htip: / /www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 1017 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC-61- 441 -2- 2002 -2 ISSUE DATE: August 22, 2002 EXPIRATION DATE OF DETERMINATION: November 30,2002* Effective until superseded by anew determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Orange County. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774 RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.c&aov/DLSR/PW D. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. Emolover Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Sunday (Joumeyperson) Hourly and and Hourly Holiday' Rate Welfare Holiday Rate I 112 2X Maintenance Electrician $20.27 3.30 3.05 a b .25 8 27.48 37.92 48.36 Outdoor Lighting Technician $18.62 3.30 3.05a b .25 8 25.78 35.37 44.96 Serviceman Start $10.54 2.05 .75 a b .25 8 13.91 19.33 24.76 6 months $11.57 2.05 .75 a b .25 8 14.97 20.93 26.88 12 months $12.37 2.05 .75 a b .25 8 15.79 22.16 28.53 18 months $14.15 2.05 .75 a b .25 8 17.62 24.91 32.20 24 months $15.84 2.05 .75 a b .25 8 19.37 27.52 35.68 Fixture Cleaner` Start $ 7.28 2.05 .75 a b .25 8 10.55 14.30 18.05 3 months $ 7.91 2.05 .75 a b .25 8 11.20 15.27 19.34 9 months $ 9.01 2.05 .75 a b 25 8 12.33 16.97 21.61 12 months $10.73 2.05 .75 a b .25 8 14.10 19.63 25.15 a) In addition, an amount equal to 3 % of the Basic Hourly Rate is added to the Total Hourly Rate and Overtime Hourly Rates for the National Employees Benefit Board. b) V acation/Holiday pay is included in straight -time hourly rate. Double time is paid for work on the following holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. c) An additional $0.95/hour when performing re- ballasting work. Applies to each time period of the Fixture Cleaner classification. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.c&aov/DLSR/PW D. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC- 61- 569 -20- 2000 -1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April 1, 2000* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial and San Diego county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. Employer Payments Straight-Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Sixth Seventh (Joumeyperson) Hourly and and Hourly Day Day Rate Welfare Holiday Rate 11 /2X 112X 2X Fixture Clcaner Start 6.46 1.04 .02 .35 c 8 7.87 11.10 11.10 14.33 6 months 6.83 1.04 .02 .37 c _ 8 8.26 11.675 11.675 15.09 9 months 7.20 1.04 .02 .39 c _ _ 8 8.65 12.25 12.25 15.85 12 months 7.57 1.04 .02 .41 c _ 8 9.04 12.825 12.825 16.61 15 months 7.94 1.04 .02 .43 c 8 9.43 13.40 13.40 17.37 18 months 8.31 1.04 .02 .45 c _ 8 9.82 13.975 13.975 18.13 21 months 8.68 1.04 .02 .47 c _ 8 10.21 14.55 14.55 18.89 24 months 9.04 1.04 .02 .66 c _ _ 8 10.76d 15.28 it 1528 d 19.80 d Serviceman Start 9.59 1.04 .02 .52 c 8 11.17 15.%5 15.965 20.76 3 months 9.89 1.04 .02 .53 c _ 8 11.48 16.425 16.425 21.37 6 months 10.19 1.04 .02 .55 c _ _ 8 11.80 16.895 16.895 21.99 9 months 10.49 1.04 .02 .56 c 8 12.11 17.355 17.355 22.60 12 months 10.79 1.04 .02 .58 c _ _ 8 12.43 17.825 17.825 23.22 15 months 11.09 1.04 .02 .60 c 8 12.75 18.295 18.295 23.84 18 months 11.39 1.04 .02 .61 c _ 8 13.06 18.755 18.755 24.45 21 months 11.69 1.04 .02 .63 c _ 8 13.38 19.225 19.225 25.07 24 months 11.96 1.04 .02 .87 c _ _ 8 13.89 d 19.87 d 19.87 d 25.85 d ° In addition, an amount equal to 3 %of the Basic Hourly Rate is added to the Total Hourly Rate and Overtime Hourly Rates for the National Employees Benefit Board. u Vacation/Holiday pay is included in straight -time hourly rate. Double time is paid for work on the following holidays: New Year's Day, Memorial Day, Fourth of July, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. * Holiday pay is based upon nine paid holidays . The Vacation pay is based upon the following: One week after one year of service, two weeks after two years of service, three weeks after 10 years of service. a Reflects Vacation /Holiday rate for mom than two years of service. Does not reflect rates for 10 or more years of service as required in footnote "c ". RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bttp:H/ .dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 11A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: LIGHT FIXTURE MAINTENANCE DETERMINATION: SC- 830 -61 -1- 2000 -1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April 1, 2000* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Riverside county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. EmNover Pavments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Saturday Holiday Hourly and and Hourly & Sunday Rate Welfare Holiday Rate I1/2X 11 /2X 2X Lighting Maintenance Service Person $11.00 .29 - - -- .34 - - -- 8 11.63 17.13 17.13 22.63 DETERMINATION: SC- 830 -61 -2- 2000 -1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April 1, 2000* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within San Bernardino county. For other counties please contact the Division of Labor Statistics and Research prior to Bid Advertisement at (415) 703 -4774. Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Hours Total Daily Sunday Hourly and and Hourly Holiday Rate Welfare Holiday Rate 11 /2X 11/2X Lighting Maintenance Service Person $13.56 2.43 .39 - - -- .50 16.88 23.66 23.66 RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bM: / /www.dir.ca.gov /DLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. UE GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FIRE SAFETY AND MISCELLANEOUS SEALING DETERMINATION: SC- 3- 54-2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 7034774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Venture counties. ASBESTOS WORKER Fire Safety Technician - Class I ` (0 -2000 hrs) $11.02 $5.17 $4.46 $0.83 - 8 $21.48 $26.99 $26.99 $32.50 Fire Safety Technician - Class II ` (2001 -4000 hrs) $15.82 $5.17 $4.46 $1.19 - 8 $26.64 $34.55 $34.55 $42.46 Fire Safety Technician - Class III` (4001 -6000 hrs) $16.75 $5.17 $4.46 $1.26 - 8 $27.84 $36.02 $36.02 $44.39 Fire Safety Technician - Class N` (6001 or more hrs) $19.39 $5.17 $4.46 $1.45 - 8 $30.47 $40.17 $40.17 $49.86 DETERMINATION: SC- 204 -X -18- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2008" The rate to be paid for work performed after this dale has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 7033774. PLUMBER Fire Safety Technician - Class I ` (0 -2000 hrs) Employer Payments Straiam -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation / Other Hours Total Dail? Saturday' Sunday (JOURNEYPERSON) Hourly and Holiday Hourly and Rate Welfare Rate 1112X 11/2X Holiday ASBESTOS WORKER Fire Safety Technician - Class I ` (0 -2000 hrs) $11.02 $5.17 $4.46 $0.83 - 8 $21.48 $26.99 $26.99 $32.50 Fire Safety Technician - Class II ` (2001 -4000 hrs) $15.82 $5.17 $4.46 $1.19 - 8 $26.64 $34.55 $34.55 $42.46 Fire Safety Technician - Class III` (4001 -6000 hrs) $16.75 $5.17 $4.46 $1.26 - 8 $27.84 $36.02 $36.02 $44.39 Fire Safety Technician - Class N` (6001 or more hrs) $19.39 $5.17 $4.46 $1.45 - 8 $30.47 $40.17 $40.17 $49.86 DETERMINATION: SC- 204 -X -18- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2008" The rate to be paid for work performed after this dale has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 7033774. PLUMBER Fire Safety Technician - Class I ` (0 -2000 hrs) $11.67 $5.27 $3.44 $1.00 50.10 8 $21.48 $27.32 $27.32 $33.15 Fire Safety Technician - Class II ` (20013000 hrs) $16.33 $5.27 $3.44 $1.50 $0.10 8 $26.64 $34.81 $34.81 $42.97 Fire Safety Technician -Claw. III ` (4001 -6000 hrs) $17.33 $5.27 $3.44 $1.50 $0.10 8 $27.64 $36.31 $36.31 $44.97 Fire Safety Technician - Class IV` (6001 or more hrs) $19.16 $5.27 $3.44 $2.50 $0.10 8 $30.47 $40.05 $40.05 $49.63 ° Rate applies to the first 4 dairy overtime hours and the first 12 hours worked on Saturday. All other overtime is at the Sunday & Holiday rate. b Includes an amount for Occupational Health and Research (Applies to Asbestos Worker classifications only). ` The fat man on a job site shall be a Class IV Fire Safety Technician. A Class IV must be on a job site at all times. ° Includes an amount per hour worked for Administrative Dues. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at htto,1hM nv dir ca aov /DLSR/PVVD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and /or subsistence payments to each worker to execute the work. Travel and /or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 11C GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: FIRE SAFETY AND MISCELLANEOUS SEALING (SHIFT) DETERMINATION: SC- 3 -5-4- 2005 -2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June $0, 2006" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703 -4774. LOCALITY: A11 localities widhln Imperial, Inyo, Kenn, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. ASBESTOS WORKER Fire Safety Technician - Class I ` (0 -2000 hre) $11.57 $5.17 $4.46 $0.83 - 8 $22.03 $27.82 $27.82 $33.60 Fire Safety Technician - Class II ` (2001-4000 hrs) $16.61 $5.17 $4.46 $1.19 - 8 $27.43 $35.74 $35.74 $44.04 Fire Safety Technician - Class III` (4001 -600D furs) $17.59 $5.17 $4.46 $1.26 - 8 $28.48 $37.28 $37.28 $46.07 Fire Safety Technician - Class NO (6001 or more hrs) $20.36 $5.17 $4.46 $1.45 - 8 $31.44 $41.62 $41.62 $51.80 DETERMINATION: SC- 204 -X -18- 2005.2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006'" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703 -4774. PLUMBER Fire Safety Technician - Class I ` (0 -2000 hrs) Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Heath Pension Vacation/ Other Hours Total Daily' Saturday' Sunday (JOURNEYPERSON) Hourly and Holiday Hourly and Rate° Welfare' Rate 1112X 11/2X Holiday ASBESTOS WORKER Fire Safety Technician - Class I ` (0 -2000 hre) $11.57 $5.17 $4.46 $0.83 - 8 $22.03 $27.82 $27.82 $33.60 Fire Safety Technician - Class II ` (2001-4000 hrs) $16.61 $5.17 $4.46 $1.19 - 8 $27.43 $35.74 $35.74 $44.04 Fire Safety Technician - Class III` (4001 -600D furs) $17.59 $5.17 $4.46 $1.26 - 8 $28.48 $37.28 $37.28 $46.07 Fire Safety Technician - Class NO (6001 or more hrs) $20.36 $5.17 $4.46 $1.45 - 8 $31.44 $41.62 $41.62 $51.80 DETERMINATION: SC- 204 -X -18- 2005.2 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006'" The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research at (415) 703 -4774. PLUMBER Fire Safety Technician - Class I ` (0 -2000 hrs) $12.25 $5.27 $3.44 $1.00 $0.10 8 $22.06 $28.19 $28.19 $34.31 Fire Safety Technician - Class 11 ` (2001 -4000 hrs) $17.15 $5.27 $3.44 $1.50 $0.10 8 $27.46 $36.04 $36.04 $44.61 Fire Safety Technician - Class III` (4001 -6000 hrs) $18.20 $5.27 $3.44 $1.50 $0.10 8 $28.51 $37.61 $37.61 $46.71 Fire Safety Technician - Class IV` (6001 or more hrs) $20.12 $5.27 $3.44 $2.50 $0.10 a $31.43 $41.49 $41.49 $51.55 ' Rate applies to the first 4 daily overtime hours and the first 12 hours worked on Saturday. All other overtime Is at the Sunday & Holiday rate. b Includes an amount for Occupational Health and Research (Applies to Asbestos Worker classifications only). ` The tat man on a job site shall be a Class IV Fire Safety Technician. A Class IV must be on a job site at all times. d Includes an amount per hour worked for Administrative Dues. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a oollec5vely bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinatlons on the Internet at hftplhvww.dir.ca.gov1DLSR/PWD, Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Cade Sections 1773.1 and 1773.9, contractors shall make travel and /or subsistence payments to each worker to execute the work Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 11D GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # BOILERMAKER (FOR PIPELINES) DETERMINATION: SC- 14 -X -9- 2004 -1 ISSUE DATE: February 22, 2004 EXPIRATION DATE OF DETERMINATION: June 30, 2004" Effective until superseded by new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules a Included in the Basic Hourly Rate. b Includes an amount for Annuity Trust Fund. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bt!p://www.dir.ca.gov/DLSR/PW D. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gWDLSR/PWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 12 -A Employer Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension' Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Journeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11 /2X 11/2X 2X Boilermaker/ Boilermaker Welder $28.31 $5.77 $7.50 a $0.50 $0.24 8 $42.32 $56.475 $56.475 $70.63 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules a Included in the Basic Hourly Rate. b Includes an amount for Annuity Trust Fund. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bt!p://www.dir.ca.gov/DLSR/PW D. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.gWDLSR/PWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 12 -A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 CRAFT: #LABORER AND RELATED CLASSIFICATIONS DETERMINATION: SC -23. 102 -2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: Jane 30,2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 7034774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventum counties. Emolover Payments Straight -Time Overtime Hourly Rate CLASSIFICATION' Basic Health Pension Vacation Training Other Hours Total Daily Saturday Sunday (JOURNEYPER50N) Hourly and and Payment Hourly and Rate Welfare Holiday° Rate 11/2X 11/2X Holiday CLASSIFICATION GROUPS Group 1 $21.24 $4.16 $5.35 $3.01 $0.37 $0.27 8 $34.40 $45.02 $45.02 $55.64 Group 2 $21.79 $4.16 $5.35 $3.01 $0.37 $0.27 8 $34.95 $45.845 $45.845 $56.74 Group 3 $22.34 $4.16 $5.35 $3.01 $0.37 $0.27 8 $35.50 $46.67 $46.67 $57.84 Group 4 $23.89 $4.16 $5.35 $3.01 $0.37 $0.27 8 $37.05 $48.995 $48.995 $60.94 Group 5 $24.24 $4.16 $5.35 $3.01 $0.37 $0.27 8 $37.40 $49.52 $49.52 $61.64 4 Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. ' For classification within each group, see page 14. n Any hours worked over 12 hours in a single workday are double (2) time. ` Saturdays in the same work week may be worked at straight -time ifjob is shut down during work week due to inclement weather. a Includes an amount per hour worked for supplemental dues RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Goverment Code. You may obtain the holiday provisions for the current determinations on the Internet at httr)://www.dir.ca.g9yLDLSR/PW`D. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703.4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at http://www.dir.ca.pov/DLSR/I'WD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 13 DETERMINATION: SC- 23- 102 -2- 2004 -1 CLASSIFICATION GROUPS GROUP Boring Machine Helper (Outside) Cleaning and Handling of Panel Forms Concrete Screeding for Rough Strike -Off Concrete, Water Curing Demolition Laborer, the cleaning of brick if performed by an employee performing any other phase of demolition work, and the cleaning of lumber Fiberoptic Installation, Blowing, Splicing, and Testing Technician an public right -of- way only Fire Watcher, Limbers, Brush Loaders, Pilers and Debris Handlers Flagman Gas, Oil and/or Water Pipeline Laborer Laborer, General or Construction Laborer, General Cleanup Laborer, Jetting Laborer, Temporary Water and Air Lines Material Hoseman (Walls, Slabs, Floors and Decks) Plugging, Filling of Shoe-Bolt Holes; Dry Packing of concrete and Patching Post Hole Digger (Manual) Railroad Maintenance, Repair Trackman and Road Beds; Streetcar and Railroad Construction Truck Laborers Rigging and Signaling Sealer Slip Form Raisers Taman and Mortar Man Tool Crib or Tool House Laborer Traffic Control by any method Water Well Driller Helper Window Cleaner Wire Mesh Pulling - All Concrete Pouring Operations GROUP2 Asphalt Shoveler Cement Dumper (an 1 yard or larger mixer and handling bulk cement) Cesspool Digger and Installer Chucktendcr Chute Man, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundations, 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 Gras, Oil and/or Water Pipeline Wrapper -Pot Tender and Form Man Guinea Chaser Headerboard Man- Asphalt Installation of all Asphalt Overlay Fabric and Materials used for Reinforcing Asphalt Laborer, Packing Rod Steel and Pans Membrane Vapor Barrier Installer Power Broom Sweepers (small) Ripmp Stonepaver, placing stone or wet sacked concrete Roto Scraper and Tiller Sandblaster (Pot Tender) Septic Tank Digger and Installer (leadman) Tank Scaler and Cleaner Tree Climber, Faller, Chain Saw Operator, Pittsburgh Chipper and similar type Brush Shredders Underground Laborer, including Caisson Bellower GROUP3 Buggymobile Man Compactor (all types including Tampers, Barka, Wacker) Concrete Cutting Torch Concrete Pile Cutter Driller, Jackhammer, 2 112 ft. drill steel or longer Dri Pak -it Machine Gas, Oil and/or Water Pipeline Wrapper - 6-inch pipe and over by any method, inside and out High Scaler (including drilling of same) Impact Wrench, Multi -Plate Kettiemen, Potmen and Men applying asphalt, lay -kold, creosote, lime caustic and similar type materials Laborer, Fence Builder Operators of Pneumatic, Gas, Electric Tools, Vibrating Machines, Pavement Breakers, Air Blasting, Come - Alongs, and similar mechanical tools not separately classified herein; operation of remote controlled robotic tools in connection with Laborers work Pipelayer's backup man, coating, grouting, malting ofjoims, sealing, caulking, diapering and including rubber gasketjoims, pointing and arty and all other Services Power Past Hole Digger Rock Slinger Rotary Scarifier or Multiple Head Concrete Chipping Scarifier Steel Headerboard Man and Guideline Setter Trenching Machine, Eland Propelled GROUP4 Any Worker Exposed to Raw Sewage Asphalt Raker, Luteman, Ironer, Asphalt Dumpman, and Asphalt Spreader Boxes (all types) Concrete Core Cutter (walls, floors or ceilings). Grinder or Sander Concrete Saw Man, Cutting Walls or Flat Work, Scoring old or new concrete Cribber, Shorer, Lagging, Sheeting and Trench Basting, Hand- Guided Lagging Hammer Head Rock Slinger Laborer, Asphalt - Rubber Distributor Boorman Laser Beam in connection with all Laborer's work Oversize Concrete Vibrator Operator, 70 pounds and over Pipelayer Prefabricated Manhole Installer Sandblaster(Nozzleman) Water Blasting, Pons Shot -Blast Traffic Lane Closure, certified GROUPS Blasters Powderman Driller Toxic Waste Removal Welding, cerlified or otherwise in connection with Laborers' work 14 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TUNNEL WORKER (LABORER) DETERMINATION: SC -23- 102 -12- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura Counties. Employer Payments Strai t -Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday (Joumeyperson) Hourly and Holiday Payments Hourly and Rate Welfare Rate 11 /2X` I1 /2X` Holiday Group 1 $24.28 $4.16 $5.35 2$3.07 $37 $0.25 8 $37.48 $49.62 $49.62 $61.76 Group H 24.60 4.16 5.35 °3.07 .37 $0.25 8 37.80 50.10 50.10 62.40 Group 111 25.06 4.16 5.35 a3.07 .37 $0.25 8 38.26 50.79 50.79 63.32 Group IV, 25.75 4.16 5.35 °3.07 .37 $0.25 8 38.95 51.825 51.825 64.70 "Includes an amount per how worked for supplemental dues. 'The classification "Shaft and Raise Work" shall be applicable to all work from the entrance to the shaft or raise and including surge chambers. This classification shall apply to all work involving surge chambers up to ground level. ` All work performed over 12 hours in a single work day shall be paid for at double time (2x). CLASSIFICATIONS Group I Batch Plant Laborer Group III Changehouseman Blaster Dumpman Driller Outside Dumpman Powderman Loading and Unloading Agitator Cars Cherry Pickerman Nipper Grout Gunman Pot Tender using mastic or other materials Jackleg Miner Rollover Dumpman Jumbo Man Shotmete Man (helper) Kemper and other Pneumatic Concrete Placer Operator Swamper (Brakeman and Switchman on tunnel work) Miner - Tunnel (hand or machine) Tool Man Micro - Tunneling, Micro - Tunneling Systems Tunnel Materials Handling Man Nozzleman Group II Bull Gang Mocker Trackman Chemical Grout Jetman Chucktender Cabletender Concrete crew - include Rodders and Spreaders Grout Mixerman Grout Pumpman Operating of Trawling and/or Grouting Machines Vibratorman Jack Hummer Pneumatic Tools (except driller) Powdetman- Primer House Primer Man Sandblaster Segment Erector Steel Form Raiser and Setter Timberman, Retimberman, wood or steel Tunnel Concrete Finisher Group IV Shaft and Raise Workb Diamond Driller RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided to Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at Into / /www dirca.eov/DLSR/PWD. Holiday provisions for current or superseded determinations my be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at him //www.dirca.9ov1DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. 15 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: GUNITE WORKER (LABORER) DETERMINATION: SC -102- 345 -1- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006' Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. ' Includes an amount per hour worked for Supplemental Dues. 'Rate applies to the first 3 overtime hours. ` Rate applies to the first 1 I overtime hours. 'Employees working from a Bos'n's Chair or suspended from a rope or cable shall receive $0.40/hour above this rate. `Ratio is one entry- level Gunite worker for the 1 °` 4 Journeymen (although the entry-level Gunite worker may be the 2 " on thejob) and 1 entry-level Gunite worker for every 4 Journeymen thereafter (the entry-level Gunite worker may not be on the job until all 4 Journeymen are on the job). r In the event it is not reasonably possible to complete forty (40) hours of work on an eight (8) hour day shift, Monday through Friday, then the balance of the forty (40) hours may be worked on Saturday at the straight time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http;//,Aw-w.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto : / /wwNv.dir.ca.gov /DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 16 Emnlover Payments Strai t -Time Overtime Hourly Rate Classification Basic Health Pension Vacation Other Hours Total Daily Saturdays Sunday (Joumeyperson) Hourly and and Payments Hourly and Rate Welfare Holiday Rate 11 /ZXs 2X 1112X` 2X Holiday Nozzleman, Rodman $23.69' 4.15 8.80 ° 3.41 0.02 8 40.07 51.915 63.76 51.915 63.76 63.76 Gunman 22.74' 4.15 8.80 ° 3.41 0.02 8 39.12 50.49 61.86 50.49 61.86 61.86 Reboundman 19.20' 4.15 8.80 ° 3.41 0.02 8 35.58 45.18 54.78 45.18 54.78 54.78 Entry-Level Gunite Worker Step 1° (0 -1000 hours) 12.95' 0.00 3.45 43.41 0.02 8 19.83 26.305 32.78 26.305 32.78 32.78 Entry -Level Gunite Worker Step 2° (1001- 2000 hours) 14.95d 0.00 3.45 ° 3.41 0.02 8 21.83 29305 36.78 29.305 36.78 36.78 ' Includes an amount per hour worked for Supplemental Dues. 'Rate applies to the first 3 overtime hours. ` Rate applies to the first 1 I overtime hours. 'Employees working from a Bos'n's Chair or suspended from a rope or cable shall receive $0.40/hour above this rate. `Ratio is one entry- level Gunite worker for the 1 °` 4 Journeymen (although the entry-level Gunite worker may be the 2 " on thejob) and 1 entry-level Gunite worker for every 4 Journeymen thereafter (the entry-level Gunite worker may not be on the job until all 4 Journeymen are on the job). r In the event it is not reasonably possible to complete forty (40) hours of work on an eight (8) hour day shift, Monday through Friday, then the balance of the forty (40) hours may be worked on Saturday at the straight time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http;//,Aw-w.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto : / /wwNv.dir.ca.gov /DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 16 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: HOUSEMOVER(LABORER) DETERMINATION: SC -102- 507 -1- 2000 -1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April 1, 2000' Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bo://www.dir.ca.eov/DLSR/PWD . Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and /or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 17 Employer Payments Straight -Time Overtime Hourly Rates Classification Basic Health Pension Vacation/ Hours Total Daily Saturday' Sunday (Joumeyperson) Hourly and Holiday Hourly and Rate Welfare Rate 11/2X 11 /2X Holiday Housemover $15.37 $4.00 $3.14 '$1.05 8 $23.56 $31.245 $31.245 $38.93 Yard Maintenance Worker 15.12 4.00 3.14 ' 1.05 8 23.31 30.87 30.87 38.43 Trainee 0 - 3 Months 7.87 4.00 3.14 ' 1.05 8 16.06 19.995 19.995 23.93 3 - 6 Months 8.22 4.00 3.14 ' 1.05 8 16.41 20.52 20.52 24.63 6 - 9 Months 8.57 4.00 3.14 ' 1.05 8 16.76 21.045 21.045 25.33 9 - 12 Months 8.92 4.00 3.14 81.05 8 17.11 21.57 21.57 26.03 12 - 15 Months 9.27 4.00 3.14 ' 1.05 8 17.46 22.095 22.095 26.73 15 -18 Months 9.62 4.00 3.14 ' 1.05 8 17.81 22.62 22.62 27.43 18 - 21 Months 9.97 4.00 3.14 ' 1.05 8 18.16 23.145 23.145 28.13 21 - 24 Months 10.32 4.00 3.14 ' 1.05 8 18.51 23.67 23.67 28.83 'Includes an amount per hour worked for supplemental dues. 'Saturdays in the same work week may be worked at straight -time if job is shut down during the normal workweek due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bo://www.dir.ca.eov/DLSR/PWD . Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and /or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 17 STATE OF CALIFORNIA Arnold Schwarzene¢¢er, Gooernor Office of the Director 455 Golden Gate Avenue, 10th Floor San Francisco, CA 94102 August 22, 2005 MAILING ADDRESS: P. O. Box 420603 San Francisco, CA 94742 -0603 NOTICE REGARDING ADVISORY SCOPE OF WORK FOR THE SOUTHERN CALIFORNIA AND SAN DIEGO LANDSCAPE/IRRIGATION LABORERITENDERS' GENERAL PREVAILING WAGE DETERMINATIONS The classifications and types of work listed below, as identified in the Laborers' 2003 -2008 Landscape Master Agreement by and between the Southern California District Council of Laborers and California Landscape and Irrigation Council, Inc., have not been published or recognized by the Department of Industrial Relations in the August 22, 2005 issuance of the Southern California and San Diego Landscape/Inigation Laborer/Tenders' general determinations, SC- 102 -X -14- 2005 -1 and SD- 102 -X -14- 2005 -1. The rates associated with these unrecognized classifications and types of work SHALL NOT be applied or used on public works projects for the associated type of work. The following classifications and types of work have not been adopted for public works projects: Classifications • Landscape/Irrigation Equipment Operator • Landscape/Irrigation Truck Driver Tunes of Work • The operation of horizontal directional drills, including operation of drill and electronic tracking device (locator) and related work. • Installation and cutting of pavers and paving stones. • Operation of pilot trucks. • *The operation of all landscape /irrigation equipment and landscape /irrigation trucks. * This shall include all of the classifications listed in the prevailing wage determinations for Landscape Operating Engineer (SC- 63- 12- 33- 2005 -1), Operating Engineers (SC- 23 -63 -2- 2005 -1 and SD- 23 -63 -3- 2005 -1), and Teamster (SC -23- 261 -2- 2005 -1 and SD -23- 261 -3- 2005 -1) in all the Southern California counties, including San Diego County. GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LANDSCAPE/IRRIGATION LABORERITENDER DETERMINATION: SC- 102 -X -14- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. DETERMINATION: SC- 102 -X -14- 2005 -1A ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. Landscape/IrrigationTender` $10.40 $3.05 — $0.5 la $0.21 8 $14.17 $1937 $19.37 $24.57 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. a Includes an amount per hour worked for supplemental dues. b Rate applies to first 4 daily overtime hours and the first 12 hours on Saturday. All other time is paid at the Sunday and Holiday double - time rate. ` The first employee on the job shall be a Landscape/Irrigation Laborer. The second employee on the jobsite may be a Tender. Thereafter, Tenders may be employed with Landscape/Irrigation Laborers in a 50150 ratio on each jobsite. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http: / /www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at bft: / /www.dir.ca.gov /DLSRIPWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. I8 -A Employer Payments Straight-Tim Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation Training Other Hours Total Daily" Saturday" Sunday/ (Joumeyperson) Hourly and and Hourly Holiday Rate Welfare Holiday Rate 11 /ZX 11 /2X 2X Landscape/Irrigation Laborer $21.09 $4.15 $5.35 $3.01a $37 $.27 8 $34.24 $44.785 $44.785 $55.33 Landscape Hydro Seeder $22.19 $4.15 $5.35 $3.01a $37 $.27 8 $35.34 $46.435 $46.435 $57.53 DETERMINATION: SC- 102 -X -14- 2005 -1A ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: July 31, 2006 ** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 703 -4774. Landscape/IrrigationTender` $10.40 $3.05 — $0.5 la $0.21 8 $14.17 $1937 $19.37 $24.57 # Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. a Includes an amount per hour worked for supplemental dues. b Rate applies to first 4 daily overtime hours and the first 12 hours on Saturday. All other time is paid at the Sunday and Holiday double - time rate. ` The first employee on the job shall be a Landscape/Irrigation Laborer. The second employee on the jobsite may be a Tender. Thereafter, Tenders may be employed with Landscape/Irrigation Laborers in a 50150 ratio on each jobsite. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http: / /www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at bft: / /www.dir.ca.gov /DLSRIPWD. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. I8 -A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 CRAFT: ## LANDSCAPE MAINTENANCE LABORER DETERMINATION: SC -LML- 2000 -1 ISSUE DATE: February 22, 2000 EXPIRATION DATE OF DETERMINATION: April 1, 2000• Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. Employer Payments Straight -Time Overtime LOCALITY: Basic Health Pension Vacation Holiday Training Hours Total I1 /2X Hourly and Hourly Rate Welfare Rate Imperial $5.75 - - ' 0.115 0.17 - 8 ° 6.035 " 8.91 Inyo, Mono and San Bernardino 5.75 - - 0.30 0.17 - 8 6.22 9.095 Kern 5.75 - - 0.16 0.17 - 8 " 6.08 " 8.955 10.00 - - ° 0.27 0.46 - 8 °10.73 °15.73 Los Angeles 5.75 0.89 - 00.115 0.14 - 8 " 6.895 " 9.77 Orange 5.75 - - r 0.11 0.11 8 " 5.97 ° 8.845 Riverside 5.75 - - 90.20 0.16 - 8 ° 6.11 ° 8.985 San Diego 5.75 - - 0.22 0.115 - 8 6.085 8.96 6.25 - - 0.24 0.12 8 6.61 9.735 San Luis Obispo 7.50 - - '0.15 0.15 - 8 7.80 11.55 8.00 - - '0.16 0.16 - 8 8.32 12.32 Santa Barbara 6.00 - - "0.12 0.12 - 8 ° 6.24 " 9.24 7.00 - - '0.13 0.13 8 " 7.26 "10.76 Ventura 5.75 - - 0.115 0.16 8 6.025 8.90 7.00 2.97 - 0.19 0.26 8 °10.42 "13.92 ## Craft is not apprenticeable NOTE: If there are two rates, the first rate is for routine work, the second rate is for complex work. ' $0.22 after 3 years of service. ° Computation is based on the first years of employment. This rate should be increased by any applicable vacation increase as stated in other footnotes. `$0.31 after 2 years of service. ° $0.54 after 2 years of service: $0.81 after 3 years of service. `$0.24 after 3 years of service: $0.37 after 7 years of service. r $0.22 after 4 years of service 8 $0.40 after 3 years of service, ° $023 after 2 years of service, ' $0.27 after 2 years of service. $0.38 after 3 years of service. $0.29 after 2 years of service $0.31 after 2 years of service. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing raze is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Intemel at http: / /www.dr.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. Travel and/or subsistence requirements for each craft, classification or type of worker may be obtained from the Prevailing Wage Unit at (415) 703 -4774. 18C GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: ASBESTOS AND LEAD ABATEMENT (LABORER) DETERMINATION: SC -102- 882 -1- 2005 -1 ISSUE DATE: February 22, 2005 EXPIRATION DATE OF DETERMINATION: December 31,2005**. The rate to be paid for work perfanned after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Division of Labor Statistics and Research for specific rates at (415) 7034774. LOCALJTY: All localities within Imperial, Inyo, Kem, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties EMPLOYER PAYMENTS STRAIGHT -TIME OVERTIME HOURLY RATES Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday/ (Journeyperson) Hourly and Holiday' Hourly Holiday Rate Welfare Rate 11/2X 11 /2X 2X Asbestos and Lead Abatement Worker $22.50 4.16 3.00 2.59 0.35 0.10 8 $32.70 $43.95 $43.95 $55.20 * Includes an amount for supplemental dues. NOTE: Asbestos Abatement must be trained and the work conducted according to the Code of Federal Regulations 29 CFR 1926.58, the California Labor Code 6501.5 and the California Code of Regulations Title 8, Section 5208. Contractors must be certified by the Contractors' State License Board and registered with the Division of Occupational Safety and Health (ROSH). For further information, contact the Asbestos Contractors Abatement Registration Unit, DOSH at (415) 703 -5191. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httn• //www dir.ca.goyfDLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at hW://www.dir.ca.izov1DLSR/PWD. Travel and/or Subsistence provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 18 -D GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: N PARKING AND HIGHWAY IMPROVEMENT (STRIPING, SLURRY AND SEAL COAT OPERATIONS - LABORER) DETERMINATION: SC- 23- 102 -6- 2005.1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mona, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura counties. Employer Payments Strai -Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily 6th & 7th Holiday (Jourteyperson) Hourly and Holiday Hourly Day Rate Welfare Rate I1/2X 11 /2X 2X CLASSIFICATION GROUPS Group 1 $22.67 $4.16 $3.02 $3.15` $0.86 $0.27 8 "$34.13 $45.465 `$45.465 $56.80 Group 2 23.97 4.16 3.02 3.15' 0.86 0.27 8 b 35.43 47.415 `47.415 59.40 Group 3 25.98 4.16 3.02 3.15' 0.86 0.27 8 b 37.44 50.43 `50.43 63.42 Group 4 27.72 4.16 3.02 3.15' 0.86 0.27 8 b 39.18 53.04 ` 53.04 66.90 Indicates an apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. Apprentice rates apply to all classifications in Groups I, It, III and IV except for those four classifications denoted within 0.....0 below. 'Includes an amount per hour worked for Supplemental Dues. s Straight -time hours: 8 consecutive hours per day. 40 hours over 5 consecutive days, Monday through Sunday shall constitute a week's work at straight time. ` The sixth consecutive day in the same work week may be worked at straight-time ifjob is shut down during work week due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httR-//www.dir.mRov/DLSR1P . Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet athtti)-//www.dir.ca.goN,/[)LSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 7034774. CLASSIFICATION GROUPS: Group t Protective coating, Pavement sealing (repairs and filling of cracks by any method to parking lots, game corms and playgrounds) Installation of carstops Traffic Control Person & Serviceman; including work of installing and protecting utility covers, traffic delineating devices, posting of no parking and notifications for public convenience Asphalt Repair Equipment Repair Technician Group 2 Traffic Surface Abrasive Blaster Pot Tender Traffic Control Person/Cerified Traffic Control Person Repaving and filling of cracks and surface cleaning on streets, highways, and airports by any means, and other work not directly connected with the application of slurry seal OSImry Seal Soueeeeeman ifinisher)0r 18E Groom 3 Traffic Delineating Device Applicator Traffic Protective System Im4aller Pavement Marking Applicator 0SIurry Seal Applicator operator (Line Driver )0r 05huttlemat (loader /slum machine operations) operation of all related machinery and epuipmcm0r Group 4 Traffic Striping Applicator 0shary Seal Mixer onerator0' Power Broom Sweeper (operation of all related machinery and equipment) GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # CEMENT MASON DETERMINATION: SC -23- 203 -2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 703 -4774 for the new rates after 10 days from the expiation date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kent, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. # Indicates and apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. ' Saturdays in the same work week may be worked at straight -time rates if ajob is shut down during normal work week due to inclement weather. b Includes an amount for supplemental dues. Rate applies to the first 4 overtime hours. All other time is paid at the double time (2X) rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.govIDLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at bft://www.dir.ca.jzov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 20 Emolover Payments Straight -Time Overtime Hourly Rate CLASSIFICATION Basic Health Pension Vacation/ Training Other Hours Total Daily 'Saturday Sunday (JOURNEYPERSON) Hourly and Holiday Payments Hourly and Rate Welfare Rate 112X 112X Holiday Cement Mason, Curb and Gutter Machine Operator; Clary and Similar Type of Screed Operator (Cement only); Grinding Machete Operator (all types); Jackson Vibratory, Texas Screed and Similar Type Screed Operator; Scoring Machine Operator $25.00 4.54 5.40 b5.06 0.33 0.12 8 40.45 `52.95 `52.95 65.45 Magnesite, magaesAe- terrazzo and mastic composition, Epoxy, Urethanes and exotic coatings, Dex -O -Tex 25.12 4.54 5.40 b5.06 0.33 0.12 8 40.57 `53.13 '53.13 65.69 Floating and Troweling Machine Operator 25.25 4.54 5.40 b5.06 0.33 0.12 8 40.70 '53.325 `53.325 65.95 # Indicates and apprenticeable craft. Rates for apprentices are available in the General Prevailing Wage Apprenticeship Schedules. ' Saturdays in the same work week may be worked at straight -time rates if ajob is shut down during normal work week due to inclement weather. b Includes an amount for supplemental dues. Rate applies to the first 4 overtime hours. All other time is paid at the double time (2X) rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http://www.dir.ca.govIDLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at bft://www.dir.ca.jzov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 20 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TEAMSTER (APPLIES ONLY TO WORK ON THE SITE) DETERMINATION: SC -23- 261 -2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 7034774 for the new rates after ten days from the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties Employer Payments Straieht -Time Overtime Hourly Rates Classification` Basic Health Pension Vacation/ Training Other Hours Total Daily° Saturday ° Sunday/ (Journeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11/2X 11 /2X 2X Group I 23.54 7.32 4.80 2.60' .92 .12 8 39.30 51.07 51.07 62.84 Group 11 23.69 7.32 4.80 2.60° .92 .12 8 39.45 51.295 51.295 63.14 Group 111 23.82 7.32 4.80 2.60° 92 .12 8 39.58 51.49 51.49 63.40 Group IV 24.01 7.32 4.80 2.60` .92 .12 8 39.77 51.775 51.775 63.78 Group V 23.95 7.32 4.80 2.60° .92 .12 8 39.71 51.685 51.685 63.66 Group VI 24.07 7.32. 4.80 2.60° .92 .12 8 39.83 51.865 51.865 63.90 Group VII 24.32 7.32 4.80 2.604 .92 .12 8 40.08 52.24 52.24 64.40 Group VIII 24.57 7.32 4.80 2.60° .92 .12 8 40.33 52.615 52.615 64.90 Group IX 24.77 7.32 4.80 2.60' .92 .12 8 40.53 52.915 52.915 65.30 Group X 25.07 7.32 4.80 2.60' .92 .12 8 40.83 53.365 53.365 65.90 Group XI 25.57 7.32 4.80 2.60` .92 .12 8 41.33 54.115 54.115 66.90 Subjoumeymanb 0 -2000 hours 11.50 7.32 4.80 1.20' .92 .12 8 25.86 31.61 31.61 37.36 2001 -4000 hours 13.50 7.32 4.80 1.45' .92 .12 8 28.11 34.86 34.86 41.61 4001 -6000 hours 15.50 7.32 4.80 1.70' .92 .12 8 30.36 38.11 38.11 45.86 Over 6000 hours and thereafter at joumeymen rates 'Includes an amount for supplemental dues. "Subjourneyman may be employed at a ratio of one subjoumeymen for every five journeymen. ` For classifications within each group, see page 21 A. Rate applies to the first 4 daily overtime hours and the first 12 hours on Saturday. All other overtime is paid at the Sunday/Holiday double -time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hqp: / /www.dir.ca.gov/DLSRIPWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703- 4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall snake travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at httn• /'www dir ca.eov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 21 DETERMINATION: SC -23- 261 -2- 2005 -1 Group I Warehouseman and Teamster Group H Driver of Vehicle or Combination of Vehicles - 2 axles Traffic Control Pilot Car, excluding moving heavy equipment permit load Truck Mounted Power Broom Group III Driver of Vehicle or Combination of Vehicles - 3 axles Bootman Cement Mason Distribution Truck Fuel Truck Driver Water Truck - 2 axles Dump Truck of less than 16 yards water level Erosion Control Driver Group IV Driver of Transit Mix Truck -Under 3 yds Dumperete Truck Less than 6 1/2 yards water level Truck Repairman Helper Group V Water Truck 3 or more axles Warehouseman Clerk Working Truck Driver Truck Creaser and Tireman - $0.50 additional for Tireman Pipeline and Utility Working Truck Driver, including Winch Truck and Plastic Fusion, limited to Pipeline and Utility Work Slurry Truck Driver Group VI Driver of Transit Mix Truck - 3 yds or more Dumperete Truck 6 1/2 yds water level and over Driver of Vehicle or Combination of Vehicles - 4 or more axles Driver of Oil Spreader Truck Dump Truck 16 yds to 25 yds water level Group VII A Frame, Swedish Crane or Similar Forklift Driver Ross Carrier Driver Group VIII Dump Truck 25 yds to 49 yards water level Truck Repairman Water Pull Single Engine Welder Group IX Truck Repairman Welder Low Bed Driver, 9 axles or over Group X Water Pull Single Engine with attachment Dump Truck - 50 yards or more water level Group XI Water Pull Twin Engine Water Pull Twin Engine with attachments Winch Truck Driver - $0.25 additional when operating a Winch or similar special attachments. 21A GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TEAMSTER (SPECIAL SHIFT) (APPLIES ONLY TO WORK ON THE CONSTRUCTION SITE) DETERMINATION: SC -23- 261 -2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 7034774 for the new rates after ten days from the expiration date if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hgp: / /www.dir.ca.lzov/DLSR/PWD. Holiday provisions for current or superseded detemunations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at hqp://www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. NM Employer Payments Straight -Time Overtime Hourly Rates Classification` Basic Health Pension Vacation/ Training Other Hours Total Daily" Saturday° Sunday/ (Joumeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11 /2X 11 /2X 2X Group I 24.04 7.32 4.80 2.60' .92 .12 8 39.80 51.82 51.82 63.84 Group II 24.19 7.32 4.80 2.60° .92 .12 8 39.95 52.045 52.045 64.14 Group III 24.32 7.32 4.80 2.60' .92 .12 8 40.08 52.24 52.24 64.40 Group IV 24.51 7.32 4.80 2.60' .92 .12 8 40.27 52.525 52.525 64.78 Group V 24.45 7.32 4.80 2.600 .92 .12 8 40.21 52.435 52.435 64.66 Group VI 24.57 7.32 4.80 2.60' .92 .12 8 40.33 52.615 52.615 64.90 Group VII 24.82 7.32 4.80 2.602 .92 .12 8 40.58 52.99 52.99 65.40 Group VIII 25.07 7.32 4.80 2.60° .92 .12 8 40.83 53.365 53.365 65.90 Group IX 25.27 7.32 4.80 2.603 .92 .12 8 41.03 53.665 53.665 66.30 Group X 25.57 7.32 4.80 2.60° .92 .12 8 41.33 54.115 54.115 66.90 Group XI 26.07 7.32 4.80 2.60° .92 .12 8 41.83 54.865 54.865 67.90 Subjourneyman" 0 -2000 hours 12.00 7.32 4.80 1.20' .92 .12 8 26.36 32.36 32.36 38.36 2001 -4000 hours 14.00 7.32 4.80 1.45° .92 .12 8 28.61 35.61 35.61 42.61 4001 -6000 hours 16.00 7.32 4.80 1.700 .92 .12 8 30.86 38.86 38.86 46.86 Over 6000 hours and thereafter at journeyman rates Includes an amount for supplemental dues. "Subjourneyman may be employed at a ratio of one subjourneyman for every five journeymen. For classifications within each group, see page 21 A. "Rate applies to the first 4 daily overtime hours and the first 12 hours on Saturday. All other overtime is paid at the Sunday/Holiday double -time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at hgp: / /www.dir.ca.lzov/DLSR/PWD. Holiday provisions for current or superseded detemunations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at hqp://www.dir.ca.gov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. NM GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: TEAMSTER (SECOND SHIFT) (APPLIES ONLY TO WORK ON THE CONSTRUCTION SITE) DETERMINATION: SC -23- 261 -2- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30, 2006" Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Division of Labor Statistics and Research at (415) 703 -4774 for the new rates after ten days from the expiration date if no subsequent detemilnation is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura Counties Employer Payments Straight-Tim Overtime Hourly Rates Classification` Basic Health Pension Vacation/ Training Other Hours Total Daily` Saturday' Sunday/ (Joumeyperson) Hourly and Holiday Payments Hourly Holiday Rate Welfare Rate 11/2X 11 /2X 2X Group I 24.54 7.32 4.80 2.60° .92 .12 8 40.30 52.57 52.57 64.84 Group II 24.69 7.32 4.80 2.60' .92 .12 8 40.45 52.795 52.795 65.14 Group III 24.82 7.32 4.80 2.60' .92 .12 8 40.58 52.99 52.99 65.40 Group IV 25.01 7.32 4.80 2.604 .92 .12 8 40.77 53.275 53.275 65.78 Group V 24.95 7.32 4.80 2.604 .92 .12 8 40.71 53.185 53.185 65.66 Group VI 25.07 7.32 4.80 2.60' .92 .12 8 40.83 53.365 53.365 65.90 Group VII 25.32 7.32 4.80 2.604 .92 .12 8 41.08 53.74 53.74 66.40 Group VIII 25.57 7.32 4.80 1604 .92 .12 8 41.33 54.115 54.115 66.90 Group IX 25.77 7.32 4.80 2.60' .92 .12 8 41.53 54.415 54.415 67.30 Group X 26.07 7.32 4.80 2.60' .92 .12 8 41.83 54.865 54.865 67.90 Group XI 26.57 7.32 4.80 2.604 .92 .12 8 42.33 55.615 55.615 68.90 Subjoumeyman° 0 -2000 hours 12.50 7.32 4.80 1204 .92 .12 8 26.86 33.11 33.11 39.36 2001 -4000 hours 14.50 732 4.80 1.454 .92 .12 8 29.11 36.36 36.36 43.61 4001 -6000 hours 16.50 7.32 4.80 1.704 .92 .12 8 31.36 39.61 39.61 47.86 Over 6000 hours and thereafter atjoumeyman rates 'Includes an amount for supplemental dues. s Subjourneyman may be employed at a ratio of one subjoumeyman for every five journeymen. 'For classifications within each group, see page 21 A. The third shift shall work 6.5 hours, exclusive of meal period, for which 8 hours straight -time shall be paid at the non -shift rate, Monday through Friday. `Rate applies to the first 4 daily overtime hours and the first 12 hours on Saturday. All other overtime is paid at the Sunday/Holiday double -time rate. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at bo://www.dir.ca.%4ov/DLSR/PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at htto• / /www dir.ca.eov/DLSR/PWD. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 21C GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: M HORIZONTAL DIRECTIONAL DRILLING DETERMINATION: SC- 102- 11841- 2005 -1 ISSUE DATE: August 22, 2005 EXPIRATION DATE OF DETERMINATION: June 30,2006- Effective until superseded by anew determination issuded by the Director of Industrial Relations. Contact the Division of Labor Statistics & Research at (415) 703 -4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Diego, San Luis Obispo, Santa Barbara and Ventura Counties. 0 Indicates an apprenticeable craft Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. ' Includes an amount for Supplemental Dues. b If the job is shut down during the work week due to inclement weather and forty (40) hours of work have not been completed, then the balance of the forty (40) hours may be worked on Saturday sr the straight -time rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director a Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httpl /www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the cmrent determinations on the Intemetath tm: //www.dir.capov/DLSR/PWD. Travel and/or subsistence requirements fw current orsuperseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 21 -D Employer Payments Straight-Time Overtime Hourly Rate Classification Basic Health Pension Vacation/ Training Other Hours Total Daily Saturdays Sunday/ (Journyperson) Hourly and Holiday° Payments Hourly Holiday Rate Welt= Rate 112x I 112 2x GROUPI (Drilling Crew Laborer) $22.14 $4.16 $2.30 $175 $0.15 $0.20 8 $30.70 $41.77 $41.77 $52.84 GROUP D (Vehicle Opemmr /Hauler) $22.31 $4.16 $2.30 $1.75 $0.15 $0.20 8 $30.87 $12.025 $41025 $53.18 GROUP II (Horizontal Directional Drill Operator) $24.16 $4.16 $2.30 $1.75 $0.15 $0.20 8 $32.72 $44.80 $44.80 $5618 GROW IV (Electronic Tracking Locator) $26.16 $4.16 $2.30 $1.75 $0.15 $0.20 8 $34.72 $47.80 $47.80 $60.88 0 Indicates an apprenticeable craft Rates for apprentices are available in the General Prevailing Wage Apprentice Schedules. ' Includes an amount for Supplemental Dues. b If the job is shut down during the work week due to inclement weather and forty (40) hours of work have not been completed, then the balance of the forty (40) hours may be worked on Saturday sr the straight -time rate RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director a Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at httpl /www.dir.ca.gov/DLSR/PWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. TRAVEL AND /OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the cmrent determinations on the Intemetath tm: //www.dir.capov/DLSR/PWD. Travel and/or subsistence requirements fw current orsuperseded determinations may be obtained by contacting the Prevailing Wage Unit at (415) 703 -4774. 21 -D ■ a STANDARD PLANS AND DRAWINGS B -1 c 4 c L L TRENCH SHE SHORING If Tcruru WTnTu UNDISTURBED SOIL, TYPICRL ar :e'-r i 'ON LINES :TING IF USED I. TRENCH WIDTH SHALL BE O.D. + 12- MINIMUM, OR O.D. + 20• MRXIMUM, INCLUDING THICKNESS OF TRENCH SHORING OR SHEETING. 2. BRCKFILL SHRLL BE PER STRNDRRD SPECIFICRTIONS SECTION 306 -1.3, EXCEPT THRT RELRTIVE COMPRCTION SHRLL BE 90 PERCENT MINIMUM. 3. *EN THE tOXIMUM TRENCH WIDTH IS EXCEEDED, TtE CONSTRRCTOR SHALL SUBMIT TO THE ENGINEER FOR RPPROVP., DRAWINGS WITH SUBSTRNTIRTING ENGIAEERING CRLCULRTIONS FOR THOSE MODIFICRTIONS OF PIPE STRENGTH RND/OR BEDDING hHiICH WILL PROVIDE AN IN -PLRCE FRCTOR OF SAFETY EQUIVRLENT TO THRT PROVIDED IN THE CONTRRCT. 4. BEDDING SHRLL BE PER STRNDRRD SPECIFICRTIONS SECTION 306 - 1.2.1, EXCEPT TART: A ) CLRSS 100 -E -100 SLURRY MAY BE SUBSTITUTED FOR 5419°ED BEDDING RT THE CONTRRCTOR'S OPTION RND SOLE EXPENSE. (B.) HRUNCH BEDDING SHALL BE H%D TRMPED TO 90: RELRTIVE COMPRCTION MINIMUM FOR. PVC, RPM, HDPE, RND RLL OTHER FLEXIBLE PIPE INSTRLLRTIONS. WEREUPON THE REMAINDER OF BEDDING (RBOVE SPRINGLINE) MRY BE COMPRCTED CONCURRENTLY WITH THE BRCKFILL. 5. TRENCH RESURFACING SHALL BE PER STD.- 105 -L. E R TY OF NEWPORT EERCH PUBLIC WORKS DEPFRRTMENT PIPE BEDDING d4244 DIRECTOR OF PLMIC h3W R.C.E. NO. 12806 Milt 28 Sep 1993 N.T.S. STD-1 06-L i I' • I, er• I •, r.r e r • � r r r ar UNDISTURBED SOIL, TYPICRL ar :e'-r i 'ON LINES :TING IF USED I. TRENCH WIDTH SHALL BE O.D. + 12- MINIMUM, OR O.D. + 20• MRXIMUM, INCLUDING THICKNESS OF TRENCH SHORING OR SHEETING. 2. BRCKFILL SHRLL BE PER STRNDRRD SPECIFICRTIONS SECTION 306 -1.3, EXCEPT THRT RELRTIVE COMPRCTION SHRLL BE 90 PERCENT MINIMUM. 3. *EN THE tOXIMUM TRENCH WIDTH IS EXCEEDED, TtE CONSTRRCTOR SHALL SUBMIT TO THE ENGINEER FOR RPPROVP., DRAWINGS WITH SUBSTRNTIRTING ENGIAEERING CRLCULRTIONS FOR THOSE MODIFICRTIONS OF PIPE STRENGTH RND/OR BEDDING hHiICH WILL PROVIDE AN IN -PLRCE FRCTOR OF SAFETY EQUIVRLENT TO THRT PROVIDED IN THE CONTRRCT. 4. BEDDING SHRLL BE PER STRNDRRD SPECIFICRTIONS SECTION 306 - 1.2.1, EXCEPT TART: A ) CLRSS 100 -E -100 SLURRY MAY BE SUBSTITUTED FOR 5419°ED BEDDING RT THE CONTRRCTOR'S OPTION RND SOLE EXPENSE. (B.) HRUNCH BEDDING SHALL BE H%D TRMPED TO 90: RELRTIVE COMPRCTION MINIMUM FOR. PVC, RPM, HDPE, RND RLL OTHER FLEXIBLE PIPE INSTRLLRTIONS. WEREUPON THE REMAINDER OF BEDDING (RBOVE SPRINGLINE) MRY BE COMPRCTED CONCURRENTLY WITH THE BRCKFILL. 5. TRENCH RESURFACING SHALL BE PER STD.- 105 -L. E R TY OF NEWPORT EERCH PUBLIC WORKS DEPFRRTMENT PIPE BEDDING d4244 DIRECTOR OF PLMIC h3W R.C.E. NO. 12806 Milt 28 Sep 1993 N.T.S. STD-1 06-L NEW CONSTRUCTION EXISTING CONSTRUCTION 3/8' EXPRNSION� RLL BRRS TO BE JOINT 1-RTERIRL EPDXIED INTO PLRCE a. a...:. a a 3i9Y.. Q.A .. 4....'.'.. d... ¥9 SMOOTH MRS -� 6 18' O. C. EPDXY SHILL COAFORM TO STRTE OF CRLIFORNIR SPECIFICRTION 809 21M-06 RA97 BE USED IN STRICT RCCORD WITH THE MRNUFRCTURER'S PRINTED INSTRUCTIONS. D... DESIGN THICKNESS OF P.C.C. PRVDCW CONTACT JOINT WITH NEW CONSTRUCTION N. T. S. L I T f 0F P. C. C. PAVEMENT CONTACT JOINTS REV. 9/93 DIRECTOR OF PMIC M09G R.C.E. W. 12806 28 Sep 1993 5VXE N.T.S. M_ rorna STD -108 —L Ig 1 ;a 12 °MIN. .a 4 4 . F .v, . P � . 41 Q: /- MANHOLE FRAME AND COVER T� I°A.C, WEARING SURFACE TO MATCH ' EXISTING ASPHALT. TACK COAT CONC. PER STANDARD SPECIFICATIONS SECTION 302 -5.3 PLAN VIEW CONC. SHALL BE POURED WITH A MINIMUM DISTANCE OF If AROUND THE LIP OF THE M.H. RING. N. MANHOLE FRAME TACK COAT M.H. COVER ( A "A.C. WEARING SURFACE CROSS SECTION CITY OF NEWPORT PUBLIC WORKS DEPAS APPROVED CONSTRUCTION NOTE: LOWER MANHOLE TO 6" BELOW SUBGRAOE & COVER WITH 4x4'xl/2" STEEL PLATE PRIOR TO STREET CONSTRUCTION. ,?E'V. DATE PUBLIC WORKS DIRECTOR MANHOLE ADJUSTMENT DETAIL R.E. NO. 12806 DRAWING N0. STD. -'I I I " L �l COVER FOR 24' CLEAR OPENING FRAME (STORM DRAIN COVER ILLUSTRATEDI BOTTOM PLAN OF COVER SECTION A -A SECTION THRU FRAME DETAIL OF FRAME NOTES' L MANHOLE FRAMES AND COVER SHALL BE MADE OF GRAY CAST IRON CONFORMING TO ASTM A- 48,CLASS 35,AND PAINTED WITH ASPHALTUM PAINT EXCEPT FOR MACHINED SURFACES.(ALHAMBRA FOUNDRY A -1495) 2. STORM DRAIN (SANITARY SEWER) COVERS SHALL BE CAST WITH THE LETTER "D "C'S'*) IN THE CENTER OF THE COVER. REV. z -r -89 ems,. a ne ia� o r CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT STANDARD 24- INCH MANHOLE FRAME AND COVER APPROVED DATE PUBLIC WORKS DIRE R.E. NO. DRAWING NO. STD. -112 - L A I t A a.C. 'P' B.C. - - -- "Y TYP.. SID 7i C.i W I �� LIRE 318' EXPANSION JJOINT MRT'L. (TYP) B PLAN TYPE A w Al r-`B., 1 11 A 2 B. c. t EL. 'P' I L Y, Typ SILEMU - - -f — BSI Q•G• ' . � FLOW LIIE- 318' EXPANSION MINT MRT'L. ITYPP L IB LAN w W12 *12 �c pIQ SECTION A A APPLIES TO TYPES A do C APPROACUS NOTES: 1. ELEV. 'P' IS 3' BELOW R LEVEL LIRE EXTENDED FROM THE LONER OUTER EDGE. 2. THE RADIUS OF THE CLRB RETURN SHIL BE EQUAL TO THE P4la'CWRY WIDTH BUT NOT GREATER THRN 10'. 3. CONCRETE SLRFRCE FOR 6. ON ERCH SIDE OF R FLOW LINE SRd9LL BE GIVEN R STEEL TROLL FINISH EXCEPT BETAEEN THE PROPERTY LINE d THE GUTTER FLOW LIRE. 4. 'M' SWd L BE HURL TO W15, BUT NOT LESS THAN 2 FEET. - 5. RLLEY RPPRORCH SHRLL BE 6' THICK PORTLRND CE?'ENT CONCRETE UNLESS OTT•IERWISE SPECIFIED. S. 'Y' SHILL BE R MINI" OF 3', RND R MXI" OF 5'. 7. CONCRETE SHALL BE 560-0 -3250 A- t a t `f' A - 'Y'. TYP . SID1C UI — — — Q•G F. -Q- ` l.i .. FLOW LItf L —318' EXPMGIOW -J yB JOINT M9T'L. fT'i:)LAN SECTION A A TYPE 9 ALLEY CROSS . % . SECTION B —B �¢ APPLIES TO TYPES A, B, & C APPROACRES Vri % 318' EXP lr q fI I FY TT. tf FLOW LIRE REV. 9193 APFLII CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ALLEY APPROACHES TYPES A., B, AND C crrm LK� • aRa !'9� -rd LRIVEAHY rF x 0� 'C. F. FLOW LIRE 0M FACE ELEVATION 2V TYW A, A & C DIRECTOR OF PUBLIC NARKS R.C.E. NO. 126xG DATE 7 Sep 1994 SCTTLE N. T. S. M. GRRCIA STD -142 —L v v a, I a l 1 N .r 9P av u° a 'u a 0 o Q s M m M d ad Z v OI z° `^ va 1n o / m E V 6 ¢ y U n oa �U Oo b C 0 N o� } n z° tD o N t U w Y Q p N W 3 u ° wrn -a a av O O ow yy Z— OV'N o vd_ M., Z s m � O U m c P W Q v y N � U %Z %� m [] JR4 .4 X 011 %Z a ml E x011 z Xtl %i a ' a4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS I - trco 0 F v N of z z a 'u a 0 o Q s M m M d ad Z v OI z° `^ va 1n o / m E V 6 ¢ y U n oa �U Oo b C 0 N o� } n z° tD o N t U w Y Q p N W 3 u ° wrn -a a av O O ow yy Z— OV'N o vd_ M., Z s m � O U m c P W Q v y N � U %Z %� m [] JR4 .4 X 011 %Z a ml E x011 z Xtl %i a ' a4 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS I 5H wl¢ C U W d [q o � o a Oa U v W Ur y N 0 a RCE NO. 36106 V U O F W rri - i F of z z a J N J y � V Q �i Y 0 �V Z 00 C W m y w N `�I � Q W JQ v W w w Q Q w w O O16 N b a , I M O C z z O C`J q Yj � E v 1n 7 m U RoI r � , x E E a 0 LL j yC b o° F b a v c Z o p°Rx C O J J yHC cotQ Q \ O, U b q y PvCyO O Z OU�O 5H wl¢ C U W d [q o � o a Oa U v W Ur y N 0 a RCE NO. 36106 V U O F W rri - i F of z z a N J � V Q �i 0 �V Z 00 C W m y w N d � Q JQ v W w w Q Q w w a , 0 Q z z R q � m U RoI r � E E 0 0 b o° F b a v c o q O Z 5H wl¢ C U W d [q o � o a Oa U v W Ur y N 0 a RCE NO. 36106 V U O F W rri i F I z z J Q �i 0 W m w � Q U W w w Q w w a , ui z z DRAWING NO. STD- 181 -L-AA NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMODATE RAMP AND 1.22 m (4 ft.) PLATFORM AS IN CASE A, THE SIDWALK MAY BE DEPRESSED LONGITUDINALLY AS IN CASE B OR C OR MAY BE WIDENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6 FEET WIDE, THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN FOR CASE E TO ACCOMMODATE WHEELCHAIRS. 4. FOR CASES F AND G, THE LONGITUDINAL PORTION OF THE SIDEWALK MAY NEED TO BE DEPRESSED AS SHOWN IN CASE B. 5. IF LOCATED ON A CURB THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4 FEET 6. TRANSITIONS FROM RAMPS TO WALKS, GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, "T ", SHALL BE 4 INCHES MINIMUM. 8. THE RAMP SHALL HAVE A 12 INCHES WIDE BORDER WITH 114 INCH GROOVES APPROXIMATELY 314 INCH ON CENTER. SEE GROOVING DETAIL. 9. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED ON A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 10. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 109 AT CURB TO CONFORM WITH LONGITUDINAL SIDEWALK SLOPE ADJACENT TO TOP OF THE RAMP, EXCEPT IN CASE C. 11. UTILITY PULL BOXES, MANHOLES, VAULTS AND ALL OTHER UTILITY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. 12. MAXIMUM SLOPES OF ADJOINING GUTTER, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4 FEET OF THE TOP OR BOTTOM OF THE CURB RAMP. 13. CONCRETE SHALL BE 560 —C -3250. 14. RETROFITS — WHEN A WHEELCHAIR RAMP IS ADDED TO AN EXISTING FACILITY, THE CHANGES ARE PERMITED: (A) RAMP GRADE IN CASE "C" MAY BE INCREASED TO 49. (B) OTHER RAMP GRADES MAYBE INCREASED TO A MAXIMUM OF 11.19 (NEVERTHELESS, THEY SHOULD BE AS FLAT AS FEASABLE). (C) WHERE THE 4 FEET PLATFORM IS NOT FEASABLE, THE WIDTH MAY BE DECREASED TO 3 FEET. (D) THE PLATFORM MAY BE ELIMINATED IF THE GRADE DOES NOT EXCEED 8.339. 15. RAISED TRUNCATED DOMES SHALL BE DARK GREY COLORED AND SHALL BE "TERRAZZO TILES" AS MANUFACTURED BY WAUSAU TILE, INC. OF WISCONSIN OR EQUAL. 16. DETECTABLE WARNING SURFACES SHALL EXTEND 610mm (24 in.) MINIMUM IN THE DIRECTION OF TRAVEL AND THE FULL WIDTH OF THE CURB RAMP. NOTE: REFER TO CALTRANS CURRENT STANDARDS PLANS FOR UP -TO -DATE REQUIREMENTS. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP NOTES RCE NO. 36106 Date: 1112005 DRAWING NO. STD_ 1 8 1-L-C 4' l6 1 I See Note 8 II M M See notes 9, 15 and 16 Curb Face \ 10% Slope Max. See note below LENGTH OF CURB TRANSITION 'X' (TYPICAL) �0 Curb he ght Transition 6' 5.0' min. Q�OCOt°° 8' 6.7' Min. - - -- CASE "H" - - -- See notes 9, 15 and 1i 2% MAX. I I Slope I I See Note 8 1 1 _ (10 ft) �(4 ft) I Varies_ II ' I Mtn. 1 I 12% 1 ti�oA 11 CASE "L" li�� ♦ + • See notes 9, 15 and 16 Cp 0 � o v' z o (4 in) Heigh CASE "[" Top of romp Rounded 8.33% Max T7 2% Max. SECTION A -A NOTE: PLEASE SEE STD - 181 -L -C FOR ALL NOTES. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS II Variable I 11 I See Note 8 1 1 (4 in) o° � o n IY 8.33% Slope Max. fl for 6 in Curb Face -' It for 8 in Curb Face See notes 9. 15 CASE "J" u a o LL LLp3 U V b p) xl� i6 RCE NO. Date: 11/2005 DRAWING NO. r Yar �i CASE "K" Retaining curb 2% Max. If necessory TJ SECTION C -C WORKS DIRECTOR STD- 181 -L -B d m In in LL LL R FULL HEIGHT f V E c c 'OC m i BCR r ` mm —(4.25 in) 0 In) C.F. V v 0 In Curb Face Along ,...333..... Access Rargp Landing li�� ♦ + • See notes 9, 15 and 16 Cp 0 � o v' z o (4 in) Heigh CASE "[" Top of romp Rounded 8.33% Max T7 2% Max. SECTION A -A NOTE: PLEASE SEE STD - 181 -L -C FOR ALL NOTES. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETAILS II Variable I 11 I See Note 8 1 1 (4 in) o° � o n IY 8.33% Slope Max. fl for 6 in Curb Face -' It for 8 in Curb Face See notes 9. 15 CASE "J" u a o LL LLp3 U V b p) xl� i6 RCE NO. Date: 11/2005 DRAWING NO. r Yar �i CASE "K" Retaining curb 2% Max. If necessory TJ SECTION C -C WORKS DIRECTOR STD- 181 -L -B TOP DIAMETER I � MIN. 50% of base AMAX. 65% of base 5mm (0.2 ") BASE DIAMETER 23mm MIN. (0.9") 36mm MAX. (1.4 ") RAISED TRUNCATED DOME 41mm (1.6 ") Min. 61 mm (2.4 ") Max -. .. Center to Center spacing / \ � 01 I 0 1 1 CO 16mm (0.65 ") Min. Base To Base Spacing RAISED TRUNCATED DOME PATTERN IN -LINE CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CURB ACCESS RAMP DETECTABLE WARNING SURFACE See Notes 9 and 15 APPROVED: RCE NO. 36106 PUBLIC WORKS DIRECTOR it Drawn: R. Okada Scale: N.T.S. DRAWING NO. STD - 181 -L -D 24' 112' R 318' LIP 3:12 CURB FACE BATTER° ° 1'R'° ° ;.:.RRER =1.810 a LEVEL 1' MEW R.C. PRVE71DVT OR MIN. 12' MILE R. C. PRTCHBRCK TYPE A P. C. C. CURB AND GUTTER (CURB FRCS SHALL BE 6' UNLESS OTHERWISE NOTED) RRER =o. 63 0 TYPE B P. C. C. CURB NOTES: 1. RLL CONCRETE SURFACES WITHIN 4' OF RLL GUTTER FLOWLINES SHALL BE GIVEN R STEEL TROWEL FINISH. ( RPPLIES TO TYPE 'R' CURB) 2. PREFORMED 3/8' THICK EXPRNSION FILLER SHALL BE MTN= IN RLL TYPES OF CURB RT THE B.C. RND E. C. OF RETURNS, RT INTERVALS OF 60' BETWEEN RETURNS RND RT THE ENDS OF DRIVEWAYS. SIMILAR EXPRNSION JOINTS SHALL BE INSTRLLED IN RLL GUTTERS ROJOINING CURB. WERKEAED PLANE JOINTS SHALL BE FORMED RT INTERVALS OF 20' BETWEEN RETURNS. (APPLIES TO TYPES 'A', 'B', RND 'C' CLRBS). 3. CONCRETE SHRLL BE 560 -C -3250. CITY Ofd NEWPORT B ERCH PUBLIC WORKS DEPRRTMENT STANDARD CURB SECTIONS TYPES A AND B J DIRECTOR OF PUBLIC HMS R.C.E. NO. 12806 15 Abv 1993 °n-r- N.T.S. M. GRRCIR STD - 182 -L' 6° 112 R j- ° NEN R. C. PRVEMENT OR MIN. 12' HIDE 3:12 ;a R. C. PRTCHBRCK BRTTER RRER =o. 63 0 TYPE B P. C. C. CURB NOTES: 1. RLL CONCRETE SURFACES WITHIN 4' OF RLL GUTTER FLOWLINES SHALL BE GIVEN R STEEL TROWEL FINISH. ( RPPLIES TO TYPE 'R' CURB) 2. PREFORMED 3/8' THICK EXPRNSION FILLER SHALL BE MTN= IN RLL TYPES OF CURB RT THE B.C. RND E. C. OF RETURNS, RT INTERVALS OF 60' BETWEEN RETURNS RND RT THE ENDS OF DRIVEWAYS. SIMILAR EXPRNSION JOINTS SHALL BE INSTRLLED IN RLL GUTTERS ROJOINING CURB. WERKEAED PLANE JOINTS SHALL BE FORMED RT INTERVALS OF 20' BETWEEN RETURNS. (APPLIES TO TYPES 'A', 'B', RND 'C' CLRBS). 3. CONCRETE SHRLL BE 560 -C -3250. CITY Ofd NEWPORT B ERCH PUBLIC WORKS DEPRRTMENT STANDARD CURB SECTIONS TYPES A AND B J DIRECTOR OF PUBLIC HMS R.C.E. NO. 12806 15 Abv 1993 °n-r- N.T.S. M. GRRCIR STD - 182 -L' G R VARIABLE MME I 6. E SIDEh9�K I~ 2 F. L. OF PIPE I lit' RBOW GUTTER jA I' FLOW LINE _ _ - - - - X 'a awm I SEE DETAIL 'R' FOR TYPE OF 4A DRAIN PIPE ELEVATION COs' MIN. INSTALL POLYETHYLEW PLASTIC JOINT MRTERIAL 'QUICK JOINT' OR 003L SECTION A A 4' M4X. OUTER DIM= 3' ASBESTOS CE1�1JT PAC. (SCH. 40) PIPE OR EOUI DETAIL A 2' MIN. 5 -1/4 ' * a - RECTAMGULAR CRST IRON X0 0R FWY 7 ALTERNATE DRAIN PIPE SECTIONS OUTSIDE HUB DIMENSIONS p p CITY OF NEWPORT BERCH PUBLIC WORKS DEPRRTMENT PR I VATH DRA INS TI3RO UGH CURB j ®r &4 DIRECTOR OF PUBLIC MOWS R.C.E. N0. 12806 20 Oct 1993 x� N. T. S. Gw STD -184 -L 51-00 1x. ; CITY PILLBOX 1 -114` 0 PVC CONDUIT WITH 348 WIRES -1 CITY OWNED MULTIPLE CIRCUIT (240 VOLT) % CITY LIGHT VARIES / STRNDR4'D EDISON PULLBOX CONDUIT AND WIRES BY EDISON -1 EDISON OWNED MULTIPLE CIRCUIT (120 VOLT) NOTES: 1. RLL CONDUIT SFIALL BE 1-114' DIR. P. V. C., SCHEDULE 40 2. RLL GROUND R0175 SHALL BE 3180 DIR. X 8' COPPER CORTED GRLVRNIZED STEEL BONDED TO #8 GROUND WIRE SYSTEM. 3. SEE CNB STD -205 -L FOR PULL BOX DETAILS RV FUSEHOLDER DETRIL. -4. ALL FUSES SHALL BE LOCATED IN BRSE OF POLE AND SIZED TO SERVE NRTTRGE OF LUMINRIRE 5. RFTER CABLE IS INSTALLED, ALL CONDUIT ENDS SHALL BE SEALED KITH DUCTSERL OR EOLRL. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CIRCUI T DETA I LS REV. 9/33 RCE NO. 12806 NO. 38799 IL"' 15 Nov 199311 N. T. S. i[ EISEL ENTERPRISES NO. 3 -112 PULL BOX OR EOUAL MRRKED 'STREET LIGHT NIGH VOLTRGE'- i -!i4' 0 PVC CONDUIT 1 -114 0 PVC CONDUIT k'ITH 348 WIRES N NOTE: TYPICAL PULL BOX REQUIRED PULL BOXES SHRLL NOT BE INSTRLLEE AT EACH LIGHT STANDARD IN DRIVENRYS. NIX p P N 314 CRUSHED ROCK ipJlplJrL�' � 03 zO 3 LRYERS OF 3H ---, ELECTRICRL TRPE NO. 23 OVER 3 LRYERS OF TRPE d 3/4" CRUSHED ROCK SECTION A A rFrWi N0. 33 OR EQURL (TYPICRL), RUBBER BOOT NOT RCCEPTRBLE FUSE HOLDER IN PULLBOX IRON *EX-RR OR EQU% ---- -- TYPICAL C H TY OF NEWPORT BERG ii 1"" PUBLIC WORKS DEPARTMENT • RX AV. 12BOG PULL BOX AND RCE NO. 39799 L IDRTE 2s Dec 1993 FUSEHOLDER DETA I LS r� ., STREET LIGHT 2LHI- N. T. S. STD -205 -L �B �� TS ) �e12• I 04 e 6• SFF STD. -300 -L . A 0°TIMR JOINT I 4' idiD. aRB SLPPAQT� <4' R'IDILS B SEE 11 � PROTECTILNI BFR OUTLET 11 .iF STD. 316-. 4 av � PLAN — INLET TYPE OL L #4 e 12' 12F— t 3'3' S' 1'1,1--#4 VHQIES 812• 82, 1 -112' I `-#4 a 12' ++l N11E: STA+QM OPENING LENGTHS APE: ;:.. :...: r. 7'; 10'; 14' RV 21' (OTAER LENGTHS IVY BE LW) SECTION A —A F4 B 114' RRl 4 ti 812, t 3 -0• t 4-- SECTION C —C $ t B' OR LESS 6' 8' -1' TD 20' 8' �• ra a:•' � -» it og y r n M. ME A COVER EE NOFE 6, S7D -301 -L FFM PLATE R551J7BLY SE STD. -316 -L - e 2' (Tip) /• CLR. -{'-- �rl DOnsrLES#4 a 12.0.0. 1-112• CLR II 1'CLR I I 3-#4 a 3' PPPP STE. .., #4 a 6• 3' R SCORIAG LIME Ma 2- B0 O.C. I F#Ji7�Q I I ..3. -0' t L ro 4 RPSILS aJnFT B 4• MD () SECTION B B PLAN — INLET TYPE OS M"; SM 300.4; 3044; M 404 -L. REV. "3 CITY OIL NEWPORT BEACH Fa�PROVro: PUBLIC WORKS DEPARTMENT CURB INLET TYPE OL DIRECT OR 12B�06rC "` "s CURB INLET TYPE O5 � 1.5 &v 1993 scEE N.T.S. M. GRRCIR STD -306 —L PLRIN OR REINFORCED q. tiL'oc"ETE PIPE OR C. N. P, ! ]� RUM EIGES OF CO PIPE OR R.C.P. .:� 4 ELEV.'S' SEE OR CUT PIPE TO MOTE 3 MELON SURFRCf10F CONCRETE ': PIPE MEDDING 1:3:5 MIX CONCRETE EAR � �� 2 SECTION B-B = CASE -1 SIDE JUNCTION I 4 MINIMUM BEARING a SURFACE EOL9iLS 1/2 O.D. -T, V O Z A W �fL MAIN LINE 4 SECTION C-C 1:2 MIX CLP A PL RN CASE -1 SIDE JUNCTION a CASE -2 INLET ABOVE STORY DRAIN NOTE: B AU CONECTOR PIPES (WITHIN M N&EES 9ECIFICED FOR CRSE 2) 94LL BE ENCRSFD WEN LAID WITHIN THE MAIN LINE EXCRVATED TRENCH, OR WEN LRID ON FILL WIICH AFS NOT BEEN LV61FIED. 0• DIES TO SUIT Z 4' MIN 45 CONDITIONS � 1 f--�j M PIPE 21" OR LESS P L R N SECTION NOTES: CASES 1 AND 2 CASE -3 SADDLE COMVECTION 1. 'DI' 979TLL BE 24' OR LESS. FOR LARGER VALUES OF 'Dl', USE MF?#10LE , JLNCTION STRLCYLRE NO. 2 2. IN NO CASE SHALL TI•E OUTSIDE DIRMETER OF THE INLET PIPE EXCEED ONE4FU THE INSIDE DlArTER 3. CENTERLINE OF ANCTION 569-L BE ON RADIUS OF MRIN STORM DRRIN EXCEPT WERE ELEVRTIOV 'S' IS SNONN ON PROJECT LRAWING. 4. THE MINIMUM OPENING INTO THE EXISTING STORM DRAIN 90L BE M WJTSIDE DIRt7DR OF THE 5. ALL CORRUG41ED METAL PIPE RW FITTINGS SH9TLL BE GAL6RNIZED. 6. IF X IS 45 OR LESS, USE CASE -1; IF R 15 GREATER THAN 45% USE 0R6E--2. NOTES: CASE 3 1. COMECTION TO PIPE 21' OR LESS IN DIR`VIR HITHOUT JL#CTIOV STRLCLRES OR PRECAST 'Y' ARC ES 94XL BE MDE WITH 9MMES. 2. TRIM OR CUT SADDLE TO FIT SNUGLY OVER THE OUTSIZE OF THE MAIN PIPE, AND SO ITS RXIS WILL IE ON THE LINE AND GRRDE OF THE CONNECTING PIPE. 3. THE OPENING INTO THE PIPE SWILL BE CUT RW TRIMMED TO FIT THE SADDLE 50 TWT NO PART WILL PROJECT NITHIN THE BORE OF THE SRELLE PIPE. 4. THE CONNECTING PIPE SHALL ZE SUPPORTED RS SHOWN IN CASES 1 RV 2. ADOPTED FROM LRCDPW STD. DNG. NO. 3033 -0 REV. Si CITY OF NEWPORT SERC 9 APPROVED. PUBLIC WORKS DEPRRTMENT DIRECTOR OF PUBLIC kMS CONNECTION ASSEMBLY DATE R.C.E. NO. 1 24 Sep 1993 1 SOLE N. T. S. DNW H_ rwrTlR STD -312 -L pf R l a Concrete collar 2" Z grade •d ° C r P ° d d d _ VOo�.W oyDa oe �— 12" minimum- Match e=Ung paving material 1'e „. W, aggregate base rock material CONSTRUCTION NOTES: OW diameter schedule 40 PVC pipe. OCast iron frames and covers shall be triangular, Brooks Products No. 4TT, J &R No. 4T, or Else[ Enterprises 1 -R, marked "water." GENERAL NOTES: 1. Concrete shall be 560-0 -3250. 2. Portions of this standard also apply to sewer cleanouts. CITY OF NEWPORT BEACH PUBLIC WORMS DEPARTMENT' Valve Box Cover and Riser Drawn[ M. Dti9P Dare: tW V IS, 199[ RE. NO. 139D R.E. NO. 387" DRAW-MG NO. STD - 511 - L I fVb N -`A C_.] CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT C- �V3 Agenda Item No. .7 February 28, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Michael J. Sinacori 949 - 6443311 msinacod@city.newport-beach.ca.us SUBJECT: WEST NEWPORT STREETS AND ALLEYS PAVEMENT REHABILITATION - AWARD OF CONTRACT NO. 3723 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3723 to All American Asphalt for the Total Bid Price of $922,922.00, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $90,000 to cover the cost of unforeseen work and $13,500 for geotechnical services for roadway and asphalt compaction testing under the existing on -call professional services agreements. 4. Approve a Budget Amendment in the amount of $61,580.75 from Account No. 7501- C5500386, Water Transmission Main Master Plan Improvements to Account No. 7501- C5100768, West Newport Pavement Rehabilitation. DISCUSSION: At 10:00 a.m. on February 14, 2006 the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $922,922.00 $975,650.00 $1,020,369.50 $1,025,930.00 $1,041,962.00 $1,065,431.00 $1,075,928.00 * Corrected Bid Amount is $1,020,370.50 BIDDER Low All American Asphalt 2 Sequel Contractors, Inc. 3 Ruiz Engineering Company 4 R.J. Noble Company 5 Alliance Streetworks, Inc. 6 Hardy & Harper, Inc. 7 Excel Paving Company TOTAL BID AMOUNT $922,922.00 $975,650.00 $1,020,369.50 $1,025,930.00 $1,041,962.00 $1,065,431.00 $1,075,928.00 * Corrected Bid Amount is $1,020,370.50 • West Newport Pavement Rehabilitation — Award of Contract No. 3723 February 28, 2006 Page: 2 The low total bid amount is 12.9 percent below the Engineer's Estimate of $1,060,000. The low bidder, All American Asphalt, possesses a California State Contractors License Classification "A" as required by the project specifications. All American Asphalt satisfactorily completed similar projects for the City and other municipalities. Over the past year the underground facilities associated with Assessment District 69 and a City water main project have taken place on Seashore Drive between 33`d and Cedar Streets. In addition, several alleys in the general area were also impacted by these construction projects. The West Newport Pavement Rehabilitation project considered in this award will provide the final surface restoration for the above mentioned construction projects. The funding for the project has been distributed according to the impacts provided by each of the projects. The specific project details include the following: For roadways - Cold milling and overlaying portions of roadway, removing and replacing other portions of deteriorated asphalt roadway, replacing curb access ramps, constructing cross gutters, replacing signal loops, adjusting utilities to grade, and other incidental items of work. For alleys - Removing existing asphalt pavement and existing PCC ribbon gutter within selected alleys, constructing new PCC alley pavement, alley approaches, replacing water meter boxes, water valve covers to the finished grades, and other incidental items of work. Per the Contract Specifications, Contractor will have 50 consecutive working days to complete the work, which will be prior to the summer beach traffic anticipated in June. Environmental Review: The project was determined to be exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15301 of the CEQA Implementing Guidelines at the time the project was authorized by the City Council. This exemption covers the repair, maintenance and minor alteration of existing public facilities with negligible expansion. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the City and contractor ten days and two days respectively prior to starting work in the area. • West Newport Pavement Rehabiliita on — Award of Contract No. 3723 February 28, 2006 Page: 3 Geotechnical /Survey Services: In addition to the contract costs, approximately $13,500 in consulting geotechnical services will be provided for roadway and asphalt compaction testing. The contractor is required to provide the survey for the project and those costs were included in this bid. Funding Availability: Upon approval of the attached budget amendment shifting water enterprise CIP funding, there are sufficient funds available in the following account(s) for the project: Account Description West Newport Pavement Rehabilitation (Water Fund) West Newport Alley Improvements (Water Fund) West Newport Alley Improvements (General Fund) West Newport Pavement Rehabilitation (Gas Tax) Assessment Districts Funding — Street Rehabilitation Wastewater Enterprise Funds Prepared by: J. Sinado`ri I Civil Engineer Attachments: Bid Summary Project Location Map. Budget Amendment Account Number Amount 7501- C5100768 $311,828.50 7501- C5100277 40,000.00 7013- C5100277 167,195.00 7181- C5100768 90,000.00 74069 -9804 406,148.50 7531- C5600292 11,250.00 Total: $1,026,422.00 Submitted by: L @' e t cll 8 0 0 9� u x C9LIFpRT�� PUBLIC WORKS DEPARTMENT WEST NEWPORT STREETS & ALLEYS IMPROVEMENTS PROJECT C -3723 BEGIN PROJECT D� l �D � O �D m�D DD � � D . 00 4' D.Y4MGY � b '1AII D DD LOCATION MAP NOT TO SCALES PROJECT AREA END PROJECT TITLE: West Newport Streets and Alleys Rehabilitation CONTRACT NO.: C -3723 ENGINEER'S ESTIMATE: $1,060,000.00 PROJECT MANAGER: Frank Tran CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 14- Feb-06 TIME: 10:00 AM BY: Andy Tran CHECKED: Shari Rooks DATE: 02/14/2006 As -Bid Amount 1,020,369.50 F.%USERS1PBWShamd,CmtmM%FY OMMWEST NEWPORT PAVEMENT G372301D SUMMARY As Reach No. hld.sum. Page l Engineer's Estimate All American Asphalt Sequel Contractors, Inc. Ruiz Engineering Co. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization (5 %) 1 L.S. 50,000.00 50,000.00 48,497.00 48,497.00 40,000.00 40,000.00 57,000.00 57,000.00 2 Traffic Control (4 %) 1 L.S. 40, 000.00 40,000.00 34,748.00 34,748.00 30,500.00 30,500.00 37,000.001 37,000.00 3 Cold Mill Asphalt Pavement 238,000 S.F. 0.35 83,300.00 0.25 59,500.00 0.25 59,500.00 0.391 92,820.00 4 Crack Sealing 1 L.S. 5,000.00 5,000.00 6,500.00 6,500.00 6,000.00 6,000.00 12,900.00 12,900.00 qW 5 2 -inch Finished Course AC Overlay 3,150 Tons 72.00 226,800.00 65.00 204,750.00 65.00 204,750.00 65.20 205,380.00 6 Variable Depth Leveling Course AC Overlay 630 Tons 72.00 45,360.00 71.50 45,045.00 80.00 50,400.00 81.10 51,093.00 7 Remove & Reconstruct 6" AC /Compaced Sand 3,800 S.F. 6.00 22,800.00 7.00 26,600.00 6.00 22,800.00 8.45 32,110.00 8 1 Remove & Reconstruct Pavement Dig-outs 2,000 S.F. 6.001 12,000.00 7.00 14,000.00 5.00 10,000.00 8.95 17,900.00 9 Construct 6 -inch Thick PCC Alley Pavement 26,000 S.F. 10.00 260,000.00 8.00 208,000.00 8.00 208,000.00 7.10 184,600.00 10 Construct 6 -Inch Thick PCC Alley Approach 2,200 S.F. 10.00 22,000.00 9.00 19,800.00 9.00 19,800.00 7.95 17,490.00 11 Construct 6 -inch PCC Patchback 1,300 S.F. 10.00 13,000.00 9.00 11,700.00 12.00 15,600.00 7.45 9,685.00 12 Construct 6 -Inch PCC Pavement 2,100 S.F. 10.00 21,000.00 9.00 18,900.00 12.00 25,200.00 8.05 16,905.00 13 Construct 6 -Inch PCC Thickened Edge Sidewalk 250 S.F. 10.00 2,500.00 9.00 2,250.00 11.00 2,750.00 8.001 2,000.00 14 Remove & Construct Type A PCC C &G 400 L.F. 40.00 16,000.00 30.00 12,000.00 40.00 16,000.00 39.511 15,804.00 15 Remove & Construct Type B PCC Curb 120 L.F. 35.00 4,200.00 30.00 3,600.00 35.00 4,200.00 37.50 4,500.00 16 Remove & Construct PCC Rolled Curb 30 L.F. 35.00 1,050.00 30.00 900.00 40.00 1,200.00 41.75 1,252.50 17 Construct PCC Access Ramp, Case "K" 34 Ea. 2,000.00 68,000.00 1,500.00 51,000.00 2,000.00 68,000.00 1,895.00 64,430.00 18 Construct PCC Access Ramp, Case "H" 2 Ea. 3,000.00 6,000.00 1,500.00 3,000.00 2,000.00 4,000.00 2,000.00 4,000.00 19 Construct 4 -inch Thick PCC Sidewalk 2,200 S.F. 6.00 13,200.00 6.50 14,300.00 7.00 15,400.00 5.91 13,002.00 20 Construct 8 -inch Thick PCC Cross - Gutter 1,300 S.F. 10.00 13,000.00 12.00 15,600.00 13.00 16,900.00 15.13 19,669.00 21 Adjust Manhole Frame and Cover to Grade 30 Ea. 500.00 15,000.00 335.00 10,050.00 450.00 13,500.00 750.00 22,500.00 22 Adjust Water Valve Box & Cover to Grade 60 Ea. 500.00 30,000.00 240.00 14,400.00 400.00 24,000.00 300.00 18,000.00 23 Reconstruct Water Valve Box & Cover to Grade 7 Ea. 600.00 4,200.00 265.00 1,855.00 500.00 3,500.00 575.00 4,025.00 qW 24 Remove and Install Water Meter Box 61 Ea. 600.00 36,600.00 325.00 19,825.00 450.00 27,450.00 330.00 20,130.00 25 Replace Sewer Cleanout Cover 4 Ea. 500.00 2,000.00 300.00 1,200.00 400.00 1,600.00 475.00 1,900.00 26 Replace Street Light Pull Boxes 14 Ea. 500.00 7,000.00 425.00 5,950.00 500.00 7,000.00 1,000.00 14,000.00 27 Construct PCC Driveway Approach 120 S.F. 10.00 1,200.00 9.00 1,080.00 15.00 1,800.00 12.50 1,500.00 28 Ad ust Survey Monument to Grade 17 Ea. 500.00 8,500.00 250.00 4,250.00 400.00 6,800.00 575.00 9,775.00 29 Signing, Striping, Markings, and Markers 1 L.S. 10,000.00 10,000.00 41,222.00 41,222.00 45,000.00 45,000.00 43,500.00 43,500.00 30 Traffic Signal Loops Replacement 4 Ea. 1,000.00 4,000.00 425.00 1,700.00 500.00 2,000.00 750.00 3,000.00 31 Provide As -Built Drawings 1 L.S. 1,000.00 1,000.00 700.00 700.00 2,000.00 2,000.00 2,500.00 2,500.00 32 Surveying Services 1 L.S. 15,000.00 15,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 20,000.00 EE 1,060,000.00, OW 922 922.00 2ND 975 650.00 1 3RD 11,020,370.50 As -Bid Amount 1,020,369.50 F.%USERS1PBWShamd,CmtmM%FY OMMWEST NEWPORT PAVEMENT G372301D SUMMARY As Reach No. hld.sum. Page l CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT TITLE: West Newport Streets and Alleys Rehabilitation BID LOCATION: City Clerk's Office - City Hall CONTRACT NO.: C-3723 DATE: 14- Feb-06 TIME: 10:00 AM ENGINEER'S ESTIMATE: $1,060,000.00 BY: Andy Tran CHECKED: Shari Rooks DATE: 0211412006 PROJECT MANAGER: Frank Tran As -Bid Amount PkUSERS \PSWShBW8 MM TY 0" WEST NEWPORT PAVEMENT G3723010 SUMMARYAS ReaM Nu bld.SuM Paget Engineer's Estimate R.J. Noble Company Alliance Streetworks, Inc. Hardy & Harper, Inc. ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization (5% ) 1 L.S. 50,000.00 50,000.00 10,000.00 10,000.00 40,000.00 40,000.00 155,000.00 155,000.00 2 Traffic Control 4 %) 1 L.S. 40,000.00 40,000.00 60,000.00 60,000.00 61,212.00 61,212.00 120,000.00 120,000.00 3 Cold Mill Asphalt Pavement 238,000 S.F. 0.35 83,300.00 0.26 61,880.00 0.20 47,600.00 0.24 57,596.00 Ift 4 Crack Sealing 1 L.S. 5,000.00 5,000.00 10,000.00 10,000.00 15,000.00 15,000.00 6,000.00 6,000.00 5 2 -inch Finished Course AC Overlay 3,150 Tons 72.00 226,800.00 65.00 204,750.00 65.00 204,750.00 73.00 229,950.00 6 Variable Depth Leveling Course AC Overlay 630 Tons 72.00 45,360.00 75.00 47,250.00 80.00 50,400.00 93.50 58,905.00 7 Remove & Reconstruct 6" AC /C,om aced Sand 3,800 S.F. 6.00 22,800.00 5.00 19,000.00 5.00 19,000.00 7.10 26,980.00 8 Remove & Reconstruct Pavement Dig-outs 2,000 S.F. 1 6.00 12,000.00 9.00 18,000.00 5.00 10,000.00 8.00 16,000.00 9 Construct 6 -inch Thick PCC Alley Pavement 26,000 S.F. 10.00 260,000.00 9.00 234,000.00 9.00 234,000.00 5.00 130,000.00 10 Construct 6 -Inch Thick PCC Alley Approach 2,200 S.F. 10.00 22,000.00 10.00 22,000.00 15.00 33,000.00 11.00 24,200.00 11 Construct 6 -inch PCC Patchback 1,300 S.F. 10.00 13,000.00 11.00 14,300.00 10.00 13,000.00 6.00 7,800.00 12 Construct 6 -inch PCC Pavement 2,100 S.F. 10.00 21,000.00 10.00 21,000.00 9.00 18,900.00 6.00 12,600.00 13 Construct 6 -Inch PCC Thickened Edge Sidewalk 250 S.F. 10.00 2,500.00 13.00 3,250.00 15.00 3,750.00 17.00 4,250.00 14 Remove & Construct Type A PCC C &G 400 L.F. 40.00 16,000.00 60.00 24,000.00 35.00 14,000.00 25.00 10,000.00 15 Remove & Construct Type B PCC Curb 120 L.F. 35.00 4,200.00 40.00 4,800.00 33.00 3,960.00 25.00 3,000.00 16 Remove & Construct PCC Rolled Curb 30 L.F. 35.00 1,050.00 80.00 2,400.00 40.00 1,200.00 30.00 900.00 17 Construct PCC Access Ramp, Case "K" 34 Ea. 1 2,000.00 68.000.001 2,000.00 68,000.00 3,000.00 102,000.00 1,300.00 44,200.00 18 Construct PCC Access Ramp, Case "H" 2 Ea. 3,000.00 6,000.00 3,000.00 6,000.00 3,200.00 6,400.00 1,300.00 2,600.00 19 Construct 4 -inch Thick PCC Sidewalk 2,200 S.F. 6.00 13,200.00 8.00 17,600.00 9.00 19,800.00 4.00 8,800.00 20 Construct 8 -inch Thick PCC Cross -Gutter 1,300 S.F. 10.00 13,000.00 15.00 19,500.00 12.00 15,600.00 11.00 14,300.00 21 Adjust Manhole Frame and Cover to Grade 30 Ea. 500.00 15,000.00 600.00 18,000.00 300.00 9,000.00 220.00 6,600.00 22 Adjust Water Valve Box & Cover to Grade 60 Ea. 500.00 30,000.00 500.00 30,000.00 200.00 12,000.00 275.00 16,500.00 dft 23 Reconstruct Water Valve Box & Cover to Grade 7 Ea. 600.00 4,200.00 800.00 5,600.00 500.00 3,500.00 350.00 2,450.00 24 Remove and Install Water Meter Box 61 Ea. 600.00 36,600.00 300.00 18,300.00 250.00 15,250.00 400.00 24,400.00 25 Replace Sewer Cleanout Cover 4 Ea. 500.00 2,000.00 500.00 2,000.00 500.00 2,000.00 250.00 1,000.00 26 lReplace Street Light Pull Boxes 14 Ea. 500.00 7,000.00 400.00 5,600.00 400.00 5,600.00 400.00 5,600.00 27 Construct PCC Driveway Approach 120 S.F. 10.00 1,200.00 10.00 1,200.00 12.00 ' 1,440.00 11.00 1,320.00 28 Adjust Survey Monument to Grade 17 Ea. 500.00 8,500.00 500.00 8,500.00 500.00 8,500.00 250.00 4,250.00 29 Signing, Striping, Markings, and Markers 1 L.S. 10,000.00 10,000.00 42,000.00 42,000.00 50,000.00 50,000.00 40,680.00 40,680.00 30 Traffic Signal Loops Replacement 4 Ea. 1,000.00 4,000.00 500.00 2,000.00 900.00 3,600.00 400.00 1,600.00 31 Provide As- Built Drawings 1 L.S. 1,000.00 1,000.00 5,000.00 5,000.00 2,500.00 2,500.00 10,000.00 10,000.00 32 Surveying Services 1 L.S. 15,000.00 15,000.00 20,000.00 20,000.00 15,000.00 15,000.00 17,950.00 17,950.00 EE 11,060.000.001 4TH 11,025,930.001 5TH 11,041,902.00 6TH 11,065,431.00 As -Bid Amount PkUSERS \PSWShBW8 MM TY 0" WEST NEWPORT PAVEMENT G3723010 SUMMARYAS ReaM Nu bld.SuM Paget TITLE: West Newport Streets and Alleys Rehabilitation CONTRACT NO.: C-3723 ENGINEER'S ESTIMATE: $1,060,000.00 PROJECT MANAGER: Frank Tran CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 14- Feb -06 TIME: 10:00 AM BY: Andy Tran CHECKED: Shari Rooks DATE: 0211412006 As -Bid Amount F.UJSERMPBW%ShareNCO m = FY 05 -06 \WEST NEWPORT PAVEMENT G0721BiO SVMM4RY.k1s ReaM No, Mdsam Page • Engineer's Estimate Excel Paving Company ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT 1 Mobilization 535 1 L.S. 50,000.00 50,000.00 53,750.00 53,750.00 2 Traffic Control 4 %) 1 L.S. 40,000.00 40,000.00 51,500.00 51,500.00 3 Cold Mill Asphalt Pavement 238,000 S.F. 0.35 83,300.00 0.25 59,500.00 4 Crack Sealing 1 L.S. 5,000.00 5,000.00 15,000.00 15,000.00 5 2 -inch Finished Course AC Overlay 3,150 Tons 72.00 226,800.00 70.00 220,500.00 6 Variable Depth Leveling Course AC Overlay 630 Tons 72.00 45,360.00 70.00 44,100.00 7 Remove & Reconstruct 6"AC/Compaced Sand 3,800 S.F. 6.00 22,800.00 8.80 25,840.00 8 Remove & Reconstruct Pavement Dig -outs 2,000 S.F.1 6.00 12,000.001 13.80 27,600.00 9 Construct 6 -inch Thick PCC AJley Pavement 26,000 S.F.1 10.00 260,000.00 10.20 265,200.00 10 Construct 6 -Inch Thick PCC Alley Approach 2,200 S.F. 10.00 22,000.00 9.50 20,900.00 11 Construct 6 -inch PCC Patchback 1,300 S.F. 10.00 13,000.00 11.40 14,820.00 12 Construct 6 -inch PCC Pavement 2,100 S.F. 10.00 21,000.00 9.30 19,530.00 13 Construct 6 -Inch PCC Thickened Edge Sidewalk 250 S.F. 10.00 2,500.00 12.40 3,100.00 14 Remove & Construct Type A PCC C&G 400 L.F. 40.00 16,000.00 51.80 20,720.00 15 Remove & Construct Type B PCC Curb 120 L.F. 35.00 4,200.00 36.25 4,350.00 16 Remove & Construct PCC Rolled Curb 30 L.F. 35.00 1,050.00 57.00 1,710.00 17 Construct PCC Access Ramp, Case "K" 34 Ea. 2,000.00 68,000.00 1,950.00 66,300.00 18 Construct PCC Access Ramp, Case "H" 2 Ea. 3,000.0 61000.00 21650.00 5,300.00 19 Construct 4 -inch Thick PCC Sidewalk 2,200 S.F. 6.00 13,200.00 7.25 15,950.00 20 Construct 8 -inch Thick PCC Cross - Gutter 1,300 S.F. 10.00 13,000.00 13.45 17,485.00 21 Adjust Manhole Frame and Cover to Grade 30 Ea. 500.00 15,000.00 235.00 7,050.00 22 Adjust Water Valve Box & Cover to Grade 60 Ea. 500.00 30,000.00 300.00 18,000.00 23 Reconstruct Water Valve Box & Cover to Grade 7 Ea. 600.00 4,200.00 375.00 2,625.00 24 Remove and Install Water Meter Box 61 Ea. 600.00 36,600.00 280.00 17,080.00 25 Replace Sewer Cleanout Cover 4 Ea. 500.00 2,000.00 325.00 1,300.00 26 Replace Street Light Pull Boxes 14 Ea. 500.00 7,000.00 415.00 5,810.00 27 Construct PCC Driveway Approach 120 S.F. 10.00 1,200.00 9.65 1,158.00 28 Ad ust Survey Monument to Grade 17 Ea. 500.00 8,500.00 270.00 4,590.00 29 Signing, Striping, Markings, and Markers 1 L.S. 10,000.00 10,000.00 43,500.00 43,500.00 30 Traffic Signal Loops Replacement 4 Ea. 1,000.00 4,000.00 415.00 1,660.00 31 Provide As -Bull Drawings 1 L.S. 1,000.00 1,000.00 500.00 500.00 32 Surveying Services 1 I L.S. 15,000.00 15,000.00 19,500.00 19,500.00 EE 1 060 000.00 7TH 1,075,928.00 As -Bid Amount F.UJSERMPBW%ShareNCO m = FY 05 -06 \WEST NEWPORT PAVEMENT G0721BiO SVMM4RY.k1s ReaM No, Mdsam Page • Wof Newport Beact o NO. BA- 06BA -046 BUDGET AMENDMENT 2005 -06 AMOUNT: $61,560.75 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase Expenditure Appropriations AND PX Transfer Budget Appropriations SOURCE: from existing budget appropriations from additional estimated revenues from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: Increase in Budgetary Fund Balance Decrease in Budgetary Fund Balance X No effect on Budgetary Fund Balance To transfer budget appropriations for West Newport Streets and Alleys Pavement Rehabilitation. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account REVENUE ESTIMATES (3601) Fund /Division Account EXPENDITURE APPROPRIATIONS (3603) Description Description Signed: Financial Approval: Signed: 41'G+ lc , Administrative Aw Signed: Services Director City Manager City Council Approval: City Clerk Amount Debit Credit $61,580.75 $61,580.75 2 -5/ Date "o� Dat Date Description Division Number 7501 Distribution and Piping Account Number C5500386 Water Transmission Main Master Plan Division Number 7501 Distribution and Piping Account Number C5100768 West Newport Pavement Rehabilitation Division Number Account Number Division Number Account Number Division Number Account Number Signed: Financial Approval: Signed: 41'G+ lc , Administrative Aw Signed: Services Director City Manager City Council Approval: City Clerk Amount Debit Credit $61,580.75 $61,580.75 2 -5/ Date "o� Dat Date