HomeMy WebLinkAboutC-3792 - Birch Street Pavement Rehabilitation from Bristol Street North to MacArthur BoulevardCITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Lcilani 1. Brown. MMC
October 28, 2009
All American Asphalt
P.O. Box 2229
Corona, CA 92878
Subject: Birch Street Pavement Rehabilitation from Bristol Street North to
MacArthur Boulevard (C-3792)
To Whom It May Concern:
On October 28, 2008, the City Council of Newport Beach accepted the work for
subject project and authorized the City Clerk to file a Notice of Completion, to
release the Labor & Materials Bond 35 days after the Notice of Completion had
been recorded in accordance with applicable portions of the Civil Code, and to
release the Faithful Performance Bond one year after Council acceptance.
The Labor & Materials Bond was released on December 9, 2008. The Surety for the
contract is Fidelity and Deposit Company of Maryland, and the bond number is
089 03 514. Enclosed is the Faithful Performance Bond.
Sincerely,
4A� Q piz�
Leilani 1. Brown, MMC
City Clerk
Enclosure
3300 Newport Boulevard • Post Office Box 1768 • Newport Beach. California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.city.newport-beach.ca.us
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO, 3792
EXECUTED IS FOUR (4) PARTS
BOND NO. 089 03 514
FAITHFUL PERFORMANCE BOND
The premium Charges on this Bond is S 2,591.00
being at the rate of $ 4 • ) thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, awarded to All American Asphalt, hereinafter designated as the "Principer', a contract for
construction of BIRCH STREET PAVEMENT REHABILITATION FROM BRISTOL STREET
NORTH TO MACART14UR BOULEVARD, Contract No. 3792, 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. 3792 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY
OF KARYLAND , 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 Six Hundred Nino Thousand, Six Hundred Nine and 001100 Dollars
($609,609.00) lawful money of the United States of America, said sum being equal to 100% of the
estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and
assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and
administrators, successors, or assigns, jointly and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION 15 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 We
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.
58
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 Contrail 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 Coruract 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 duty executed by the Principal and
Surety above named, on the 13th day of KkY , 2008.
All American Asphalt (Principal)
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
SURETY: 818-409-2800
AGENT: 714-935-1112
Telephone
OWEN M. BROWN, ATTORNEY-IN-FACT
Print Name and Tile
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
59
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 15, 2008 before me, Brenda L. Royster, Notary Public
Div* Nse~. names Tab W"Denner
personally appeared Robert Bradley
Nem vvrs'0 a 4—
LBRENDA L. ROYSTER
Commission s 1700922
Nolory Public - Calllornld
Riverside County
My comm. Hynes Oct 20.2010
Placa Noury 5" Move
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the same in
his/herNheir authorized capacity(ies). and that by hisA4er4heir
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted. executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my har)o and official seal
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this toren to another document
Description of Attached Document
Title or Type of Document Faithful Performance Bond — City of Newport Beach
Document Dale: May 13, 2008 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown, Attorney -In -Fact
Capacity(ies) Claimed by Signer(s)
Signers Name: Robert Bradley
o Individual
X Corporate Officer — Title(s): Vice President
c Partner— a Limited c General
c Attorney in Fad
c Trustee
o Other:
Signer is Representing
Signers Name:
o Individual
o Corporate Officer —
c Partner—., Limited,
c Attorney In Fa
zi Trustee
Other:
Sig#er is Representing.
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
on 5-13-08
Personalty appeared
ORAWN
before me, BARBARA J. BMER, NOTARY PUBLIC
thm QowI"M ene of"
BARBARA J. BENDER
JCommisslon N 1494946
o'WCOmm
NotaryPublic- California
Orange County. Expkes Jul 13.2008
h BARBARA J. BENDER a
Y Convnbftn O 1494946
-. Notary Rt*c - C.affiarda
OKng*Cou*
My Comm. Ei pb-M ! 13, 2008
rro Ne y er Ano.t
OWEN M. BROWN
who proved to me on the basis of satisfactory evidence to
be the persona) whose name(p) i5/z!f subscribed to the
within instrument and acknowledged to me that
tne[ f exeGlted the same in hi AsWftr authorized
capacRyOW), and that by hisl�r signa4me(e) on the
Instrument the persont_,,j, or the entity upon behalf of
which the person(*) acted, examAed the irlstrtmlern.
OPTIONAL
Thouah ft iribmmBan bebw is not required by I&W R mey XvWjialudile b persons MOV an the downent
end coed prevent hauddeae ranrner and raermdmeru af Mis trm b W"W doamint
Description of Attached Document
Title or Type of Document PERFORMANCE BOND NO. 089 03 514
5-13-08
Ct aity(ies) Claimed by Signer(s)
Signer's Name: OWEN M. BROWN
❑ khdvidial
❑ Corporate Officer — Title(s): _
❑ Partner —❑ Limited ❑ General
XMttomey in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other.
•nor a n.r/
Top d etrnb tare
Number of Pages:
TWO. (2)
Signerls Name:
❑ Individual
❑ Corporate Officer — Tiffe(s): —
QPaMw — ❑ Limited ❑ General
❑ Attorney In Fad
❑ Trustee
❑ Guardian or Conservator
❑ tOther.
Top d Vtxnb iWe
oxamrwrrrryA�res.ansoaar,iarrnr�eet-rar.swon rprseree•.wrre+errw irsw n.oera+i�ri�.a000swrr
0 0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
I,cilani 1. Brown. MMC
December 9, 2008
All American Asphalt
P.O. Box 2229
Corona, CA 92878
Subject: Birch Street Pavement Rehabilitation from Bristol Street North to
MacArthur Boulevard (C-3792)
To Whom It May Concern:
On October 28, AM, 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 4, 2008, Reference No. 2008(H)0503906. The Surety for the contract is
Fidelity and Deposit Company of Maryland and the bond number is 089 03 514.
Enclosed is the Labor & Materials Payment Bond.
Sincerely,
Leilani I. Brown, 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
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
EXECUTED IN FOUR (4) PARTS
CONTRACT NO, 3792
BOND NO. 089 03 514
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City Council of the City of Newport Beach, State of Califomia, by motion
adopted, has awarded to All American Asphalt, hereinafter designated as the "Principal,' a
contract for construction of BIRCH STREET PAVEMENT REHABILITATION FROM BRISTOL
STREET NORTH TO MACARTHUR BOULEVARD, Contract No. 3792, in the City of Newport
Beach, in strict conformity with the plans, drawings, specifications and other Contrail 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. 3792 and the
terms thereof require the fumishing 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 t>e 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,
FIDELITY AMID DEPOSIT COMPANY
We the
undersigned Principal, and,
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 Six Hundred Nine Thousand,
Six Hundred Nine and 001100 Dollars ($609,609.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the Contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's
subcontractors, fail to pay for any materials, provisions, or other supplies. implements or
machinery used in, upon, for, or about the performance of the work contracted to be done, or for
any other work or labor thereon of any kind, or -for amounts due under the Unemployment
Insurance Code with respect to such work or labor, or for any amounts required to be deducted,
withheld and paid over to the Employment Development Department from the wages of
employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment
Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an
amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce
the obligations of this Bond, a reasonable attorneys fee, to be fixed by the Court as required by
the provisions of Section 3250 of the Civil Code of the State of California.
56
The Bond shall inure to the benefit of any and all persons, companies, and corporations
entitled to tile claims under Section 3181 of the Cafrfornia 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
thereuinder 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 1301 day of rtAt . 2008.
All American Asphatt (Principal)
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
SURETY: 818-409-2800
AGENT: 714-935-1112
Telephone
OWEN M. BROWN, ATTORNEY-IN-FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
57
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 15, 2008 before me, Brenda L. Rooster, Notary Public
Date Hare avert name a TA4 d lM Off",
personally appeared Robert Bradley
Names" Sgnendr-
-------------
Vice President
BRENDA t. ROYSTER
Commissloi M 1700022
Nolory Public _ California
` °tom,
Riverside County -
hvb Cornu. EV*M Oct 26.2010
Race Notary Seal NDore
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(e) is/are subscribed to the within instrument
and acknowledged to me that he/sheAhey executed the same in
hisftwwAhek authorized capacity(ws), and that by his/herAdea
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(r) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my hard and official
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and Could prevent fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document Labor and Materials Payment Bond — City of Newport Beach
Document Date May 13, 2008 Number of Pages. 4
Signer(s) Other Than Named Above Owen M. Brown, Attomey-In-Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name Robert Bradley
= Individual
X Corporate Officer — Title(s):
Vice President
c Partner— z� Limited n General
r� Attorney in Fad
n Trustee
Tea d v b rare
Other: _
Signer is Representing
Signers Name
c Individual
r: Corporate Officer — Title(s).
Partner — 7 Limited a General
Attorney in Fact-
TOp Ot LM,mD M,<
Trustee
Other:
is Representing
0 0
CAUFORNu ALLPPURPOSE ACKNOINLEDOYENT
.r:==�.+_c�-^,.,.+r.-t.�r::^...,�....�,..;>,.•.;..�.rr..��r.^.-,__`�!._,�,.�...,..... r:r,":-`._:rse:rr.^e�.r.�: �rx.^-xr-s:
State of California 1
County of ORANGE JS
On 5-I3-08 before me, BARBARA J. BENDER, NOTARY PUBLIC
or tin rw MW Tift a
personally appeared
OMEN M. BROWN
=0--No1Pc�uyPub=6c-CaUf0fnIo
BENDER
1494946
CaYfambunty -
JW ! 3, 2008
l; B.491114tiy1J.8ENDt•R
L Cammk9on f 1494946
_ Nolmy hob - California
MyConvn. F.erpkm-u 13, 2008,'
Me y sr
who proved to me on the basis of satisfactory evidence to
be the person(s) whose name(*) is/or" subscribed ribed to the
within instrument and acknowledged to me that
he( y executed the same in hMadbw authorized
capacity(W), and that by his/�ar signature(e) on the
instrument the person(iO, or the entity upon behalf of
which the person(s) acted, executed the instrument
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and
WITNESS h avOofficial sgar.
MR.RMNSWO ON
- -r,-�
OPTIONAL
Though are Information bebw is not rapttaed by raw, it may waw Nluable to persons raiykeg on are doour e (
and COW preerrt Imadrdant removal end reanadnn"of tleis fomr to amara✓ document.
Description of Attached Document
Title or Type of Document Al":P.tiT BOKD NO. 089 03 514
Document Date: 13-13-06
Capacity(ies) Claimed by Signer(s)
Signets Name: OWEN M. BROWN
❑ Individual
❑ Corporate Officer — 7-rde(s): _
❑ Partner — ❑ Limited ❑ General
XMttomey in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
]FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
TOP of Ihmb here
Number of Pages:
Signer's Nat
U Individual
TWO (Z)
❑ Corporate Officer — Tide(s):
❑ Panner — ❑ Limited ❑ General
❑ Attorney in Fad
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer Is Representing:
Top of Ihllnb hVe
ommrrsrrsrn.mare.•aeoawerlw.vto��la�•a.r.nauaa+aap¢•..+>�.rw irm�or a.aar:arwrnrraoo�rsaar
E
0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date e y norninate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and o Fact, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act a takings, and the
execution of such bonds or undertakings in pursua s n said Company, as fully and
amply, to all intents and purposes, as if t xe t ged by the regularly elected officers of
the Company at its office in Bal(ipt 16 it li of This power of attorney revokes that issued on
behalf of Owen M. DROX6 at nary
The said Assistant ISS
Section 2, of the By -
IN WITNESS
affixed the Corporate
December, A.D. 2004.
ATTEST:
i'rt(f�hat the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
ROOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, tris 27th day of
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
9 'e
Eric D. Barnes Assistant Secretary
State of Maryland SS:
City of Baltimore
-04
By: /
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
♦�'itr.lty , �����
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
POA -F 012-4160
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
11!li!III!ilNillll I IIV II 11i1 l iliill I I li 111!111 NO FEE
2008000503906 08:36am 11/04/08
120 8 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 Newport Boulevard,
Newport Beach, California, 92663, as Owner, and All American Asphalt, of Corona,
California, as Contractor, entered into a Contract on May 27, 2008. Said Contract set
forth certain improvements, as follows:
Birch Street Pavement Rehabilitation (C-3792)
Work on said Contract was completed, and was found to be acceptable on
October 28, 2008, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Fidelity and Deposit Company of Maryland.
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge./
Executed on (OC16a` r-' a'( aOC�� , at Newport Beach, California.
BY
City lerk
LU
2
l.L!
N
LIJ
P orks Director
Lu
CD U-1 it f Newport Beach
J
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge./
Executed on (OC16a` r-' a'( aOC�� , at Newport Beach, California.
BY
City lerk
0
;—FoaN/�,�
October 29. 2008
Orange County Recorder
P. O. Box 238
Santa Ana, CA 92702
0
CITY OF NEWPORT BEACH
OFFICE OF THE CITY CLERK
Lavonne M. Harkless, MMC
RE: 1) Notice of Completion for Birch Street Pavement Rehabilitation (C-3792)
Please record the enclosed document and return it to the City Clerk's office.
Thank you.
Sincerely,
&e
Vey//m- /Vzro
�
LaVonne M. Harkless, MMC
City Clerk
Enclosure
3300 Newport Boulevard - Post Office Box 1768 - Newport Beach. California 92658-8915
Telephone: (949) 644-3005 • Fax: (949) 644-3039 - www.city.newport-beach.ca.us
0 0
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 All American Asphalt, of Corona,
California, as Contractor, entered into a Contract on May 27, 2008. Said Contract set
forth certain improvements, as follows:
Birch Street Pavement Rehabilitation (C-3792)
Work on said Contract was completed, and was found to be acceptable on
October 28. 2008, by the City Council. Title to said property is vested in the Owner, and
the Surety for said Contract is Fidelity and Deposit Company of Maryland.
Works Director
Newport Beach
VERIFICATION
I certify, under penalty of perjury, that the foregoing is true and correct to the best of my
knowledge. , . f�
Executed on _� 02'% dui at Newport Beach, California.
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 10
October 28, 2008
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department
Andy Tran
949-644-3315 or atran@city.newport-beach.ca.us
SUBJECT: BIRCH STREET PAVEMENT REHABILITATION — COMPLETION AND
ACCEPTANCE OF CONTRACT NO. 3792
Recommendations:
1. Accept the completed 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.
Discussion:
On May 27, 2008, the City Council authorized the award of the Birch Street Pavement
Rehabilitation project to All American Asphalt. The contract provided for the removal
and reconstruction of deteriorated concrete sidewalks, curb and gutters, driveway
approaches, cross gutters and curb ramps. It also includes cold milling of existing
asphalt pavement, and overlaying the existing pavement section with rubberized
asphalt. 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: $609,609.00
Actual amount of bid items constructed: $497,851.89
Total amount of change orders: $3,405.00
Final contract cost: $501,256.89
The decrease in the actual amount of bid items constructed over the original bid
amount primarily resulted from a decrease in the amount of asphalt concrete needed.
The final overall construction cost including one change order was 17.8 percent below
Birch Street Pavement Rehabilitation
October 28, 2008
Page 2
the original bid amount. The one change order was for the removal and replacement of
traffic signal loop conduits and minor concrete work.
A summary of the project schedule is as follows:
Estimated completion date per June '07 schedule: May 19, 2008
Project award for construction: May 27, 2008
Estimated completion date at award: September 15, 2008
Actual substantial construction completion date: September 9, 2008
The project was substantially completed approximately 4 months behind schedule. The
delay was caused by Caltrans' review of funding application. Per the June '07
schedule, staff anticipated receiving authorization (to advertise contract) from Caltrans
by September 27, 2007. Authorization to proceed was not received until February 13,
2008; approximately 5 months after the anticipated date.
Environmental Review:
The project was determined to be exempt from the California Environmental Quality Act
(CEQA) pursuant to Section 15301 of the CEQA Implementation 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.
Funding Availability:
In addition to the primary construction contract, this project involved other project
expenses. Total project expenses are summarized as follows:
Construction $501,256.89
Material Testing — Harrington Geotechnical $3,854.00
Incidentals $583.86
Total Project Cost $505,694.75
Funds for the construction contract were expended from the following accounts:
Account Description
Gas Tax
Traffic Congestion Relief
AHRP Grant Funds
Prepared by:
Andy T
Senior Civil Engineer
Account Number Amount
7181-C5100830 $76,330.94
7191-C5100830 $176,000.00
7285-C5100830 $248,925.95
Total: $501,256.89
Submitted by:
adumCSpicWoriks
P Director
IV
0 •
CITY OF NEWPORT BEACH CITY CLERK
NOTICE INVITING BIDS
Sealed bids may be received at the office of the City Clerk,
3300 Newport Boulevard, Newport Beach, CA 92663
until 11:00 a.m. on the 6th day of May 2008,
at which time such bids shall be opened and read for
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
Title of Project
STPL-5151 (022)
Contract No. 3792
$ 674,390
Engineer's Estimate
tephen G. Badum
blic Works Director
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.
General "A" Contractor License Classification required for this project
For further information, call Emmet Berkery, Project Engineer at (714) 343-3474
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://www.city,newport-beach.ca.us
CLICK: e-onlineservices/e-bidPublicWorks
4,.
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
TABLE OF CONTENTS
NOTICE INVITING BIDS....................................................................................................
Cover
INSTRUCTIONS TO BIDDERS.................................................................................................2
BIDDER'S BOND........................................................................................................................4
DESIGNATION OF SUBCONTRACTOR(S)...............................................................................5
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION.......................................................6
PUBLICCONTRACT CODE.......................................................................................................7
PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT..................................................7
PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE.............................................7
PUBLIC CONTRACT CODE 10232 STATEMENT.....................................................................8
TECHNICAL ABILITY AND EXPERIENCE REFERENCES........................................................9
NON -COLLUSION AFFIDAVIT.................................................................................................13
DESIGNATION OF SURETIES................................................................................................14
CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL..............15
ACKNOWLEDGEMENT OF ADDENDA...................................................................................17
INFORMATION REQUIRED OF BIDDER.................................................................................18
DEBARMENT AND SUSPENSION CERTIFICATION..............................................................21
NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS...................................22
DISCLOSURE OF LOBBYING ACTIVITIES.............................................................................23
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES.............................................................................24
LOCAL AGENCY BIDDER - DBE (CONSTRUCTION CONTRACTS) - INFORMATION ..........25
SECTION 2 PROPOSAL REQUIREMENTS AND CONDITIONS............................................26
SECTION2-1.01 GENERAL....................................................................................................26
SECTION 2-1.015 FEDERAL LOBBYING RESTRICTIONS....................................................26
SECTION 2-1.02 DISADVANTAGED BUSINESS ENTERPRISE (DBE).................................27
SECTION 2-1.03 DBE AVAILABILITY ADVISORY..................................................................29
FEDERAL MINIMUM WAGE RATES........................................................................................30
NOTICE TO SUCCESSFUL BIDDER......................................................................................49
CONTRACT.............................................................................................................................50
LABOR AND MATERIALS PAYMENT BOND...........................................................................56
FAITHFUL PERFORMANCE BOND.........................................................................................58
FEDERAL REQUIREMENTS.................................................................................
FR -1 to FR -14
PROPOSAL..........................................................................................................................
PR -1
SPECIAL PROVISIONS.......................................................................................................
SP -1
1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
INSTRUCTIONS TO BIDDERS
The following documents shall be completed, executed and received by the City Clerk in
accordance with NOTICE INVITING BIDS:
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND
DESIGNATION OF SUBCONTRACTORS
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO
BID OPENING DATE (if any)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL
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 quantifies indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
6. Bids are to be computed upon the estimated quantifies 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
0 0
securities shall be deposited in a state or federal chartered bank in California, as the escrow
agent.
8. This is a federally assisted construction contract and the higher of State of California or
Federal prevailing wages must be paid to all workers employed on this project. Federal and
State of California labor standard provisions, including prevailing wage requirements of the
Davis -Bacon and Related Acts, will be enforced. The current Federal and State prevailing
wage rates under which the work is to be done is attached hereto and is available at the Public
Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. Updates to the
general prevailing wage rates are available at web sites set forth in this section and shall be
reviewed by the Contractor prior to submitting a bid for this work. In the event of a conflict
between the Federal General Wage Decision as established by the United States Department
of Labor (available at www.access.aao.gov/davisbacoNca.html) and the State General
Prevailing Wage Determination as established by the California Department of Industrial
Relations (available at htto://www.dir.ca.gov/DLSR/PWD/iindex.htm ), the higher of the two will
prevail. Lower State wage rates for work classifications not specifically included in the Federal
wage decision are not acceptable. This includes "helper" (or other classifications based on
hours of experience) or any other classification not appearing in the Federal wage decision.
Please note that pursuant to applicable provisions of the Labor Code of the State of California
and the Davis -Bacon Act, not less than the general prevailing rate of per diem wages including
legal holidays, and overtime work for each craft or type of worker needed to execute the work
contemplated under this agreement, shall be paid to all workers employed on the work to be
done according to this contract by the Contractor or any Subcontractor, and shall be deemed
to include employer payments for health and welfare, pension, vacation and similar purposes.
The Contractor shall be required to post at the job site the prevailing per diem wages.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5
of the Labor Code Apprenticeship requirements and Section 4100 at 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.
aG�o�3 N, -ia
Contractor's License No. & Classification
AuttforkedSignatur� Rub? I1?j VIU9reSic.Pnt
E cxq
Date I
0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
CONTRACT NO. 3792
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors
and administrators, agree to be jointly and severally held a
Newport Beach, a charter city, in the principal sum of
Dollars ($ 1 o be paid and forfeited to the City
of Newport Beach if the bid proposal of th/BR
P ncipal for the construction of BIRCH
STREET PAVEMENT REHABILITATION STREET NORTH TO MACARTHUR
BOULEVARD, Contract No. 3792 in the CBeach, is accepted by the City Council
of the City of Newport Beach and the prract is awarded to the Principal, and the
Principal fails to execute the Contract in the form(s) prescribed, including the
required bonds, and original insurance cerendorsements for the construction of the
project within thirty (30) calendar days afof the mailing of "Notification of Award°,
otherwise this obligation shall become null
rhd assigns, executors, heirs
firmly bound to the City of
If the undersigned Principal
it is agreed that the death of ar
obligations under this Bond.
Witness our hands this
of Contractor
Name of Surety
Telephone
g this Bond is executing this Bond as an individual,
Principal shall not exonerate the Surety from its
Of
2008.
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
(Notary acknowledgment of Principal & Surety must be attached)
BONN N0. 085 97 423
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REMABILITATIQN
FROM BRISTOL. STREET NORTH TO`MACARTHUR BOQLEVARb
CONTRACT NO. 3792
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of
Newport Beach a charter city, in the principal sum of TEN PERCENT OF TOTAL BID
PRIC$ IN-------- Dollars ($ ,,, ) to be paid and forfeited to h
-.-,--e�-���---, the city
of Newport Beach N'the bid proposal of the undersigned Principal. for the construction of BIRCH
STREET PAVEMENT REHABILITATION FROM BRISTOL STREET NORTH TO MACARTHUR
BOULEVARD, Contract No. 3792 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 5th day of MAY 2008.
ALL AMERICAN ASPHALT
Name of Contractor (Principal) Authorized SignMurelT itle M~ t,u.exr SWR ZMf
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND_
Name of Surety A Agent -Signa ure
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
SURETY: 818-409-2800
AGENT: 714-935-1112
Telephone
BID DATE:
OW.EN M. BROWN ATTORNEY-IN-FACT
Print Name and Title
(Notaryacknowledgment of Principal & Surety must be attached)
MAY 6, 2008
I
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 5, 2008 before me, Brenda L. Royster, Notary Public
Date
Here Insert name and Title of the Officer
personally appeared
Mark Luer
Name(#6f Signer(
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/are subscribed to the within instrument
'�
BRENDA L. ROYSTER
and acknowledged to me that he/ executed the same in
9 ��t#may
`" ' • Commission # 1700922
his/4e4t4eir authorized capacity(ies), and that by his/her/#kteir
Z, Notary Public California
signature(s) on the instrument the person(s), or the entity upon behalf
Riverside County
of which the person(s) acted, executed the instrument.
My Comm. Expires Oct 26, 2010
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my and and official seal.
Place Notary Seal Above
Signature �l
Signature of Notary Public
OPTIONAL
Though the information below is not required
by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Bid Bond — City of Newport Beach
Document Date: May 5, 2008
Number of Pages: 3
Signer(s) Other Than Named Above:
Owen M. Brown, Attorney -In -Fact
Capacity(ies) Claimed by Signer(s)
Signer's Name: Mark Luer
Signer's Name:
❑ Individual
❑ Individual
X Corporate Officer — Title(&): Secretary
❑ Corporate Officer — Title(s
❑ Partner— ❑ Limited ❑ General
❑ neral
❑ Partner— ❑ LimitedRIGHTTHUMBPRINT RIGHTTHUMBPRINT
❑ Attorney in Fact
OF SIGNER
❑ Attorney in Fact OF
/
❑ Trustee
Top of thumb
here
❑ Trustee
Top of thumb here
❑ Other:
❑ Other:
Signer is Representing:
Sign is Representing:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of ORANGE
On 5-5-0.8
Date
before me, BARBARA J. BENDER, NOTARY PUBLIC
Herta Insert Name arta Tins of the unicer
personally appeared OWEN M. BROWN
Nam(s) of Signsr(s)
BARBARA J. BENDER
Commission # 1494946
m�; ^ Notary Public - California
® Orange County
My Comm. Expires Jul 13, 2008
1BARBARA J. BENDER
r Commission # 1494446 j(
P Notary Public - California
Orange County
I a My Comm. Expires Jul 13.2l
Ptace Notary Seal Above
who proved to me on the basis of satisfactory evidence to
be the person(e) whose name(e) is/aQ subscribed to the
within instrument and acknowledged to me that
he/l� executed the same in him authorized
capacity(im), and that by him signature(*) on the
instrument the person(*), or the entity upon behalf of
which the person(r) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of Cali rnia that the foregoing paragraph is
true -and correct
WITNESS
Signature
OPTIONAL
Though the information below is not required by law, it may prove - valuable to persons relyfng on the document
and could prevent fraudulent removal and reattachment of tMs form to another document
Description of Attached Document
Title or Type of Document:
Document Date: 5-5-08
BID BOND
Signer(s) Other Than Named Above. ALL AMERICAN ASPHALT
Capacity(les) Claimed by Signer(s)
Signer's Name: OWEN M. BROWN
❑ Individual
❑ Corporate Officer — Titie(s): _
❑ Partner — ❑ Limited ❑ General
U Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
FIDELITY AND DEPOSIT
COMPANY OF MARYLAND
RIGHT THUt SPRINT'.
OF SIGNER
.. of thumb here
Number of Pages:
Signer's Name:
❑ Individual
❑ Corporate Officer — Titlel _
❑ Partner — ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other: _
Signer is Representing:
RIGHT THUNISPR!''47
OF SIGNER
.. of thumb here
X2007 National Notary Assodalion• 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402• www.NanonalNotatyorg Hamill Reorder.CaHToll Ree 1500-876-6827
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article Vl, Section 2, of the By -Laws of said Company,are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date by nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and t act, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act t a 9 akings, and the
execution of such bonds or undertakings in pursuan 9 s on said Company, as fully and
amply, to all intents and purposes, as if x ged by the regularly elected officers of
the Company at its office in Ba ' r@ r power of attorney revokes that issued on
behalf of Owen M. BR9�la�u 'i
The said Assistant)SE
Section 2, of the By-lfy;
IN WITNESS WIN
affixed the Corporate
December, A.D. 2004.
ATTEST:
'�oyo�tvos�.
Ortlfyfltat the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
tEOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
State of Maryland L.,
CityofBaltimore f
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric D. Barnes Assistant Secretary
ya/Aw
By:
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year fust above
written.
�p,nunrq�
POA -F 012-0160
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
i
L
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attorneys -in -Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaldng, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages....and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do farther certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attorney -in -Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 5th day of MAY 2008
Assistant Secretary
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
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 Contractors 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)
Subcontractors Information
Bid Item
Number
Description of Work
%of
Total Bid
Name: Lbbe M S T -At„
Address: 1
M
# ��
`�
t' 4 Laps
4�7
2 9s�
1
1'11
Phone: 1(�` (03O-p9q
tTVa/,
�.t
State License Number: -75-731 q
Name:
l0um`j r
Address:
as,77
Phone: ,tq-639_4 iso
A
State License Number: ,3q(O0Q�-
Name:
Address:
Phone:
State License Number.
zed Signaa itle05 &4J
J
EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION
The
proposed subcontractor ,
hereby certifies that he has X , h ted in a previous contract or
subcontract subject to the equal opportunity clauses, as required by Executive Orders
10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting
Committee, the Director of the Office of Federal Contract Compliance, a Federal
Government contracting or administering agency, or the former President's Committee
on Equal Employment Opportunity, all reports due under the applicable filling
requirements.
Note: The above certification is required by the Equal Employment Opportunity
Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be
submitted by bidders and proposed subcontractors only in connection with
contracts and subcontracts which are subject to the equal opportunity clause.
Contracts and subcontracts which are exempt from the equal opportunity clause
are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of
$10,000 or under are exempt.)
Currently, Standard Form 100 (EEO -1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in a
previous contract or subcontract subject to the Executive Orders and have not
filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the
award of contracts and subcontracts unless such contractor submits a report
covering the delinquent period or such other period specified by the Federal
Highway Administration or by the Director, Office of Federal Contract
Compliance, U.S. Department of Labor.
0 0
PUBLIC CONTRACT CODE
Public Contract Code Section 10285.1 Statement
In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985),
the bidder hereby declares under penalty of perjury under the laws of the State of
California that the bidder has _ , has not X been convicted within the preceding
three years of any offenses referred to in that section, including any charge of fraud,
bribery, collusion, conspiracy, or any other act in violation of any state or Federal
antitrust law in connection with the bidding upon, award of, or performance of, any
public works contract, as defined in Public Contract Code Section 1101, with any public
entity, as defined in Public Contract Code Section 1100, including the Regents of the
University of California or the Trustees of the California State University. The term
"bidder" is understood to include any partner, member, officer, director, responsible
managing officer, or responsible managing employee thereof, as referred to in Section
10285.1.
Note: The bidder must place a check mark after "has" or "has not" in one of the blank
spaces provided. The above Statement is part of the Proposal. Signing this
Proposal on the signature portion thereof shall also constitute signature of this
Statement. Bidders are cautioned that making a false certification may subject
the certifier to criminal prosecution.
Public Contract Code Section 10162 Questionnaire
In conformance with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
Has the bidder, any officer of the bidder, or any employee of the bidder who has a
proprietary interest in the bidder, ever been disqualified, removed, or otherwise
prevented from bidding on, or completing a federal, state, or local government project
because of a violation of law or a safety regulation?
Yes No X
If the answer is yes, explain the circumstances in the following space.
0
Public Contract Code 10232 Statement
In conformance with Public Contract Code Section 10232, the Contractor, hereby states
under penalty of perjury, that no more than one final unappealable finding of contempt
of court by a federal court has been issued against the Contractor within the
immediately preceding two year period because of the Contractor's failure to comply
with an order of a federal court which orders the Contractor to comply with an order of
the National Labor Relations Board.
Note: The above Statement and Questionnaire are part of the Proposal.
Signing this Proposal on the signature portion thereof shall also constitute
signature of this Statement and Questionnaire.
Bidders are cautioned that making a false certification may subject the
certifier to criminal prosecution.
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
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:
Agency Name
'To: G — d
Contact Person
Original Contract Amount $Final Contract Amount $ +q5 DDO
If final ampy9t 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 ypu/Contractor? If yes, briefly explain and indicate outcome of claims.
No. 2
Project Name/Number
Project Description
Approximate C
Agency Name
r
0
Contact Person
Telephone (949) 3 (n I— U 13 a
Original Contract Amount $ LU00D Final Contract Amount $ h Li i 000
If final sinPmnt 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,ypgfContractor? If yes, briefly explain and indicate outcome of claims.
No. 3
Project Name/Numbei
Project Description
Approximate Construction Dates: From 1 l -OLO To: (D — U -f—
Agency
Agency Name
Contact Person 11 UU P5U Tran Telephone (
Original Contract Amount $19S40 Final Contract Amount $ 11 d$ 51
If final amouptis 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 ygu/Contractor? If yes, briefly explain and indicate outcome of claims.
M
0
Project Name/Number Nm B-� liawannGCl.rdo—y 5 ` C'Grson Sf
(Zesurfacin
Project Description S
Approximate Construction Dates: From (� S To: a O l Cl
Agency Name
Contact Person S-6-2 SSI 0�Telephone (Sava) ti ao— d TI
Original Contract Amount $ L&LUFinal Contract Amount $ tOQ St Lo
If final amougtji .gifferent 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/Cpntractor? If yes, briefly explain and indicate outcome of claims.
No. 5
Project Name/Numbed �OY1l YYl D 1� �t C
Project Description '-AT(7-e 2m QmYeMM--1-S
Approximate Construction Dates: From
LAM
Agency Name "M Okf U
Contact Person
Telephone (iyq) --111 H ` -is
Original Contract Amount $ OQFinal Contract Amount $ lo", 0 DD
If final arpggnt 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 M/Contractor? If yes, briefly explain and indicate outcome of claims.
11
No. 6
Project Name/Number^. riM
Project Description
Approximate Construction Dates: From
Agency Name
Contact Person ln �.nna 7-.n V
ToS-i n LnA W
)YZ\<'Yl 7c n+--,
2 To:
Telephone (J11) -31
Original Contract Amount $ aUADFinal Contract Amount $ 0, I DO d
If final aTpygt 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
again§t M/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 Superintenden or on-site Construction Manager for the
Contractor. Ste PC++GL0(A `
VC9 S
Upon request, the Contractor shall attach financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions. o
All em.('bf) L&JI—
Bidder Auth ' ed Signature/Title VOber It aC� it t iCf
12
i
P.O. Box 2229, Corona, CA 92878.2229
Art Ramirez
Work Hletotyt 19WPresent All American Asphalt Corona, CA
Paving Foremen
• Managed daily operations for paving.
• Responsible for proper placement of asphalt materials.
1980-1988
Operating 6tgineer
• Responsible for daily maintenance and operation of various heavy machinery,
including paving machines
1978-1980 Guy F. Atkinson California
Operating Engineer
• Responsible for daily maintenance and operation of various heavy machinery,
including paving machines.
1976-1978 R.J. Noble Orange, CA
Operating Engineer
• Responsible for daily maintenance and operation of various heavy machinery,
including paving machines.
A
t.; •
04
t P.O. Box 2229, Corona, CA 92878.2229
Doug Harrington
Work 1996rpresent
All American Asphalt Corona, CA
Co etruel{on Manager
• Supervise construction activities for general engineering contractor.
• Manage grading, concrete, and paving operations for both public and private
work projects.
1990-1996
paving Superintendent
• Managed all paving operations.
• Responsible for organizing personnel, equipment and materials for paving
projects.
• Responsible for project acceptance.
• Handled customer inquiries and complaints.
1988-1990
Foreman
• Managed daily operations for grading works
concrete, Paving and public
projects.
• Responsible for quantity verification and contract changes.
1977-1983 Industrial Asphalt/Hunt Mix Irwindale, CA
operating Engineermachinery. • Responsible for daily maintenance and operation of various heavy
AddhWel intonneflott Attended various educational classes relating to the construction industry
including:
Agtec pointman Training (Non contact sensor grade control)
Asphalt Technology
A
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of 6efji d -e)
Bober+ 13rQ AI :eu beipg,first duly sworn, deposes and says that he eF she is
vl��Yresl d r47 t-` of loll �pfifall HSPI1G:It , the party making the
foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not
collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of,
or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham
bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or
indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of
the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of
that of any other bidder, or to secure any advantage against the public body awarding the contract
of anyone interested in the proposed contract; that all statements contained in the bid are true-,
and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or
paid, and will not pay, any fee to any corporation, partnership, company association, organization,
bid depository, or to any member or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true
and correct.
U N iNn kvhaa-�
Bidder Aut razed Signatureitle Robert $ le'j ,Vi C Prnj ldaert`
Subscribed and sworn to before me this 576-4 day of M Aq 2008
by kg@ Emil le—wo–ke � proved to me on the basis
of satisfactory evidence to be the person("o appeared before me.
n r, D l�
BRENDA L. ROYSTER Notary Public
Commission # 1700922
-i Notary Public - C011f0fto
Riverside County My Commission Expires: DC T 2 0
MyComn.e�od26,2010 -
13
0 •
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
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):
V _ ��
14
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidders Name
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.
15
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2007
2006
2005
2004
2003
Total
2008
No. of contracts
a 1�
I1 q D,
0 q
) Ucl
l k 5 5
13Le
6 LM 2.
Total dollar .
Amount of
Contracts (in
(�j �1d3
35q,S8io
3351 19tH-}
)54,043
ob8145(0
IB5,1 n
1140qa-+J
Thousands of $
No. of fatalities
No. of lost
Workday Cases
19
No. of lost
workday cases
involving
permanent
transfer to
another job or
termination of
em to ment
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.
15
i
0
Legal Business Name of Bidder Ah AffleYhI I &P tiQ/I
Business Address: Q ))9 n a,('0q,?R� lf
Business Tel. No.: q S 1-9 v--+1000
State Contractor's License No. and
Classification:
Title Tin QreS I P.n-1—
The above information was compiled from the records that are available to me at this
time and I declare under penalty of perjury that the information is true and accurate
within the limitations of those records.
Signature of
bidder
Date 1
Title
Signature of
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 partnershipfjoint 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 ventures, or corporation officers must be acknowledged
before a Notary Public, who must certify that such partners/joint ventures, 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.
ME
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of
Riverside
On May 5, 2008 before me, Brenda L. Royster, Notary Public
Date Here Insert name and Title of the Officer
personally appeared Robert Bradley and Mark Luer
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Ware subscribed to the within instrument
BRENDA L. ROYSTER and acknowledged to me that he4he/they executed the same in
t
Commission # 1700922 W4;er/their authorized capacity(ies), and that by 4W4;er/their
Z :�� Notary Public - California signature(s) on the instrument the person(s), or the entity upon behalf
Z ° Riverside County of which the person(s) acted, executed the instrument.
AMC0mm.E%Vres0ct26,2010 I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my hand and official eal.
Signature
-1.4
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Contractor's Industrial Safety Record — City of Newport Beach
Document Date: May 5, 2008 Number of Pages: 2
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: Robert Bradley
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner— ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
Signer's Name: Mark Luer
❑ Individual
X Corporate Officer— Title(s): Secretary
❑ Partner— ❑ Limited ❑ General
❑ Attorney in Fact
❑ Trustee
❑ Other:
Signer is Representing:
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
ACKNOWLEDGEMENT OF ADDENDA
The bidder shall signify receipt of all Addenda here, if apy, and attach executed
copy of addenda to bid documents:
Addendum
17
0 0
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of pedury under the laws of the State of California that the
following information is true and correct: Q�
Name of individual Contractor, Company or Corporation: Anac r I ao
Business Address:
Telephone and Fax Number:g5I'T'-�'(p--jLo co IqS
California State Contractor's License No. and Class: PUM3 A i
(REQUIRED AT TIME OFAWARD)
Original Date Issued: III l I I Expiration Date: 11 -311 ab l 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 n6mbers 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 of0 ff I I G -n i Gy
18
9
0
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
All company, corporate, or fictitious business names used by any principal having
interest in this proposal are as follows:
N)�
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;
N Irt
Briefly summarize the parties' claims and defenses;
ever had a contract terminated by the owner/agency? if so, explain.
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 labor compliance (i.e. failure to
pay prevailing wage, falsifying certified payrolls, etc.)?Yes /®
Are any claims or actions unresolved or outstanding? Yes 1 l�
19
•
i
If yes My 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.
Dan b. SisPrnare-
(Print name of Owner or President
of Corporation/Company)
hI I Awxnen Asohc- --��
Bidder XulKhAd Signature/Title
I`n�rk �lY'G��f�uliil� �PSIGIe�
Title
1144" XM
Date
Subscribed and sworn to (or-afff fAed) before me this C';f-4 day of , 2008
by proved to me on the
basis of satisfactory evidence to be the person("ho appeared before me.
awhl
BRENDA L. ROYSTER
Commission # T 100922
i Notary Public - California
Riverside County
MyCorrcnEvpYaaOct 010 r
[SEAL]
1
MOM s
My CommissionExpires:OCT 2-6�20/o
20
DEBARMENT AND SUSPENSION CERTIFICATION
TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29
The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other
person associated therewith in the capacity of owner, partner, director, officer, manager:
• is not currently under suspension, debarment, voluntary exclusion, or determination of
ineligibility by any Federal agency;
• has not been suspended, debarred, voluntarily excluded or determined ineligible by any
Federal agency within the past 3 years;
• does not have a proposed debarment pending; and
• has not been indicted, convicted, or had a civil judgment rendered against it by a court
of competent jurisdiction in any matter involving fraud or official misconduct within the
past 3 years.
If there are any exceptions to this certification, insert the exceptions in the following space.
Exceptions will not necessarily result in denial of award, but will be considered in determining
bidder responsibility. For any exception noted above, indicate below to whom it applies,
initiating agency, and dates of action.
Notes: Providing false information may result in criminal prosecution or administrative
sanctions. The above certification is part of the Proposal. Signing this Proposal on the
signature portion thereof shall also constitute signature of this Certification.
21
0 0
NONLOBBYING CERTIFICATION
FOR FEDERAL -AID CONTRACTS
The prospective participant certifies, by signing and submitting this bid or proposal, to
the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, to any person for influencing or attempting to influence an
officer or employee of any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the
making of any Federal loan, the entering into of any cooperative agreement, and
the extension, continuation, renewal, amendment, or modification of any Federal
contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an. officer or employee of
Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in
conformance with its instructions.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering into this transaction imposed by Section 1352, Title
31, U.S. Code. Any person who fails to file the required certification shall be subject to
a civil penalty of not less than $10,000 and not more than $100,000 for each such
failure.
The prospective participant also agrees by submitting his or her bid or proposal that he
or she shall require that the language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such subrecipients shall certify and
disclose accordingly.
22
DISCLOSURE OF LOBBYING ACTIVITIES
1. Type of Federal
Action:
Ela.
16. Information requested through this form is authorized by
contract
b.
grant
c.
cooperative agreement
d.
loan
e.
loan guarantee
I.
loan insurance
2. Status of Federal
Action:
E] a. bid/offer/aoDlication
b. initial award
c. post -award
4. Name and Address of Reporting Entity
❑ Prime 13Subawardee
Tier , if known
Congressional District, If known
6. Federal Department/Agency:
8. Federal Action Number, if known:
. Xy CFDA Number, if applicable
9. Award Amount, if known:
3. Report Type:
E] a. initial
b. mat al change
For terial Change Only:
ear_ quarter
date of last report
S. If Reporting E ity in No. 4 is Subawardee,
Enter Name nd Address of Prime:
District, if known
Federal Program Name/Description:
10. a. Name and Address of Lod Entity b. Individuals Performing Services (including
(If individual, last name, fi name, MI) address if different from No. 10a)
(last name, first name, MI)
(attach Continuation Sheet(s) 9 necessary)
11. Amount of Payme (check all that apply) 13. Type of Payment (check all that apply)
$/r(s)emhp1doyeCeh(s)c
actual ❑ planned a. retainer
b. one-time fee
12. Fcheck all that apply): c. commission
d. contingent fee
specify: nature a deferred
value f. other, specify
14. Bf Services Performed or to be performed and Date(s) of Service, Including
oe(s), or members) contacted, for Payment Indicated in Item 11:
(attach Continuation Sheets) if necessary)
Continuation Sheet(s) attached: Yes ❑
No
16. Information requested through this form is authorized by
Title 31 U.S.C. Section 1352. This disclosure of
Signature:
lobbying reliance was placed by the fier above when his
transaction was made or entered into. This disclosure is
Print Name:
required pursuant to 31 U.S.C. 1352. This information
will be reported to Congress semiannually and will be
_
Title: U�
available forpublic inspection. Any person who fails to
file the required disclosure shall be subject to a clvti
penalty of not less than $10,000 and not more than
Telephone No.: [96I 73W(oQ0Date:S S -O Y
$100,000 for each such failure.
Federal Use Only:
23
Authorized for Local Reproduction
Standard Form - LLL
INSTRUCTIONS FOR COMPLETION OF SF -LLL,
DISCLOSURE OF LOBBYING ACTIVITIES
This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or
receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a
form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of
Congress in connection with a covered Federal action. Attach a continuation sheet for additional information if the space on the
form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing
guidance published by the Office of Management and Budget for additional information.
1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the
outcome of a covered Federal action.
2. Identify the status of the covered Federal action.
3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the
information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last,
previously submitted report by this reporting entity for this covered Federal action.
4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District If known.
Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward
recipient. Identify the Ger of the subawardee, e.g., the first subawardee of the prime is the first ter. Subawards include
but are not limited to subcontracts, subgrants and contract awards under grants.
5. If the organization filing the report In Item 4 checks "Sylrawardee" then enter the full name, address, city, state and zip
code of the prime Federal recipient. Include Congressional District, if known.
6. Enter the name of the Federal agency making the award or loan commitment Include at least one organization level
below agency name, if known. For example, Department of Transportation, United States Coast Guard.
7. Enter the Federal program name or description for the covered Federal action (tem 1). If known, enter the full Catalog of
Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and ban commitments.
B. Enter the most appropriate Federal identifying number available for the Federal action identification In item 1 (e.g.,
Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or
loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g.,
'RFP -DE -90.001."
9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the
Federal amount of the awardfloan commitments for the prime entity identified in item 4 or 5.
10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in
Item 4 to Influenced the covered Federal action. _
(b) Enter the full names of the Individuals), performing services and include full address if different from 10 (a). Enter
Last Name, First Name and Middle Initial (MI).
11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying
entity, (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that
apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made.
12. Check the appropriate box(es). Check all boxes that apply. It payment is made through an in-kind contribution, specify
the nature and value of the In-kind payment.
13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature.
14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform
and the date(s) of any services rendered. Include all preparatory and related activity not just time spent in actual contact
with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officer(s) employee(s) or Member(s)
of Congress that were contacted.
15. Check whether or not a continuation sheets) is attached.
16. The certifying official shag sign and date the forth, print his/her name title and telephone number.
Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time for
reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing
the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information,
including suggestions for redudng this burden, to the Office of Management and Budget, Paperwork Reduction Project
(0348-0046), Washington, D.C. 20503, SF -LLL -Instructions Rev. 06-04-90aENDIF»
24
Local Agency Bidder -DBE (Construction Contracts) -Information
The successful bidder must execute and return the LOCAL AGENCY BIDDER — DBE INFORMATION form, even if no
DBE participation will be reported.
AGENCY:
hu✓ B It vk
CONTRACT NUMBER: '2:Z13
FEDERAL -AID PROJECT NUMBER: 2
TOTAL CONTRACT AMOUNT:$ top Mct.nu
FEDERAL SHAR(For local agency to mplete) : $
BID DATE: AL U r a DO f
BIDDER'SNAME: B11, ry-,&yI(L.n5d n l
ADVERTISED DBE CONTRACT AVAILABILITY ISORY Percents e:
CONTRACT ITEM OF WORK AND DESCRIPTION DBE Cen. No.
NAME OF DBEs DOLLAR AMOUNT
ITEM NO. OR SERVICES TO BE AND EXPIRATION
Must be certified on the date bids DBE3
SUBCONTRACTED OR MATERIALS DATE
O BE PROVIDED'
are opened - include DBE address
and phone number
2
, JvW
• L al
IMPORTANT: fdamdfy an DBE tams betrrg penicipt nng m the pmlect, regardlm of er
'..Names of the First Tier DBE Subconuactras and their respective itemfs) of work
'stat above should be consiilem, where amlicoW with the aernea and items of wort
.roto Claimed t ,, 11771l r�
� �� It�rY•D0
Partioiponon
p the list a Subconaacwn' Submitted with ynur bid. Provide copies of the DBE&*
odds. and irapplicable, a copy or Joint KTMe agRemaui. pursuant tp the
Subcontractors Llsfing Law and We, special Provuaons.
1 �} �
L4 r 04
%
I. Era,DBE;prinit and subomatractorscatificalionnumber. Prime con gactofs.shall
%bili'AC{'3Cl'1v�LCI310�
indicate all work to be performed by DBEs including work pnfoimed;by its own
Imes.
)f 100°/ of item is not to be pexibrmed or f nnisbod by DBEs describe exact portion o
Signature of Bidder
item to be performed or fianished by DBE.
. See Section 'Disadvantaged Busmess.Enterprise'(DBE)," of the Special Provisionst
(Construction contracts); to determine how to count the,participatipn of DBE firms.
ICC 1
of . ' (Area Code) Tel. No
Local Agency Bialk, . DBE Inremumwn, lit" 5:01;06)
Distribution: (1) Copy - Fax immediately to the Caltrans District Local Assistance Engineer (DLAE) upon award.
(2) Copy - Include in award package to Caltrans District Local Assistance
(3) Original — Local agency files
2.1
L
0
SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS
2-1.01 GENERAL
The bidders attention is directed to the provisions in Section 2, "Proposal Requirements
and Conditions," of the Caltrans Standard Specifications and these special provisions
for the requirements and conditions which the bidder must observe in the preparation of
the proposal form and the submission of the bid.
The Bidders Bond form mentioned in the last paragraph in Section 2-1.07, "Proposal
Guaranty," of the Standard Specifications will be found following the signature page of
the Proposal.
In conformance with Public,Contract Code Section 7106, a Non Collusion Affidavit is
included in the Proposal. Signing the Proposal shall also constitute signature of the
Noncollusion Affidavit.
The contractor, sub recipient or subcontractor shall not discriminate on the basis of
race, color, national origin, or sex in the performance of this contract. The contractor
shall carry out applicable requirements of Title 49 CFR (Code of Federal Regulations)
part 26 in the award and administration of US DOT assisted contracts. Failure by the
contractor to carry out these requirements is a material breach of this contract, which
may result in the termination of this contract or such other remedy, as the recipient
deems appropriate. Each subcontract signed by the bidder must include this assurance.
Failure of the bidder to fulfill the requirements of the Special Provisions for submittals
required to be furnished after bid opening, including but not limited to escrowed bid
documents, where applicable, may subject the bidder to a determination of the bidders
responsibility in the event it is the apparent low bidder on a future public works
contracts.
2 -1.015 --FEDERAL LOBBYING RESTRICTIONS.—Section 1352, Title 31, United
States Code prohibits Federal funds from being expended by the recipient or any lower
tier sub recipient of a Federal -aid contract to pay for any person for influencing or
attempting to influence a Federal agency or Congress in connection with the awarding
of any Federal -aid contract, the making of any Federal grant or loan, or the entering into
of any cooperative agreement.
If any funds other than Federal funds have been paid for the same purposes in
connection with this Federal -aid contract, the recipient shall submit an executed
certification and, if required, submit a completed disclosure form as part of the bid
documents.
A certification for Federal -aid contracts regarding payment of funds to lobby Congress
or a Federal agency is included in the Proposal. Standard Form - LLL, "Disclosure of
Lobbying Activities," with instructions for completion of the Standard Form is also
included in the Proposal. Signing the Proposal shall constitute signature of the
Certification.
26
0 0
The above referenced, certification and disclosure of lobbying activities shall be included
in each subcontract and any lower -tier contracts exceeding $100,000. All disclosure
forms, but not certifications, shall be forwarded from tier to tier until received by the
Engineer.
The Contractor, subcontractors and any lower -tier contractors shall file a disclosure
form at the end of each calendar quarter in which there occurs any event that requires
disclosure or that materially affects the accuracy of the information contained in any
disclosure form previously filed by the Contractor, subcontractors and any lower -tier
contractors. An event that materially affects the accuracy of the information reported
includes:
(1) A cumulative increase if $25,000 or more in the amount paid or expected to be
paid for influencing or attempting to influence a covered Federal action; or
(2) A change in the person(s) or individual(s) influencing or attempting to influence a
covered Federal action; or
(3) A change in the officer(s), employees(s), or Member(s) contacted to influence or
attempt to influence a covered Federal Action.
2-1.02 DISADVANTAGED BUSINESS ENTERPRISE (DBE).-- This project is subject
to Title 49, Code of Federal Regulations part 26 (49 CFR 26) entitled "Participation by
Disadvantaged Business Enterprises in Department of Transportation Financial
Assistance Programs." In order to ensure Caltrans achieves its federally mandated
statewide overall DBE goal, the Agency encourages the participation of Disadvantaged
Business Enterprises (DBEs), as defined in 49 CFR 26 in the performance of contracts
financed in whole or in part with Federal Funds. The Contractor shall not discriminate
on the basis of race, color, national origin, or sex in the award and performance of
subcontracts.
Bidders shall be fully informed in respect to the requirements of the DBE. Regulations.
The DBE Regulations in their entirety are incorporated herein by this reference.
Attention is directed to the following matters:
A. A DBE must be a small business concern as defined pursuant to Section 3 of
U.S. Small Business Act and relevant regulations promulgated pursuant
thereto;
B. A DBE may participate as a prime contractor, subcontractor, joint venture
partner with a prime or subcontractor, vendor of material or supplies, or as a
trucking company;
C. A DBE joint venture partner must be responsible for specific contract items of
work, or clearly defined portions thereof. Responsibility means actually
performing, managing and supervising the work with its own forces. The DBE
joint venture partner must share in the capital contribution, control,
management, risks and profits of the joint venture commensurate with its
ownership interest.
27
D. A DBE must perform a commercially useful function, i.e., must be responsible
for the execution of a distinct element of the work and must carry out its
responsibility by actually performing, managing and supervising the work;
E. DBEs must be certified by the California Unified Certification Program
(CUCP). Listings of DBEs certified by the CUCP are available from the
following sources:
1. The Caltrans "Civil Rights" web site at: hfta://www.dot.ca.govihu/bep.
2. The Caltrans DBE Directory. This Directory may be obtained from the
Department of Transportation, Materiel Operations Branch, Publication
Distribution Unit, 1900 Royal Oaks Drive, Sacramento, California 95815,
Telephone: (916) 445-3520;
F. When reporting DBE participation, bidders may count the cost of materials or
supplies purchased from DBEs as follows:
If the materials or supplies are obtained from a DBE manufacturer, 100
percent of the cost of the materials or supplies will count toward DBE
participation. A DBE manufacturer is a firm that operates or maintains a
factory or establishment that produces, on the premises, the materials,
supplies, articles, or equipment required under the contract and of the
general character described by the specifications.
2. If the materials or supplies are purchased from a DBE regular dealer,
count 60 percent of the cost of the materials or supplies. A DBE regular
dealer is a firm that owns, operates, or maintains a store, warehouse, or
other establishment in which the materials, supplies, articles or equipment
of the general character described by the specifications and required under
the contract are bought, kept in stock, and regularly sold or leased to the
public In the usual course of business. To be a DBE regular dealer, the
firm must be an established, regular business that engages, as its principal
business and under its own name, in the purchase and sale or lease of the
products in question. A person may be a DBE regular dealer in such bulk
items as petroleum products, steel, cement, gravel, stone, or asphalt
without owning, operating, or maintaining a place of business as provided
in this paragraph F.2. if the person both owns and operates distribution
equipment for the products. Any supplementing of regular dealers' own
distribution equipment shall be by a long-term lease agreement and not on
an ad hoc or contract -by -contract basis. Packagers, brokers,
manufacturers' representatives, or other persons who arrange or expedite
transactions are not DBE regular dealers within the meaning of this
paragraph F.2.
3. If the DBE is neither a manufacturer nor a regular dealer, count only the
entire amount of fees or commissions charged for assistance in the
procurement of the materials and supplies, or fees or transportation
charges for the delivery of materials or supplies required on a job site,
28
provided the fees are reasonable and not excessive as compared with
fees charged for similar services.
G. When reporting DBE participation, bidders may count the participation of DBE
trucking companies as follows:
The DBE must be responsible for the management and supervision of the
entire trucking operation for which it is responsible on a particular contract.
2. .The DBE must itself own and operate at least one fully licensed, insured,
and operational truck used on the contract;
3. The DBE receives credit for the total value of the transportation services it
provides on the contract using trucks its owns, insures, and operates using
drivers it employs;
4. The DBE may lease trucks from another DBE firm, including an owner -
operator who is certified as a DBE. The DBE who leases trucks from
another DBE receives credit for the total value of the transportation
services the lessee DBE provides on the contract;
The DBE may also lease trucks from a non -DBE firm, including an owner -
operator. The DBE who leases trucks from a non -DBE is entitled to credit
only for the fee or commission it receives as a result of the lease
arrangement. The DBE does not receive credit for the total value of the
transportation services provided by the lessee, since these services are
not provided by a DBE;
For the purposes of this paragraph G, a lease must indicate that the DBE
has exclusive use of and control over the track. This does not preclude
the leased truck from working for others during the term of the lease with
the consent of the DBE, so long as the lease gives the DBE absolute
priority for use of the leased truck. Leased trucks must display the name
and identification number of the DBE.
H. Bidders are encouraged to use services offered by financial institutions owned
and controlled by DBEs.
2-1.03 DBE AVAILABILITY ADVISORY --As required by federal law, Caltrans has
established a statewide overall DBE goal. In order to ascertain whether that statewide
overall DBE goal is being achieved, Caltrans is tracking DBE participation on all
Federal -aid contracts administered by cities/counties and other local agencies.
The Agency has not established a DBE Availability Advisory for this project. Bidders
who obtain DBE participation on this project will assist the state in meeting its statewide
overall DBE goal.
29
i
FEDERAL MINIMUM WAGE RATES
GENERAL DECISION: CA20080035 04/04/2008 CA35
Date: April 4, 2008
General Decision Number: CA20080035 04/04/2008
Superseded General Decision Number: CA20070035
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
Publication Date
0
02/06/2008
1
02/15/2008
2
02/22/2008
3
02/29/2008
4
03/07/2006
5
03/28/2008
6
04/04/2008
ASBE0005-002 08/07/2007
Rates Fringes
Asbestos Workers/Insulator
(Includes the application of
all insulating materials,
protective coverings,
coatings, and finishes to all
types of mechanical systems) ..... $ 37.01 10.84
Fire Stop Technician
(Application of Firestopping
Materials for wall openings
and penetrations in walls,
floors, ceilings and curtain
walls) ...........................$ 20.76 10.23
ASBE0005-004 08/07/2006
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) .... $ 19.55 6.38
13RCA0004-010 05/01/2007
Rates Fringes
Bricklayer; Marble Setter ........ $ 32.83 9.20
30
BRCA0018-004 06/01/2007
Rates
Fringes
TERRAZZO FINISHER ................$
25.54
8.62
Rates
Fringes
MARBLE FINISHER ..................$
--------------------------------------------------------
CARP0409-001 07/01/2007
24.02
8.41
TILE FINISHER ....................
$
19.82
7.51
Tile Layer...... .................$
---------------------------------------------------------
30.55
11.62
BRCA0018-010 10/06/2007
Installex,.Insulation
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 07/01/2007
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER .... $ 35.51 9.17
STOCKER/SCRAPPER ............ $ 10.00 6.56
---------------------------------------------------------
ELEC0011-002 12/05/2006
COMMUNICATIONS AND SYSTEMS WORK
Rates Fringes
Communications System
Installer ...................$ 24.43 38+7.60
Technician ..................$ 26.23 3%+7.60
31
Rates
Fringes
TERRAZZO FINISHER ................$
25.54
8.62
TERRAZZO WORKERISETTER...........
$ 32.63
9.41
--------------------------------------------------------
CARP0409-001 07/01/2007
Rates
Fringes
CARPENTER
(1) Carpenter, Cabinet
Installex,.Insulation
Installer, Hardwood Floor
Worker and acoustical
installer ...................$
35.51
9.20
(2) Millwright ..............$
36.01
9.20
(3) Piledriver/Derrick
Bargeman, Bridge or Dock
Carpenter, Heavy Framer,
Rock Bargeman or Scowman,
Rockslinger, Shingler
(Commercial) ................$
35.64
9.20
(4) Pneumatic Nailer,
Power Stapler ................$
35.76
9.20
(5) Sawfiler...............$
35.60
9.20
(6) Scaffold Builder .......
$ 27.46
9.20
(7) Table Power Saw
Operator ....................$
35.61
9.20
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 07/01/2007
Rates Fringes
Drywall
DRYWALL INSTALLER/LATHER .... $ 35.51 9.17
STOCKER/SCRAPPER ............ $ 10.00 6.56
---------------------------------------------------------
ELEC0011-002 12/05/2006
COMMUNICATIONS AND SYSTEMS WORK
Rates Fringes
Communications System
Installer ...................$ 24.43 38+7.60
Technician ..................$ 26.23 3%+7.60
31
0 0
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.
---------------------------------------------------------------
ELEC0441-001 06/04/2007
Rates Fringes
Cable splicer ....................$ 38.15 38+11.23
ELECTRICIAN ......................$ 36.47 3%+11.23
----------------------------------------------------------------
ELEC0441-004 06/04/2007
TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS E STREET LIGHTING
Rates Fringes
ELECTRICIAN
Cable/Fiber Optic Splicing..$ 38.15 3%+11.23
Journeyman Transportation
Electrician .................$ 36.47 3%+11.23
Transportation Systems
Technician ..................$ 27.35 38+11.23
SCOPE OF WORK: Electrical work on public streets, freeways,
toll -ways, etc, above or below ground. All work necessary
for the installation, renovation, repair or removal of
Intelligent Transportation Systems, Video Surveilance
Systems (CCTV), Street Lighting and and Traffic Signal work
or systems whether underground or on bridges. Includes
dusk to dawn lighting installations and ramps for access to
or egress from freeways, toll -ways, etc.
Intelligent Transportation Systems shall include all systems
and components to control, monitor, and communicate with
pedestrian or vehicular traffic, included but not limited
to: installation, modification, removal of all Fiber optic
Video System, Fiber Optic Data Systems, Direct interconnect
and Communications Systems, Microwave Data and Video
Systems, Infrared and Sonic Detection Systems, Solar Power
Systems, Highway Advisory Radio Systems, highway Weight and
Motion Systems, etc.
Any and all work required to install and maintain any
specialized or newly developed systems. All cutting,
fitting and bandaging of ducts, raceways, and conduits.
The cleaning, rodding and installation of "fish and pull
wires". The excavation, setting, leveling and grouting of
32
precast manholes, vaults, and pull boxes including ground
rods or grounding systems, rock necessary for leveling and
drainagae as well as pouring of a concrete envelope if
needed.
JOURNEYMAN TRANSPORTATION ELECTRICIAN shall perform all tasks
necessary toinstall the complete transportation system.
JOURNEYMAN TECHNICIAN duties shall consist of: Distribution
of material at job site, manual excavation and backfill,
installation of system conduits and raceways for
electrical, telephone, cable television and communication
systems. Pulling, terminating and splicing of traffic
signal and street lighting conductors and electrical
systems including interconnect, dector loop, fiber optic
cable and video/data.
'-------------------------------------------------------------
ELEC1245-001 06/01/2007
Rates
Fringes
LINE CONSTRUCTION
(1) Lineman; Cable splicer..$ 41.02
12.22
(2) Equipment specialist
(operates crawler
tractors, commercial motor
vehicles, backhoes,
trenchers, cranes (50 tons
and below), and overhead .
and underground
distribution line
equipment) ..................$ 33.24
11.17
(3) Groundman...............$ 25.42
10.89
(4) Powderman...............$ 37.16
11.34
HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day,
Independence Day, Labor Day, Veterans Day,
Thanksgiving Day
and day after Thanksgiving, Christmas Day
----------------------------------------------------------------
ELEV0018-001 01/01/2008
Rates
Fringes
ELEVATOR MECHANIC ................$ 43.10
16.285
FOOTNOTE:
PAID VACATION: Employer contributes 88 of
regular hourly
rate as vacation pay credit for employees with more than 5
years of service, and 6% for 6 months to 5
years of service.
PAID HOLIDAYS: New Years Day, Memorial Day,
Independence Day,
Labor Day, Veterans Day, Thanksgiving Day,
Friday after
Thanksgiving, and Christmas Day.
------------------------------------ ----------------------------
ENGIO012-063 07/09/2007
Rates
Fringes
POWER EQUIPMENT OPERATOR (All
Other Work)
GROUP 1 ....................$ 33.65
15.82
GROUP 2 ....................$ 34.43
15.82
GROUP 3 ....................$ 34.72
15.82
GROUP 4 ....................$ 36.21
15.82
GROUP 5 ....................$ 37.31
15.82
GROUP 6 ....................$ 36.43
15.82
GROUP 7 ....................$ 37.53
15.82
GROUP 8 ....................$ 36.54
15.82
33
•
GROUP
9 ....................$
37.64
15.82
GROUP
10 ....................$
36.66
15.82
GROUP
11 ....................$
37.76
15.82
GROUP
12 ....................$
36.83
15.82
GROUP
13 ....................$
36.93
15.82
GROUP
14 ....................$
36.96
15.82
GROUP
15 ....................$
37.04
15.82
GROUP
16 ....................$
37.16
15.82
GROUP
17 ....................$
37.33
15.82
GROUP
18 ....................$
37.43
15.82
GROUP
19 ....................$
37.54
15.82
GROUP
20 ....................$
37.66
15.82
GROUP
21 ....................$
37.83
15.82
GROUP
22 ....................$
37.93
15.82
GROUP
23 ....................$
38.04
15.82
GROUP
24 ....................$
38.16
15.82
GROUP
25 ....................$
38.33
15.82
POWER EQUIPMENT OPERATOR
(Cranes, Piledriving &
Hoisting)
GROUP
1 ....................$
35.00
15.82
GROUP
2 ....................$
35.78
15.82
GROUP
3 ....................$
36.07
15.82
GROUP
4 ....................$
36.21
15.82
GROUP
5 ....................$
36.43
15.82
GROUP
6 ....................$
36.54
15.82
GROUP
7 ....................$
36.66
15.82
GROUP
8 ....................$
36.83
15.82
GROUP
9 ....................$
37.00
15.82
GROUP
10 ....................$
38.00
15.82
GROUP
11 ....................$
39.00
15.82
GROUP
12 ....................$
40.00
15.82
GROUP
13 ....................$
41.00
15.82
POWER EQUIPMENT OPERATOR
(Tunnel Work)
GROUP
1 ....................$
35.50
15.82
GROUP
2 ....................$
36.28
15.82
GROUP
3 ....................$
36.57
15.82
GROUP
4 ....................$
36.71
15.82
GROUP
5 ....................$
36.93
15.82
GROUP
6 ....................$
37.04
15.82
GROUP
7 ....................$
37.16
15.82
0
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: $2.00 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
operator -inside; Engineer Oiler; Forklift operator
(includes loed, lull or similar types under 5 tons;
Generator operator; Generator, pump or compressor plant
operator; Pump operator; Signalman; Switchman
GROUP 2: Asphalt -rubber plant operator (nurse tank operator);
Concrete mixer operator -skip type; Conveyor operator;
Fireman; Forklift operator (includes loed, lull or similar
types over 5 tons; Hydrostatic pump operator; oiler crusher
(asphalt or concrete plant); Petromat laydown machine; PJU
34
side dum jack; Screening and conveyor machine operator (or
similar types); Skiploader (wheel type up to 3/4 yd.
without attachment); Tar pot fireman; Temporary heating
plant operator; Trenching machine oiler
GROUP 3: Asphalt -rubber blend operator; Bobcat or similar
type (Skid steer); Equipment greaser (rack); Ford Ferguson
(with dragtype attachments); Helicopter radioman (ground);
Stationary pipe wrapping and cleaning machine operator
GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or
similar type); Boring machine operator; Boxman or mixerman
(asphalt or concrete); Chip spreading machine operator;
Concrete cleaning decontamination machine operator;
Concrete Pump Operator (small portable); Drilling machine
operator, small auger types (Texoma super economatic or
similar types - Hughes 100 or 200 or similar types -
drilling depth of 30' maximum); Equipment greaser (grease
truck); Guard rail post driver operator; Highline cableway
signalman; 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
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
35
0 0
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
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
01
similar types - Hughes Super Duty, auger 200 or simi-lar
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,
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)
37
0
GROUP 21: Rubber -tired earth -moving
operating in tandem (scrapers, belly
types in any combination, excluding
multiple engine, Euclid, Caterpillar
50 cu. yds. struck)
GROUP 22: Rubber -tired earth -moving
operating equipment with the tandem
(single engine, up to and including
0
equipment operator,.
dumps and similar
compaction units -
and similar type, over
equipment operator,
push-pull system
25 yds. struck)
GROUP 23: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, Caterpillar, Euclid, Athey Wagon and
similar types with any and all attachments over 25 yds. and
up to and including 50 yds. struck); Rubber -tired
earth -moving equipment operator, operating with.the tandem
push-pull system (multiple engine, up to and including 25
yds. struck)
GROUP 24: Rubber -tired earth -moving equipment operator,
operating equipment with the tandem push-pull system
(single engine, over 50 yds. struck); Rubber -tired
earth -moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar, over 25 yds. and up to 50 yds.
struck)
GROUP 25: Concrete pump operator -truck mounted; Rubber -tired
earth -moving equipment operator, operating equipment with
the tandem push-pull system (multiple engine, Euclid,
Caterpillar and similar type, over 50 cu. yds. struck)
CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS
GROUP 1: Engineer oiler; Fork lift operator (includes loed,
lull or similar types)
GROUP 2: Truck crane oiler
GROUP 3: A -frame or winch truck operator; Ross carrier
operator (jobsite)
GROUP 4: Bridge -type unloader and turntable operator;
Helicopter hoist operator
GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western
or similar type); Tugger hoist operator (I 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
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
(Rackley-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
0
GROUP 7: Tunnel mole boring machine operator
---------------------------------------------------
ENGI0012-004.08/01/2007
Rates
POWER EQUIPMENT OPERATOR
(DREDGING)
(1) Leverman................$
41.65
(2) Dredge dozer ............
$
37.18
(3) Deckmate................$
37.07
(4) Winch operator (stern
winch on dredge) ............
$
36.52
(5) Fireman -Oiler,
Deckhand, Bargeman,
Leveehand...................$
35.98
(6) Barge Mate ..............$
36.59
IRON0002-004 07/01/2007
Rates
Ironworkers:
Fence Erector ...............$ 29.62
Ornamental, Reinforcing
and Structural ..............$ 30.51
PREMIUM PAY:
Fringes
15.82
15.82
15.82
15.82
15.82
15.82
'--------------
Fringes
20.915
20.915
$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
$1.00 additional per hour at the following locations:
Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock
----------------------------------------------------------------
LAB00300-001 07/01/2007
Rates
Brick Tender .....................$ 25.47
----------------------------------------
LAB00300-003 07/01/2007
Rates
LABORER: Gunite
GROUP 1 .....................$ 27.79
GROUP 2 .....................$ 26.84
GROUP 3 .....................$ 23.30
Laborer: Tunnel
GROUP 1 .....................$ 29.04
GROUP 2 .....................$ 29.36
40
Fringes
13.25
-----------------
Fringes
16.62
16.62
16.62
13.54
13.54
GROUP
3 .....................$
29.82
13.54
GROUP
4 .....................$
30.51
13.54
Laborers:
GROUP
1 .....................$
24.63
13.25
GROUP
2 .....................$
25.18
13.25
GROUP
3 ............:.........$
25.73
13.25
GROUP
4 .....................$
27.28
13.25
GROUP
5 .....................$
27.63
13.25
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
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
41
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
GROUP l: 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
42
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
------------------------
LAB00882-002 01/01/2008
Rates Fringes
Asbestos Removal Laborer ......... $ 25.15 12.25
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 07/01/2007
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
43
Rates
Fringes
Laborers: (HORIZONTAL
DIRECTIONAL DRILLING)
(1) Drilling crew Laborer...$
25.44
B.81
(2) Vehicle Operator/Hauler.$
25.61
8.81
(3) Horizontal Directional
Drill Operator ..............$
27.46
8.81
(4) Electronic Tracking
Locator .....................$
29.46
8.81
Laborers: (STRIPING/SLURRY
SEAL)
GROUP 1 .....................$
26.39
11.47
GROUP 2 .....................$
27.69
11.47
GROUP 3 .....................$
29.70
11.47
GROUP 4 .....................$
31.44
11.47
LABORERS - STRIPING CLASSIFICATIONS
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
43
0 .i
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 07/01/2007
Rates Fringes
Painters: (Including Lead
Abatement)
(1) Repaint .................$ 25.20 8.14
(2) All Other Work .......... $ 28.47 8.14
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
improvement work not included in conjunction with the
construction of the building and all repainting of tenant
improvement projects.
PAIN0036-008 10/01/2007
Rates Fringes
DRYWALL FINISHER/TAPER ........... $ 31.64 10.87
----------------------------------------------------------------
PAIN0036-015 06/01/2007
Rates Fringes
GLAZIER ..........................$ 33.30 13.53
FOOTNOTE: Additional $1.25 per hour for work in a condor,
from the third (3rd) floor and up Additional $1.25 per
hour for work on the outside of the building from a swing
stage or any suspended contrivance, from the ground up
--------------------------------------------------------------
PAIN1247-002 01/01/2008
Rates
SOFT FLOOR LAYER .................$ 29.85
----------------------------------------
PLAS0200-009 01/01/2005
Rates
PLASTERER ........................$ 28.29
----------------------------------------
PLAS0500-002 07/01/2007
Rates
44
Fringes
8.49
---------------------
Fringes
7.46
---------------------
Fringes
FOOTNOTE: Pitch premium: Work on which employees are exposed
to pitch fumes or required to handle pitch, pitch base or
pitch impregnated products, or any material containing coal
tar pitch, the entire roofing crew shall receive $1.75 per
hour "pitch premium" pay.
----------------------------------------------------------------
* SFCA0669-008 04/01/2008
DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA,
AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY
LIMITS OF LOS ANGELES:
Rates Fringes
SPRINKLER FITTER .................$ 32.85 15.05
----------------------------------------------------------------
SFCA0709-003 01/01/2008
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) .......... $ 35.66 19.00
45
CEMENT MASON/CONCRETE FINISHER ...
----------------------------------------------------------------
$ 28.00
16.45
PLUM0016-001 01/01/2008
Rates
Fringes
PLUMBER/PIPEFITTER
(1) Work on strip malls,
light commercial, tenant
.
improvement and remodel
work ........................$
26.21
13.54
(2) Work on new additions
and remodeling of bars,
restaurant, stores and
commercial buildings not
to exceed 5,000 sq. ft. of
floor space .................$
32.84
14.93
(3) All other work ..........
----------------------------------------------------------------
$ 33.86
15.91
PLUM0250-002 01/02/2006
Rates
Fringes
REFRIGERATION MECHANIC
Refrigeration Fitter ........
----------------------------------------------------------------
$ 33.30
13.95
PLUM0345-001 01/01/2008
Rates
Fringes
PLUMBER
Landscape/Irrigation Fitter.$
25.18
12.66
Sewer s Storm Drain Work ....
$ 22.99
14.79
----------------------------------------------------------------
ROOF0036-002 08/01/2007
Rates
Fringes
ROOFER ...........................$
29.90
7.27
FOOTNOTE: Pitch premium: Work on which employees are exposed
to pitch fumes or required to handle pitch, pitch base or
pitch impregnated products, or any material containing coal
tar pitch, the entire roofing crew shall receive $1.75 per
hour "pitch premium" pay.
----------------------------------------------------------------
* SFCA0669-008 04/01/2008
DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA,
AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY
LIMITS OF LOS ANGELES:
Rates Fringes
SPRINKLER FITTER .................$ 32.85 15.05
----------------------------------------------------------------
SFCA0709-003 01/01/2008
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) .......... $ 35.66 19.00
45
------------
SHEEOID5-003 01/01/2008
LOS ANGELES (South of a straight line drawn between Gorman and
Big Pines)and Catalina Island, INYO, KERN (Northeast part, East
of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES
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 AFB]
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Truck driver
GROUP 2: Driver of vehicle or combination of vehicles - 2
axles; Traffic control pilot car excluding moving heavy
equipment permit load; Truck mounted broom
GROUP 3: Driver of vehicle or combination of vehicles - 3
axles; Boot person; Cement mason distribution truck; Fuel
truck driver; Water truck - 2 axle; Dump truck, less than
16 yds. water level; Erosion control driver
GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete
truck, less than 6-1/2 yds. water level
GROUP 5: Water truck, 3 or more axles; Truck greaser and tire
person ($0.50 additional for tire person); Pipeline and
46
Rates
Fringes
Sheet metal worker
(1) Commercial - New
Construction and Remodel
work ........................$
37.08
14.61
(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 ...
----------------------------------------------------------
$ 32.01
19.92
TEAM0011-002 07/01/2007
Rates
Fringes
Truck drivers:
GROUP 1 ....................$
25.44
17.39
GROUP 2 ....................$
25.59
17.39
GROUP 3 ....................$
25.72
17.39
GROUP 4 ....................$
25.91
17.39
GROUP 5 ....................$
25.94
17.39
GROUP 6 ....................$
25.97
17.39
GROUP 7 ....................$
26.22
17.39
GROUP 8 ....................$
26.47
17.39
GROUP 9 ....................$
26.67
17.39
GROUP 10 ....................$
26.97
17.39
GROUP 11 ....................$
27.47
17.39
GROUP 12 ....................$
27.90
17.39
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 AFB]
TRUCK DRIVERS CLASSIFICATIONS
GROUP 1: Truck driver
GROUP 2: Driver of vehicle or combination of vehicles - 2
axles; Traffic control pilot car excluding moving heavy
equipment permit load; Truck mounted broom
GROUP 3: Driver of vehicle or combination of vehicles - 3
axles; Boot person; Cement mason distribution truck; Fuel
truck driver; Water truck - 2 axle; Dump truck, less than
16 yds. water level; Erosion control driver
GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete
truck, less than 6-1/2 yds. water level
GROUP 5: Water truck, 3 or more axles; Truck greaser and tire
person ($0.50 additional for tire person); Pipeline and
46
0
E
utility working truck driver, including winch truck and
plastic fusion, limited to pipeline and utility work;
Slurry truck driver
GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck,
6-1/2 yds. water level and over; Vehicle or combination of
vehicles - 4 or more axles; Oil spreader truck; Dump truck,
16 yds. to 25 yds. water level
GROUP 7: A Frame, Swedish crane or similar; Forklift driver;
Ross carrier driver
GROUP 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
GROUP 12: Boom Truck 17K and above
----------------------------------------------------------------
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
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.
47
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CER Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
48 ..
0 i
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
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.
EE
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
CONTRACT NO. 3792
CONTRACT
THIS AGREEMENT, entered into this _ day of , 2008, by and between the CITY OF
NEWPORT BEACH, hereinafter "City," and All American Asphalt, a California corporation,
hereinafter "Contractor," is made with reference to the following facts:
WHEREAS, City has advertised for bids for the following described public work:
CONTRACT NO. 3792
This project involves grinding of existing pavement and overlaying with minimum 2 -inch ARHM
surface course along Birch Street from Bristol Street North to MacArthur Boulevard.
Designated portions of existing concrete curb and gutters, sidewalk, driveway approaches,
and curb ramps will also be removed and replaced.
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. 3792, 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.
50
0 0
C. COMPENSATIONAs 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 Six Hundred Nine Thousand, Six
Hundred Nine and 00/100 Dollars ($609,609.00).
This compensation includes:
(1) Any loss or damage arising from the nature of the work,
(2) Any loss or damage arising from any unforeseen difficulties or obstructions in the
performance of the work,
(3) Any expense incurred as a result of any suspension or discontinuance of the work, but
excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the
Richter Scale and tidal waves, and which loss or expense occurs prior to acceptance
of the work by City.
D. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before
making its final request for payment under the Contract Documents, Contractor shall
submit to City, in writing, all claims for compensation under or arising out of this Contract.
Contractor's acceptance of the final payment shall constitute a waiver of all claims for
compensation under or arising out of this Contract except those previously made in writing
and identified by Contractor in writing as unsettled at the time of its final request for
payment.
E. WRITTEN NOTICE Any written notice required to be given under the Contract
Documents shall be performed by depositing the same in the U.S. Mail, postage prepaid,
directed to the address of Contractor and to City, addressed as follows:
CITY
City of Newport Beach
Public Works Department
3300 Newport Boulevard
Newport Beach, CA 92663
Attention: Emmet Berkery
(714) 343-3474
All American Asphalt
P.O.Box 2229
Corona, CA 92878
951-736-7600
951-736-7646 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
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.
52
4. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, the following provisions:
a) General Liability and Automobile Liability Coverages
i. 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.
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
53
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
1. 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.
54
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.
L. PREVAILING WAGES This is a federally assisted construction contract and the higher of
State of California or Federal prevailing wages shall be paid to all workers employed on
this project. Federal and State of California labor standard provisions, including prevailing
wage requirements of the Davis -Bacon and Related Acts, shall be enforced. The current
Federal and State prevailing wage rates under which the work is to be done is attached to
the contract documents and is available at the Public Works Department, 3300 Newport
Boulevard, Newport Beach CA 92663. In the event of a conflict between the Federal
General Wage Decision as established by the United States Department of Labor
(available at www.access.gpo.gov/davisbacon/ca.htm1) and the State General Prevailing
Wage Determination as established by the California Department of Industrial Relations
(available at http://www.dir.ca.gov/DLSR/PWD/index.htm), the higher of the two will
prevail. Lower State wage rates for work classifications not specifically included in the
Federal wage decision are not acceptable. This includes "helper" (or other classifications
based on hours of experience) or any other classification not appearing in the Federal
wage decision.
IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day
and year first written above.
ATTEST: '
CITY CLERK
APPRO ED AS TO FORM:
ff
Aaron C. Harp
Assistant City Attorney
55
CITY O"EWPORTIB
A MurkDal Gorporatiilor
0
ALL AMERICAN ASPHALT
al
Tit
It
Print Name: v
ByG
(Financial fficer)
Title: P�ti1' I re(%�Sc�r2�
Print Name:
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 15, 2008 before me, Brenda L. Royster, Notary Public
Date Here Insert name and Tftle of the Officer
personally appeared Robert Bradley and Mark Luer
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) Ware 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
BRENDA pYSTER signature(s) on the instrument the person(s), or the entity upon behalf
Commission # 1 700922 of which the person(s) acted, executed the instrument.
Notary Public California =
Riverside County
I certify under PENALTY OF PERJURY under the laws of the State of
MyC rnm.Ex09sOct26,2010 California that the forgoing paragraph is true and correct.
WITNESS my Pand and official seal.
Signature
c-/,�L�
Place Notary Seal Above Signature of Notary Public
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Contract — City of Newport Beach
Document Date: May 15, 2008 Number of Pages: 6
Signer(s) Other Than Named Above: None
Capacity(ies) Claimed by Signer(s)
Signer's Name: Robert Bradley
❑ Individual
X Corporate Officer — Title(s): Vice President
❑ Partner— ❑ Limited ❑ General
❑ Attorney in Fact •
❑ Trustee Top of thumb here
❑ Other:
Signer's Name: Mark Luer
❑ Individual
X Corporate Officer — Title(s): Secretary
❑ Partner — ❑ Limited ❑ General RIGHT THUMBPRII\
❑ Attorney in Fact OF SIGNER
❑ Trustee Top of thumb here
❑ Other:
Signer is Representing: I I Signer is Representing:
Local Assistance Procedures Manual EXHIBIT 12-E
PS&E Checklist Instructions Attachment A
SECTION 14. FEDERAL REQUIREMENTS FOR FEDERAL -AID CONSTRUCTION PROJECTS.
GENERAL.—The work herein proposed will be financed in
whole or in part with Federal funds, and therefore a6 of the
statutes, rules and regulations promulgated by the Federal Gov-
emment and applicable to work financed in whole or in part with
Federal funds will apply to such work. The "Required Contract
Provisions, Federal -Aid Construction Contracts, "Fort FHWA
1273, are included in this Section 14. Whenervar in said required
contract provisions refemaces are made to "SHA contracting
officer;' "SHA resident engineer," or "authorized representative of
the SHA;' such references shall be construed to mean "Engineer"
as defined in Section 1-1.18 of the Standard Specifications.
PERFORMANCE OF PREVIOUS CONTRACT.—In ad-
dition to the provisions in Section 11, "Nondiscrimination," and
Section VII, Subletting or Assigning the Contract," of the re-
quired contract provisions, the Contractor shall comply with the
following:
The bidder shall execute the CERTIFICATION WITH RE-
GARD TO THE PERFORMANCE OF PREVIOUS CON-
TRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL
OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED
REPORTS located in the proposal. No request for subletting or
assigning soy portion of the contract in ==a of $10,000 will
be considered under the provisions of Section VII of the
required contract provisions unless such request is accompanied
by the CERTIFICATION refaced to above, executed by the
imposed subcontractor.
NON -COLLUSION PROVISION.—The provisions in this
section are applicable to all contracts except contracts for Federal
Aid Secondary projects.
Title 23, United States Coda Section 112, requires as a condi-
tion precedent to approval by the Federal Highway Adrainisttator
of the contract for this work that each bidder file a sworn statement
executed by, or on behalf oC the person, firm, association, or
corporation to whom such contract is to be awarded, certifying that
such person, firm, association, or corporation has not, either
directly or indirectly, entered into any agremnem, participated in
any collusion, or otherwise taken any action in restraint of free
competitive bidding in connection with the submitted bid. A form
to matte the non -collusion affidavit statement required by Section
112 as a certification underpenalty of perjury rather than as a
sworn statement as permitted by 28, USC, Sec. 1746, is included
in the proposal.
PARTICIPATION BY DISADVANTAGED BUSINESS EN-
TERPRISES IN SUBCONTRACTING.—Part 26, Title 49,
Code of Federal Regulations applies to this Federal -aid project.
Pertinent sections of said Code are incorporated in part or in its
entirety within other sections of these special provisions.
Schedule B—Information for Determining Joint Venture Eli-
gibility
FRA
(This form need not be filled in if all joint venture firsts are
DBE owned.)
1. Name of joint venture
2. Address of joint venture
3. Phone number of joint venture
4. Identify the firms which comprise the joint venture. (The
DBE partner must complete Schedule A.)
a. Describe the role of the DBE firm in the joint venture.
b. Describe very briefly the experience and business
qualifications of each non -DBE joint venture.
5. Nature of the joint venture's business
6. Provide a copy of the joint venture agreement.
7. What is the claimed percentage of DBE ownership? _
8. Ownership of joint venture: ('this need not be filled in if
described in the joint venture agreement, provided by question
6.).
Raiud 3-95
W47-95
Page 12-65
LPP 01-04 March 15, 2001
E)OMrf 12-E Local Assistance Procedures Manual
Attachment A PS&E Checklist Instructions
a. Profit and loss sharing......................................................................................................
b. Capme ital contributions, including equipment. Naof Firm Name of Firm
C. Other applicable ownership interests.
.................................................................................................1111
9. Control of and participation in this contract. Identity by Signature Signature
name, race, sex, and "firm" those individuals (and their titles)
who are �e for day -today managnnem and policy ...................... ....11„.1.1.
decision including, but not limited to, those with Name ..................................Name.................
primeresponsrbr' for:
a. Financial decisions
b. Management decisions, such as:
1. Estimating
2. Marketing and sales
3. Hiring mud firing of management personnel _
4. Purchasing of major items or supplies
a Supervision of field operations
Note.—If, atter tiling this Schedule B and before the comple-
tion of the joint venture's work on the contract covered by this
tion, time is any significant change in the information
su 'tted, the joint venture must inform the Iprantee, either di-
rectly or through the prime contraaor if the form venture is a
subcontractor.
Affidavit
'"Ihe undersigned swear that the foregoing statements are cor-
rect and includes all material information necessary to identity
and explain the terra and operation o£our joint venture and the
intended participation by each joint venturer in the undertaking.
Further, the undersigned covenant and agree to provide to
grantee current, complete and accurate information regarding ac-
tual joint venture work and the payment therefor and any pro-
posed changes in any of the joint venture arrangements and to
permit the audit and examination of the books, records and files
of the joint venture, or those of each joint venturer relevant to
the joint venture, by authorized representatives of the grantee or
the Federal funding agency. Any material misrepresentation
will be grounds for terminating any contract which may be
awarded and for initiating action under Federal or State laws
concerning false statements."
Revio d 3-95
0&-07-95
FR -2
Title Title
Date Date
Date
Stare of
County of
On this _ day of . 19 before me
appeared (Name) to mne personally
(mown, who, being duly sworn, did execute the foregoing affi-
davit, and did state that be or sbe was properly authorized by
(Name of fin) to execute the
affidavit and did so as his or her free act and deed.
Notary Public
Commission expires
[Seal]
Date
State of
County of
On this _ day of 19 before me
appeared (Name) to me personally known,
who, being duly sworn, did execute the foregoing affidavit, and
did state that he or she was properly authorized by (Name of
thin) to execute the affidavit
and did so as his or her free act and deed.
Notary Public
Commission expires
[Seal]
Page 12-66
March 15, 2001 LPP 01-04
0
Local Assistance Procedures Manna] EXHIBIT 12-E
PS&E Checklist Instructions Attachment B
REQUIRED CONTRACT PROVISIONS
FEDERAT ,AHI CONSTRUCTION CONTRACTS
(Exclusive of Appalachian Contracts) .
Page
I.
General.......................................................................
3
II.
Nondiscrimination.....................................................
3
Ill.
Nonsegregated Facilities ............................................
5
IV.
Payment of Predetermined Minimum Wage ..............
6
V.
Statements and Payrolls .............................................
8
VI.
Record of Materials, Supplies, and Labor ..................
9
VII.
Subletting or Assigning the Contract .........................
9
V111.
Safety: Accident Prevention ......................................
10
IX.
False Statements Concerning Highway Project..........
10
X.
Implementation of Clean Air Aa and Federal Water
Pollution Control Act ..................................................
10
XI.
Certification Regarding Debarment, Suspension,
Ineligibility, and Voluntary Exclusion ......................
I l
XII.
Certification Regarding Use of Contract Funds for
Lobbying....................................................................
12
ATTACHMENTS
A. Employment Preference for Appalachian Contracts (included
in Appalachian contracts only)
GENERAL
1. These contract provisions shall apply to all work perforated
on the contract by the contractor's own organization and with the
assistance of workers under the contractor's immediate
superintendence and to all work performed on the contract by
piecework, station work, or by subcontract.
2. Except as otherwise provided for in each section, the con-
tractor shalt inset in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further re-
quire their inclusion in any lower tier subcontract or purchase
order that may in tam be made. The Required Contract Provisions
shall not be incorporated by reference in any case. The prime
contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with these Required
Contract Provisions.
3. A breach of any of the stipulations contained in these Re-
quired Contract Provisions shall be sufficient grounds for temni-
nation of the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in
29 CPR 5.12:
Section I, paragraph 2;
Section IV, ps 1, 2, 3, 4, and 7;
Section V, pamgrap I and 2a through 2g.
S. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of
this clause include disputes between the connector (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractor's employees or their representatives.
FR -3
6. Selection of Labor: During the performance of this contract,
the contractor shall not:
a. discriminate against labor from my other Stai e, possession,
or territory of the United States (except for employment
pmference for Appalachian contracts, when applicable, as
specified in Attachment A), or
b. employ convict labor for any purpose within the limits of
the project unless it is labor performed by convicts who are on
parole, supervised release, or probation.
II. NONDISCRIhIINATION
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set froth under
laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1630, and 41 CPR 60) and orders of the Seractary of
Labor as modified by the provisions prescribed herein, and im-
posed pursuant to 23 U.S.0 140 stall constitute the EEO and
specific affirmative action standards for the contractor's projoct
activities under this contract. The Equal Opportunity Construction
Contract Specifications set forth under 41 CFR 60.4.3 and the
{4provisions of the American Disabilities Act of 1990
2 U.S.C. 12101 er aeq.J set forth under 28 I;FR 35 and
29 CFR 1630 are incorporated by reference in this contract. In the
execution of this contract, the contractor agrees to comply with the
following uhinimum specific requirement activities of EEO:
a. The contractor will work with the State highway agency
(SHA) and the Federal Government in carrying out EEO obli.
gations and in their review of his/her activities miler the con-
tract.
b. The contractor will accept as his operating policy the
following statement
h is the policy of this Company to assure that applicants are
employed; and that employees are treated during employment.
without regard to their race, religion, ser; color, national origin,
age or disability. Such action shall include: employment,
upgrading, demotion, or transfer; recruitment or recruitment ad-
vertising; layoff or temdnaiion; rates of pay or other farms of
compensation; and selection for training, including apprentice-
ship, pregWrenticenhip, and/or on-the-job training."
2. EEO Officer. The contractor will designate and make
known to the SHA contracting officers an EEO Officer who will
have the responsibility fbr and must be capable of effectively
Page 12-67
LPP 01-04 Match 15, 2001
EXHIBIT 12-E Local Assistance Procedures Manual
Attachment B PS&E Checklist Instructions
administering and promoting an active contractor program of EEO
and who must be assigned adequate authority and responsibility to
do an.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and discharge
emp
o recommend
or who are
substantially invoor lved in such action, will be trade fully cognizant
of and will implement, the contractor's EEO policy and
contractual responsibilities to provide EEO in each grade and
classification of aWloynmt. To ensure that the above agreement
will be met, the following actions will be taken as a minimum:
a Periodic settings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be re-
viewed and explained. The meetings will be conducted by the
EEO Officer.
b. AE new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty
days following their reporting for dutywith the contractor.
c. All personnel who are engaged in direct rcoruitment for the
project will be instmtetad by the EEO Officer in the oonlractar's
procedures far fowling and hiring minority group employes.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to im-
plement such policy will be brought to the attention of em-
ployees by means of meetings, employee handbooks, or other
appropriate means,
4. Recruitment: When advertising for employees, the
contractor will include in all advertisement; for employees the
notation: "An Equal Opportunity Employer." All sucb adver-
tisements will be placed in publications having a large circulation
among minority groups in the area frmn which the project work
force would normally be derived.
a The contractor will, unless precluded by a valid bargain ug
agreement, Conduct systematic and direct recruitrnatt tbrougtt
public and private employee referral sources likely to yield
qualified minority group applicants. To meet this requirematy
the contractor will identify sources of potential minority group
employees, and establish with such identified sources
procedures whereby minority group applicants may be referred
to the contractor for employment consideration.
b. In the event the contractor has a valid bTr ing agreement
providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's Compliance with EEO contract
provisions. (The DOL has held that where implementation of
such agreements have the effect of discriminating against
minorities or worms, or obligates the contractor to do the same,
such implementation violates Executive Order lt246, as
amended)
o. The contractor will encourage his present employees to
Pam 1273—Revind 3-95
09-07-95
Tram 1273—Revved 3-95
0&-07-95
refer minority group applicants for employment. Information
and procedures with regaril to referring minority group
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff and termination, shall be
taken without regard to race, color, religion, sox, national origin,
age or disability. The following procedures shall be followed:
FR4
a The contractor will Conduct periodic inspections of project
sites to ensure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
personnel.
b. The Contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence
of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discximination may extend beyond the actions reviewed, such
Corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in Connection with
his obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a
reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persona Upon
completion of each inve"ation, the contractor will inform
every complainant of all of his avenues of appeal.
6. Training and Promotion:
a. The contractor will mist in locating, qualifying and
increasing the skills of minority group and women employees,
and applicants for employment.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e.,
apprenticeship, and oa-thc job training programs for the go-
ographical area of Contract perfotmanca Where feasible, 25
percent of apprentices or trainces in each occupation shall be in
their first year of apprenticeship or training. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the special
provision.
c. The Contractor will advise employees and applicants for
employment of available training programs and entrance re-
quirements for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees
and will encourage eligible employees to apply for such training
and promotion.
Page 12-68
March 15, 2001 LPP 01-04
Local Assistance Procedures Manual EXHMICT 12-E
PS&E Checklist Instructions Attachment B
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use hisrher
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions,
and to effect re£enals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures
set forth below:
a The contractor will use best efforts to develop, in coop-
eration with the unions, joint training programs aimed toward
qualifying more minority group members and women for
membership in the unions and increasing the skills of minority
group employees and women so that they may qualify for higher
Paying employment
b.'Ibe contractor will use best efforts to incorporate an EEO
clause into each union agreement to the end that such union will
be contractually bound to refer applicants without regard to their
race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain infnnnation as to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union ref nes to famish such information
to the contractor, the contractor shall so certify to the SHA and
shall set forth what efforts have been made to obtain such
intern ation.
d. In the event the union is unable to provide the contractor
with a reasonable flow of minority and women referrals within
the time limit set forth in the collective bargainingagr t,
the contractor will, through independent recruitment efforets�f ll
the employment vacancies without repazd to race, color,
religion, sex, national origin, age or dusabift, making full
efforts to obtain qualified and/or qualifiable minority group
persons and women. (The DOL has held did it shall be no
excuse that the union with which the contractor has a collective
bargaining agreement providing for exclusive referral failed to
refer minority employees.) In le event the union referral prac-
tice prevents the contractor from meeting the obligations
pursuant to Executive Order 11746, as amended, and these
special provisions, such contractor shall immediately notify the
& Selection of Subcontractors, Procurement of hfateriah and
Leasing of RIpment: The contractor shall not discriminate on
the grounl's of race, color, religion, sex, national origin, age or
di��(itlityn the selection and retention of subcontractors,
including procurement of materials and leases of equipment -
a. The contractor shall notify all potential subcontractors and
suppliers of hisrher EM obligations under this contract
b. Disadvantaged business enterprises (DBI), as defined in 49
CFR 26, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant
to this contract. The contractor will use his best efforts to solicit
bids from and to utilize DBE subcontractors or subcontractors
with meaningful rmnority group amt female representation
among then employees. Cantrecdors shall obtain lists of DBE
construction firms from SHA personnel.
C. The connector will use his best efforts to ensure subcon-
ttactor compliance with their EEO obligations.
9. Retards and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by au-
thorized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1)The number of minority and non -minority group
members and women employed in each work classification on
the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment op-
portunities for minorities and women;
(3) The progress and efforts being made in locating, hiring,
Wig. qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being trade in securing the
services of DBE subcontractors or subcontractors with
meaningful minority and female representation among their
employees.
In. The contractors will submit an annual report to the SHA
each July for the duration of tbe project, indicating the number
of minority, women, and non -minority group employees
currently engaged in each work classification requited by the
contract work. This information is to be reported on Form
FHWA-1391. If on-the-job training is being required by special
provision, the contractor will be required to collect and report
training data.
III NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supplyp
agreement or purchase order, as appropriate, the bidder, Federel-
aid conahuction contractor, subcontractor, material supplier, or
vendor, as a certifies that the firm does not maintain
or provide orfFp � ort p�loyees any segregated facilities at any of
its establishments, and that the inn does not permit its
employees to perform their services at any location, under its
comm /, where se fhalities are maintained. The firm
agrees that a breach of'tbis certification is a violation of the EEO
Provisions of this contract The firm further certifies that no
employee will be denied access to adequate facilities on the
basis of sex or disability.
b. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restmoms and
washrooms, restaurants and other eating areas, time clocks,
locker rooms, and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees
which are segregated by explicit directive, or are, in fact, seg-
regated on the basis of raec, color, religion, national origin, aaggee
or disability, because of habit, local custony or otherwise. the
only exception will be for the disabled when the demands for
accessibility override (e.g. disabled parking).
Pram 1273 —Revised 345
08-745
Page 12-69
LPP 01-04 March 15, 2001
EXHIBIT 12-E tical Assistance Procedures Manual
Attachment B PS&E Checklist Instructions
e. The contractor agrees that it has obtained or will obtain
identical certifitafion from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will
retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED M WIMffM
WAGE
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
1. General:
a All mechanics and laborers employed or working upon the
she of the work will be paid uncondui'onally and not less often
than once a week and without subsequent deduction or rebate on
any account [except such payroll deductions as are permitted by
regulations (29 CFR 3)] issued by the Secretary of Labor under
the Copeland Act (40 U.S.C. 276c) the full amounts of wages
and bona fide fringe benefits (or cash equivalents thereof) due at
time of payment The payment shall be computed at wage rates
not less than time contained in the wage determination of the
Secretary of Labor (hereinafter "the wage determination") which
is attached hereto and made a part hereof, reguodlew of any
contractual relationship which may be alleged to exist between
the contractor or its subcontractors and such laborers and
mechanics. The wage determination (including any additional
classifications and wage rates conformed ander paragraph 2 of
this Section IV and the DOL poster (WH -1321) or Form
FHWA-1495) shall be posted at all times by the contractor and
its subcontractors at the site of the work in a prominent and
accessible place where it can be easily seen by the worked. For
the purpose of this Section, contributions made or costs
reasonably anticipated for been fide fringe benefits under
Section l(b)(2) of the Davis -Bacon Act (40 U.S.C. 276x) on
behalf of laborers or mechanics ams considered wages pad to
such laborers or mechanics, subject to the provisions of Section
IV,paragraph 3b, hereof. Also, for the purpose of this Section,
regulaz 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 weedy period,
are downed to be constructively made or immured during such
weekly Period. Such labored and mechanics shall be paid the
appropriate wage rate and fringe benefna on the wage deter -
mutation for the classification of work actually performed,
without regard to skill, except as provided in paragraphs 4 and 5
of this Section IV.
b. Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each
classification for the time actually worked therein, provided, that
the employer's payroll records accurately set forth the time spent
in each classification in which work is performed.
c, All rulings and interpretations of the Davis -Bacon Act and
related acts contained in 29 CFR 1, 3, and 5 are herein
incorporated by reference in this contract.
Fera, 1273 —Revised 3-95
0"7-95
FR -6
2. Classification:
a. The SAA contracting offices shall require that any class of
laborers or mechanics employed under the contract, which is not
listed in the wage determination, shall be classified in
conformance with the wage determination.
b. The contracting officer shall approve an additional
classification, wage rate and fringe benefits only when rhe
following criteria have been met:
(1) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the
wage determination;
(2) the additional classification is utilized in the area by the
construction industry;
(3) the proposed wage mate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
rea
Prevails in the ain which the work is performed.
c. If the contractor or subcontractors, as appropriate, the
laborers and mechanics (if known) to be employed in the adds.
tionad classification or their representatives, and the contracting
Officer agree on the classification and wage rate (including the
amount designated for fringe benefits where appropriate), a
report of the action taken shall be sent by the contracting officer
to the DOL, Administrator of the Wage and Hour Division,
Employment Standards Administration, Washington, D.C.
20210. The Wage and Hour Administrator, or an authorized
representative, will approve, modify, or disapprove every
additional classification action within 30 days of receipt and so
advise the contracting officer or will notify the contacting
officer within the 30 -day period that additional time is
necessary.
d.In the event the contractor or subcontractors, as appro.
priate, the laborers or mechanics to be employed in the addi.
tional classification or their representatives, and the couhading
Officer do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits, where
appy pne ), the contracting officer shall refer the questions,
includnigrethe views of all interested parties and the
rccm=ndation of the contracting officer, to the Wage and
Hour Administrator for determination. Said Administrator, or
an authorized representative, will issue a determination within
30 days of receipt and so advise the contacting officer or will
notify the contracting officer within the 30 -day period that
additional time is necessary
e. The wage rate (including fringe benefits where appmpriste)
determined pudmant top h 2c or 2d of this Section IV
shall be paid to all works s pe forming wok in the additional
classification from the first day on which'work is performed in
the classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the con.
tract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor
or subcontractors, as appropriate, shall either pay the benefit
Page 12-70
March 15, 2001 LPP 01-04
• •
Local Assistance Procedures Manual EXIHBIT 12-B
PS&E Checklist Instructions Attachment B
as stated in the wage determination or shall pay another bona
fide fringe benefit or an hourly can equivalent thereof
b. If the contractor or subcontractor, as appropriate, does not
make payments to a trustee or other third person, he/she may
consider as a part of the wages of say laborer or mechanic the
amount of any costs reasonably anticipated in providing bona
fide fringe benefits under a plan or program, provided, that the
Secretary of labor has found, upon the written request of the
contractor, that the applicable standards of the Davis -Bacon Act
have been met. The Secretary of Labor may require the
contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL) and
Helpers:
a. Apprentices:
(1) 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 DOI.,
Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a State apprenticeship
agency recognized by the Bureau, or if a person is employed
in Mather first 90 days of probationary employment as an
apprentice in such an apprenticeship program, who is not
individually registered in the provarr, but who has been
certified by the Bureau of Apprenticeship and Training or a
State apprenticeship agency (where appropriate) to be eligible
for probationary employment as an apprentice.
(2) The allowable ratio of apprentices to journeyman -level
employees on the job site in any craft classification shall not
be greater than the ratio permitted to the contractor as to the
entire work force under the registered program Any
employee listed on a payroll at an apprentice wage rate, who
hs not registered or othery .so employed as stated above, shall
be paid not less than the applicable wage rate listed in the
wage detetohination for the classification of work actually
performed. In addition, any apprentice performing work on
the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable
wage rate on the wage determination for the work actually
performed. Where a contractor or subcontractor is
performing construction on a project in a locality other than
that in which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman -level
hourly rate) specified in the contractor's or subcoutracmr's
registered program shall be observed.
(3) Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level
of progress expressed as a percentage of the joumeyman-
level hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in
accordance with the previsions of the apprenticeship program
If We apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. if the Administrator for the Wage and Hour
Division determines that a different pracAce prevails for the
applicable apprentice classification, fringes shall be paid in
accordance with that determination.
FR -7
(4) In the event the Bureau of Apprenticeship and Training,
or a State apprenticeship agency recognized by the Bureau,
withdraws approval of anapprenticeship program, the
contractor or subcontractor will no longer be permitted to
utilize apprentices at less than the applicable predetermined
rate for the comparable work performed by regular employees
until an acceptable program is approved.
b. Trainees:
(1) Except as provided in 29 CAR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the
work peH'ormed unless they are employed pursuant to and
ividu ly registered in a program which has received prior
approval, evidenced by fornmal certification by the DOL,
Employment and Training Administration.
(2) The ratio of trainees to journeyman .level employees on
the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration.
Any employee listed on the payroll at a trainee rate who is not
registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not
less than the applicable wage rate on the wage determination
for the classification of work actually performed. In addition,
any trainee performingg work on the job site in excess of the
ratio permitted order We registered program shall be paid not
less than the applicable wage rate on the wage determination
for the work actually performed.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for hisrher level of
protress, expressed as a percentage of the joumeyman-level
hourly rate specified in the applicable wage determination.
Trainees shall be paid fringe benefits in accordance with the
provisions of the traince program: If the trainee pmgarn does
not mention fringe benefits, trainees shall be ppaid the full
amount of fringe benefits fisted on the wage dttemrination
unless the Administrator of the Wage and Hour Division
determines that there fs an apprenticeship program associated
with the corresponding journeyman -level wage rote on the
wage determi uxtion which provides for less tlten full fringe
benefds for apprentices, in which case such trainees shall ro-
ceive the same fringe benefits as apprentices
(4) In the event the Employment and Training Admhiis-
nation withdraws approval of a training program, the con-
tractor or subcontractor will no longer be permitted to utilize
trainees at less then the applicable predetermined rate for the
work performed until an acceptable program is approved
C. Helpers:
Helpers will be permitted to work on a IV,
if the helper
classification is specified and defined on the applicable wage
determination or is rpmved pursuant to the conformance
procedure set forth in Section 1V.2. Any worker listed on a
payroll at a helper wage rate, who is not a heerr under an
approved definition, shall be paid not cess than it applicable
wage rete on the wage determination for the classification of
work actually perf rtmed.
Ito m 1277—Reviad JAS
M -07A5
Page 12-71
LPP 01-04 March 15, 2001
EXMIT 12-E Local Assistance Procedures Manual
Attachment B PS&E Checklist Instructions
S. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and skill
training program which have been certified by the Secretary of
Transportation as promoting EEO in connection with Federal -aid
higms hway construction program are not subject to the requirements
ofParagraph 4 of this Section FV. The straight time hourly wage
rates for apprentices and trainees under such programs will be
established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by
the tams of the particular program
6. Withholding:
The SHA shall upon its own action or upon written request of an
authorized representative of the DOL withhold, or cause to be
withheld, from the contractor or subcontractor under this contract
or any other Federal contract with the same prime contractor, or
any other federally -assisted contract subject to Davis -Bacon
prevailing wage requirements which is held by the same prime
contractor, as much of the accrued payments or advances as may
be considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or
any subcontractor the full amount of wages required by the
contract. In the event of failure to pay any laborer or meehanrc,
including any apprentice, trainee, or helper, employed or working
on the site of the work, all or part of the wages required by the
contract, the SHA contracting officer may, after written notice to
the contractor, take such action as may be necessary to cause the
Suspansioa of any further payment, advance, or guarantee of funds
until such of
have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of tho
contract work which may require or involve the employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall
require or pertmt any laborer, mechanic, watchman, or guard in
army workweek fn which he/she is employed on such work, to work
in axe= of 40 hours in such workweek unless such laborer,
mcchmilc, watchman, or guard receives compensation at a rate not
less than one-and-oneo-half'times his/her basic rate of pay for all
hours worked in excess of 40 hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the event
of any violation of the clause set forth inamgaph 7 above, die
contractor and any subcontractor responsible thereof shall be liable
to the affected employee for his/her unpaid wages. In addition,
such contractor and subcontractor shall be liable to the United
States (in the case of work done under contract for the District of
Columbia or a territory, to such District or to such territory) for
liquidated damages. Such liquidated damages shall be computed
with respect to each individual laborer, mechanic, watchman, or
guard employed in violation of the clause set forth in p It 7,
in the sum of S 10 for each calendar day on which such Joyce
was required or permitted to work in excess of the stawork
week of 40 boors without payment of the overtinre wages required
by the clause set forth in paragraph 7.
Form 1273—herbed 3.95
0&07-95
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request of
any authorized representative of the DOL withhold, or cause to be
withheld, from any 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 contractor, or any other
federally -assisted contract subject to the Contract Work Hours and
Safety Standards Act, which is held by the same prime contractor,
such sums as may be determined to be necessary to satisfy my
liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph
8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or morel colh:etors, which are
exempt.)
1. CompOance with Copeland Regulations (29 CM 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
2- Payrolls and Payroll Records:
FR -8
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of.3 years from
the dare of completion of the contract for all laborers,
mechanics, apprentices, trainees, watchmen, helpers, and guards
working at the site of the work.
b. The payroll records shall contain the name, social security
number, anddaddress of each such employee; his or her correct
classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona We fringe benefits or
cash equivalent thereof the types described in Section 1(b)(2)(B)
of the Davis Bacon Act); daily and weekly number of hhours
worked; deductions made; and actual wages paid. In addition,
for Appalachian contracts, the payroll records shall contain a
notation indicating whether the employee does, or does not,
normally reside in the labor area as defined in Attachment A,
paragraph t. Whenever the Secretary of Labor, pursuant to See-
tion
eation IV, paragraph 3b, has found that the wages of any laborer
or mechanic include the amount of any costs reasonably
anticipated in pmvidm'tgg benefits under a plan or program
described in Section I b( )(2)(B) of the Davis Bacon Act, the
contractor and each subcontractor shall maintain retards which
show that the oomrmtment to provide such benefits is
enforceable, that the plan or program is thnancially responsible,
that the plan or program has been communicated in writing to
the laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing benefits.
Contractors or subcontractors employing apprentices or trainees
under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage
rates prescribed in the applicable programs.
Page 12-72
March 15, 2001 UP 01-04
Local Assistance Procedures Manual V HIBIT 12-E
PS&E Checldist Instructions Attachment B
c. Each contractor and subcontractor shall furnish, each week
in which any contract work is performed, to the SHA resident
engineer a payroll of wages paid each of its employees
(including apprentices, trainees, and helpers, described in
Section TV, paragraphs 4 and 5, and watchmen and
gaged on work during the preceding weekly payor I
Mic payroll submitted shall set out accurately and completely all
of the inforrcmtion required to be maintained under paragraph 2b
of this Section V. 11ds information may be submitted in any
form desired. Optional Form WH -347 is available for this
purpose and may be purchased from the Superintendent of
Documents (Federal stock number 029-005-0014-1), U.S.
Government Printing Office, Washington, D.C. 20401 The
prime contractor is responsible for the submission of copies of
payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or sub-
contractor or his/her agent the
who pays or supervises the pa
of the persons employed under the contract and shall catttyy
following:
(1)that the payroll for the payroll period contains the
information required to be maintained under paragraph 2b of
this Section V and that such information is cornet and
complete;
(2) that such laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned,
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from
the full wages earned, other than permissible deductions as set
forth in the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash
equivalent for die classification of worked performed, as
specified in the applicable wage determination incorporated
into the contract.
e. The weekly submission of s properly executed certification
set forth on the reverse side of Optionall Form WH -347 shall
satisfy the requirement for submission of the "Statement of
Compliance' required by paragraph 24 of this Section V.
f. The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under IS
U.S.C. 1001 and 31 U.S.C. 231.
he contractor or subcontractor shall make the records ro-
under paraffaph 2b of this Section V available for in -
of the SHA, the FHWA, or the DOL, and shall perrdt such
representatives to interview employees during working hours on
the job. If the contractor orsubcontractor fails to submit the to-
quired records or to nuke them available, the SHA, the FHWA,
due DOL, or all may, after written notice to the contractor,
sponsor, applicant, or owner, take such actions as tray be neo-
essary 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
my be grounds for debarment action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND
LABOR
1. On all Federal -aid contracts on the National Highway System,
except those which provide solely for the installation of protective
devices at railroad grade crossings, those which are constructed on
a force account or direct labor basis, highway beautification
contracts, and contracts for which the total final construction cost
for roadway and bridge is less than $1,000,000 (23 CFR 635) the
contractor sball:
a Become familiar with the list of specific materials and
supplies contained in Form FHWA-47, "Statement of Materials
and labor Used by Contractor of Highway Construction
Involving Federal Funds," prior to the commencement of work
under this contract
b. Maintain a record of the total cost of all materials and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA-47, and in the units shown on Form FHWA47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA47 together with the data
required in paragraph Ib relative to materials and supplies, a
final labor summary of all contract work indicating the mal
hours worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the conhact) of the total
original contract price, excluding any specialty items designated by
the State. Specialty items my be performed by subcontract and
the amount of any such specialty items perfa b may be deducted
from the totaloriginal contract pprice before computing the amount
of work required to be performed by the contractor's own
organization (23 CRR 635).
ru-IS1
a "Its own organi2ation" shall be construed to include only
workers employed and paid by the prime contractor and
equipment owned or rented by prime contractor, with or
without operators. Such term does not include employees or
equipment of a subcontractor, assignee, or agent of the prime
contractor.
b. "Specialty Iterms' shall be consumed to be limited to work
that requires highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid on the contract as a
whole and in general are to be limited to minor components of
the overall contact_
Form 1273—Reviaxl 3-95
ow -9s
Page 12-73
LPP 01-04 March 15, 2001
EXIttBrr 12-E Local Asslstance Procedures Manual
Attachment B PS&E Checklist Instructions
2. The contract amount upon which the requirements set forth in
paragraph t of Section VU is computed includes the cost of
material and manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. The contractor shall famish (a) a competent superintendent or
supervisor who is employed by the firm, has full authority to direct
performance of the work in accordance with the contract
requheroents. and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organisational resources (supervision, management, and
engineering services) as the SHA contracting officer determines is
necessary to assure the perf mirame of the contract.
4. No portion of the contract shall be sublet, asci�ted or
otherwise disposed of except with the written consent of dhe SHA
contracting officer, or authorized representative, and such consent
when given shall not be construed to relieve the contractor of arty
responsibility for the falfillmern of the contact. Written consent
will be given only after the SHA has assured tint each subcontract
is evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall
comply with all applicable Federal, Slate, and local laws governing
safety, health, and sanitation (23 CFR 635). The contractor sball
provide all safeguards, safety devices and protective equipment
and take any other needed actions, as it detemdnes, or as the SHA
contracting officer ma detemrihue, to be reasonably necessary to
protect rte life and
health of employees on the job and the sadly of
the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shell be made a con-
dition of each subcontract, which the contractor enters into pur-
suant to this contract, that the contractor and soy subcontractor
shall not permit any employee, in perfic ance of the contract, to
work in surroundings or under conditions which are unsanitary,
hazardous cr dangerous to his/her health or safety, as determined
under construction safety and health standards (29 CFA 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act (40
U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contact
that the Secretary of Labor or authorized representative thereof;
shall have right of entry to any site of contact performance to
inspect or investigate the mater of compliance with the
construction safety and health standards and to carry out the duties
of the Secretary under Section 107 of the Contract Work Hours
and Safety Standards Act (40 U.S.C. 333).
L1f, FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
In order to assure high quality and durable construction in
confomuty witb approved plans and specifications and a blit
degree of reliabilityon stetenmects and representations made 5y
engineers, contractors, suppliers, and workers on Federal -aid
highway pro. cts
e, it is essential that all persons concerned with the
project perform thew functions as carefully, thoroughly, and
honestly as possible. Willfhl falsification, distortion, or oris•
representation with respect to any fhar related to the project is a
violation of Federal law. To prevent say misunderstanding re -
From 1273—Revised 3A5
06-07.95
girding the seriousness of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON
FEDERAL -AD] HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever being an ajlleen agent, or employee a the United
States, or any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, fake represenicalm, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantify or quality of the work performed or to be performed, or
the cost thereof in connection with the submission of plans, raps,
s eecifcattons, contracts, or cons of construction on any highway
or related project submitted for approval to the Secretary of
Transporfarion; or
Whoever knowingly makes any false statement, false repre-
sentadon, false report or fake claim with respect to the character,
oJriy quantity, or cost of any work parformed or to be pen
rmed or materials furnished or to be furnished, in connection
with the construction of any highway or related project approved
by the Secretary of 7Yanaportafion, or
Whoever knowingly makes any false statement or false repre-
sentation as to material fact in any statement, colt !Cate, or report
submitted pursuant w provisions of the Federa -aid Roads Act
approved July 1, 1916, (39 Stat. 355), as amended and sup-
plamented:
Shall hafted not more that $10,000 or imprisoned not more
Than 5 years or both."
X, IMPLEMENTATION OF CLEAN AIR ACT AND
FEDERAL WATER POLLUTION CONTROL ACT
(Applicable to all Fedenhl-aid construction cantracts and to all
rebated saicontracfs of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as aPp the bidder, Federal -aid construction
contractor, or su y as appropriate, will be deemed to
have stipulated as follows:
L That any facility that is or will be utilized in the performance
of this contract, unless such contract is exempt under the Clean Air
Act, as amended (42 U.S.C. 1857 of seq., as amended by Pub. L
91-604), and under the Federal WeW Pollution Control Act, as
amended (33 U.S.C. 1251 et seq., as amended by Pub. L 92-500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (BPA) Lit of Violating
Facilities pursuant to 40 CFR 15.20,
2. Teat the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Am Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the fan shall promptly notify the SHA of the roccipt of
any communication from the Director, Office of Federal Activities,
EPA, indicating that a facility that is or will be utilized
FR -10
Page 12-74
March 15, 2001 L:PP 01-04
• •
Local Assistance Procedures Manual EXHIBIT 12-E
PS&E Checklist Instructions Attachment B
for the contract is under consideration to be listed on the EPA List
of Violating Facilities,
4. That the firm agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X in every
nonexempt subcontract, and further agrees to take such action as
the government may direct as a means of enforcing such re-
quirements.
XL CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
1. Instructions for Certification - Primary Covered
Transactions -
(Applicable to all Federal -aid contracts - 49 CPR 29)
a. By signing and submitting this proposal, the prospective
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of whyit cannot provide the certification set out
below. The certiication or explanation will be considered in
connection with the departmi t or agency's determination
whether to enter into this transaction. However, failure of the
prospective primary participant to famish a certification or an
explanation shall disqualify such a person from participation in
tbrs transaction.
c. The certification in this clause is a material representation
of factn which reliance was placed when the department or
agency detemrined to enter into this transaction. If it is later
determined that the prospective primary particippant know m,g{
rendered an erroneous certification, in addittn to other
remedies available to the Federal Government, the depar anent
or agency may terminate this transaction for cause of default.
d. The prospective primary participant shall provide im-
mediate written notice to the department or agency to whom this
proposal is submitted if any time the prospective primary
pariickpad learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e. The terms "covered tmassc ion," "debarred," "suspended,"
"ineligible," "lower tier covered transaction," "pa deipsoV,
"person," "primary covered transaction," "principal," 'proposal;'
and "voluntarily excluded," as used in this clause, have the
meanings sur out in the Definitions and Coverage sections of
roles implementing Executive Order 12549. You may contact
the department or agency to which thishs submitted for
assistance in obtaining a copy of those re
f The prospective printery participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended
declared ineligible, or voluntarily excluded from participation in
this covered transaction, unless authorized by the department or
agency entering into this transection.
FR -11
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Enlusion-Lower Tier Covera! Transaction,"
provided by the department or agency entering into this covered
transaction, without modification, in all lower tier covered
transactions and in all solicitation for lower tier covered
transactions.
ILA participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant may
decide the method and frequency by which it determines the el-
igibility of its principals. Each participant may, but is not
required to, check the nmupme rement portion of the "Lists of
Panes Excluded From Federal Procurement or Nouprocurement
Program" (Nonprecurement list) which is compiled by the
General Services Administration.
i. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The
knowler and information of participant is not required to
exceed that which is normally possessed by a prudent person in
the ordinary course ofbusiness dealings.
j. Except for transactions authorized under paragraph f of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person wbo is suspended, debarred, ineligible, or voluntarily
excltded from
participation in this transaction, in addition to
other remedies available to the Federal Government, the de-
pertinent
o-pertinent or agency may terminate this transaction for cause or
default.
xw"<•
Certification Regarding Debarment,
Suspension, Ineligibility and Voluntary
Exclasion—Primary Covered Transactions
1. The prospective primary participant certifies to tea best of
its knowledge and belicC that it and its principals:
a Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transectimms by any Federal department or agency;
b. Have not within a 3 -year period preceding this
proposal
been convicted of or had a civil judgment rendered against
them for cotmnissin of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or
perfarming a public (Federal, State or local) transaction or
contract under a public transaction; violation of Federal or
State antitrust spates or commission of embezzlement, theft,
�f�ng,false bribstatements o reeceiving n or � papery. ction of records,
c. Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or
local) with cominissiot of any of the offenses enumerated in
paragraph 1 b of this certification; and
Fain 1273— nenhW 3.95
08-07.95
Page 12-75
LPP 01-04 March 15, 2001
• •
ENBMT 12-E Local Assistance Procedures Manual
Attachment B PS&E Checklist Instructions
d. Have not within a 3 -year period preceding this ap-
plieation/proposal had one or Moro public transactions
(Federal, State or local) terminated for cause or default.
2. Where the prospective primary participant is unable to
certify to any of the statements in this certification, such
prospective patticipant shall attach an explanation to this
proposal.
+rRRt
2. instructions for Certification - Lower Tier Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submittin , this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of tact upon which reliance was placed when this transaction
was entered into. If it is later determined that the prospective
lower tis participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department or agency with which this
transaction originated may pursue available remedies, including
suspension and/or debarment.
e The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lows tier participant
learns that its certification was erroneous by reason of changed
circumstances.
d. The terms "covered transaction," "debarred," "suspended,"
"ineligible," «primary covered transaction," "participant,"
*person," "principal " "proposal," and "voluntarily excluded," as
used in this clause, Imre the meanings set out in the Definitions
and Coverage sections of rules implementing Executive Order
12549. You may contact the person to which tris proposal is
submitted for assistance in obtaining a copy ofthose regulations.
e. The prospective lows tier participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred, suspended,
declared ineligible, or voluntarily excluded from participation in
this covered transaction, unless antltoriad by the department or
agency with which this transaction originated.
f The prospective lows tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Reitarding Debarment, Suspension, Ineligibility
and Voluntary LL��xclusion-Lower Tier Covered Transaction,'
without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions.
S. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier coveted
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant may
decide the method and frequency by which it determines the el-
igibility of its principals. Each participant may, but is act
Fmm 1273 —R.viW 5-95
08-07-95
required to, check the Nonprocurattent List.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to tends in
goad faith the certification required by this clause. The
knowledge and information of participant is not required o
exceed that which is nominally possessed by a prudent person in
the ordinary course of business dealings.
L Except for transactions authorized under paragraph a of
these instructions, if a ns
participant in a covered traaction
Imowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Govemment, the de-
partment or agency with which this transaction originated may
pursue available remedies, including suspension and/or
debarment.
RflRf
Certificadaa R��eg�'�d�ing Debarment,
Su moa, Inemgtamty and Voluntary
Exclasion-Lower Tier Covered Transactions
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment,declared ineligible, or voluntarily excluded from participation
in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this
proposal.
.RRRR
7IIL CERTIFICATION REGARDING USE OF
CONTRACT FUNDS FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to all
related subcontracts which exceed $100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the beat of his or her knowledge
and belied that:
a No Federal appropriated funds have been paid or will be paid,
by or on behalf of the undersigned, to any person for influcace''ag
or attempting o influence an officer or employee of any Foderal
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 contraci, the making of any
Federal grant, the noticing of any Federal loan, the entering into of
any cooperative agreement, and the extension, continuation,
renewal, arnendmeny or modification of any Federal contract,
grant, loan, or cooperative agreetnent
b. if any foods other than Federal appropriated funds have been
paid or will be paid to any person for influencing or ahemptiag to
influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or an employed
of a Member of Congress in connection with this Federal contact,
FR -12
Page 12-76
March 15, 2001 LPP 01-04
Local Assistance Procedures Manual EXHIBIT 12-E
PS&E Checklist Instructions Attachment 19
grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL, "Disclosure Form to
Report Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or en-
tered into. Submission of this certification is a Prerequisite for
making or entering into this transaction imposed by 31 U.S.C.
1352. Any person who fails to file the required certification shall
be subject to a civil penalty of not less than %10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting his or
her bid or proposal that he or she shall require that the language of
this certification be included in all lower tier subcontracts, which
exceed $100,000 and that all such recipients shall certify and
disclose accordingly.
FEDERAL -AID FEMALE AND MINORITY GOALS
'Required Contract Provisions Federal -aid Constn
CUn1mC&' the following are the goals for female utilization
Goal for Women
(applies nationwide)..............(percent) ........ 6.9
The following are goals for minority utilization:
CALIFORNIA ECONOMIC AREA
174 Redding, CA
Non -SMSA Counties .............
CA Lassen; CA Modoc;
CA Plumas; CA Shasta;
CA Sisldyou; CA Tehama-
175
ehama
175 Eureka, CA:
Non -SMSA Counties .........................
CA Del Norte; CA Humboldt;
CA Trinity.
176 San Francisco -Oakland -San Jose, CA:
SMSA Counties:
7120 Salinas Seaside -
Monterey, CA. ... .......................................
CA Monterey.
7360 San Francisco -Oakland, CA .................
CA Alameda; CA Contra Costa;
CA Marin; CA San Francisco;
CA San Mateo.
7400 San Jose, CA.................................... ....
CA Santa Clam.
7485 Santa Cruz, CA ....................................
CA Santa Cruz.
7500 Santo Rosa, CA ....................................
CA Sonoma
8720 Vallejo -Fairfield -Napa, CA ................
CA Napa; CA Solano
Non -SMSA Counties ........................................
CA Lake; CA Mendocino;
CA San Benito.
Goal
(Percent)
SMSA Counties:
6920 Sacramento, CA ................................... 16.1
CA Placer; CA Sacramento;
CA Yolo.
Non -SMSA Counties . ........ ........
CA Butte; CA Cohnsa;
CA EI Dorado; CA Glenn;
CA Nevada; CA Sierra;
CA Sutter, CA Yuba-
178
uba
178 Stockton -Modesto, CA:
FR -13
14.3
12.3
24.3
19.8
19.1
26.1
23.6
11.9
28.3
21.5
Forn11273—RevivA 3.95
as -o7.95
Page 12-77
LPP 01-04 March 15, 2001
SMSA Counties:
6.8
5170 Modesto, CA .......................................
CA Stanishus.
8120 Stockton, CA .......................................
CA San Joaquin.
Non -SMSA Counties ........................................
CA Alpine; CA Amador,
6.6
CA Calaveras; CA Mariposa;
CA Merced; CA Tuolumne.
179 Fresno -Bakersfield, CA.-
A:SMSA
SMSACounties:
0680 Bakersfield, CA.- ................................
CA Ken.
28.9
2840 Fresno, CA ..........................................
CA Fresno.
25-6
Non -SMSA Counties ........................................
CA Kings; CA Madera;
CA Tulare.
19.6
180 Las Angeles, CA
SMSA Counties:
14.9
0360 Anaheim -Santa Ana -Garden
9.1
Grove, CA . ...................... ..........................
CA Orange.
17.1
4480 Los Angeles -Long
Beach, CA ................................................
CA Los Angeles.
6000 Oxnard -Simi Valley -
23.2
Ventura, CA ..............................................
CA Ventura
FR -13
14.3
12.3
24.3
19.8
19.1
26.1
23.6
11.9
28.3
21.5
Forn11273—RevivA 3.95
as -o7.95
Page 12-77
LPP 01-04 March 15, 2001
i •
EXHIBIT 12-E Local Assistance Procedures Manual
Attachment 11 PS&E Checklist Instructions
6780 Riversido-San Bernardino -
Ontario, CA .............................................. 19.0
CA Riverside;
CA San Bernardino.
7480 Santa Barbara -Santa Maria -
Lompoc, CA ............................................. 19.7
CA Santa Barbare.
Non -SMSA Counties ........................................ 24.6
CA Inyo; CA Mono;
CA San Luis Obispo.
181 San Diego, CA
SMSA Counties
7320 San Diego, CA .................................... 16.9
CA San Diego.
Non -SMSA Counties ........................................ 18.2
CA Imperial.
In addition to the reporting requirements set forth elsewhere in this contract the Contractor and subcontractors holding subccntrscts, not
including material suppliers, of $ 10,000 or rnurc, shall submit for every month of July during which work is performed, employrnent data
as contained under Form FRWA PR -1391 (Appendix C to 23 CFR, Part 230), and in accordance with the instructions included thereon.
Fumy 1273 —R*V W 3.95
08.07.95
FR -14
Page 12-78
March 15, 2001 LPP 01-04
0 i
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
EXECUTED IN FOUR (4) PARTS
BOND NO. 089 03 514
1 ' = s
The premium Charges on this Bond is 3 2,591.00
being at the rate of b 4. 25 thousand of the Contract price.
WHEREAS, the City Council of the City of Newport Beach, Stade of Catitomla, by motion
adopted, awarded to Ali American Asphah, hereinafter designated as the'Principal", a contract for
construction of BIRCH STREET PAVEMENT REHABILITATION FROM BRISTOL STREET
NORTH TO MACARTHUR BOULEVARD, Contract No. 3792, 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 19e8ch, all of which are
Incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute Contract No. 3792 and the
terms thereof require the furnishing of a Bond for the faithful performance of the Contract;
NOW, THEREFORE, we, the Principal, and FIDELITY AND DEPOSIT COMPANY
OF MARYLAND . 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 Six Hundred Nine Thousand, Six Hundred Nine and 00/'190 Dollars
($009,009.00) lawful money of the United States of America, said sum being equal to 100% of the
estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and
assigns; for which payment well and truly to be made, we bind oursehoes, 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 Principars
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.
58
As a part of the obligation secured hereby, and in addition to the face amount specified in
this Performance Bond, there shell 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 that 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 weive notice of any such change, extension of time, alterations or additions of
the Con)ract 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 duty executed by the Principal and
Surety above named, on the 13th day of MAY , 2008.
All American Asphalt (Principal)
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
Name of Surety
801 NO. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
SURETY: 818-409-2800
AGENT: 714-935-1112
Telephone
OWEN M. BROWN, ATTORNEY-IN-FACT
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
59
9 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 15, 2008 before me, Brenda L. Royster, Notate Public
Date Here Insert name ane The of the Of(cer
personally appeared Robert Bradley
Name(WVMgn8r(4r--
BRENDA L. ROYSTER
Commission # 1700922
-n Notary Public - California
Riverside County
MyC0mrn.6Vhes Oct26, 2010
Place Notary Seal Above
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(s) is/6w& subscribed to the within instrument
and acknowledged to me that he/6heM%y executed the same in
his/h WJwic authorized capacity(ies), and that by his/hefAheir
signature(s) on the instrument the person(&), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my hat4 and official seal.
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document Faithful Performance Bond — City of Newport Beach
Document Date: May 13, 2008 Number of Pages: 3
Signer(s) Other Than Named Above: Owen M. Brown, Attorney -In -Fact
Capacity(!es) Claimed by Signer(s)
Signer's Name: Robert Bradley
o Individual
X Corporate Officer— Title(&): Vice President
o Partner— o Limited o General
o Attorney in Fact
o Trustee Top of thumb here
o Other:
Signer is Representing:
Signer's Name:
o Individual
o Corporate Officer —
❑ Partner — o Limit
oAttorney in Fa
o Trustee
o Other:
Sigler is Representing:
Top of thumb here
•
swe of Casfomia
c4lim of ORANGE
on 5-13-08 bakm Are. BARBARA J. BENDER, ROTARY PUBLIC
am
P OWE N M. BROWN
BARBARA'J. BENDER
Commimlon # 1494946
"s Notary Public - California
Orange County
MY Comm. Expires Jul 13, 2008
PbW N*XySodAbM
r I v ter.; r_ r •�a' .• � c �• :... , . . :. :..
-Y will -i 01
r%
Thaughillieftrmadmil i■rl■notmgdmdbyttallRmaypt.. -.mWEepersmm andmdbm■nmd
a ndaorddpmvw*fi■udobRrammWandn edrnaiFaftlYalmnbmmOivolDVmmFIL
Mb orT pe of Dor mmit PERFORMANCE BOND NO. 089 03 514
Doammrd Dalm 5-13-08PA■rlber of TWQ • (Z)
0girmr(s) OdwTheo Marred Above: ALL AtlWrrM ASWU
Cmpaft(bs) Ckrned by Signer(s
■ a r r. ■ r, .;II.
rep of u.•nb here
nb
07e0IlYw.IIWgN■.pian•BffieD1SabMo.PaB�81�•Ql.bhf?181>11801�'w�MyoeNtmRVY Irm iWm n.oi00r.C7fl0/AMl-0ODd/8•!?]
c.
•
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
EXECUTED IN FOUR (4) PARTS
*A ill Z• F71 M.
BOND NO. 089 03 514
WHEREAS, the City Council of the City of Newport Beach, State of California, by motion
adopted, has awarded to All American Asphalt, hereinafter designated as the 'Principal," a
contract for construction of BIRCH STREET PAVEMENT REHABILITATION FROM BRISTOL
STREET NORTH TO MACARTHUR BOULEVARD, Contact No. 3792, 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. 3792 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,
FIDELITY AND DEPOSIT COMPANY OF MARYLAND duly authorized to transact
business under the laws of the State of California, as Surety, (referred to herein as "Suretll') are
held firmly bound unto the City of Newport Beach, in the sum of Six Hundred Nine Thousand,
Six Hundred Nine and =100 Dollars (560909.00) lawful money of the United States of
America, said sum being equal to 100% of the estimated amount payable by the City of Newport
Beach under the terms of the Contract; for which payment well and truly to be made, we bind
ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Prindpars
subcontractors, fall 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 urger 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 some, 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 32.50 of the Civil Code of the State of California.
M
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 terns of the Contract or to the work to be performed
themuoder 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, No Instrument has been duly executed by the above named
Principal and Surety, on the3} th day of MAY , 2008.
All American Asphalt (Principal)
FIDELITY AND DEPOSIT COMPANY
OF MARYLAND
Name of Surety
801 N0. BRAND BLVD
GLENDALE, CA. 91203
Address of Surety
SURETY: 818-409-2800
AGENT: 714-935-1112
Telephone
QWEN X. BRQWNa ATTQANEYrSN�FACT
Print Mame and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED
0 0
CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT
State of California
County of Riverside
On May 15, 2008 before me, Brenda L Rooster. Notary Public
Date Here Insert name and THIe of the Officer
personally appeared Robert Bradley_
Name(tr}ef Sjgner(er
Mato'"
e"eal
BRENDA L. ROYSTER
Commission a 1700922
-� Notary Public - California
Riverside County '
WComm.BVe50ct26,2010 +
Place Nelary seal Above
who proved to me on the basis of satisfactory evidence to be the
person(s) whose name(&) istace subscribed to the within instrument
and acknowledged to me that he/she" executed the same in
hislher4heir authorized capacity(4es), and that by his/herkheir
signature(s) on the instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of
California that the forgoing paragraph is true and correct.
WITNESS my held and official
OPTIONAL
Though the information below is not required by law, it may prove valuable to person relying on the document
and could prevent fraudulent removal and reattachment of this forth to another document.
Description of Attached Document
Title or Type of Document Labor and Materials Payment Bond — City of Newport Beach
Document Date: May 13 2008 Number of Pages:
Signer(s) Other Than Named Above: Owen M Brown Attorney -In -Fact
Capacity(ies) Claimed by Signer(e)
Signer's Name: Robert Bradley
o Individual
X Corporate Officer—Title(s): Vice President
o Partner— c Limited o General
o Attorney in Fact
o Trustee
o Other:
Tap of thumb here
Signer's Name:
o Individual
o Corporate Officer—
o Partner— o Limited
o Attorney inFact'
o Trustee 7
o Other: /
Signer is Representing: I I Sjdner is Representing:
Top of thwob here
cauwn41A ALL411IMPAMM ACKNOw AMIGNE r
=t:�.Rr��,jrx�.^�.^.�^` u::Hc�.;r*�-.�r�cAe. .^�s�'r..=^�^.�.�._,_,v�[,:�s`.--�:•�^�r-. r.�:w�crr-.'R�.:�xcx.^.�.
State of Cali(mrda
On 5-13-08 before ni% BARBARA J. BENDER, NOTARY PUBLIC
o.r
personally appeared OWEN M. BROWN
BARBARA J. BENDER
Commission # 1494946
Notary Pubib - California
-i0orange county -
My Comm. ExpUes Jul 13, 2008
�( A BARBARAJ. BENDER
Commission # 1494946
Not®yPr/JBc-Cal(oaria
Categy �
Corm. brpins•Jri 13, 2oDBp
piety mysIdAb .
who proved to me on the basis of satisfactory evidence to
be't o pefsortW whose name(s) iafm subscribed to the
within instrument and acknaNedged to me that
heMOW vowled to Sams In hiaillodk air aulhorued
capacky(ka), and that by hieUdW soxittfno) on the
inafrtanerrt Bre person(44, or the entity upon behalf of
which the person(!) ailed, eliewled the kwhirrierd.
OPTKML
rhmoarsftanaaonbelow isnot mgrirsdbyAMitnxVpwWjakmWtopwwrrerafy Van arsdaowW#
and oosldpm xiodwoloamienit-
TWear-ppeofDocurnert
TWe ar-p pe of D PAYMENT BOND NO. 089 03 514
Document Date: 5-13-08 1 NunrberofPages: TWO. (Z)
Signers) 0OW T M Nerved Abri: ALL AMICAN e4 B a
CaPedl9(fss) Ciairrted by (s)
mets blame: OWN M. BROWN
❑ bdtvidifei
❑ Corporateodker—Thaws
❑ Parbrer—❑ Lirded ❑ General
Mktforney in Fact
❑ 7111stee, Top aex.mhem
❑ Guardian or Conservator
❑ 0"r-
Signer is aepresentiry
EMMITY AND 111p5IT
CAMPANY OF MARYLAND
Signets tJarrre:
❑ UblvkkW
❑ Corporate o8ioar—TBIe(s):
,Si; —❑ LimitBd ❑ Genesi .
❑ Att ney In Fact
❑ itustes top m e..w hem
❑ Guardian or Conservator
0
Signer Is Representing
osooirrmmeirmr�seoarm•e•sooe6alolq�..PRaacala¢•LTMblurl,ca9i9ts2+ae-wr78�leN1�1}ae asn� R�oltlerwWM9aaiaooa7amx�
• 0
Power of Attorney
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a
corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary,
in pursuance of authority granted by Article Vl, Section 2, of the By -Laws of said Company, are set forth on the
reverse side hereof and are hereby certified to be in full force and effect on the date by nominate, constitute
and appoint Owen M. BROWN, of Anaheim, California, its true and o act, to make, execute,
seal and deliver, for, and on its behalf as surety, and as its act hld al takings, and the
execution of such bonds or undertakings in pursuan on said Company, as fully and
amply, to all intents and purposes, as if xe t ged by the regularly elected officers of
the Company at its office in Ba ' rB eur s power of attorney revokes that issued on
behalf of Owen M. BROMN a marvdTn
The said Assistant 6bi
Section 2, of the By-Im WITNESS V
affixed the Corporate
December, A.D. 2004.
ATTEST:
hat the extract set forth on the reverse side hereof is a true copy of Article VI,
and is now in force.
PrOF, the said Vice -President and Assistant Secretary have hereunto subscribed their names and
Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of
State of Maryland 1 ss.
City of Baltimore f .
FIDELITY AND DEPOSIT COMPANY OF MARYLAND
Eric D. Barnes Assistant Secretary
By:
William J. Mills Vice President
On this 27th day of December, A.D. 2004, before the subscriber, a Notary Public of the State of Maryland, duly
commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers
described in and who executed the preceding instnunent, and they each acknowledged the execution of the same, and being
by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid,
and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of
the said Corporation.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above
written.
\\111i111I1+,�
C C
9"
I��I/illllll\11`�
Maria D. Adamski Notary Public
My Commission Expires: July 8, 2011
POA -F 012-4160
•
EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND
"Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice -President, or any of the Senior
Vice -Presidents or Vice -Presidents specially authorized so to do by the Board of Directors or by the Executive Committee,
shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident
Vice -Presidents, Assistant Vice -Presidents and Attomeys-in-Fact as the business of the Company may require, or to
authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations,
policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in
the nature of mortgages,...and to affix the seal of the Company thereto."
CERTIFICATE
I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify
that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that
the Vice -President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized
by the Board of Directors to appoint any Attomey-in-Fact as provided in Article VI, Section 2, of the By -Laws of the
FIDELITY AND DEPOSIT COMPANY OF MARYLAND.
This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the
Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on
the 10th day of May, 1990.
RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically
reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or
hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and
binding upon the Company with the same force and effect as though manually affixed."
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,
this 13th day of MAY , 2008
Assistant Secretary
Fax #:
CERTIFICATE OF INSURANCE
CHECKLIST
City of Newport Beach
This checklist is comprised of requirements as outlined by the City of Newport Beach.
Date Received: May 14, 2008 Dept./Contact Received From: Shauna Oyler
Date Completed: May 14, 2008 Sent to: Shauna Oyler By: Tara Hemmingsen
Company/Person required to have certificate: All American Asphalt
II.
GENERAL LIABILITY
A. INSURANCE COMPANY: Arch Specialty Insurance Co.
B. AM BEST RATING (A VII or greater) A+ XV
C. ADMITTED Company (Must be California Admitted):
Is Company admitted in California?
N Yes ❑ No
D. LIMITS (Must be $t M or greater): What is limit provided?
$2 Mil agg / $1 Mil occ
E. PRODUCTS AND COMPLETED OPERATIONS (Must
N Yes ❑ No
include): Is it included?
F. ADDITIONAL INSURED WORDING TO INCLUDE (The
N Yes ❑ No
City its officers, officials, employees and volunteers):
Is it included?
G. PRIMARY & NON-CONTRIBUTORY WORDING (Must be
® Yes ❑ No
included): Is it included?
❑ No
H. CAUTION! (Confirm that loss or liability of the named
❑ Yes N No
insured is not limited solely by their negligence) Does
endorsement include `solely by negligence' wording?
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.
AUTOMOBILE LIABILITY
A. INSURANCE COMPANY: Hartford Fire Insurance Co.
B. AM BEST RATING (A: VII or greater) A+: XV
C. ADMITTED COMPANY (Must be California Admitted):
Is Company admitted in California? N Yes
❑ No
D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): $1 Mil
What is limits provided?
E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its N Yes
❑ No
officers, officials, employees and volunteers): Is it included?
F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste
Haulers only):
Is it included? NIA ❑ Yes
❑ No
G. NOTIFICATION OF CANCELLATION: Although there is a provision that requires
notification of cancellation by certified mail; per Lauren Farley, the City will accept the
endeavor wording.
0
111. WORKERS' COMPENSATION
A. INSURANCE COMPANY: Seabright Ins. Co.
B. AM BEST RATING (A: VII or greater):
C. LIMITS: Statutory
A -:IX
•
D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No
HAVE ALL ABOVE REQUIREMENTS BEEN MET?
IF NO, WHICH ITEMS NEED TO BE COMPLETED?
® Yes ❑ No
WCM OF NEWPORT BIM4
BUSINESS TAX CERTIFICATE
THIS TAX PAYMENT EXPIRES: 04/30/2009
SERVICE ADDRESS:
ALL AMERICAN ASPHALT
400 8 6TH ST
CORONA CA 92878 \ ;`.,
BUSINESS CATEGORY:
HIGHWAY & STREET CONSTRUCTION
ACCOUNTNUMBER: BT00007128
OWNER/PRINCIPAL NAME:
ALL AMERICAN ASPHALT
OWNERSHIP TYPE:
CORPORATION
TAX INCLUDES PAYMENT FOR:
1.00 EMPLOYEES
SELLERS PERMIT: NO SELLERS PZRMdk 'if DATE OF ISSUE: 05/02/1980
PRINT DATE: 04/30/2008
I,ti�iT�^
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
PROPOSAL
BIRCH STREET PAVEMENT REHABILITATION
FROM BRISTOL STREET NORTH TO MACARUTHUR BOULEVARD
STPL-5151 (022)
CONTRACT NO. 3792
To the Honorable City Council
City of Newport Beach
3300 Newport Boulevard
Newport Beach, California 92663
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read the
Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes
to furnish all materials except that material supplied by the City and shall perform all work required
to complete Contract No. 3792 in accord with the Plans and Special Provisions, and will take in full
payment therefore the following unit prices for the work, complete in place, to wit:
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
1. Lump Sum Mobilization
Ei b�aan 65k+
Wwh4u Iwo Dollars
-7 and
ero Cents $ lZRqZ 00
Per Lump Sum
2. Lump Sum Traffic Control
T�m'Ey 6gtd-`ftiousa� Four.
@16mr)rrdJ Two Dollars
7 and
Cents $ .d0
Per Lump Sum
3. 2 Each Advisory Signs
@ Eiut-J T %rt Dollars
and
Cents $ 5,21Z00 $ )ionto
Per Each Zero
PR2of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
4. Lump Sum Construction Surve ing
s,„ Q„ lkeuso_hd
@�m4jn& Dollars
and
2e� O Cents $ 7 04S 00
Per Lump Sum
5. 7 Each Remove Existing Tree
@ �ix &"1Wkykk Dollars
and
Z,y_0 Cents $ ,150 $ 7 ,iiO
Per Each
6. 7,500 S.F. Remove Existing PCC. Sidewalk
@ 1W 0 Dollars
and
Ut4U a��. —Cents $ a, r7y
Per Squa a Foot
7. 25 Each Remove Existing Pullbox/Water
Meter Box
@-V
uA4UDollars
�O and
Cents $ ,DD $ as6d
Per Each
8. 1,000 L.F. Remove and Reconstruct Existing
Curb and Gutter
@Tu>!Y �1 Dollars
7 and
rD Cents $r%a ,00 $rla 7
Per Lineal Foot
9. 12 Each Construct Sidewalk &cess Ramp
Two -[c,ow"dP
@ 01A � uxAyj Dollars
—7 and
¢!"o Cents $ D $ Z;Q
Per Each
PR3of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
10, 7,500 S.F. Construct 4" PCC Sidewalk
@ W O Dollars
and
el Ntt't,L Cents $ 2,95_ $ 75.E
Pe quare Foot
11. 1,500 S.F. Remove and Reconstruct Existing
PCC Drive Apron
@ Aha Dollars
and
Cents $ 9,9D $ IV d5o.0�
Per Squaile Foot
12. 800 S.F. Remove and Reconstruct Existing
PCC Cross Gutter
@ -TWLLv@, Dollars
and
(.4 a Cents $ /a. 757 $�a 0 D�
Per Squarb Foot
13. 710 S.F. Remove and Reconstruct Existing
PCC Drive Apron and Sidewalk per
Detail
@ Aa Dollars
and
Cents r74YE,
Per Squ a Foot
14. 71,700 S.F. Cold Mill/Grind Existing AC
Pavement per Detail
@ ``ze'ro Dollars
�WLLVL
—Cents $ (oD�l.a0
Per Square Foot
PR4of6
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
15. 800 S.F. Cold Mill/Grind Existing AC
Pavement (17)
@ [,7t-ro Dollars
and
I wljy . Cents $. rp $ 91a. OD
Per Square Foot ,
16. 8,250 S.F. Remove Existing Pavement
Section (6" Min)
@ 8f 11t- Dollars
and
Cents $ 3,50 $
Per Squire Foot
17. 475 Tons Construct 6" Full Depth AC
Pavement Section
@ Dollars
and
Cents $ $ 0
Per Ton
18. 3.500 Tons Construct 2" AHRM Overlay
@ Dollars
A and
$ 8S, SO $ 99 D.OD
Per Ton
19. 5 Each Install New Water Meter Box
to Grade -T&414 r
@ dna (i'wlf�rtd lU n Dollars
7 _ and
Cents $ la s o o $
Per Each
20. 20 Each Install New Pullbox
to Grade
@ bm4uh(Sr0O7Wt+� Dollars
�J and
C-P.►'i) Cents $DO $
Per Each
•
PR5of6
ITEM QUANTITY
AND UNIT
ITEM DESCRIPTION AND UNIT
PRICE WRITTEN IN WORDS
UNIT
PRICE
TOTAL
PRICE
21. 5 Each
Adjust Water Valve Covers to
Grade
@T"9,Md i Dollars
and
Cents
$ a? 0.00
$ I�pO
Per Each
22. 3 Each
Adjust Sewer/Storm Drain
Manholes toPra e
@ VA- Dollars
and
- Cents
$ 0
$
Per Each
23. Lump Sum Signing an-dd Striping
@lk
,SiJW ous I Dollars
and
Z_A r Cents $ JLDMA
Per Lump Sum
24. Lump Sum Remove and Replace Traffic
Signal Loop Detectors (Bristol
5trNort�T b /
@ Dollars
and
�P.rO Cents $ 9,Q10. dD�
Per Lump Sum
25. Lump Sum Remove and Replace Traffic
Signal Loop Detectors (Quail
Street),
six +�pu5
@1�iu�rtp� $�Xl Dollars
and
'Cents $
Lump Sum
• • i
ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL
AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE
26. Lump Sum Remove and Replace Traffic
Signal Loop Detectors (Dove
Street)
S,y!t ,,US0_V1 i seam
0WmAn4 %` h Dollars
and
Cents
Per Lump Sum
27. Lump Sum Remove and Replace Traffic
Signal Loop Detectors (MacArthur
Boulevard
Two o._air�
@ �-r_jDollars
and
7—y–o Cents
Per Lump Sum
28. Lump Sum As Built Plans
@r%vf & !MN Fi'LDollars
and
Cents
Per Lump Sum
$
$5149 -,Do
TOTAL PRICE INWRITTENWORDS (1 'I i,
l r Wia tr1Asud Six /1i drd Am Dollars
and _Cents
/4"C=�WT
Date
Bidder's Telephone arid Fax Numbers
ocotn3 A , C-1 a
Bidder's License No(s).
and Classification(s)
$ (�05; 1#09,60
Total Price (Figures)
1�J1 �lmeri�Ln A�ha.l-�
Bidder
Bid Aood Sijnatu
t<�Cyr 1Crs�
((FYYY
Qo-P)Dx aa -A a)rDnCA CA q aY tf
Bidder's Address
i
PUBLIC WORKS DEPARTMENT
INDEX
FOR
SPECIAL PROVISIONS
BIRCH STREET PAVEMENT REHABILITATION
BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
STPL-5151 (022)
CONTRACT NO. 3792
INTRODUCTION
PART 1 ---GENERAL PROVISIONS
SECTION 2
SCOPE AND CONTROL OF THE WORK 1
2-6
WORK TO BE DONE 1
2-9
SURVEYING 1
2-9.3
Survey Service 1
2-9.6
Survey Monuments 2
2-12
FEDERAL REQUIREMENTS 2
2-12.1
Award and Execution of Contact 2
2-12.2
Labor Nondiscrimination 3
2-12.3
Prevailing wage 4
2-12.4
Removal of Asbestos and Hazardous Substances 4
2-12.5
Subcontractor and DBE Records 5
2-12.6
DBE Certification Status 5
2-12.7
Performance of DBE Subcontractors and Suppliers 6
2-12.8
Subcontracting 6
2-12.9
Prompt Progress Payment to Subcontractors 6
2-12.10
Prompt Payment of Funds Withheld to Subcontractors 7
SECTION 3
CHANGES IN WORK 7
3-3
EXTRA WORK 7
3-3.2
Payment 7
3-3.2.3
Markup 7
SECTION 4
CONTROL OF MATERIALS 8
4-1
MATERIALS AND WORKMANSHIP 8
4-1.3
Inspection Requirements 8
4-1.3.4
Inspection and Testing 8
0
•
SECTION 5
UTILITIES
8
5-1
LOCATION
8
5-2
PROTECTION
8
5-7
ADJUSTMENTS TO GRADE
8
5-8
SALVAGED MATERIALS
9
SECTION 6
PROSECUTION, PROGRESS AND ACCEPTANCE
OF THE WORK
9
6-1
CONSTRUCTION SCHEDULE AND
COMMENCEMENT OF THE WORK
9
6-7
TIME OF COMPLETION
10
6-7.1
General
10
6-7.2
Working Days
10
6-7.4
Working Hours
11
6-9
LIQUIDATED DAMAGES
10
SECTION 7
RESPONSIBILITIES OF THE CONTRACTOR
10
7-7
COOPERATION AND COLLATERAL WORK
10
7-8
PROJECT SITE MAINTENANCE
11
7-8.5
Temporary Light, Power and Water
11
7-8.5.1
Steel Plates
11
7-8.6
Water Pollution Control
11
7-8.6.1
Best Management Practices and Monitoring Program
11
7-10
PUBLIC CONVENIENCE AND SAFETY
12
7-10.1
Traffic and Access
12
7-10.2
Storage of Equipment and Materials in Public Streets
12
7-10.3
Street Closures, Detours, Barricades
12
7-10.4
Public Safety
13
7-10.4.1
Safety Orders
13
7-10.5
"No Parking" Signs
14
7-10.7
Notice to Businesses
14
7-15
CONTRACTOR'S LICENSES
14
7-16
CONTRACTOR'S RECORDS/AS BUILT DRAWINGS
15
0 0.
SECTION 9
MEASUREMENT AND PAYMENT
15
9-3
PAYMENT
15
9-3.1
General
15
9-3.2
Partial and Final Payment
19
PART 2 ---CONSTRUCTION MATERIALS
SECTION 201
CONCRETE, MORTAR, AND RELATED MATERIALS
19
201-1
PORTLAND CEMENT CONCRETE
19
201-1.1.2
Concrete Specified by Class
19
201-2
REINFORCEMENT FOR CONCRETE
19
201-2.2.1
Reinforcing Steel
19
SECTION 214
PAVEMENT MARKERS
19
214-4
NONREFLECTIVE PAVEMENT MARKERS
19
214-5
REFLECTIVE PAVEMENT MARKERS
19
SECTION 215
ADVISORY SIGNS
20
215-1
General
20
PART 3 ---CONSTRUCTION METHODS
SECTION 300
EARTHWORK
20
300-1
CLEARING AND GRUBBING
20
300-1.3
Removal and Disposal of Materials
20
300-1.3.1
General
20
300-1.3.2
Requirements
20
300-1.5
Solid Waste Diversion
20
SECTION 302
ROADWAY SURFACING
21
302-5
ASPHALT CONCRETE PAVEMENT
21
302-5.1
General
21
302-5.4
Tack Coat
21
302-5
PORTLAND CEMENT CONCRETE PAVEMENT
21
302-6.6
Curing
21
9
1]
SECTION 303
CONCRETE AND MASONRY CONSTRUCTION
21
303-5
CONCRETE CURBS, WALKS, GUTTERS, CROSS
GUTTERS, ALLEY INTERSECTIONS, ACCESS
RAMPS AND DRIVEWAYS
21
303-5.1
Requirements
21
303-5.1.1
General
21
303-5.5
Finishing
22
303-5.5.1
General
22
303-5.5.2
Curb
22
303-5.5.4
Gutter
22
SECTION 307
STREET LIGHTING AND TRAFFIC SIGNALS
22
307-4
TRAFFIC SIGNAL CONSTRUCTION
22
307-4.9.3
Inductive Loops
22
SECTION 308
LANDSCAPE AND IRRIGATION INSTALLATION
22
308-1
GENERAL
22
SECTION 310
PAINTING
23
310-5
PAINTING VARIOUS SURFACES
23
310-5.6
Painting Traffic Striping, Pavement Markings, and Curb
Markings
23
310-5.6.5
Preparation of Existing Surface
23
310-5.6.7
Layout, Alignment and Spotting
23
310-5.6.8
Application of Paint
24
SECTION 312
PAVEMENT MARKER PLACEMENT AND REMOVAL
24
312-1
PLACEMENT
24
PART 4
SECTION 400 ALTERNATIVE ROCK PRODUCTS, ASPHALT
CONCRETE, PORTLAND CEMENT CONCRETE
AND UNTREATED BASE MATERIAL 25
400-2 UNTREATED BASE MATERIAL 25
400-2.1 General 25
400-2.1.1 Requirements 25
•
PART 6
SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND
PROCESSES 25
600-2
CRUMB RUBBER MODIFIED (CRM) BINDERS AND
PAVEMENTS — WET PROCESS
25
600-2.1
Asphalt -Rubber
25
600-2.1.1
General
25
600-2-6
Asphalt -Rubber Hot Mix Gap -Graded
25
600-2.6.3
Rolling
25
600-2.7
Asphalt -Rubber and Aggregate Membrane (ARAM)
Surfacing or Interlayer
25
Appendix A
Advisory Sign Detail
City of Newport Beach Std. -Il 81-L
f1userslpbvAsharedkontractslty 07-085birch street rehab o-3792lspecs index c-3792.doc
SP 1 OF 25
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
BIRCH STREET PAVEMENT REHABILITATION L,
FROM BRISTOL STREET NORTH TO MACARTHUR BOULEVARD
STPL-5151 (022)
CONTRACT NO. 3792
INTRODUCTION
L
All work necessary for the completion of this contract shall be done in accordance with
(1) these Special Provisions; (2) the Plans (Drawing No. R -5910-S; (3) the City's
Standard Special Provisions and Standard Drawings for Public Works Construction,
(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 1
GENERAL PROVISIONS
SECTION 2 ---SCOPE AND CONTROL OF THE WORK
2-6 WORK TO BE DONE Add to this section, "The work necessary for the completion
of this contract consists of removing and reconstructing roadway, driveway approaches,
curb access ramps, curb and gutter; placing full depth asphalt pavement replacement
section, cold milling existing asphalt pavement and placement of asphalt overlay; and
perform other appurtenant and 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 utilizelfollow the existing City survey records used for the project
design to provide all construction survey services that are required to construct the
SP2OF25
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.
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.
2-12 FEDERAL REQUIREMENTS
2-12.1 Award and Execution of Contract
The bidder's attention is directed to the provisions in Section 3, "Award and
Execution of Contract," of the Caltrans Standard Specifications and these special
provisions for the requirements and conditions concerning award and execution of
contract.
Bid protests are to be delivered to the following address:
3300 Newport Blvd.
Newport Beach, CA 92663
Public Works Department
The award of the contract, if it be awarded, will be to the lowest responsible bidder
whose proposal complies with all the requirements prescribed.
The contract shall be executed by the successful bidder and shall be returned,
together with the contract bonds, to the Agency so that it is received within 10 days,
not including Saturdays, Sundays and legal holidays, after the bidder has received
the contract for execution. Failure to do so shall be just cause for forfeiture of the
proposal guaranty. The executed contract documents shall be delivered to the
address listed above.
A "LOCAL AGENCY BIDDER - DBE INFORMATION" form will be included in the
contract documents to be executed by the successful bidder. The purpose of the
form is to collect data required under 49 CFR 26. Even if no DBE participation will
be reported, the successful bidder must execute and return the form.
0 r
SP3O1`25
The successful bidder's "LOCAL AGENCY BIDDER - DBE INFORMATION" form
should include the names, addresses and phone numbers of DBE firms that will
participate, with a complete description of work or supplies to be provided by each, and
the dollar value of each DBE transaction. When 100 percent of a contract item of work
is not to be performed or furnished by a DBE, a description of the exact portion of that
work to be performed or furnished by that DBE should be included in the DBE
information, including the planned location of that work. A successful bidder certified as
a DBE should describe the work it has committed to performing with its own forces as
well as any other work that it has committed to be performed by DBE subcontractors,
suppliers and trucking companies.
The successful bidder is encouraged to provide written confirmation from each DBE
that the DBE is participating in the contract. A copy of a DBE's quote will serve as
written confirmation that the DBE is participating in the contract. If a DBE is
participating as a joint venture partner, the successful bidder is encouraged to submit a
copy of the joint venture agreement.
The "LOCAL AGENCY'S BIDDER - DBE INFORMATION" form should be completed
and returned to the Agency by the successful bidder with the executed contract and
contract bonds.
A "Payee Data Record" form will be included in the contract documents to be executed
by the successful bidder. The purpose of the form is to facilitate the collection of
taxpayer identification data. The form shall be completed and returned to the Agency
by the successful bidder with the executed contract and contract bonds. For the
purposes of the form, payee shall be deemed to mean the successful bidder. The form
is not to be completed for subcontractors or suppliers. Failure to complete and return
the "Payee Data Record" form to the Agency as provided herein will result in the
retention of 31 percent of payments due the contractor and penalties of up to $20,000.
This retention of payments for failure to complete the "Payee Data Record" form is in
addition to any other retention of payments due the Contractor.
2-12.2 Labor Nondiscrimination
Attention is directed to the following Notice that is required by Chapter 5 of Division
4 of Title 2, California Code of Regulations.
NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM
(GOV. CODE, SECTION 12990)
Your attention is called to the "Nondiscrimination Clause", set forth in Section 7-
1.01A(4), "Labor Discrimination," of the Caltrans Standard Specifications, which is
applicable to all nonexempt state contracts and subcontracts, and to the "Standard
California Nondiscrimination Construction Contract Specifications' set forth therein.
The Specifications are applicable to all nonexempt state construction contracts and
subcontracts of $5,000 or more.
SP4OF25
2-12.3 Prevailing Wage
This is a federally assisted construction contract and the higher of State of California or
Federal prevailing wages must be paid to all workers employed on this project. Federal and
State of California labor standard provisions, including prevailing wage requirements of the
Davis -Bacon and Related Acts, will be enforced. The current Federal and State prevailing
wage rates under which the work is to be done is attached hereto and is available at the Public
Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663. Updates to the
general prevailing wage rates are available at web sites set forth in this section and shall be
reviewed by the Contractor prior to submitting a bid for this work. In the event of a conflict
between the Federal General Wage Decision as established by the United States Department
of Labor (available at www.access.gpo.gov/davisbacon/ca.html) and the State General
Prevailing Wage Determination as established by the California Department of Industrial
Relations (available at hfto://www.dir.ca.gov/DLSR/PWD/index.htm ), the higher of the two will
prevail. Lower State wage rates for work classifications not specifically included in the Federal
wage decision are not acceptable. This includes "helper" (or other classifications based on
hours of experience) or any other classification not appearing in the Federal wage decision.
Please note that pursuant to applicable provisions of the Labor Code of the State of California
and the Davis -Bacon Act, not less than the general prevailing rate of per diem wages including
legal holidays, and overtime work for each craft or type of worker needed to execute the work
contemplated under this agreement, shall be paid to all workers employed on the work to be
done according to this contract by the Contractor or any Subcontractor, and shall be deemed
to include employer payments for health and welfare, pension, vacation and similar purposes.
The Contractor shall be required to post at the job site the prevailing per diem wages.
2-12.4 Removal of Asbestos and Hazardous Substances
When the presence of asbestos or hazardous substances are not shown on the
plans or indicated in the specifications and the Contractor encounters materials
which the Contractor reasonably believes to be asbestos or a hazardous substance
as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or
hazardous substance has not been rendered harmless, the Contractor may continue
work in unaffected areas reasonably believed to be safe. The Contractor shall
immediately cease work in the affected area and report the condition to the
Engineer in writing.
In conformance with Section 25914.1 of the Health and Safety Code, removal of
asbestos or hazardous substances including exploratory work to identify and
determine the extent of the asbestos or hazardous substance will be performed by
separate contract.
If delay of work in the area delays the current controlling operation, the delay will be
considered a right of way delay and the Contractor will be compensated for the
delay in conformance with the provisions in Section 8-1.09, 'Right of Way Delays,"
of the Caltrans Standard Specifications.
SP5OF25
2-12.5 Subcontractor and DBE Records
The Contractor shall maintain records showing the name and business address of
each first-tier subcontractor. The records shall also show the name and business
address of every DBE subcontractor, DBE vendor of materials and DBE trucking
company, regardless of tier. The records shall show the date of payment and the
total dollar figure paid to all of these firms. DBE prime contractors shall also show
the date of work performed by their own forces along with the corresponding dollar
value of the work.
Upon completion of the contract, a summary of these records shall be prepared on
"Final Report -Utilization of Disadvantaged Business Enterprises (DBE), First Tier
Subcontractors" Form CEM -2402(F) and certified correct by the Contractor or the
Contractor's authorized representative, and shall be furnished to the Engineer. The
form shall be furnished to the Engineer within 90 days from the date of contract
acceptance. . The amount of $10,000 will be withheld from payment until a
satisfactory form is submitted.
Prior to the fifteenth of each month, the Contractor shall submit documentation to
the Engineer showing the amount paid to DBE trucking companies. The Contractor
shall also obtain and submit documentation to the Engineer showing the amount
paid by DBE trucking companies to all firms, including owner -operators, for the
leasing of trucks. If the DBE leases trucks from a non -DBE, the Contactor may
count only the fee or commission the DBE receives as a result of the lease
arrangement.
The Contractor shall also obtain and submit documentation to the Engineer showing
the truck number, owner's name, California Highway Patrol CA number, and if
applicable, the DBE certification number of the owner of the truck for all trucks used
during that month. This documentation shall be submitted on "Monthly DBE
Trucking Verification" Form CEM -2404(F).
2-12.6 DBE Certification Status
If a DBE subcontractor is decertified during the life of the project, the decertified
subcontractor shall notify the Contractor in writing with the date of decertification. If
a subcontractor becomes a certified DBE during the life of the project, the
subcontractor shall notify the Contractor in writing with the date of certification. The
Contractor shall furnish the written documentation to the Engineer.
Upon completion of the contract, "Disadvantaged Business Enterprises (DBE)
Certification Status Change" Form CEM -2403(F) indicating the DBEs' existing
certification status shall be signed and certified correct by the Contractor. The
certified form shall be furnished to the Engineer within 90 days from the date of
contract acceptance.
i 0
SP6OF25
2-12.7 Performance of DBE Subcontractors and Suppliers
The subcontractors listed by the Contractor in conformance with Section 2-1.054,
"Required Listing of Proposed Subcontractors," of the Caltrans Standard
Specifications, shall perform the work and supply the materials for which they are
listed, unless the Contractor has received prior written authorization to perform the
work with other forces or to obtain the materials from other sources.
The Contractor should notify the Engineer in writing of any changes to its anticipated
DBE participation. This notice should be provided prior to the commencement of
that portion of the work.
2-12.8 Subcontracting
Attention is directed to the provisions in Section 8-1.01, "Subcontracting," of the
Caltrans Standard Specifications and these special provisions.
The provisions in the third paragraph of Section 8-1.01, "Subcontracting," of the
Caltrans Standard Specifications, that the Contractor shall perform with the
Contractor's own organization contract work amounting to not less than 50 percent
of the original contract price, is not changed by the Federal Aid requirement
specified under 'Required Contract Provisions Federal -Aid Construction Contracts"
in Section 14 of these special provisions that the Contractor perform not less than
30 percent of the original contract work with the Contractor's own organization.
Each subcontract and any lower tier subcontract that may in turn be made shall
include the 'Required Contract Provisions Federal -Aid Construction Contracts" in
Section 14 of these special provisions. Noncompliance shall be corrected.
Payment for subcontracted work involved will be withheld from progress payments
due, or to become due, until correction is made. Failure to comply may result in
termination of the contract.
Pursuant to the provisions in Section 1777.1 of the Labor Code, the Labor
Commissioner publishes and distributes a list of contractors ineligible to perform
work as a subcontractor on a public works project. This list of debarred contractors
is available from the Department of Industrial Relations web site at:
htti):/Iwww.dir.ca.gov/DLSE/Debar.htmI
2-12.9 Prompt Progress Payment to Subcontractors
A prime contractor or subcontractor shall pay any subcontractor not later than 10
days of receipt of each progress payment in accordance with the provision in
Section 7108.5 of the California Business and Professions Code concerning prompt
payment to subcontractors. The 10 days is applicable unless a longer period is
agreed to in writing. Any delay or postponement of payment over 30 days may take
SP 7 OF 25
place only for good cause and with the agency's prior written approval. Any violation
of Section 7108.5 shall subject the violating contractor or subcontractor to the
penalties, sanction and other remedies of that section. This requirement shall not
be construed to limit or impair any contractual, administrative, or judicial remedies
otherwise available to the contractor or subcontractor in the event of a dispute
involving late payment or nonpayment by the prime contractor, deficient subcontract
performance, or noncompliance by a subcontractor. This provision applies to both
DBE and non -DBE subcontractors.
2-12.10 Prompt Payment of Funds Withheld to Subcontractors
The agency shall hold retention from the prime contractor and shall make prompt
and regular incremental acceptances of portions, as determined by the agency, of
the contract work, and pay retention to the prime contractor based on these
acceptances. The prime contractor, or subcontractor, shall return all monies
withheld in retention from a subcontractor within 30 days after receiving payment for
work satisfactorily completed and accepted including incremental acceptances of
portions of the contract work by the agency. Federal law (49CFR26.29) requires
that any delay or postponement of payment over 30 days may take place only for
good cause and with the agency's prior written approval. Any violation of this
provision shall subject the violating prime contractor or subcontractor to the
penalties, sanctions and other remedies specified in Section 7108.5 of the Business
and Professions Code. These requirements shall not be construed to limit or impair
any contractual, administrative, or judicial remedies otherwise available to the prime
contractor or subcontractor in the event of a dispute involving late payment or
nonpayment by the prime contractor, deficient subcontract performance, or
noncompliance by a subcontractor. This provision applies to both DBE and non -DBE
prime contractors and subcontractors.
SECTION 3 ---CHANGES IN WORK
3-3 EXTRA WORK
3-3.2 Payment
3-3.2.3 Markup. Replace this section with,
"(a) Work by Contractor. The following percentages shall be added to the
Contractor's costs and shall constitute the markup for all overhead and profits:
1) Labor ............................................ 20
2) Materials ....................................... 15
3) Equipment Rental ........................... 15
4) Other Items and Expenditures ........... 15
To the sum of the costs and markups provided for in this subsection, 1 percent shall
be added for compensation for bonding.
SP8OF25
(b) Work by Subcontractor. When all or any part of the extra work is
performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied
to the Subcontractor's actual cost of such work. A markup of 10 percent on the first
$5,000 of the subcontracted portion of the extra work and a markup of 5 percent on
work added in excess of $5,000 of the subcontracted portion of the extra work may
be added by the Contractor.
SECTION 4 ---CONTROL OF MATERIALS
4-1 MATERIALS AND WORKMANSHIP
4-1.3 Inspection Requirements
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. Submittals are required for all construction material.
The Engineer shall select an independent testing laboratory and pay for all testing as
specified in the various sections of the Standard Special Provisions and these Special
Provisions. When, in the opinion of the Engineer, additional tests and retesting due to
failed tests or inspections are required because of unsatisfactory results in the manner
in which the Contractor executed the work, such tests and inspections shall be paid for
by the Contractor.
SECTION 5 ---UTILITIES
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 pullbox or meter
box or cover is damaged by the Work and is not re -useable, the Contractor shall
provide and install a new pull or meter box or cover of identical type and size at no
additional cost to the City."
5-7 ADJUSTMENTS TO GRADE. The Contractor shall replace and adjust to finish
grade City -owned water meter boxes, pullboxes, and water valve covers. New water
valve covers shall conform to City STD -508-L. Existing sewer and storm drain manhole
rings and covers shall be adjusted to finish grade
The Contractor will be required to contact Southern California Edison, The Gas
Company, AT&T Telephone, cable television, and other utility facilities to have any
SP9OF25
affected existing utilities adjusted to finish grade. The Contractor shall coordinate with
each utility company for the adjustment of their facilities.
5-8 SALVAGED MATERIALS. The Contractor shall salvage all existing sewerlstorm
drain manhole (including grade rings), meter or valve box covers. The Contractor shall
salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's
Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the
delivery of salvaged materials by contacting Mr. Ed Burt, Utilities Operations Manager,
at (949) 718-3402.
SECTION 6 ---PROSECUTION. PROGRESS AND ACCEPTANCE OF THE WORK
6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this
section: "The time of completion as specified in Section 6-7, shall commence on the
date of the 'Notice to Proceed."
No work shall begin until a "Notice to Proceed" has been issued, a pre -construction
meeting has been conducted, and a schedule of work has been approved by the
Engineer. The Contractor shall submit a construction schedule to the Engineer for
approval a minimum of five working days prior to commencing any work. Schedule may
be bar chart or CPM style.
The Engineer will review the schedule and may require the Contractor to modify the
schedule to conform to the requirements of the Contract Documents. If work falls behind
the approved schedule, the Contractor shall be prohibited from starting additional work
until Contractor has exerted extra effort to meet the original schedule and has
demonstrated that the ability to maintain the approved schedule in the future. Such
stoppages of work shall in no way relieve the Contractor from the overall time of
completion requirement, nor shall it be construed as the basis for payment of extra work
because additional personnel and equipment were required on the job."
6-7 TIME OF COMPLETION
6-7.1 General. Add to this section: "The Contractor shall complete all work
under the Contract within 35 consecutive working days after the date on the
Notice to Proceed.
The Contractor shall 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 1St t
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 and Friday
in November (Thanksgiving and Friday after), December 24th, (Christmas Eve — half
SP 10 OF 25
day), December 25`h (Christmas), and December 31st(NewYear's Eve — half day). If
January 1st, July 4th, November 11th or December 25th falls on a Sunday, the
following Monday is a holiday."
6-7.4 Working Hours. Normal working hours are limited to 7:00 AM to 4:30 PM
Monday through Friday.
The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work
site, storage sites, staging areas, etc., before or after the normal working hours
prescribed above.
Should the Contractor elect to work outside normal working hours, Contractor must first
obtain special permission from the Engineer. The request may be for 4:30 p.m. to 6:30
p.m. on weekdays or 8:00 a.m. to 6 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 $123.00 per hour when such time periods are
approved.
6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive
calendar day after the time specified in Section 6-7-1 for completion of the work, the
Contractor shall pay to the City or have withheld from moneys due it, the daily sum of
$1,000.00
Revise paragraph two, sentence one, to read: "Execution of the Contract shall
constitute agreement by the Agency and Contractor that $1,000.00 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
7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will
perform all shut downs of water facilities as required. The Contractor shall give the City
seven calendar days notice of the time he desires the shut down of facilities to take
place.
A four-hour shut down of water facilities during the daytime hours of 10:00 a.m. to 2:00
p.m. or a six -hour 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
SP 11 OF 25
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. 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 Operation Manager, 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 City water, he shall arrange for a meter and tender an $813 meter deposit
with the City. Upon return of the meter to the City, the deposit will be returned to the
Contractor, less a quantity charge for water usage and repair charges for damage to the
meter."
Water used during construction shall be paid for by the Contractor. This includes water
for flushing and pressure testing water lines, compaction, irrigation during maintenance
period for landscaping, etc."
7-8.5.1 Steel Plates. Add this section: "Steel plates utilized for utility trenching
shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized
on arterial highways shall be pinned and recessed flush with existing pavement
surface."
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. The Contractor shall also comply with the
Construction Runoff Guidance Manual which is available for review at the Public Works
Department or can be found on the City's website at htto://www.citv.newoort-
beach. ca. us/ou bworks/I inks. htm."
7-8.6.1 Best Management Practices and Monitoring Program. The
Contractor shall submit a Best Management Practice (BMP) plan for containing any
wastewater or storm water runoff from the project site including, but not limited to the
following:
a. No placement of construction materials where they could enter storm drain system,
which includes gutters that lead to catch basins.
b. Checking construction vehicles for leaking fluids.
c. Providing a controlled area for cleaning or rinse -down activities.
d. Monitoring construction activities.
e. Minimizing usage of water when saw -cutting and vacuum the residue.
SP 12 OF 25
f. Providing measures to capture or vacuum -up water contaminated with
construction debris.
g. Removing any construction related debris on a daily basis.
h. 'Protecting work areas from erosion.
The BMP will be approved by the Engineer prior to any work. The City of Newport
Beach will monitor the adjacent storm drains and streets for compliance. Failure of the
Contractor to follow BMP will result in immediate cleanup by City and back -charging the
Contractor for all costs plus 15 percent. The Contractor may also receive a separate
Administrative Citation per Section 14.36.030A23 of the City's Municipal Code.
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 accordance with Section 7-10 of the Standard Specifications and
the Work Area Traffic Control Handbook (WATCH), also published by Building News,
I nc.
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 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 Detailed Traffic Control Plans (see Section 7-10.3)."
7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first
paragraph and add the following: "Construction materials and equipment may only be
stored in streets or roads if approved by the Engineer. It is the Contractor's
responsibility to obtain an area for the storage of equipment and materials. The
Contractor shall obtain the Engineer's approval of a site for storage of equipment and
materials prior to arranging for or delivering equipment and materials to the site. Prior
to move -in, the Contractor shall take photos of the laydown area. The Contractor shall
restore the laydown area to its pre -construction condition. The Engineer may require
new base and pavement if the pavement condition has been compromised during
construction."
7-10.3 Street Closures, Detours and Barricades. Add to this section: "The
Contractor shall submit to the Engineer - at least five working days prior to
the pre -construction meeting - a traffic control plan and detour plans(s) for
each street and parking lot. The Contractor shall be responsible for
processing and obtaining approval of a traffic control plans from the City's
Traffic Engineer. The Contractor shall adhere to the conditions of the
traffic control plan. Traffic control plans shall be prepared, signed, and
sealed by a California licensed Traffic Engineer and conform to the
0 i
SP 13 OF 25
provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK
(W.A.T.C.H), Latest Edition. Traffic control and detour plans shall meet the
following requirements:
1. Access to all side streets shall be maintained at all times, unless otherwise
approved in advance (48 hours minimum notice required) by the Engineer.
2. The Contractor shall not close more than one (1) traffic lane in either
travel direction before 8:30 AM or after 3:30 PM on workdays.
3 Emergency vehicle access shall be maintained at all times.
4. The locations, conditions, and wordings of all barricades, signs, delineators,
lights, warning devices, parking restrictions, and any other required details shall
ensure that all pedestrian and vehicular traffic will be handled in a safe manner
with a minimum of inconvenience to the public.
5. All advanced warning sign installations shall be reflectorized and/or
lighted.
6. Access shall be maintained to each property at all times. No more than one
driveway to any property shall be closed at one time, without prior approval
by the Engineer and notification to the Owner.
7. At the intersection of Birch Street and Bristol Street North, the Contractor
shall maintain at least one right turn lane onto Bristol Street North between
9:00 AM and 3:00 PM Monday through Friday, and at least two right turn
lanes at all other times.
8. At the intersection of Birch Street and MacArthur Boulevard, the Contractor
shall maintain one left turn lane onto MacArthur Boulevard between 9:00 AM
and 3:00 PM Monday through Friday, and all left turn lanes at all other times.
9. Contractor shall submit the proposed phasing of construction at the
intersections of Bristol Street North, Quail Street, Dove Street, and MacArthur
Boulevard to the Engineer for approval.
10. Dove Street or Quail Street may be closed with an approved detour
plan. The closure of both streets at the same time is not allowed.
7-10.4 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
SP 14 OF 25
all State, Federal and other laws, rules, regulations, and orders relating to the safety of
the public and workers.
The right of the Engineer or the City's Representative to conduct construction review or
observation of the Contractor's performance shall not include review or observation of
the adequacy of the Contractor's safety measures in, on, or near the construction site."
7-10.5 "No Parking" Signs. The Contractor shall install, and maintain in place
"NO PARKING -TOW AWAY" signs (even if streets have posted "NO PARKING" signs)
which he shall post at least forty-eight hours in advance of the need for enforcement.
The signs will be provided at no cost to the Contractor. However, the City reserves the
right to charge $1.50 per sign following any excessive abuse or wastage of the signs by
the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's
Police Department at (949) 644-3717 for verification of posting at least forty-eight hours
in advance of the need for enforcement. 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
City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the
Public Works Department public counter.
The Contractor shall print the hours and dates of parking restriction on the "NO
PARKING -TOW AWAY" sign in 2 -inch high 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. Ten working days prior to starting work, the
Contractor shall deliver a construction notice to businesses within 500 feet of the
project, describing the project and indicating the limits of construction. The City will
provide the notice.
Forty-eight hours prior to the start of construction, the Contractor shall distribute to the
businesses a second written notice prepared by the City clearly indicating specific dates
in the space provided on the notice when construction operations will start for each
block or street, what disruptions may occur, and approximately when construction will
be complete. An interruption of work at any location in excess of 14 calendar days shall.
require re -notification. The Contractor shall insert the applicable dates and times at the
time the notices are distributed.
The written notices will be prepared by the City, but shall be completed and distributed
by the Contractor. Errors in distribution, false starts, acts of God, strikes or other
alterations of the schedule will require Contractor re -notification using an explanatory
letter furnished by the City.
7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion
of work, the Contractor shall possess an "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.
SP 15 OF 25
7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of
approved plans and specifications shall be on the job site at all times. In addition, the
Contractor shall maintain "As -Built" drawings of all work as the job progresses. A
separate set of drawings shall be maintained for this purpose. These drawings shall be
kept up-to-date, and submitted for review by the Engineer at the time each progress bill
is submitted.
The "As -Built" plans shall be submitted and approved by the Engineer prior to final
payment or release of any bonds.
The Contractor shall maintain books, records, and documents in accord with generally
accepted accounting principles and practices. These books, records, and documents
shall be retained for at least three years after the date of completion of the project.
During this time, the material shall be made available to the Engineer. Suitable facilities
are to be provided for access, inspection, and copying of this material.
SECTION 9 ---MEASUREMENT AND PAYMENT
9-3 PAYMENT
9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid
for each item of work shown on the proposal shall include full compensation for
furnishing the labor, materials, tools, and equipment and doing all the work, including
restoring all existing improvements, to complete the item of work in place and no other
compensation will be allowed thereafter. Payment for incidental items of work not
separately listed shall be included in the prices shown for the other related items of
work, and no additional payment shall be made therefore. The following items of work
pertain to the bid items included within the Proposal:
Item No. 1 Mobilization: Work under this item shall include providing bonds,
insurance and financing, preparing the SWPPP or BMP Plan, preparing the
construction schedule, and all other related work as required by the Contract
Documents.
Item No. 2 Traffic Control: Work under this item shall include delivering all
required notifications and temporary parking permits, post signs and all costs incurred
notifying businesses and/or residents. In addition, this item includes submitting for
approval traffic control plans prepared, signed, and sealed by a California licensed
traffic engineer, and providing the traffic control required by the project including, but
not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping,
flagpersons. This item includes furnishing all labor, tools, equipment and materials
necessary to comply with the W.A.T.C.H. Manual (latest edition), and City of Newport
Beach Requirements.
Item No. 3 Advisory Signs: Work under this item shall include the fabrication,
placement, maintenance and removal of two (2) advisory signs placed outside of the
SP 16 OF 25
work limits on Birch Street in each traffic flow direction. Size of the sign, lettering size,
and other information to be displayed on the sign will be as directed by the Engineer.
See Appendix A for a sample sign. In addition, this item shall include four (4) digital
message boards to be installed adjacent to the work area for the duration of the project
as directed by the Engineer.
Item No. 4 Construction Surveying: Work under this item shall include the cost
of construction staking, establishing preliminary and final grades, centerline ties, all
horizontal alignment, survey well monument adjustment, as -built field notes, filing of
corner records, reestablishment of property corners disturbed by the work, and other
survey items as required to complete the work in place.
Item No. 5 Remove Existing Tree: Work under this item shall include removal
and disposal of trees as noted on the plan, including the complete removal and
disposition of all roots larger than 1 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.
Item No. 6 Remove Existing P.C.C. Sidewalk: Work under this item shall include
removal and disposal of existing 4" PCC sidewalk, access ramps, and subgrade
material as shown on the plans and as directed by the Engineer, and as necessary to
allow construction of new sidewalk, and all other work items as required to complete the
work in place.
Item No. 7 Remove Existing Pullbox/Water Meter Box: Work under this item
shall include removal and disposal of all City owned pullboxes and water meter boxes
within the limits of new sidewalk construction and as directed by the Engineer. Work
shall include protection in place of existing facilities within pullboxes and water meters
in advance of installing new pullboxes and meter boxes, and all other work items as
required to complete the work in place.
Item No. 8 Remove and Reconstruct Existing Curb and Gutter: Work under
this item shall include removing existing curb and gutter, subgrade compaction,
constructing curb openings for existing curb drains, constructing P.C.C. curb and gutter
(variable curb height per plans), re -chiseling of curb face for existing underground
utilities, restoring all existing improvements damaged by the work, and all other work
items as required for performing the work complete and in place. Gutter width shall be
24 inches, in accordance with City STD -182-L.
Item No. 9 Construct Sidewalk Access Ramp: Work under this item shall include
construction of new sidewalk access ramps per City Standard Plan No. STD -181-L.
Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated
domes shall be dark -gray colored and shall be "Terra Paving" as manufactured by
Wausau Tile, Inc (715) 359-3121 of Wisconsin or City approved equal, and all other
work items as required to complete the work in place. This item shall be in addition to
Item No. 8.
SP 17 OF 25
Item No. 10 Construct 4" Thick P.C.C. Sidewalk: Work under this item shall
include subgrade compaction, constructing 4 -inch thick P.C.C. sidewalk to the limits
shown on the Plans, and as directed by the Engineer, and all other work items as
required to complete the work in place. The pay quantity for this item shall include the
square footage of sidewalk access ramps.
Item No. 11 Remove and Construct P.C.C. Driveway Apron: Work under this
item shall include removing existing P.C.C. drive aprons, subgrade preparation and
compaction, placement and compaction of 4" crushed miscellaneous base material,
and constructing new P.C.C. driveway aprons as shown on the plans and as directed by
the Engineer and all other work items as required to complete the work in place. New
driveway aprons shall conform to City STD -160-L unless otherwise directed by the
Engineer.
Item No. 12 Remove and Construct P.C.C. Cross Gutter: Work under this item
shall include removal of existing P.C.C. cross gutter, subgrade preparation and
compaction, placing and compacting 4" crushed miscellaneous base, constructing 8 -
inch thick P.C.C. cross gutter as shown on the plans and in conformance with City STD -
185 -L, and all other work items as required to complete the work in place. The pay
quantity for this item shall be the square footage of new cross gutter constructed.
Item No. 13 Remove and Construct P.C.C. Drive Apron and Sidewalk: Work
under this item shall include removal of existing P.C.C. sidewalk and portion of existing
P.C.0 drive apron as shown on the Plans and as directed by the Engineer, subgrade
compaction, placing and compacting 4" crushed miscellaneous base underneath the
drive apron, dowels, constructing 4 -inch thick P.C.C. sidewalk and 6" P.C.C. drive apron
as shown on the plans, and all other work items as required to complete the work in
place.
Item No. 14 Cold Mill Asphalt Pavement per Detail: Work under this item shall
include cold milling the asphalt roadway to a depth below existing finished grade as
shown on the drawings and all other work items as required to complete the work in
place.
Item No. 15 Cold Mill Asphalt Pavement (1"): Work under this item shall include
cold milling the asphalt roadway to a 1 -inch minimum depth below existing finished
grade as shown on the drawings and all other work items as required to complete the
work in place.
Item No. 16 Remove Existing Pavement Section (6" min.): Work under this item
shall include sawcutting and removing existing asphalt concrete and base material to a
minimum depth of 6 inches, at locations shown on the Plans, and as marked out in the
field by the Engineer, and all other work items as required to complete the work in
place.
SP 18 OF 25
Item No. 17 Construct 6" Full Depth AC Pavement Section: Work under this
item shall include subgrade compaction, constructing 6 -inch full depth asphalt
pavement section and all other work items as required to complete the work in place,
including an application of an approved weed kill herbicide, where directed by the
Engineer.
Item No. 18 Construct 2" Thick Rubberized Asphalt (AHRM) Pavement
Overlay: Work under this item shall include constructing 2 -inch thick rubberized
asphalt pavement overlay and all other work items as required to complete the work in
place.
Item No. 19 Install New Water Meter Box: Work under this item shall include
furnishing and installing to finish grade new water meter boxes in advance of sidewalk
and drive apron construction in accordance with City standard plans, and all other work
items as required to complete the work in place.
Item No. 20 Install New Pullbox: Work under this item shall include furnishing
and installing to finish grade new traffic signal/street light pullboxes in advance of
sidewalk and drive apron construction in accordance with City standard plans, and all
other work items as required to complete the work in place.
Item No. 21 Adjust Water Valve Cover to Grade: Work under this item shall
include removal of existing water valve box covers, installing new covers in accordance
with City STD -508-L, and adjusting to finish surface elevation all water valve frames
and covers as shown on the Plans and all other work items as required to complete the
work in place.
Item No. 22 Adjust Sewer/Storm Drain Manhole Frame and Cover to Grade:
Work under this item shall include adjusting, lowering and raising during paving
operation, of all manhole frame and cover to grade and all other work items as required
to complete the work in place.
Item No. 23 Signing and Striping: Work under this item shall include installing
traffic striping, pavement markers, and curb painting and stenciled lettering as shown
on an Exhibit to be provided to the Contractor by the City in accordance with Section
310-5.6.8 in these Special Provisions. For bidding purposes the following quantities are
assumed:
Red curb: 460 lineal feet
Green curb: 51 lineal feet
Yellow curb: 41 lineal feet
and all other work items as required to complete the work in place.
0 0
SP 19 OF 25
Items No. 24-27 Remove and Construct Traffic Signal Loop Detectors: Work
under these items shall include all labor and material to install and connect traffic
detector loops into existing termination pull box and all other work as required to
complete the work shown on the plans and these Specifications. The Contractor shall
notify the Engineer of deactivation of any existing loops one week prior to start of any
work.
Item No. 28 Provide As -Built Plans: Work under this item shall include all actions
necessary to provide as -built drawings. These plans must be kept up to date and
submitted to the engineer for review prior to monthly pay request.
9-3.2 Partial and Final Payment. Add to this section: "Partial payments for
mobilization and traffic control shall be made in accordance with Section 10264 of the
California Public Contract Code."
PART 2
CONSTRUCTION MATERIALS
SECTION 201 --- CONCRETE, MORTAR, AND RELATED MATERIALS
201-1 PORTLAND CEMENT CONCRETE
201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement
concrete for construction shall be Class 560-C-3250."
201-2 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."
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."
SECTION 215 --- ADVISORY SIGNS
215-1 GENERAL
SP 20 OF 25
Advisory signs shall conform to the detail in Appendix A herein. The sign supports
may be fabricated with lumber.
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 Solid 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.newport-beach.ca.us/GSV/Frachised Haulers.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 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." 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.
SP 21 OF 25
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 302 ---ROADWAY SURFACING
302-5 ASPHALT CONCRETE PAVEMENT
302-5.1 General. Add to this section: `The asphalt concrete (A.C.) used for surface
caps shall be III -C3 -AR -4000. The A.C. for base course shall be III -132 -AR -4000. All
cracks '/-inch or greater in width shall be cleaned, have weed kill applied and sealed
with a hot -applied crack sealant approved by the Engineer. The top 1-Y2 inches of
asphalt shall be placed in a separate lift. Holes, spalls, and cracks greater than 1 -inch
in width shall be filled and compacted 95% minimum with an F -AR 4000 asphalt
concrete mix. The pavement shall then be cleaned with a power broom."
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."
SECTION 303 ---CONCRETE AND MASONRY CONSTRUCTION
303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY
INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS
303-5.1 Requirements
303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall
be opened to pedestrian access on the day following concrete placement. In addition,
all forms shall be removed, irrigation systems shall be repaired, and backfill or
patchback shall be placed within 72 hours following concrete placement. Newly poured
P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until
the concrete has cured to a minimum strength of 3,000 psi."
0 •
SP 22 OF 25
303-5.5 Finishing
303-5.5.1 General. Add to this section: "The Contractor shall patch back A.C.,
P.C.C. and brick 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."
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" or "W" for sewer or water 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."
SECTION 307 --- STREET LIGHTING AND TRAFFIC SIGNALS
307-4 TRAFFIC SIGNAL CONSTRUCTION
307-4.9.3 Inductive Loops. Amend this Section to include: "Traffic signal loop
detectors shall be replaced per Caltrans Standard Plans ES -5A and ES -56 and shall be
Type A or Type E. The new loop detectors shall be installed within the AC pavement
final course.
All installed loop detectors shall be completely functional to the satisfaction of the
Engineer within five consecutive working days of AC pavement final course placement.
SECTION 308 ---LANDSCAPE AND IRRIGATION INSTALLATION
308-1 General. Add to this section: "The Contractor is responsible for clearing and
grubbing, pruning and removing tree roots that interfere with the work. The Contractor
shall submit recommendations by its arborist to the City for review for safely pruning and
removing tree roots. No roots shall be pruned of removed unless this submittal is
returned to the Contract as satisfactory. Prior to the submittal, the Contractor shall
arrange to meet with the City's Urban Forester, Mr. John Conway ((949) 644-3083) at
the site to discuss City standards and requirements.
The submittal shall adhere to the following guidelines.
1. Root Pruning
a. Whenever possible, root pruning shall only be done on one side of the tree
unless specifically authorized by the City's Urban Forester.
1-1
•
SP 23 OF 25
b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable
tool.
2. Arbitrary Root Cut
a. A straight cut with a root -cutting machine shall be made.
b. The cut shall be a maximum 14" below grade for sidewalks and 26" for curbs,
and shall be made as far away from the tree base as possible.
3. Selective Root Pruning
a. This process involves selectively removing offending roots when a tree trunk or
root flare is less than 2 feet from the sidewalk and/or the size, species or
condition of the tree warrants a root cut to be hazardous to the tree or when
there is only one minor offending root to be removed and/or the damage is
minimal (i.e., only one panel uplifted, etc.).
b. Selective root pruning shall be performed with an ax or stump -grinding machine
instead of a root -pruning machine.
c. All tree roots that are within the sidewalk construction area shall be removed
or shaved down.
d. Roots greater than two inches in diameter that must be removed, must be
pre -approved by the City's Urban Forester.
e. Roots shall be selected for removal on the basis that will have the least impact
on the health and stability for the tree.
SECTION 310 --- PAINTING
310-5 PAINTING VARIOUS SURFACES
310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings
310-5.6.6 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."
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 1/2 inch in 40 feet from the alignment
shown on the plans. The Contractor shall mark or otherwise delineate the new traffic
SP 24 OF 25
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.
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."
The Contractor shall paint red/green/yellow curb markings on new curb as shown on an
Exhibit to be provided to the Contractor by the City, and as directed by the Engineer.
Green and yellow curbs will have stencil letters (i.e. "30 min. limit 7 AM -6 PM"), as
shown on the Exhibit.
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.
0
•
SP 25 OF 25
2. The Contractor shall not replace raised pavement markers until fifteen days
after the application of the pavement or slurry."
PART 4
SECTION 400 ---ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE,
PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL
400-2 UNTREATED BASE MATERIALS
400-2.1 General
400-2.1.1 Requirements. Add to this section: "The Contractor shall use crushed
miscellaneous base as the base materials.
PART 6
SECTION 600 ---MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES
600-2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS -WET
PROCESS
600-2.1 Asphalt -Rubber
600-2.1.1 General. Add to this section: "Asphalt -rubber shall be type B."
600-2.6 Asphalt -Rubber Hot Mix Gap -Graded
600-2.6.3 Rolling. Add to this section: "Asphalt -Rubber Hot Mix Gap Graded
material shall be compacted at or above 290 degrees Fahrenheit. Due to this
requirement, the Contractor shall maintain three large self-propelled, vibrating steel
wheel rollers, in working condition, on site to facilitate the initial breakdown rolling and
intermediate rolling. The third roller will act as a stand-by in case of breakdown by one
of the other rollers. Rubber tire rollers are not permitted. A minimum relative
compaction of 95 percent is required. For each percentile less that the required 95
percent compaction the unit price for Item No. 6, Construct 2 -Inch Thick Asphalt Rubber
Overlay, will be reduced by 10 percent. Any areas of roadway that does not have 90
percent relative compaction shall be removed, reinstalled and properly compacted at
the Contract's sole expense."
600-2.7 Asphalt -Rubber and Aggregate Membrane (ARAM) Surfacing or
Interlayer. Add to this section: "Asphalt -rubber and aggregate membrane (ARAM)
surfacing or interlayer shall be applied to the project."
0
0
7., :1V
An
tax,
IK
41
NO
0
r.
..
.......... ..
M,
AOR ff,
7., :1V
An
tax,
IK
41
NO
0
0
qw,
0 0
0
z
�n
m
a
a .9 U041 ssa�
O
a
Q
a
Om
Y_
P
Z
3
O
Y
Y
O
O
V
p
p
U
N z
<
g
Q
E
f
-m
08
K
O
Z
H Y
i
f
�
ITL
M
�
�
o
�
E I
O 4
�
M
O
�
c
U
CI
K
n
�P
O
n�
n
e
U
W
zy
(�-
z
U
1r.,
m
0
9
Q
Y O
Om
Y_
P
Y
i
m
y
k�El
U
N z
<
O
Q
E
f
z
08
K
O
H Y
N
f
�
ITL
/
E I
O 4
>
c
O
n�
e
U
tem
a
-
N.n p
P
V ;
Oot
y�y
Mi—O
R'O70
m
0
9
a'YZd I ii I I XYZ
s
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CURB ACCESS RAMP
DETAILS I
10
K
Y O
Om
_
3
2 �dY
P
Y
a'YZd I ii I I XYZ
s
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
CURB ACCESS RAMP
DETAILS I
10
K
Om
Y
i
m
y
U
N z
<
U
O
Q
E
f
z
08
K
O
H Y
N
f
�
/
E I
O 4
c
O
n�
e
r
RCE NO. 36106
DRAWING NO. STD -181 -L-A
Y
i
m
y
U
N z
<
U
O
--
O
f
,
Y
H Y
N
RCE NO. 36106
DRAWING NO. STD -181 -L-A
Ah
pl '
Variable
_—
See Nate 6
1 II
I See Note 8 1 1 �a
I 1 i a°
t
Tutt Ha e
1�go
F CN
See notes 9. 15 and 16
�/ m
(4 in) Curb
I i(loft)
�J,); .•,•
i I(4 ft I Varies
II o °
Min. i
F,,
11 'e j a c c
4' Mei.,.04
T
II v ,cen ° ,° m
o ro 5 3
�o
Full Hai ht
11 Variable Curb Foce
'4iC�
Curb Foca
1DX 51 a Max.
See note beloe
iti
c
o °' ,�$•`Tb f••
LENGTH OF CURBTRANSITION "X' (TYPICAL)
4 y`g'
z 8.338 Slope :4•'A'::
Max. O�
Curb height
ronsitrf�'wn
s
6'
5.0' mm.
8'
6.7" Min.
O�c�
"H"
________
.re oua
CASE
9
Fo``.ta 6 H for 6 in Curb Face
See notes 9, 15 and 16 lOX'
VO4apc
CYY (6 ft for 8 in Curb Foce See notes 9, 15 and 16
,
CASE J
CASE "L"
�a
Varies
5' Mel.
�
2% MAX. I
I
-- See notes 9. 15 and 16
! + }
I Slope I
1 See Note 8
I
See Note 8
in
+
4 in
C F, LL 0
4.
+ +
y
FULL HEIGHT e
+ + +
� { y
a
� •5
m m
(4 in) Wide Variable 9Y
Height Retaining Curb r
+
v >
—g�°1 C
BCR
tV
+ + +
(4.25 in)
(D in) C.F.
+
! +
•� ••
��,'�.:
O in Curb Face Along
F
+ + �
+
Access Ramp Landing
See Note Ii
I $df
\ '
See notes 9, 15 and 16
_
---�---'
2i�
CASE „Kn
�+r
cF
CASE "I"
Top of romp 'Min
Retaining curb
waded -.,
Max. if necessary
T
a 33% Ma
8.33% Max 2%
Max.
SECTION A -A
SECTION C -C
NOTE: PLEASE SEE STD -181 -L -C FOR
ALL NOTES.
CI'T'Y OF NEWPORT BEACH
APPROVED:
PUBLIC WORKS DEPARTMENT
RCE NO.36106 RLIC WORKS DIRECTOR
CURB ACCESS RAMP
Drawn: R.Okada Scale: N.T.S.
DETAILS II
Dow: 11/1-p5 ,ro gy=m.
nPAWING NO. STD -1$1 -L -B
NOTES
1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMODATE RAMP
AND 4 ft. PLATFORM (LANDING) 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 1S LESS THAN 6 ft. 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 MOTH OF THE RAMP SHALL BE 4 ft..
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 in. MINIMUM.
8. THE RAMP SHALL HAVE A 12 in. WIDE BORDER WITH 1/4 in. GROOVES
APPROXIMATELY 3/4 in. 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 10X 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 ft. 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" MAT BE INCREASED TO 49.
(B) OTHER RAMP GRADES MAYBE INCREASED TO A MAXIMUM OF 11.1%
(NEVERTHELESS, THEY SHOULD BE AS FLAT AS FEASABLE.
(C) WHERE THE 4 FOOT PLATFORM IS NOT FEASABLE, THE MOTH MAY BE DECREASED
TO 3 FOOT.
(D) THE PLATFORM MAYBE ELIMINATED IF THE GRADE DOES NOT EXCEED 8.33%
15. RASIED TRUNCATED DOMES SHALL BE DARK GREY 1N COLOR AND SHALL BE "TERRA PAVING"
AS MANUFACTURED BY WAUSAU TILE, INC. OF WISCONSIN OR EQUAL.
16. DETECTABLE WARNING SURFACES SHALL EXTEND 36 INCHES MINIMUM IN THE DIRECTION
OF TRAVEL AND THR FULL WIDTH OF THE CURB RAMP.
NOTE: ADAPTED FROM CALTRANS CURRENT STANDARDS PLANS FOR UP—TO—DATE REQUIREMENTS.
CITY OF NEWPORT BEACH APPROVED.
PUBLIC WORKS DEPARTMENT
CURB ACCESSRAMP RC.E.NO 36106 OF PUBLIC WORKS
NO ! BATE 11/17/06 SCALE N.TS.
TES
DRAWN R. DKADA STD -181 -L -C
TOP DIAMETER
I-y---�� MIN. 50% of base
MAX. 65% of base
5mm (0.2) T BASE DIAMETER
23mm MIN. (0.9")
36mm MAX. (1.4")
RAISED TRUNCATED DOME
41mm (1.6") Min.
61mm (2.4") Max
Center to Center
spacing / \
16mm (0.65")
Min. Base To
Base Spacing
RAISED TRUNCATED DOME PATTERN
IN-LINE See Notes 9, 15 and 16
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
APPROVED:
RCE NO. 56106 PUBLIC WORKS DIROMR
CURB ACCESS RAMP
DETECTABLE WARNING SURFACE
Dtawn: R.Okeda
Scale: N.T.S.
DRte: 1120D5
DRAWING NO. STD -181 -L -D
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. _
May 27,
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Public Works Department anor+r
Emmet Berkery
949-644-3311 or eberkery@city.newport-beach.ca.us r'
� � ' 001
SUBJECT: Birch Street Rehabilitation -Award of Contract No. 3712 -" ' ' `°"
Recommendations:
1. Approve the project plans and specifications.
2. Award Contract No. 3792 to All American Asphalt for the Total Bid Price of
$609,609, and authorize the Mayor and the City Clerk to execute the contract.
3. Establish an amount of $60,000 to cover the cost of unforeseen work.
Discussion:
At 11:00 a.m. on May 6, 2008, the City Clerk opened and read the following bids for this
project:
The low total bid amount is 9.6 percent below the Engineer's Estimate of $674,390. The
low bidder, All American Asphalt, possesses a California State Contractors License
Classification "A" as required by the project specifications. A check of the Contractors
references indicates they have satisfactorily completed similar projects for the City of
Newport Beach and other municipalities and agencies.
The project location is along Birch Street from Bristol Street North to MacArthur Boulevard.
This project includes the removal and reoonstruction of deteriorating curb and gutter,
sidewalk, drive approaches, cross gutters, and sidewalk access ramps. It also includes
cold milling of existing asphalt pavement, and overlaying the existing pavement section
with rubberized asphalt.
Pursuant to the Contract Specifications, the Contractor will have 35 consecutive working
days to complete the work.
BIDDER
TOTAL BID AMOUNT
Low
All American Asphalt
$609,609.00
2
R.J. Noble Company
$627,107.75
3
Imperial Paving Co.
$664,725.00
4
Sequel Contractors, Inc.
$667,271.00
5
Elite Bobcat Services, Inc.
$675,500.00
The low total bid amount is 9.6 percent below the Engineer's Estimate of $674,390. The
low bidder, All American Asphalt, possesses a California State Contractors License
Classification "A" as required by the project specifications. A check of the Contractors
references indicates they have satisfactorily completed similar projects for the City of
Newport Beach and other municipalities and agencies.
The project location is along Birch Street from Bristol Street North to MacArthur Boulevard.
This project includes the removal and reoonstruction of deteriorating curb and gutter,
sidewalk, drive approaches, cross gutters, and sidewalk access ramps. It also includes
cold milling of existing asphalt pavement, and overlaying the existing pavement section
with rubberized asphalt.
Pursuant to the Contract Specifications, the Contractor will have 35 consecutive working
days to complete the work.
Birch Street Rehabilitation —Award of Contract No. 3792
May 27, 2008
Page: 2
Environmental Review:
This project is exempt from the California Environmental Quality Act (CEQA) pursuant
to Section 15301 of the CEQA guidelines. This exemption covers the repair of existing
facilities involving negligible or no expansion of existing use.
Public Notice:
The Notice Inviting Bids was advertised in the City's official publication and in
construction industry publications. Prior to starting work, two City prepared notices are
distributed by the contractor to both residents and businesses. The first notice will be
distributed ten days before work in the area and the second notice 48 hours prior to
starting work in the area.
Geotechnical and Material Testing Services:
In addition to the contract costs, approximately $15,000 in geotechnical and material
testing services are projected to be needed for this project and will be performed under
the on-call professional services agreement with Harrington Geotechnical Engineering.
Fundina Availability:
There are sufficient funds available in the following accounts for the project:
Account Description
Gas Tax
Traffic Congestion Relief
AHRP
Proposed uses are as follows:
Vendor
All American Asphalt
All American Asphalt
Harrington Geotechnical
Prepared by:
Emmet Be ery
Project Manager
Attachment: Project Location Map
Account Number
7181-05100830
7191-05100830
7285-C5100830
Total:
Purpose
Construction Contract
Construction Contingency
Materials Testing
Total
Submitted
Amoun
$ 256,009
$ 176,000
$ 252,600
$ 684,609
Amount
$ 609,609
$ 60,000
$ 15,000
S 684,609
3n G. Badum
Works Director
BIRCH STREET
PAVEMENT REHABILITATION
PROJECT
LOCATION
CITY OF NEWPORT BEAC
PUBLIC WORKS DEPARTMENT
no n semi i .. �. �....
SHT 1