Loading...
HomeMy WebLinkAboutC-3801 - Placentia Avenue and Hospital Road Street RehabilitationCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 13, 2007 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3460 and C -3801) Please record the enclosed Notices of Completion and return them to the City Clerk's office. Thank you. Sincerely, �U�-7� 1r)- LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 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 Sequel Contractors, Inc, of Santa Fe Springs, California, as Contractor, entered into a Contract on November 14, 2006. Said Contract set forth certain improvements, as follows: Placentia Avenue and Hospital Road Street Rehabilitation (C -3801) Work on said Contract was completed, and was found to be acceptable on June 12, 2007, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on /3, a O ©7 at Newport Beach, Califomia. BY C/ a� City Clerk • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 3 9 h >VD -7 C, -x801 BY 718E CT' CIXlNC L cRY`CF NEWPDRr BEACH jiJ{f AF-: P:] Agenda Item No. 13 June 12, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran 949 - 6443340 orftran @city.newport- beach.ca.us SUBJECT: PLACENTIA AVENUE AND HOSPITAL ROAD STREET REHABILITATION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3801 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. • 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On November 14, 2006, the City , Council authorized the award of the Placentia Avenue and Hospital Road Street Rehabilitation contract to Sequel Contractors, Inc. The contract provided for the construction of asphalt pavement, driveway approaches, curb access ramps, traffic loops, pavement markings, and utility adjustment. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $1,212,300.00 Actual amount of bid items constructed: $1,126,212.60 Total amount of Change Order: $28,556.17 Final contract cost: $1,154,768.77 The decrease in the amount of actual bid items constructed over the original bid amount resulted from the saving of asphalt concrete leveling course in the roadway •overlay on Hospital Road and asphalt concrete base course on Placentia Avenue. The final overall construction cost, including a change order, was 4.75 percent lower than . Placentia Avenue and Hospital Road Street Rehabilitation - Completion and Acceptance of Contract No. 3801 Jame 12.2007 Page 2 the original bid amount. A change order in the amount of $28,556.17 provided for extra • pavement removal and reconstruction on Placentia Avenue due to the condition of the existing subbase. The total construction cost is $1,154,768.77. Other Project Costs: In addition to the primary construction contract, this project involvec expenses from various funding sources, including Arterial Highways Program, Measure M and Traffic Congestion Relief. Total project summarized as follows: Construction $1,154,768.77 Traffic Signal Work 14,500.00 Materials Testing 9,313.13 Construction Inspection 2,174.40 Incidentals 391.54 Total Project Cost $1,181,147.84 Environmental Review: other project Rehabilitation expenses are The project was exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not • environmentally sensitive. Funding Availability: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Arterial Highways Rehabilitation Program 7285 - 05100860 $ 435,498.80 Traffic Congestion Relief 7191- C5100860 380,530.00 Measure M Tumback 7281- C5100860 338,739.97 Total Construction Cost: $1,154,768.77 The original completion date was March 8, 2007. The completion date was extended to March 24, 2007 to perform extra work and an emergency health situation of the Contractor's supervising staff. Prepared Submitted by: Works Director u C_ 30 STATE OF CALIFORNIA. BUSINESS,TRANSMITATION AND HOUSING AGENCY ` Arnold Schwarzenegger, Govemor DEPARTMENT OF T Division of Local Assistance 1120 N STREET P.O. BOX 942874, MS# 1 Sacramento, CA 94274 -0001 TDD (916) 654 -4014 (916) 654 -3151 Fax(916)653 -7621 December 15, 2006 Mr. Bill Patapoff City Engineer City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 Attn: Mr. Stephen Luy Dear Mr. Patapoff: TION File: 12- ORA- 0 -NPTB STPL- 5151(021) Hospital Road from Placentia Avenue to Newport Boulevard and Placentia Avenue from Hospital Roa Enclosed is your fully executed copy of Program Supplement Agreement No. 018 -N to Administering Agency -State Agreement No. 12 -5151 R . Sincerely, . o4� DENIX ANBIAH, Chief Office of Project Implementation Division of Local Assistance Enclosure c: DLA AE Project Files (12) DLAE - Alan Williams DEPARTMENT OF TRANSPORTATION_ DIVISION OF ACCOUNTING LOCAL PROGRAM ACCOUNTING BRANCH Attention: City of Newport Beach FINANCE LETTER Date: 19/0112006 Agency:. 12- ORA -0 -N PTB Project No: STPL - 5151(021). EA No: 12- 931759 Fed. Parlic: 96.92P/ This Finance Letter was created based on specific financial information provided by the responsible local agency. The following .encumbrance history is prepared by Local Assistance Accounting Off ice -and is provided here for local agency's information and action. ,Signature: !/ / �� n—;� For questions regarding finance letter, contact:. Title: HO Local Assistance Area Engineer Remarks: Max Fed 435,500. .Reimbursement ratio = 36.3% &'21.3 %. Printed Name : Patrick Louie Telephone No: (916)653 -7349: ACCOUNTING INFORMATION- STPL - 5151(021) Fund Program Fed /State Encumbrance Amount Approp Year Expenditure Amount Reversion Date 06DH I..A. STP- MINALLOC -DB. F $435,500 2005 so T 06[30/12 Page 1 of 1 11 C l • PROGRAM SUPPLEMENT NO. ND18 to ADkINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO. 12 -515IN D•:October 26, 2006 Locat ion: 12- ORA- 0-NPTB Project Number:STPL- 5151(021) E.A. Number: 12-931759 This Program Supplement hereby incorporates the Administering Agency -State Agreement for Federal Aid which was entered into between the Administering Agency and the State on lQ/Xy poand is subject to all the terms and conditions thereof. This Program Supplement is executed in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. a0,9 b' X 05 , approved by the Administering Agency on ja -la- ®% (See copy attached). The Administering Agency further stipulates that as a condition to the payment by State of any funds derived from sources noted below obligated to this project, the Administering Agency accepts and will comply with the Special covenants or Remarks setforth m the following pages. PROJECT LOCATION: Hospital Road from Placentia Avenue to Newport Boulevard and Placentia Avenue from Hospital Road to Production Place TYPE OF WORK: Road rehabilitation LENGTH: 0.6 (MILES) Estimated Cost Federal Funds Matching Funds Q230 $435,500.00 LOCAL OTHER $1,175,300.00 $739,800.00 $0.00 $0.00 CITY OF NEWPORT BEACH I hereby STATE OF CALIFORNIA Department JJ..ffo�--f Transpor tion By Chief, Office of Project Implementation Division of Local Assistance upon my personal knowledge that budgeted funds are available for this encumbrance: Accounting Officer 44&2fa�2 �L Date! j(py $435,500.00 Chapter Statutes I Item Year I Program I Be I category I Fund Source I ABRYO T 38 2005 2660.102 -890 2005 -2006 20.30.010.810 C 262040 892 -F 435,500.00 Program Supplement 12- 5151 -N018- ISTEA Page 1 of 3 12- ORA- 0 -NPTB • • 11/01/2006 SYPL- 5131(021) SPECIAL COVENANTS OR REMARKS 1. The ADMINISTERING AGENCY will advertise, award and administer this project in accordance with the current published Local Assistance Procedures Manual. 2. Award information shall be submitted by the ADMINISTERING AGENCY to the District Local Assistance Engineer within 60 days after the project contract award. A copy of the award package shall also be included with the submittal of the ADMINISTERING AGENCY's first invoice for the construction contract to: Department of Transportation Division of Accounting Local Programs Accounting Branch, MS #33 P. O. Box 942874 Sacramento, CA 94274 -0001. Failure to do so will cause a delay in the State processing invoices for the construction phase. Please refer to. Section 15.7 "Award Package" of the Local Assistance Procedures Manual. 3. ADMINISTERING AGENCY agrees that it will only proceed with work authorized for specific phase(s) with an "Authorization to Proceed" and will not proceed with future phase(s) of this project prior to receiving an "Authorization to Proceed" from the STATE for that phase(s) unless no further State or Federal funds are needed for those future phase(s). 4. Any State and Federal funds that may have been encumbered for this project are only available for disbursement for a period of five (5) years and seven (7) years, respectively, from the start of the fiscal year(s) that those funds were appropriated within the State Budget Act. All project funds not liquidated within these periods will revert unless an executed Cooperative Work Agreement extending these dates is requested and is approved by the California Department of Finance per Government Code Section 16304. The exact date of each fund reversion will be reflected in the approved finance letter(s) issued for this project. Notwithstanding the unliquidated sums of project specific State and Federal funding remaining and available to fund project work, any invoice for reimbursement that is not submitted to the Department on or before 60 days after that applicable fixed fund reversion date will not be paid from that fiscal year's encumbered funds because all of these unexpended funds will be irrevocably reverted by the Department's Division of Accounting on that date. Pursuant to a directive from the State Controller's Office and the Department of Finance, the last date to submit invoices for reimbursed work in each fiscal year is May 15th in order for payment to be made out of those then current appropriations. Project work performed and invoiced after May 15th will be reimbursed only out of available funding that might be encumbered in the subsequent fiscal year, and then only when those funds Program Supplement 12 -5151 R -N018- ISTEA Page 2 of 3 12- 'ORA- 0 -NPTB • . 11/0112006 sTPL- 5151(021) SPECIAL COVENANTS OR REMARKS are actually allocated and encumbered as authorized by the California Transportation Commission and the Department's Accounting Office. 5. ADMINISTERING AGENCY agrees, as a minimum, to submit invoices at least once every six months commencing after the funds are encumbered for each phase by the execution of this Project Program Supplement Agreement, or by STATE's approval of an applicable Finance Letter. STATE reserves the right to suspend future authorizations /obligations, and invoice payments for any on -going or future federal -aid project by ADMINISTERING AGENCY if PROJECT costs have not been invoiced by ADMINISTERING AGENCY for a six -month period. If no costs have been invoiced for a six -month period, ADMINISTERING AGENCY agrees to submit for each phase a written explanation of the absence of PROJECT activity along with target billing date and target billing amount. ADMINISTERING AGENCY agrees to submit the final report documents that collectively constitute a "Report of Expenditures" within one hundred eighty (180) days of PROJECT completion. Failure of ADMINISTERING AGENCY to submit a "Final Report of Expenditures" within 180 days of PROJECT completion will result in STATE imposing sanctions upon ADMINISTERING AGENCY in accordance with the current Local Assistance Procedures Manual. Program Supplement 12 -5151 R -N018- ISTEA Page 3 of 3 1 -2/15/2006 FRI 8:59 FAX RESOLUTION NO. 2006- ios .,,..., ..... 0002/003 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DELEGATING AUTHORITY TO CITY MANAGER TO APPROVE PROGRAM SUPPLEMENTS WITH CALTRANS FOR LOCAL ASSISTANCE TRANSPORTATION PROJECTS WHEREAS, the City of Newport Beach is eligible to receive Federal and/or State funding for certain transportation projects, through the California Department of Transportation; and WHEREAS, Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements and /or Fund Transfer Agreements need to be executed with the California Department of Transportation before such funds could be claimed; and WHEREAS, the City of -Newport Beach wishes to delegate authorization to execute these agreements and any amendments to the City Manager and that the City Manager be authorized to execute all Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements, Fund Transfer Agreements and /or any Amendments .thereto with the California Department of Transportation. NOW, THEREFORE BE IT RESOLVED that the City Council of the City of Newport Beach hereby delegates to the City Manager the authority to execute the individual Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements, Fund Transfer Agreements and/or any Amendmentsthereto with the California Department of Transportation. This Resolution shall take effect immediately upon its adoption. ATTEST: V FA t/./ 1107777-� A"'7 om /s — 14—Z6 12/15/2006 FRI 9:00 FAX 2003/003 STATE OF CALIFORNIA } COUNTY OF ORANGE } es. CITY OR NEWPORT BEACH } I, LaVonne M. Harkless, City Clerk of the City of Newport Beach, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing j resolution, being. Resolution No. 2006 -105 was duly and regularly introduced before and adopted by i the City Council of said City at a regular meeting of said Council, duly and regularly held on the 12th day of December 2006, and that the same was so passed and adopted by the following vote, to wit: Ayes: Henn,. Curry, Selich, Webb, Daigle, Gardner, Mayor Rosansky Noes: Nolte Absent: None Abstain: None, IN WITNESS WHEREOF, I have hereunto subscribed 'my name and affixed the official seal of said City this 13th day of December 2006. CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 1st day of November, 2006, at which time such bids shall be opened and read for PLACENTIA AVENUE 8r HOSPITAL ROAD STREET REHABILITATION Title of Project STPL -5151 (021) Contract No. 3801 $ 1,060,000 Engineer's Estimate • N ,�k(phen G. Badum 1 blic Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE http : / /www.city.newoort- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractor License Classification required for this project For further information, call Frank Tran, Prolect Manager at (949) 644 -3340 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 TABLE OF CONTENTS NOTICEINVITING BIDS ..................................................................... ............................... Cover INSTRUCTIONS TO BIDDERS .................................................................... ..............................3 BIDDER'S BOND ..............................:........................................................... ..............................5 DESIGNATION OF. SUBCONTRACTOR( S) ................................................. ..............................6 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION .............:........... ..............................7 PUBLICCONTRACT CODE ......................................................................... ..............................8 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .................... ..............................8 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ............... ..............................8 PUBLIC CONTRACT CODE 10232 STATEMENT ....................................... ..............................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ......................... .............................10 NON - COLLUSION AFFIDAVIT .................................................................... .............................14 DESIGNATION OF SURETIES ....:...............................:.............................. .............................15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL ..............16 ACKNOWLEDGEMENT OF ADDENDA ...................................................... ........:....................18 INFORMATION REQUIRED OF BIDDER .................................................... ................:............19 DEBARMENT AND SUSPENSION CERTIFICATION .............:................... .............................22 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS ...... .............................23 DISCLOSURE OF LOBBYING ACTIVITIES ................................................ ............................:24 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES ................................................ .............................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 ......................................................... .............................48 CONTRACT................................................................................................. .............................49 , LABOR AND MATERIALS PAYMENT BOND .............................................. .............................55 FAITHFUL PERFORMANCE BOND ............................................................ . :...........................57 FEDERAL REQUIREMENTS .................. ......... .: ................. .... ........... .................... FR -1 to FR -14 PROPOSAL........................................................................................... ............................... PR -1 SPECIALPROVISIONS..;. ............................... .... .... I .... I ...................... I ... I ................... I ......... SP -1 3 SEOUEL CONTRACTORS, INC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 INSTRUCTIONS TO BIDDERS. 1. 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 Newpor.t.Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents'prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 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 4 securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: http: //www.apo.aov /davisbacon /ca.htmi 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer, or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 610600A Contractor's License No. & Classification SEQUEL CONTRACTORS. INC. 01 Date Thomas S. Pack, President 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 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 Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the. undersigned Principal for the construction of PLACENTIA AVENUE from HOSPITAL ROAD to NORTH CITY LIMIT & HOSPITAL ROAD from NEWPORT BOULEVARD to PLACENTIA AVENUE, Contract No. 3801 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 day of _ _ .2006. Name of Contractor (Principal) Authorized Signature/Title Name of Surety Authorized Agent Signature Address of Surety Print Name and Title Telephone (Notary acknowledgment of Principal & Surety must be attached) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 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 �n percent of the total amount. of the bid Dollars ($ .. 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the. undersigned Principal for the construction of PLACENTIA AVENUE from HOSPITAL ROAD to NORTH CITY LIMIT & HOSPITAL ROAD from NEWPORT BOULEVARD to PLACENTIA AVENUE, Contract No. 3801 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 26th day of Sequel Contractors, 'Inc. Name of Contractor (Principal) . Federal Insurance Company Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908 - 903 -2000 Telephone Doucrlas A. Rapp Attorney in Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) P ACKNOWLEDGMENT State of California County of Orange On Oct. 26. 2006 before me, A. P. Coats, Notary Public (hen; insert name and tifie of the officer) personally appeared Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. P - P. FIR 1 (Seal) Chubb POWER Federal Insurance Company Attn: Surely Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnowAll by These Presents, Thai FEDERALINSURANCE COMPANY, an Insane corporaton, VIGILANT DURANCE COMPANY, a New Yak corporation, and PACIFIC INDEMNITY COMPANY, a wscaish corporation, do each hereby eonsw le and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------- - - - - -- each as their true and lawful AVomsy- krFactto ewarte ender such designetWn In Mai names and to aft tlreir ompordse Walsh) and deWarfor and W their behat as surety thereon or otherwise, bonds and u dertaliags and other writings olAgatory in the nature thereof (other Man ball bonds) given or executed to the course of business, and any inhamrneds amenctng or atemg the same, and conserda to the rrwdHicatbn or atbrallm of any instrument referred to In said bonds or obligations. . In Witness Whereef, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY hem each exa mated and afested tow presents and atPomd their corporate seats an cis 22nd &yet January, 2004 STATE OF NEW JERSEY ss. County of Somerset W &W ontis 22ndtayor January, 2004 .bNae me, a Messy wwcd Now Jassy, pencrery cow Kenneth awendml,toa.known tobeAsahaeMSaereteryof FEDERAL. INSURANCE COMPANY, VIBRANT INSUR NM COMPANY, and PACIFIC MDSINIY CONFAW, ee campeNes which eaeoiYd Ow foregoing Poeerof Atlomay, and the said KeaethC. Wandai being by as d* swan, did deposs and my that he isAsdalaaSeae" d FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and ban the arperele sealstered, that the awia allmd 10 to toregdrg Pawn atAnconey are such capaas seats and was lherefo&NOWbya thaKyoftheBy- lawsdsaidCaromiewandMethaffipedsaidPswardAb meyasAssisla t3axeleryofsaidCompares by We aatho W. and Meat he Is acquainted with Frank E RWarlsork and Gnaw Nnt to be Vko President of sold CanpwJm and Ihd tie ftsid re of Frank E. Rahatsan, subscribed to said Power ol Attorney is In to Wnuahe hsdwrf6g of Frank E. Robertson. and was d eb PA)9mbed bya*wft ofwA Bylaws and In deponents pr ere Notarial seat Karen A. Frice Notiry t ubHc State of New Jersey " a u L � No. 2231647 Notary Ptbnd r.. .,, All .a x•�EWnH1C ON FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: At pwa- tlWattor ey for and on behal d the Conpany may and Shall be exeehted in Me name and on behalf d the Company, eTler by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant SedeMly, tinder their respective designatons. The souWnr of such officers may be enWaysA prated or Whographed. The signaWna of each of the following ofiio ens: Chaimen, PresideM, any Vice President, wry Assistant Vice President, any Secretary, myAsslstard Secretary and tie said of the Company may be affised by facsimile to any power of ataney or to arty cerWxde mkft thereto appointing Assistant Secretaries or AttomsysdmFact Tor purposes only d executing and ale" bads and urdariaidrge . and outer wrt rip obligatory In .ft nature thereof, and any such power of attorney a cedficate bearing such facsimile signature or facsimile seal shall be valid and bindug upon the Company and any such poser so executed and certified by such laraimile signature and tacsknde seal shall be valid -and bandag upon to Company with respect to any bond or fadertaMng to which I Is atadhaV . . 1, Km*M C. WatdeL Assistant Secrehery of FEDERALINSURANCE COMPANY, VIGILANT INMIRANCE COMPANY, and PACIFIC INDEMNITY COMPANY (IM 'Compardes) do hereby cenfty that , (q the knIgdrg extract of the W -taws of the Companies is true std correct, - (7 the Companies are duly bcensed and authorized to transact surety business in all 50 of tie United States of America and the District of Columbia and am authorized by the U. S. Treaswy DepaM+aht; WOW Federal and Ytgdant are kensed in Puerto Rim and the U. S. Vagn Islands, and Federal is tiaersed in American Samoa, Guam, and each of the Provinces of Canada Prince Edward Island; and (w) the foregoatg Power of Attorney is tote, corned and In WA force and elfea Given wrier my hand and seats at sae Companies at wares, w this 26th fay Of October 2006 . IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax (908) 903 -WW e-mail: surety6chubb.com Far WI"s2e la0. 49Q) CONSENT CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES r ss. On OCT 2 6 X106 , before me, Daniei Bustamante, Notary Pubk Date Name and Title of Officer (e.g., "Jane Doe. Notary Public) personally appeared Thomas S. Pads, President Name(e) of Signer(s) ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS �I mg d a" seal. Place Notary Seal Above Signature of Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: i i Individual Corporate Officer — Title(s): _ Partner — ❑ Limited ❑ General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner Limited '-General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT'rHUh18PRINT OF SIGNER 0 0 2004 National Notary Association • 9350 Da Soto Ave., P.O. Box 2402 • Cbatsnudh. CA 91313 -2402 Hem No. 6907 Reorder. Cal[ Toll -Free 1- 60"76-6827 DANIEL OUSTAMANTE 1JSE.y. N COMM. #1537133 to .a• NOTARY PUBLIC-CALIFORNIA p Crl Q LOS ANGELES COUNTY N My Comm. ExP Dec 20. 2008 ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS �I mg d a" seal. Place Notary Seal Above Signature of Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: i i Individual Corporate Officer — Title(s): _ Partner — ❑ Limited ❑ General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner Limited '-General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT'rHUh18PRINT OF SIGNER 0 0 2004 National Notary Association • 9350 Da Soto Ave., P.O. Box 2402 • Cbatsnudh. CA 91313 -2402 Hem No. 6907 Reorder. Cal[ Toll -Free 1- 60"76-6827 Best's Rating Center - Company Information for Federal Insurance Company Indusliy Research. Ratings Definitions t. Searcll Bests Ratings; Press Releases Related Products r +Industry &Regional: ;.i CountrylRisk � - ",. How to�Get Rated _ CoMad;-an Analyst "` - Financial Strength Issuer Credit Securities Advanced - search Federal Insurance Company (amemberof Chubb Grovpofimuma Companies) (eiyseGp4lies for relatetlssuers) A.M.Best N: 02084 NAIC N: 20281 FEIN S: 131963496 Address:l O. Box 1615 Phone 908-903 -2525 Warren, NJ 07061 -1615. Fax: 908- 903 -3805 Web. www.chubb.com Best's Ratings Financial Strength Ratings View Definitions Rating: A ++ (Superior) Affiliation Code: U (Group) Financial Size. Category: XV ($2 billion or more) Outlook: Stable Action: Affirmed Effective Date: October 04, 2006 Denotes Under Review Best's Ratings Page I of 2 Other web Camera:'(. A.,a ed to companies Nat have in our op on, a superiorabllylomaet .heir ongoing oEligatlons to policyholders. Issuer Credit Ratings View Definitions Long -Term: aa+ Outlook: Stable Action: Affirmed Date: October 04, 2006 Reports and News Visit. our News Room for the latest news and press releases for this company and its A.M. Best Group. Best's_Company- Report .- includes Best's Financial Strength Rating and rationale along with comprehensive analyt JII3 detailed business overview and key financial, data. _ _ Report Revision Date: 10/04/2006 (represents the latest significant change). Historical Reports are available in Bests Company Report Archive. 142 „y- Best's Executive Summary Reports (Financial Overview) - available in. three versions, these presentation style n Eu -s sheet, income statement, key financial performance tests including profitability, liquidity and reserve analysis. i `' Data Status: 2006 Best's Statement File - PIC, US. Contains data compiled as of 10!2/2006 (Quality Cross Check( • Single Company - five years of financial data specifically on this company. • C9LnprrrL49rt -side -by -side financial analysis of this company with a peer group of up to five other companies yc • Composite - evaluate this company's financials against a peer group composite. Report displays both the avers composite of your selected peer group. Note: Adobe Reader is required to view the reports listed above. This software is available free from Adobe System. option is also available once the report has been opened using Adobe Reader. M Best's Key,Rating, Guide:Presentation Report - includes. Best's Financial Strength Rating and financial data as prr Rating Guide products.. ' +o Data Status: 2005 Financial Data (Quality Cross Checked). Financial and Analytical Products Best's .PrgpertylCasually Center, - Premium Data & Reports Best's KeyRaling Guide PIC US & Canada Best's. Statement,Pile - P C, US Best's Statement File - Global Best's Insurance Reports - EC, US &Canada Best's Slatel-ine - PIC. US Best's Reinsurance Center- Premium Data _& Reports (Basic Service) _Best's Insurance Expense Exhibit.(IEE) -PIC, US Besl_s Slate ine (Combined Lines)_ P1C,.US Customer Service I Product Support I Member Center I,Conlact Jnfo I Careers About ,A M. Best I Site Map I Privacy Policy I Security I Terms of Use I Legal & Licensing http:// www3 .ambest.com /i-atings/Ful]Profile .asp ?B1= 0 &AMBNum= 2084 &AItSrc =1 &Alt... 11/02/2006 -CITY OF NEWPORT BEACH-- PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing. this designation, certifies . that bids. from, the following subcontractors have been used in formulating the bid for the project and that these subcontractors ` will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport_ Beach. (Use additional sheets if needed) Subcontractors Information Bid Item Number Description of Work • %of Total Bid ^� )J // Name: A,!IeOL C.04 f7l"lvd -eP4 ' l Address: 60 VrAq 2 "l Phone: State license Number. Name: Address: L{ 6> �� J" iii SQL Phone: State License Number: Name: AfsI Address: Col� 9�t0 91,;,������ a� Phone: State License Number. SEQUEL CONTRACTORS, INC. Bidder Thomas S. Par: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 DESIGNATION OF SUBCONTRACTORS) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing. this designation, certifies that bids from, the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport . Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Description of Work %of Number Total Bid /� Name: NOGG / /+. Address: n Phone: State License Number. Name: nn •C• " O O �� �X2/ Address: Phone: State License Number. Name: /�.p G /t e,e_f li ♦. Gam% 01�5 . Address: Phone: State License Number. SEQUEL CONTRACTORS. INC. Bidder EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder SEQUEL CONTRACTORS INC. proposed subcontractor hereby certifies that he has , has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former Presidents 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. E:3 SEQUEL CONTRACTORS, INC. :.PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Sypury n 10285:.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of under the laws of the State of Califomia that the bidder has _ , has not een 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 If the answer is yes, explain the circumstances in the following space. 0 SEQUEL CONTRACT 'CI z ; 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. 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROADrSTREET REHABILITATION CONTRACT NO. 3801 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidders Name SEQUEL CONTRACTORS, INC. 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 ProjectName/Number k.8(ELUF AvC. PHA&V, II Project Description 2)TRUT C.NS`IRVCJ oN Approximate Construction Dates:: From To: ltl j-( 200 l Agency Name: Cx-yq 6F.Ar1PIHnm Contact Person. V(YC '5klut Telephone ('II- -7bg- 511 Original Contract Amount $_Final Contract Amount Soo, 0 0 If final amount is different from original,, please explain (change orders, extra work, etc.) Did you file any claims against the Agency/? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 2 Project Name /Number MAIM 5T12a T f e72AND Ave. Project Description 7S7REEi LMbT2AX-,TIo%N Approximate Construction Dates: From 0 y,: " ± +y Agency Name C t'w car- LL %P&oo00 Contact Person T- AAtt�(A`1 >yS Telephone (gto) 524 —Z%I Original Contract Amount $ Final Contract Amount If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. No. 3 Project Name/Number ] =,L LA 5,E1 VTIfi( -A:D0N PM16C .l Approximate, Construction Dates: From . To: ,'�UKl% 2q , tagcf Agency Name _� LEN OF ANi3htelM Contact Person tC� ` _Telephone (-IIy) `11CoS-511 /p Original Contract Amount $ 1A Final Contract Amount $ 104I ? 35. do If final amount is different from original, please explain (change orders, extra work, etc.) 9 Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Lt 12 -No. 4 Project Name/Number 5QjL(NlrfREET- 1w1��t�rl{t�t(r Project Description r�t•(ST�1X'CIaN Approximate Construction Dates: From To: MAI 2004 Agency Name GrN OF S L-NAI, 11IL,t.. Contact Person D.Zavy tIACMAHON Telephone (3to) 32ct = Ola2 Original Contract Amount $, Final Contract Amount $ } ,; (4, i If final amount is different from original, please explain (change orders, extra work, etc.). Did you file any claims against the Agency? Did the:Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 0 No. 5 Project Name/Number _ h )^SHI NG'T0N F3l v p• Project Description :STl`66T LzKyp- UGT18N Approximate Construction Dates: From Agency Name l L-r� M CAAVEIL- C.rs i s Contact Person _MARC.AkLET U U Telephone M0 1,59' SIG Original Contract Amount $ Final Contract Amount $. If final amount is different from original, please explain (change orders, extra work, etc.) Did you fie any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. R 13 No. 6 Project Name/Number 146WHoPG Sr IzEEf : &TeMslori Project Description SrIKI f nNS4 tZQCT i oN Approximate Construction Dates: From To: )AN 7-02 Agency Name G ►7y o5 �t u RTAW \�^Luey Contact Person ASSAM ALA.5kZ z- Telephone (yly.) 593 -44N3 Original Contract Amount $ Final Contract Amount $ Zr �SiLfyCoK3• If final amount is different from original, please explain (change orders, extra work, etc.) N% . Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Ru Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other. information . sufficiently comprehensive to permit an appraisal of the . tracto (irrent financial conditions. 9 SEQUEL C®NIRACTORS, IWP. Bidder 14 Thomas S. Pack, President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County ofi QS ANCLEIIES Thomas S. ParR being first duly sworn, deposes and says that he or she is PrA ident oGEQUFL CC]XT!r f;T S nvS; 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,frx 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. 17 11� I declare under penalty of perjury of the laws of the State and correct. Bidder Subscribed and sworn to before me this day of Notary Public My Commission Expires: 15 the foregoing is true I� Thomas S. Pack, Presiderft [SEAL] 2006. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 DESIGNATION OF SURETIES Bidders name SEQUEL CONTRACTORS, INC_ 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): E RAPP SURETY SERVICES (949) 457 -1064 23461 n c #345 Isgiinn Hilly CA 9265 16 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of On WV 0 1 211F LOS ANGELES Date personally appeared I ss. before me, nanfei sustamante, Notary Pubk Name and Title of Officer (e.g.. 'Jane One. Notary Public-) Thomas S. Pack Name(s) of Signer(s) ;V.3 %• DANIEL RUSTAMANTE N _ COMM, #1537133 NOTARY ft1ALIC- CALIFORNIA A Q ^a. LOS ANGELES COUNTY N My Camm Exo Dec 10. 20fW personally known to me C1 proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT SS my hand seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by few, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual • Corporate Officer — Title(s): • Partner —❑ Limited El General • Attorney in Fact Top of thumb here • Trustee • Guardian or Conservator • Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — ❑ Limited ❑ General n Attorney in Fact C Trustee Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 020N National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 913132402 Item No. 5907 Reorder. Call Toll -Free 1ADD- 876-M7 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders NameSMUEL CONTRACTORS, INC. 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. . 17 Current Record Record Record Record Record Year of for for for . for for Record 2005 2004 2003 2002 2001 Total 2006 No. of contracts �'� 2 ,3 Zy 2s 23 e,0 l 2l0 Total dollar Amount of Contracts (in pow ICO0 Z.'7 006 r Z5 600 .LS 004 i %bOb KI COb Thousands of $ No. of fatalities No. of lost Workday Cases No. of lost workday cases involving d D permanent O transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102. . 17 Legal Business Name of Bidder SEQG EL CONTRACTOR INC. Business Address: r' RIAL HWY. Business Tel. No.: CALIF. 906!2t562) OW-722 State Contractor's License No. and Classification: 8106MA1 Title 4 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 ��® 1�� / bidder ( s / Date my o t ands Signatur6 of bidder Signal Signal Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be. provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnershiproint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be. acknowledged before a Notary Public, who must certify that are known to him or her to be such, and, corporation executed the instrument pursuant of Directors. . 18 such partnersroint venturers, or officers n the case of a corporation, that such to its bylaws or a resolution of its Board CITY OF NEWPORT BEACH PUBLIC WORKS-DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 ACKNOWLEDGEMENT OF ADDENDA Bidders name SEQUEL CONTRACTORS, INC. The bidder shall signify receipt of all Addenda here, if any, and. attach executed copy of addenda to bid documents: um No. 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation:SEQUEL CONTRACTORS, INC. 13546 IMPERIAL HM, Business Address: SANTA FE SPRINGS, CALIF, 90670 Telephone and Fax Number: OW) 802 -7227 (562) 802 -7496 California State Contractor's License No. and Class: 510M (REQUIRED AT TIME OF AWARD) Original Date Issued: AMMY 319199txpiration Date: x`31, 2007 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: Thomas S. Pack, President 19125 /oG The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone ThOMas S. Pack. President 3 IMPERIAL HWY Abel Magallanes, V:P. & SewWaw SANTA FE SPRINGS CALIF. 90670 (562) 8M -7227 MICIRAMA. Corporation organized under the laws of the State of CALIFORNI 20 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: WA -- All company, corporate, or fictitious business names used, by any principal having interest in this proposal are as follows: For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; was Have you ever had a contract terminated by the owner /agency? If so, explain. tvN . "O Have you ever failed to complete a project? If so, explain. 11b 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 lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes /NJ Are any claims or actions unresolved or outstanding? Yes / to 21 If yes to any of the above, explain. (Attach additional sheets, if necessary) ' {VN Failure of the bidder to provide ALL requested information in a complete and accurate manner may. be considered non - responsive. Thomas S. Pack (Print name wner�President of Coroo n /Coawbnv) SMUEL CONTRACTORS, INN Bidder i nWilrM Title WN 0 1 MM Date Subscribed and swum to before me this �— day of lyF4 6e2 2006. [SEAL] j CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES On p0Y U 1 2z Date personally appeared before me, ss. Daniel Bustamante, Notary PUNC Name and T,tie of Officer (e.g., "Jane Doe. Notary Public ") Thomas S. Pack Name(s) of Signer(s) Ca /Personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIy hand and offigial seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner ­71 Limited ❑ General Cl Cl Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 2004 National Notary Association • 9350 Do Soto Ave., P.O. Box 2402 • Chatsworth. CA 91313.2402 Item No. 5907 Reorder. call Tol -Free 1- $W-876.6827 DANIFL SUSTANANTE N CORM. #1537133 NOTARYPUBUC- CAUFORNIA� Q LOS ANGELES COUNTY N M7 Comm. Exp. Da. 20, 2008 Ca /Personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIy hand and offigial seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner ­71 Limited ❑ General Cl Cl Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 2004 National Notary Association • 9350 Do Soto Ave., P.O. Box 2402 • Chatsworth. CA 91313.2402 Item No. 5907 Reorder. call Tol -Free 1- $W-876.6827 SEQUEL CONTRACTORS, INC. 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. 9 SECUEL CONTRACTORS, INC. 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 certifcation,shal.l 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 sub recipients shall certify and disclose accordingly. 24 -SEQUEL CONTR_^,CTCRS, INC.. DISCLOSURE OF LOBBYING ACTIVITIES 1. Type of Federal 2. Status of Federal Action: Action: a. contract Fla. bidlotferlapplication b. grant b. initial award c. cooperative agreement c. post -award d. loan e. loan guarantee f. loan insurance 4. Nagle and Address of Reporting Entity IL�I /Prime Subawardee Tier'_ , if known Congressional District, if known 6. Federal DepartmentfAgency: 8. Federal Action Number, if known: 10. a. Name and Address of Lobby Entity (If individual, last name, first name, MI) 3. Report Type: Fla. initial b. material change For Material Change Only: year_ quarter_ date of last report 5. If Reporting Entity in No. 4 Is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, If applicable 9. Award Amount, If known: b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) a' Sheet(s) (attach Continuation if necessary) frrA 11. Amount of Payment (check all that apply) .. 13. ' Type of Payment (check all that apply) $ actual planned a. retainer b. one -time fee 12. Form of Payment (check all that apply): c. commission cash d. contingent fee ea. b. in -kind; specify: nature a deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, Including officer(s), employee(s), or member(s) contacted, for Payment Indicated in Item 11: WA (attach Continuation Sheet(s) if n sary) 15. Continuation Sheet(s) attached: Yes, Ih 16. Information requested through this form is authorized by Title 31 U.S.C. Section 1352. This disclosure of Signat lobbying reliance was placed by the tier above when his - transactlon was made or entered into. This disclosure is print ame. Tf ;rnaS required pursuant to 31 U.S.C. 1352. This information _ Will be reported to Congress semiannually and will be Title: president available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil Telephone No(5W) W2nevi - 7=DatelE 0 1 M* penalty of not less than $10,000 and not more than $100,000 foreach such failure. Federal Use Only: Authorized for Local Reproduction Standard Form - LLL SEQUEL CONTRACTORS, INC. 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 We 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 dassificetion 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 tier of the subawardee, e.g., the first subawardee of the prime is the first fier. 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 "Subawardee" 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 ban 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 (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for.grants, cooperative agreements, loans and loan commitments'. . 8. Enter the most appropriate. Federal identifying number available for the Federal action identification in item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bld (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 ban commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. . (b) Enter the full names of the individual(s) 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. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13.. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform _ and the 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 shall sign and date the form, print hisftr 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 oollecion of information, including suggestions for reducing this burden, to the Office of Management and Budget Paperwork Reduction Project. (0348. 0046), Washington, D.C. 20503. SF- LLL - Instructions Rev. 06-04- !INENDIF» RM SEQUEL CONTRACTORS, INC. SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 24.01 GENERAL The bidder's 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 Bidder's 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,Noncollusion 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 th& 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, 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 bidder's 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. 27 SEQUEL CONTRACTORS, INC. 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 Members) contacted to influence or attempt to influence a covered Federal Action. 24.02 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 - 1. ' 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 The DBE Regulations in their entirety are incorporated herein Attention is directed to the following matters: DBE Regulations: by this reference. 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. ; 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; 0Q. SEQUEL CONTRACTORS, INC. 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 Caltran's "Civil Rights" web site at: http: / /www.dot.c'a.govihq /bep. 2. The Caltran's 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: 1. 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,.aiticles 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, 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: RE gWUEL CONTRACTORS, ING. 1. 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; 5. 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; 6. For the purposes of this paragraph G, a lease must indicate that the DBE has exclusive use of and control over theAruck.. 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. 30 Page: 1 of 1S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO 3801 DATE: 10 12,440 BY: 1)nflka,9� City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. FEDERAL MINIMUM WAGE RATES 1. Delete Federal Minimum Wage. Rates; Modification Number 32, dated 9/22/2006. 2. Insert current Federal Minimum Wage Rates; Modification Number 33, dated 9/29/2006. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. SEQUEL GUN3"TQBS, INC. Bidder's Name (Please Print) xe ar -o, s. _�... & Title f :luserslpbwlsharedlcontractslfy 06- 071plaoentia & hospital rd rehab c- 38011addendum no 1.doc i FEDERAL MINIMUM WAGE RATES GENERAL DECISION: CA20030035 09/29/2006 CA35 Date: September 29, 2006 General Decision Number:.CA20030035 09/29/2006 Superseded General Decision Number: CA020035 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Orange County in California. j BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 _ 30 31 32 33 Publication Date 06/13/2003 01/3'0/2004 03/05/2004 04/02/2004 05/21/2004 07/16/2004 08/27/2004 10/08/2004 01/14/2005 01/28/2005 02/11/2005 04/08/2005 04/22/2005 06/17/2005 07/22/2005 08/05/2005 08/19/2005 09/09/2005 11/18/2005 12/02/2005 12/23/2005 02/03/2006 02/10/2006 03/17/2006 04/14/2006 06/09/2006 07/07/2006 07/14/2006 08/04/2006 08/25/2006 09/08/2006 09/15/2006 09/22/2006 09/29/2006 ASBE0005 -002 08/07/2006 Rates Fringes Asbestos Workers /Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)...$ 36.16 10.24 -- ----------------------------------------- ASBE0005 -004 08/07/2006 Rates Fringes 31 Asbestos Removal worker /hazardous material tAndler (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 ___ _ _____ _________________________________ BRCA0004 -010 05/01/2006 ___ __ ______ __ _________ Rates Fringes Bricklayer; Marble Setter ...... L $ 31.61 8..75 ----------------------------- -------- BRCA0018 -004 06/01/2006 7 777 -------- Rates Fringes Marble Finisher ................$ 22.52 7.65 Tile Finisher ..................$ 18.57 7.25 Tile Layer .....................$ ___ ___ 29.30 _ ____ 11.36 -_ -_ _ ____________ ____ * BRCA0018 -010 09/01/2006 Rates Fringes Terrazzo Finisher ..............$ 24.54 8.62 Terrazzo Worker ................$ 31.63 - 9.41 -___ - - - - - -_ ---------- CARP0409 -001 07/01/2006 -- ------ Rates Fringes Carpenters: (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor _ Worker and acoustical installer ...................$ 33.61 8.57 (2) Millwright ..............$ 34.11 8.57 (3) Piledriver /Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 33.74 8.57 (4) Pneumatic Nailer, - Power Stapler ...............$ 33.86 8.57 (5) Sawfiler ...............$ 33.69 - 8.57 (6) Scaffold Builder ...... .$ 26.31 8.57 (7) Table Power Saw Operator... ................ $ 33.71 8.57 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 07/01/2006 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 33.61 8.57 STOCKER/SCRAPPER ............ $ 10.00 6.06 -- __ - -__ -------- --------- ELEC00II -002 12/05/2005 - - -- _ -_ COMMUNICATIONS AND SYSTEMS WORK Communications System Rates Fringes 32 Installer ...................$ 23.78 3%+7.35 Technician ..................$ 25.58 38 +7.35 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. noes 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 06/05/2006 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 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 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 06/01/2005 Rates Fringes 33 Rates Fringes Cable splicer ..................$ 36.58 3% +11.23 Electrician ....................$ 34.97 3%-+11.23 --------------------------------------------------------- ELEC0441-004 06/05/2006 TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING Rates Fringes Electrician Cable Splicing, Fiber Optic Splicing ..............$ 36.58 3% +11.23 Journeyman Transportation Electrician .................$ 34.97 3& +11.23 Transportation Systems Technician ..................$ 24.48 2% +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 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 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 06/01/2005 Rates Fringes 33 Line Construction (1) Lineman; cable splicer..$ Power Equipment 36.51 3.758 +10.03 ` ' (2) Equipment specialist (Cranes, Piledriving & (operates crawler Hoisting) - tractors, commercial motor GROUP 1 ....................$ vehicles, backhoes, 33.00 GROUP trenchers, cranes (50 tons 33.78 and below), and overhead 3 ....................$ . and underground GROUP 4 ....................$ distribution line 34.21 GROUP 5 ....................$ equipment) ..................$ 31.03 3.758 +9.25 (3) Groundman ...............$ 23.73 3.758 +9.25 (4') Powderman ...............$ 7 ....................$ 34.69 3.758 +9.29 ---------------------------------------------------------------- ELEV001B -001 01/01/2005 GROUP 8 ....................$ 34.83 Rates - Fringes _ Elevator Mechanic ..............$ 38.215 12.015 FOOTNOTE: Vacation Pay: 88 with 5 or more years of service, 68.for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. --------------- -- -- --- ENG10012 -003 07/01/2006 34 Fringes 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 Rates Power Equipment Operators (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 33.00 GROUP 2 ............:.......$ 33.78 GROUP 3 ....................$ 34.07 GROUP 4 ....................$ 34.21 GROUP 5 ....................$ 34.43 GROUP 6 ....................$ 34.54 GROUP 7 ....................$ 34.66 GROUP 8 ....................$ 34.83 GROUP 9 ....................$ 35.00 GROUP 10 ....................$ 36.00 GROUP 11 .....................$ 37.00 GROUP 12 ....................$ 38.00 GROUP 13 .... .................$ 39.00 Power Equipment Operators (Tunnel Work) GROUP 1 ...........:........$ 33.50 GROUP 2 .......:............$ 34.28 GROUP 3 ....................$ 34.57 GROUP 4. ................... $ 34.71 GROUP 5 ....................$ 34.93 GROUP 6 ....................$ 35.04 GROUP 7 ....................$ 35.16 Power Equipment Operators GROUP 1 ....................$ 31.65 GROUP 2 .....................$ 32.43 GROUP 3 ....... ..............$ 32.72 GROUP 4 ....................$ 34.21 GROUP 5....' .................$ 35.31 GROUP 6 ....................$ 34.43 GROUP 7 .......:............$ 35.53 GROUP 8 ....................$ 34.54 GROUP 9 ....................$ 35.64 GROUP 10 ....................$ 34.66 GROUP 11 ...................:$ 35.76 GROUP 12- .................. $ 34.83 GROUP 13 ....................$ 34.93 GROUP 14 ....................$ 34.96 GROUP 15 ....................$ 35.04 GROUP 16 ....................$ 35.16 34 Fringes 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 GROUP 17 ....................:$ 35.33 15.30 GROUP 18 ....................$ 35.43 15.30 GROUP 19 ....................$ 35.54 15.30 GROUP 20 ....................$ 35.66 15.30 GROUP 21 ....................$ 35.83 15.30 GROUP 22 ....................$ 35.93 15.30 GROUP 23 ....................$ 36.04 15.30 GROUP 24 ....................$ 36.16 15.30 GROUP 25 ....................$ 36.33 15.30 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 side dum jack; Screening and conveyor machine oeprator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant .operator; Trenching machine oiler GROUP 3: Asphalt- rubber blend operator; Bobcat or similar type (side steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar .types - Hughes 100 or 200 or similar types - drilling depth of 301 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 35 - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' RAximum); 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 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) ; Pumperets 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 £t. 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 99 GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types- Watson 3000 or 5000 auger or similar types - Texoma 900 auger or similar types- drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type- except Quad 9 cat.); Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar' and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6 -1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi- engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle - wheel' -auger type self - loading - two (2) or more units) GROUP 13: Rubber -tired earth - moving equipment operator operating equipment with push -pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth - moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth - moving equipment operator, 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 yda. 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, 37 operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth - moving equipment.operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth- moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds_ struck) GROUP 22: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, Caterpillar, 'Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating with the tandem push -pull system (multiple engine, up to and including 25 yds. struck) 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 90 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); RN Id Slip form pump operator (power- driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); T&inel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy -duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber - tired, rail or track type); Pneumatic concrete placing machine operator (Hackley- Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring ---------------- ----------- machine operator Rates Fringes ENGI0012 -004 08/01/2006 Gunite -------- -- --- — - -- -- ---- 1 .....................$ Rates 16.36 Fringes Power equipment operators: 23.49 16.36 GROUP 3 .....................$ (DREDGING) 19.95 16.36 - (1) Leverman ................$ 39.65 15.30 (2) Dredge dozer ............ $ 35.18 15.30 (3) Deckmate ................$ 35.07 15.30 (4) Winch operator (stern winch on dredge) ............ $ 34.52 15.30 (5) Fireman - oiler, Deckhand, Bargeman, Leveehand ...................$ 33.98 15.30 (6) Barge Mate ..............$ 34.59 15.30 ------------------`--------------------------------------------- IRON0002 -004 07/01/2006 Rates Fringes Ironworkers: Fence Erector ...............$ 32.165 16.585 Ornamental, Reinforcing and Structural ..............$ 33.055 16.585 PREMIUM PAY: $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 $1.00 additional per hour at'the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ------------------------- * LABO0300 -003 07/01/2006 m Rates Fringes Laborer: Gunite GROUP 1 .....................$ 24.44 16.36 GROUP 2 .....................$ 23.49 16.36 GROUP 3 .....................$ 19.95 16.36 - m Laborer: Tunnel GROUP 1 .....................$ 24.28 12.95 GROUP 2 .....................$ 24.60 12.95 GROUP 3 .....................$ 25.06 12.95 GROUP 4 ......................$ 25.75 12.95 Laborers: GROUP 1 .....................$ 22.84 13.04 GROUP 2. .................... $ 23.39 13.04 GROUP 3 .....................$ 23.94 13.04 GROUP 4 .....................$ 25.49 13.04 GROUP 5 .....................$ 25.84 13.04 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 1: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder.person; chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; operating of troweling and /or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, EN 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 ______________ __ _____ _____ ____________________ LA13O0882 -002 01/01/2006 Rates Fringes Asbestos Removal Laborer ....... $ 23.20 10.90 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 07/01/2006 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 23.74 8.51 (2) Vehicle Operator /Hauler.$ 23.91 8.51 (3) Horizontal Directional Drill Operator ..............$ 25.76 8.51 (4) Electronic Tracking Locator .....................$ 27.76 8.51 Laborers: (STRIPING /SLURRY SEAL) GROUP 1 .....................$ 24.52 11.34 GROUP 2 .....................$ 25.82 11.34 GROUP 3 .....................$ 27.83 11.34 GROUP 4 .....................$ 29.57 11.34 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 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, 43 monument markers; operation of all related machinery and equipment; power broom sweeper ,, GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment PAIN0036 -001 07/01/2005 Rates Fringes Painters: (1) Repaint Including Lead Abatement ...................$.23.40 7.49 (2) All Other Work: ......... $ 26.67 7.49 REPAINT of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities, tenant improvement work not included in conjunction with the construction of the building and all repainting of tenant improvement projects. --- -------- ------------------------------- — — - --------- - — PAIN0036 -008 10/01/2005 Rates Fringes Drywall Finisher ...............$ 28.33 9.98 ---------------------------------------------------------------- PAIN0036 -015 06/01/2006 Rates Fringes Glazier ........................$ 32.30 12.75 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the.building from a swing stage or any suspended contrivance, from the ground up -------------------------------------------------------------`-- PAIN1247 -002 06/01/2006 Rates Fringes Soft Floor Layer ...............$ 28.40 6.54 ---------------------------------------------------------------- PLAS0200 -009 01/01/2005 Rates Fringes Plasterer..... ............ $ 28.29 7.46 ---------------------------------------------------------------- PLAS0500 -002 07/17/2006 Rates Fringes Cement Mason ...................$ 26.05 16.28 ---------------------------------------------------------------- PLUM0016 -001 07/01/2006 Rates Fringes Plumber /Pipefitter (1) Work on strip malls, light commercial, tenant improvement and remodel work ........................$ 25.20 11.36 (2) Work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 31.63 12.76 (3) All other work .......... ------------------ - ---------------- $ 32.61 ----------------------- 13.52 - - - - -- EE PLUM0250 -002 01/02/2006 Rates Fringes 1. Refrigeration Mechanic Rates Fringes Refrigeration Fitter ........ $ 33.30 13.95 ---------------------------------------------------------------- PLUM0345 -001 07/01/2006 (1) Commercial - New Rates Fringes Plumbers work ........................$ Landscape /Irrigation Fitter.$ 33.56 24.90 11.79 Sewer & Storm Drain Work .... $ 22.14 12.82 ---------------------------------------------------------------- ROOF0036 -002 09/01/2006 including air pollution Rates Fringes Roofer .........................$ 29.00 7.17 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. -_----------- --------------- -- ---- --------- -- ------ SFCA0669 -008 04/01/2006 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes Sprinkler Fitter, Fire ......... $ 30.00 13.15 ---------------------------------------------------------------- SFCA0709 -003 09/01/2006 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 ......... $ 34.58 16.70 ---------------------------------------------------------------- SHEE0105 -603 08/01/2006 INYO, KERN (Northeast part, East of Hwy 395), LOS ANGELES (Including Pomona, Claremont, Catalina Island, Long Beach and area South of Imperial highway and East of the Los Angeles River), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES 45 Rates Fringes Sheet metal worker (1) Commercial - New Construction and Remodel work ........................$ 33.56 14.41 (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 ... $ 29.40 18.96 --------------------------------------------------------------- TEAM0011 -002 07/01/2005 Rates Fringes Truck drivers: GROUP 1 ....................$ 23.54 14.64 GROUP 2 ....................$ 23.69 14.64 GROUP 3 ....................$ 23.82 14.64 45 GROUP 4 ....................$ 24.01 14.64 GROUP 5 ....................$ 23.95 14.64 ' 'GROUP 6 ....................$ 24.07 14.64 GROUP 7 ....................$ 24.32 14.64 GROUP 8 ....................$ 24,57 14.64 GROUP 9 ....................$ 24.77 14.64 GROUP 10 ....................$ 25.07 14.64 GROUP 11 GROUP 11 ...........:.......$ 25.57 14.64 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg 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 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 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)). EM 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. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:.. Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 47 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 CONTRACT THIS AGREEMENT, entered into this day of lbd,, 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Sequel Contractors, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION This project involves removing and reconstructing existing pavement and grinding and overlaying with AC leveling course and ARHM surface course along Placentia Avenue and Hospital Road. Concrete curb and gutters, driveway approaches, and curb ramps will also be replaced. Contract No. 3801 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. 3801, 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. 49 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,212,300.00). 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: Frank T. Tran, P.E. (949) 644 -3340 CONTRACTOR Sequel Contractors, Inc. 13546 Imperial Highway Santa Fe Springs, CA 90670 562- 802 -7227 562 -802 -7499 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "1 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. 50 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. 51 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 52 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 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. 53 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APP VED AS TO FORM: 7G.' Gt/� aron C. Harp Assistant City Attorney 54 CITY OF NEWPORT A MunicipalSprporat Pres9deh Print Name: Thomas S. Pack By: �� (Financial Officer) Title: MICHAELAMAHLEFLANTef4 TAfl1( Print Name: CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT ,.. :.:�.. :.. .}.fit .. -�.. c:l.. �.. '.'1v::u .: ..,'! _ _!`. .�.., l :,:. -•> ... '. - _ _._.. - .. State of California County of LOS ANGELES On NOV 0 7 MIX Date personally appeared I ss. before me, Daniel Bustaimante, Notary Public Name and Title of Officer (e.g., "Jane Doe, Notary Public') MICHAELA. MAHLER,ASST SEGHUAHy ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. W�IW" - Ind lcial seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual C Corporate Officer — Title(s): C Partner — ❑ Limited C General C Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 01 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): • Partner —❑ Limited ❑ General • Attorney in Fact Top of thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02004 National Notary Association • 9350 De Soto Ave. P.O. Box 2402 • Chatsworth, CA 91313.2402 Item No. 5907 Reorder. Call Toll -Free 1.8110. 8766827 .;:c,? •, DANIEL BUSTAMANTE N COMM. *1537133 _ :� - NOTARY PV %IC- CALIFORNIA LOS ANGELES COUNTY N My Comm F.- Dec. 10.2808 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. W�IW" - Ind lcial seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual C Corporate Officer — Title(s): C Partner — ❑ Limited C General C Attorney in Fact • Trustee • Guardian or Conservator • Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER 01 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): • Partner —❑ Limited ❑ General • Attorney in Fact Top of thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02004 National Notary Association • 9350 De Soto Ave. P.O. Box 2402 • Chatsworth, CA 91313.2402 Item No. 5907 Reorder. Call Toll -Free 1.8110. 8766827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 BOND NO. 8204-46-17 Premium: $12,123.00 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $12,123.00 being at the rate of $ Varies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Sequel Contractors, Inc., hereinafter designated as the "Principal ", a contract for construction of PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION, Contract No. 3801 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. 3801 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal insurance Company , duty authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 00/100 Dollars ($1,212,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents; as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 57 As a part of the obligation secured hereby, and in addition to the face amount specified in this Perfomtance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that.the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly a ed b th I Principal and Surety above named, on the 7th day of November 20 1 Sequel Contractors, Inc. (Principal) A ure/ WeThomas S. Pack, President Federal Insurance Company Name of Surety. Autho ed Agent Signature 15 Mountain View Rd. Warm, NJ 07059 Address of Surety 908 - 903 -2000 Telephone Douglas A. Rapp Attorney in Fact Print Name and Title F.\Uscxs\PBWlShareTContradslFY 06- OAPLACENTIA & HOSPITAL RD REHAB C3801 \CONTRACT C3801.doe ii CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES I ss On NOV o 7 2006 before me, Daniel Bustamante, Notary Public Date Name and T,Be'ot Officer (e.g., 'Jane Doe, Notary Public) personally appeared Thomas S. Pack, President Nanie(s) of Signer(s) „rx• DANIEL BUSTAMANTE (4 COMM.W537133 NOTARY PUBLIC- CALIFORNIA A LOS ANGELES COUNTY N My Comm. Exp Dec. 20.2008 known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by hWher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT my hand and o ' is l seal. Place Notary Seal Above Signature M Notary PuNic OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Individual Corporate Officer — Title(s): Partner —❑ Limited ❑ General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER b her Number of Pages: Signer's Name: Individual • Corporate Officer — Title(s): • Partner — ❑Limited ❑General • Attorney in Fact ❑ Trustee El Guardian or Conservator 0 Other: Signer Is Representing: RIGHT THUMBPRINT.i OF SIGNER 110 0 2004 NaBonal Notary Assouabon • 9360 De Soto Ave., P.O. Box 2402 • COabnvortn, CA 91 313 4 4 02 Item No. 5907 Reortler. Call Tcll -Free 1.800.876.6827 ACKNOWLEDGMENT State of California County of Orange On Nov. 7. 2006 before me, A. P. Coats, Notary Public (here insert name . and tie of the officer) personally appeared Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by! is/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand a official seal. A.P. BATS COARM. t W145 rru WAM Signature (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnmAil by These Presents, That FEDERALMURANCE COMPANY, an Indiana corporation, VIGILANT MURANCE COMPANY, a NewYork oorporaton, and PACIFIC tNDEMNrrY COMPANY, a Wisconsin corporation, do arch hereby OMWAute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California--------------------------- - - - - -- each as their true and lawful A#Dn*y4n-Fad to execute under such designation In their names and to aft their corporate seals to and dealer for and on their behat as surely thereon or otherwise, bonds and undart"tis and W w writings obligatory In the nature thereat (other than bag bonds) given or executed in the course of business, and any Instruments arnennTmg or atemV the same. and consents to the rnodil cation or alteration of any Instrument referred to In saki bonds or Obkgattou. In Witness Whereof. said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each - exec ul ed and attested " Stew presents andaffbod their corporate seats onthis 22nd daYd January, 2004 , Konr n C Assiatent S E fiabadacn, ike dent STATE OF NEW JERSEY as. Candy of SONW80t ontlae 2 2ndtayo( January, 2004 .babmme.at4omr PMkcfNew.iews fyo�Kem*MC.V rxM.bmawwn b beAssislyd Secret ryof FEDERAL INSJRANCECC&~,.VIGILANT MSURANCEOCA41PAW,, and PACSFIC fNDEh&MO MPAW,, tin cmWies Wech aremdodthe fm"*g Paw o[Aftomsyt and ere said Kwmffi C. Nkrdel bft by me dy sown. did depose andsaytlrethelsAssisINA seaelsrya FEDERAL MSURANCE CotWANK VIGILANT MSURANCE COMPANY, and PACIFIC 64DBuMT'COMPANY ad kw o Ow cuporaN sods tiered, tretthe seats dbrad b fa fwepaig Power dAHM" am archcdporale seals and were twreeeatbcadbyadwdty of the Bylaws dseaCampaYea: and fret he signed said PowwdAttonWasAsdsMM Secre!W clsoldCompetes by Ike wthwty. and that he Is axNreiaed wife Franc E. RobatM and Iswws rim to be Vke President d said Camparies NO fret the ei uhm of Freda E Robalsom acbscdbed to said PowwdAdomey Is In fie grutre kwWW ft *I Hank E Robedsor% ad vim Owreto absmUd byauftWof said Bylaws and In depo remS proven. Notarial Seat Karen A. Price Wary PuVic State of New Jersey . �^C3 .� � k a ' re LJt No. 2231647 No" Pi1eC ri ^,:•:h:nr;..:5 z�,,?'J; ^^ �CERAFK:A'iION of FEDERAL tNSURANCE COMPANY, VIC,tANT fNSURANCE COMPANY, ad PACIFIC MDEfi941TY COMPANY: 'AB pow''Rra omsy for and on behalf of the Company may and shag be executed in the name and on behat of the Company, elther by the Chairman or the President or a Vice President or an Assistant Vide President, Jointly will the Secretary or an Assis ord Seoetar15 under their respective deaNndtons. The signature of such otifoers may be engraved, printed or lithographed. The signature of each of the fogowing ofte s: Chairman, President, any Vice President, any Assistant %%a President, any Secretary, any Assistant Secrelary.ad the seal of the Company may be a1Pored by facsknte to any power of attorney or to any certificate relating thereto appoWn Assistant Secretaries or AtWmeytirFaa for proposes only of executing; and sties" bonds and uderakkgs and other vAtlhgs obligatory in the nature thared, and any such Power of attorney or certificate bearing such taraknte sit;ost re or face smile seal shag be valid and bgxkv upon the Company and any such power so waecuod and certified by such facdmite signature and facsimile seat shall be vatdand Mooing upon to Company with respect to any bond of undertaking to which It is attached.- 1, Kenneth a Wendel, AssistantSecreary of FEDERAL INSURANCE COMPAN1( VIGI ANr INSURANCE COMPANY, and PACIFIC INDEMNrrYCOMPANY (the'Compattus) do hereby certify that m tre turegomg extract of the By -Laws of the Companies is true and correct, (I) the Companies are duly rbensed and authorised to transact surety business in al 50 of the United States of America and the District of Columbia and are authorized by the U. S. Treasury Department; Tuner, Federal and Vigtart are Itoensed In Puerto Rico and the U. S. Won Islands, and Federal is licensed in American S ends, Guam. and each old* Provinces of Canasta except Prince Edward Istarns# and (a) the foregoing Power of Atlomey is rue, correct and in fut force and etecL eiwen under my hand and seals of said Canpamies at Warren, NJ this 7th day d NOyenber 2006 . iii. i0 .l IN THE EVENT YOU WISH TO NOTIFY US OF CLAIM, VERIFY THE AUTHENTICITY, OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 9033485 Fax (908) 903 -3656 e-mail: surety @chubb.com Form 16-104th (E0. aAS) CONSENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 BOND NO. 8204 -46-17 Premium Included LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Sequel Contractors, Inc., hereinafter designated as the "Principal," a contract for construction of PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION, Contract No. 3801 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. 3801 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, Federal Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beach, in the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,272,300.00) 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 attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 55 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 thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it Is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been dul ecuted by th above named Principal and Surety, on the 7th day of November 2006. Sequel Contractors, Inc. (Principal) Federal Insurance Company Name of Surety . 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908 - 903 -2000 Telephone as S. Pack, President Autho d Agent Si nature Douglas A. Rapp Attorney. in Fact- Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 56 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES On NOV 0 7 2006 Date personally appeared I ss. before me, Daniel Bustamante, Natary pubW Name and Title of Officer (e.g., "Jane Doe, Notary Pub5C) . -s.. DANIEL BUSTAMANTE �. COMM. #I537133 D NOTARY PURLIC- CALIFORNIA ;a LOS ANGELES COUNTY N My Comm. Exp. Dec. 20.21108 Thomas S. Pack, PreskWnt Name(s) of Signer(s) 1 ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WlSS my hen an fficial seal. Place Notary Seal Above Sig ature of Notary PlIDlic OPTIONAL Though the information below is not required by law it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: • Individual • Corporate Officer— Title(s): ❑ Partner — O Limited O General O Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: O Individual ❑ Corporate Officer — Title(s): O Partner —O Limited ❑ General O Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I RIGI T UMBPRINT OF SIGt'ER 0 2004 Nalionat Notary Association • 9350 De $oto Ave.. P.O. Box 2402 • Chats"rm, CA 91913 -2402 Item ND, 5907 Reorder. call Td 1 -900.976$827 ACKNOWLEDGMENT State of California County of Orange On Nov. 7. 2006 before me, A. P. Coats, Notary Public (here insert name and tie of the officer) personally appeared Douglas A- Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by tLm4wltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand anlMficial seal. m A.P WATT 8 1 Comm ... 1498145 war N 0 W Signature ryrr�Fm apzsaor (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vigilarht Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KrdwrAll by These Presents, That FEDERALINSURANCE COMPANY, an Indiana coryaaUon, WMI.AW INSURANCE COMPANY, a NewYakcapo ation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------- - - - - -- am% as their true and lawful Adorns" -Fact to execute under such desilineation In their names and to aft their corporate seals to and derver [or and on their beaat as surety thereon or otherwise. bonds and urdedakl;W and other wdfigs otAfgatory in the nature thereof (otter than ball bonds) given or executed In the oourse of businesa, and any Inskumenta amending or altering the same, and consents to the modification or alteration of any frnstrument refereed to in sad bonds or abtgaOons. In YYUoess Whaled, said FEDERAL INSURANCE COMPANY, VIGM1AW INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these present and slotted thdr corporate seals on this 22nd day of January, 2004 , STATE OF NEW JERSEY as. Caunry d Bothered WIN onmls 22ndmyof January, 2004 .before me, a NMW was of News personally came Kernetntz wended, to me lawwo to beAsalslsrtlSeadayd FEDERAL INSURANCE COMPANY.VIGM.ANTNSURANCE COMPMIY, and PACIFIC INDEaIM CO, the Companies Mach wwarkdme laegoig Power dAltaney, and to said t(en onh C. Waidel beMtg by me dy swoat,did depose andsaydenhe IsAssisom Samemry d FEDERAL NSURANCE COMPANY. VKitANT WURANCE COMPANY, and PACIFIC NDOMr Y COMPANY and latwws to mpomb seals tared, tent goals of eed In the btegoig Power dAnmW am wMcxpaate sedsandwm tw$W of mdbyaWOrhy d#w BX4&m dadd Ompwim end temhedgtodsdd PowerdA9onteyasAssbYm Seadaydseid Owrfmies by lace authay: and tin he is aequmlmed with Franc E. Robed sM end bows Mm to be Vice Presided of said Con ilex and that the dgaA m d Fm* E. Raberaw, atscdbed to said Power dAborney Is In the li m" ham" i ; of Rai E. Fxbed son, and was etaeto subaathed Drrabomy d sold Bytom and In depmdma presence. Notarial Seal Karen A. Price , Notary t uk State of New Jersey. �Q.i _� No. 2231647 No" pttft Extract d FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIrY COMPANr 'AB att ffwy for and on behal of the Company may and shelf be executed in the name and on behalf of the. Company, either by the Chaiman or the President or a Vice Presfdam or an Assistant \floe President, rolaty with the Secretary or an Assistant Seoretahyt under their respedire designations. The s4resu m d such otters may be engraved, pWADd or litbog aphed. The signature of each of tie knovvi g officers: Chairman, President, any Via Presfdem, any Assistant Vie Resident, any sender% any Assistant Secutary,and the seal of tie Company may be atPoced by facsfnle to any power of atom ey or to any cor67icate related fhereto appobrtirg Assistant Secretaries or AtbmeysirFact for purposes only of executing; and attesting bands and udertaiilgs and other wnloW obligatory In the nature thereat and any such pourer of atloney or ca ilkalB bearing such facsimile, a gnahne or fa eimie seal slat be veld and bin" upon the Company and any such lower so executed and corned by such facsimile sVmWm and taesinlla seal 00 be vaed.and binding upon the Company with respect to any bad or uderfddng to which I Is attached.- 1, Kemahh C. Wendel, Assistant Seaelary of FEDERALINSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC MEMNiTYCOMPA (1he'Con paniae) do hereby certify that . m ne roregoirg exbad d the Ry -Laws d me Companies fa flue and rnrreU, . (ii) the Companies am duly licensed and authorized to transact surely business In all so of the United States of America and the District of Coiambia and are aut mized by the U. S. Treasury DepaMnenk fu t1w,, Federal and VOW am tensed In Plano Riot and the U. S. Vimlan Islands,and Federal is tcensed in American Samoa, Guam and each of the Provinces of Canada except P&" Edward Island; and . . (W—) the Wegoirhg Power d Attorney is flue, coned and In flue farce and affect. Given under my had and seals of said Companies at Warren, Ni this 7th day of iNaywber 2006 In tlh ? t —k— ; � •� �OIAN►' e n 7whs IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY.OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax (908 ) 903 -3658 e-mail: suretyfthubb.00m Fpm 15 -104M (Ed. 4+90) CMWKT California Business Search DISCLAIMER: The information displayed here is current as of OCT 27, 2006 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation SEQUEL CONTRACTORS, INC. Number: C1677728 Date Filed: 12/18/1990 Status: active Jurisdiction: California Address 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Agent for Service of Process THOMAS S PACK 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNumbei= CI677728 &printer =yes : 11/02/2006 License Detail Page 1 of 2 License Detail CALIF _R.N.._IA_CONTRACTORS STATE LICEN Contractor License # 610600 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (t3 &P..7124.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the fin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 11/02/2006 * * * Business Information * * * SEQUEL CONTRACTORS INC 13546 IMPERIAL HIGHWAY SANTA FE SPRINGS, CA 90670 Business Phone Number: (562) 802 -7227 Entity: Corporation Issue Date: 01/24/1991 Expire Date: 01/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 81400215 in the an $10,000 with the bonding company http: / /www2.cslb.ca.gov /CSLB_LIBRARY /License +Detail.asp 11/02/2006 License Detail FEDERAL INSURANCE COMPANY. Effective Date: 01/0112004 Contractor's Bonding History Page 2 of 2 BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) A MAGALLANES certified that he /she owns 10 percent or more of the voting stock/equity corporation. A bond of qualifying individual is not required. Effective Date: 12/05/1995 * * * Workers Compensation Information * * * This license has workers compensation insurance with the AMERICAN HOME ASSURANCE COMPANY Policy Number: 7209386 Effective Date: 10/01/2006 Expire Date: 10/01/2007 Workgrs Compensation History Personnel listed on this license (current or disassociated) are listed on other liceil Personnel List Other Licenses License _Number Request Contractor Name Request Personnel Name Request Sig/ person Request Salesperson Name Request © 2006 State of California. Conditions of Use Pr vacy Pollcy http: / /www2.cslb.ca.gov /CSLB _LIBRARY /License+Detail.asp 11/02/2006 ACORn CERTIFICATE OF LIABILITY INSURANCE OP 10 Y,T DATE FVJOWYY1 11109/06 PRODUCER The Wooditch Company Insurance Services, Inc. 1 Park Plaza, #400 Irvine CA 92614 Phone: 949 -553 -9800 Fax :949 -553 -0670 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE NAIC 0 INSURED MalSequel Contr to ;aq'�i Inc. yp Impe�rxl7Mjs'CAw90670D' Santa Fe CA INSURER Rev *mess *"w. nfRTaaw M. POLICY NUMBER NSU a AatdPOel CALM !Ls* nu. Co. lE INSURERD: AR tld ■e ARRRRRRRR Co. GENISW.ULABIUTY INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDRRJN OF ANYCONTRACT OR OTHER DOCUhE 14T YnTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE UMRS SHOWN WAY HAVE BEEN REDUCED BY PAID CLMUi_ LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE M lE lai1T5 GENISW.ULABIUTY EACH OCCURRENCE $1,000,000 PREMISES 000uslCe $100,000 A X X COMEROKLGENERALIJAmtm C1.WS MADE ® OCCUR 2702870 10/01/06 10101/07 MED EXP (Any am Pe ) S5,000- PFRSONAL&ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 OINL AGGREGATE UNYTAPPUESPE[ PRDDUOTB- COMPLOPAGG $2,000,000 POLICY JECCf LAC A X AUTOMOaLB X LIABILITY ANYAUTG 2703163 10/01/06 10/01/07 COLPINEDSNGLEUMIT eA�A $1000,000 , BODILY INJURY P'°�°I $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY Fw ecdd Q $ HIRED AUTOS HONCMMAUTOG PROPERLY DAMAGE (PST Sceidad) $ GARAGE LIABILITY AUTO ONLY- EAAOCDENT S OTHER THAN PA ACC AUTO ONLY. AGO S ANYAURT $ ELLCESWABRELLALNaUTY EACH OCCURRENCE $5,000,000 S X I OCCUR ❑CLAM mm RED947982 10/01/06 10/01/07 $5,000,000 s s DEDUCI6LE $ RETENTION $10,000 `, WORKERS OOMPERSATION AND ANPLOYERBLIABNART D:CLUDED? E 7209386 10/01/06 1O/Ol/07 X TORY LIMBS ER EL EACHALCIOBNT $2,000,000 EL DISEASE -FA EHPL $1,000,000 RORF�FsIC,ERAdENDER 9PEGTAP=& below EL DISEASE - POLICY UMR $1 000 000 OTHER DESCRIPTION OF OPMATIONSI LOCATIONS IVEJIICLESIEWLUSIONS ADDED BY ENDORSEMBFUSPECLALPROVISIONS * Except 10 Days Notice or Cancellation For Non - payment of Premium. RE: Placentia Ave. and Hospital Road; Street Rehabilitation. City of Newport Beach, its o££ixrs, agents, officials, employees and volunteers are included as Additional Insureds as raapects General Liability and Auto Liability per attached endorsements. ** SIM NOTES ** glaipwv /anaiwv /wcwv /x CERTIFICATE HOLDER CANCELLATION City of Newport Beach ATTNL Public Works Department 3300 Newport n1vd. Newport Beach CA 92663 NEWPORT I SHOUIDANYOPUMABDYE DESCeRED POLICIES BED- UCELLED BEIORETHE SXPBARR DOiTETMBWF,TmEmUFnIMURERVUILLMDAWgMGNWL 30 OAvswRmEN HO LDUL NAMED 10 THE L V T, IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such eedorsement(s). DISCLAIMER The Certificate of insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. This endorsement, effective 12:01 AM. 10/01/06 Policy No.: 2702870 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED. WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section 11. Who Is An Insured, 1., Is amended to add: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter Into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement. Name of Person or Organization: City of Newport Beach, Its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. 61714 (12194) This endorsement, effective 12:01 A.M. 10/01/06 Policy No.: 2702870 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. ADDITIONAL INSURED - PRIMARY INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL LIABILITY COVERAGE FORM Section IV, Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a. Primary Insurance, is amended by the addition of the fallowing: However, coverage under this policy afforded to an additional insured will apply as primary insurance where required by contract, and any other insurance issued to such additional insured shall apply as excess and noncontributory insurance. Name of Person or Organization: City of Newport Beady its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. 74434 (10/99) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorseme n, effective 12:01 A.M. 10/01/06 Forms a part of the Policy No.: 2703163 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. ADDITIONAL INSURED — WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (PROFESSIONAL SERVICES EXCLUSION) This endorsement modrfees insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section H — Liability Coverage, A. — Coverage, 1. — Who is an Insared, is amended to add: d. Any person or organization to whom you become obligated to fachAt as anadditional insured under this policy, as a results of any contract or agreement you enter into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type Provided by this policy, but only with respect to liability arising out of yaw operations or premises owned by or rented to you. However, the insurance provided will not exceed the lessor of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. 61710 (12194) POLICY NUMBER: 2702870 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section N - COM- MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of yourongoing operations or Your work° done under a contract with that person or organization and included in the 'products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Ina, 1992 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT 8 This endorsement, effective 12:01 A.M. 10/01 /D6 Policy No. 2703163 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recovery we have against any person or organization with whom you have entered Into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident ".. or "loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered into prior to any "accident" or "loss ". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovered funds obtained by any injured employee. Name of Person or Organization: City of Newport Beach, Its officers, agents, officials, employees and volunteers RE. Placentia Ave. and Hospital Road; Street Rehabilitation. AUTHORIZED REPRESENTATIVE 62897 (6/95) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 484) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (this agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. This endorsement changes the policy to which It is attached and is effective on the date Issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Insured: Sequel Contractors, Inc. Insurance Company American Home Assurance WC 00 0313 (Ed. 484) C 1983 Natlonal Caunc® an compensation kuuranm Effective Policy No. 7209388 Endorsement No. Premium Countersigned by 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: 11 -14 -06 Dept. /Contact Received From: Shari Rooks Date Completed: 11 -15 -06 Sent to: Shan By: April Walker Company /Person required to have certificate: Sequel Contractors Inc. I. GENERAL LIABILITY A. INSURANCE COMPANY: New Hampshire Ins. Co. B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED Company (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $11VI or greater): What is limit provided? 2mil agg/Imil occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON- CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ®No 1. 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. H. AUTOMOBILE LIABILITY A. INSURANCE COMPANY: New Hampshire Ins. Co. B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? imil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): NIA Is it included? ❑ 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. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: American Home Assurance Co. B. AM BEST RATING (A: VII or greater): A +XV C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? SEQUEL CONTRACTORS, INC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 STPL -5151 (021) To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares1hat 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. 3801 in accordance 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 Lump Sum Mobilization @ G/Dollars and �D /OBI uo Cents . $ Per Lumr Sum 2. Lump Sum Traffic C ntr q e, 01 -re, �✓J�! Dollars and /1S °O i� Cents $ iOQ�, _ Per Lump Sum 3. Lump Sum Install ar d ai aivisory Signs @, / kk Do �v and Cents $ Per Lump um SEQUEL CONTRACTORS, INC. PR2of6 4. Lump Sum Surveying S rvice @ liars and Cents $� Per Lump Sum 5. 62,000 SF Cold Mill AC Pavement @ Dollars 420 and Cents $ $ Q� Per Square fFoot 6. 1,000 SF Remove and Reconstruct 6 -Inch AC Full Depth (Dig - outs) @_ % x Dollars 00 and OO TJ Cents $ $ Per Square Foot 7. 4,000 CY Remove Pavement @ i « Dollars T_Cents $ 33.m $ /'T07, to Per Cubic Yard 8. 420 TN Minimum 1 -Inch Thick AC Levelyh Co a Dollars and ,� -� Cents $ $ Per Ton 9. 2,400 TN Minimum 2 -Inch Thick ARHM Su9fape urse Dollars and O �� Cents $ $ Per Ton ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 4. Lump Sum Surveying S rvice @ liars and Cents $� Per Lump Sum 5. 62,000 SF Cold Mill AC Pavement @ Dollars 420 and Cents $ $ Q� Per Square fFoot 6. 1,000 SF Remove and Reconstruct 6 -Inch AC Full Depth (Dig - outs) @_ % x Dollars 00 and OO TJ Cents $ $ Per Square Foot 7. 4,000 CY Remove Pavement @ i « Dollars T_Cents $ 33.m $ /'T07, to Per Cubic Yard 8. 420 TN Minimum 1 -Inch Thick AC Levelyh Co a Dollars and ,� -� Cents $ $ Per Ton 9. 2,400 TN Minimum 2 -Inch Thick ARHM Su9fape urse Dollars and O �� Cents $ $ Per Ton SEQUEL CONTRACTORS, INC. PR3of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 6,000 TN 8 -Inch Thick A Base Course @ IlKw Dollars o /L�� and 7'iO 00 Cents $ �J - $ �}Z3 Per Ton 11. 200 LF Remove and Reconstruct 8 -Inch PCC Type A CyFb and Gutter Dollars OU and Cents $ $ - Per Linear Foot 12. 600 SF Remove and Reconstruct 4 -Inch Thick PCC Sidewalk @ IVIA ' Dollars w and 00 (; Cents $ $ /��" Per Square Foot 13. 200 SF Remove and Reconstruct PCC �Driiiveway Approach / u @ /A4� Dollars and Cents $ / $ Per Square Foot 14. 2,200 SF Remove and Reconstruct PCC C G s,, utter @ �y�i Dollars Q OQ and U / Cents $ $ Per Square Foot 15. 18 EA Adjust Manhole Frame and Cover to Grade1 �� @ J/X ?�U pct /�0 Dollars O and /�Cents $ �/ $ —� Per Each SEOUEL CONTRACTORS, INC. PR4of6 .ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. IVA im 19. 20. 21 20 EA Adjust City Water Valve Frame and Cov r to rade @ U Dollars and _Cents Per Each 10 EA Adjust MCWD Water Valve Frame and Cover &0 Grade Dollars DO $ '3V^ and "CJ Cents $ Per Each 5 EA Adjust Survey Monument Frame ndg� verto'''GGrade @ AllOd n Dollars and Cents Per Each 1 EA Remove and Reconstruct PCC Curb Mess p, Detail "A" �[ AeNir4ollars and Cents Per Each 1 EA Remove and Reconstruct PCC C7140,14. cess p, Detail "B Dollars and _Cents Per Each 10 EA Remove and Reconstruct PCC Curb p�cess mp, Detail "K" /��ollars y� and y Cents Per Each Fig ^ � �� L2 0 U $ $ w DO WI C7, Iyw /10 OD $ �— CIO 'SEQUEL CONTRACTORS, INC. PR 5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 3 EA Remove and Reconstruct PCC Curb cess��a�m,,,p,,//D�etail "H" @ /k&e)/gVDollars and Cents Per Each 23. 8 EA Install Raised Truncated Domes at Existing tcceess Ramp ° IWAO Dollars and Cents Per Each 24. 1 EA Remove and Abandon Curb Ac=40W.Dollars @ and Cents Per Each 25. 4 EA Root Prune Existing Tree and Install Root rrier 0 01 97ko� Dollars and Cents Per Each 26. 2 EA Replace S /e``etlighh��t//P��ull Box Dollars and Cents Per Each 27. 8 EA Replace Traf i % Signal Pull Box Cg f / ' IW�bollars and Cents Per Each $ Gib �DO $ � $ � lay- M O� 4P// e(fj � 4 61 SEQUEL CONTRACTORS, INC. PR6of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. 70 EA Replac��ra c Signal pt or L @ hJ0 Dollars and y�� Cents $ Per Each 29. 1 EA onst ct 4-incPrThick PCC 9e Dollars DO and _. Cents �� $ Per Each 30. Lump Sum Install Pavemer# Striping, M 9 an arke @ ollars and i Gb Cents $ Per Lump Sum 31. Lump Sum As -built Plans nd DBE Ce 'fc ' @ Dollars Op and /Cents $ Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and Cents NOV 0 1 20 Date (W) W2 -11c i 0156P) 8n?--7499 Bidders Telephone and Fax Numbers 810MIA Bidder's License No(s). and Classification(s) $ (, ar02, 300.E Total Price ,(Figures) -SEQUEL Bidder INC. Bid' on2ed Signature and Title IMPERIAL HWY. SANTA FE SPRINGS, CALIF. Q1670 Bidder's Address l Last saved by smoksjQQ22006 1230 PM Dele f:luserslpbvrlsharedlconVaclsUy 06- O7piacen6 8 iiospilal rd reFiab o-38011proposal G3601.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS PLACENTIA AVENUE AND HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 -STPL -5151 (021) 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 Contract 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 2 -12.11 Buy America Requirements 7 SECTION 3 CHANGES IN WORK 8 3 -3 EXTRA WORK 8 3 -3.2 Payment 8 .3 -3.2.3 Markup 8 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 SECTION 5 UTILITIES 9 5 -1 LOCATION 9 5 -2 PROTECTION 9 5 -7 ADJUSTMENTS TO GRADE 9 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 10 6 -9 LIQUIDATED DAMAGES 11 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 11 7 -5 PERMITS 11 7 -7 COOPERATION AND COLLATERAL WORK 11 7 -7.1 Weather Related Construction 11 7 -8 PROJECT SITE MAINTENANCE 11 7 -8.5 Temporary Light, Power and Water 11 7 -8.6 Water Pollution Control 12 7 -8.6.1 Best Management Practices and Monitoring Program 12 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 13 7 -10.3 Street Closures, Detours, Barricades 13 7 -10.4 Safety 14 7- 10.4.1 Safety Orders 14 7 -10.5 "No Parking" Signs 15 7 -10.7 Notice to Property Owners 15 7 -15 CONTRACTOR'S LICENSES 15 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 16 SECTION 9 MEASUREMENT AND PAYMENT 16 9-3 PAYMENT 16 9 -3.1 General 16 9 -3.2 Partial and Final Payment 20 PART 2--- CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 201 -1 PORTLAND CEMENT CONCRETE 201 -1.1.2 Concrete Specified by Class SECTION 214 PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS 214-5 'REFLECTIVE PAVEMENT MARKERS SECTION 215 ADVISORY SIGNS 215 -1 GENERAL PART 3- -- CONSTRUCTION METHODS SECTION 300 EARTHWORK 300 -1 CLEARING AND GRUBBING 300 -1.3 Removal and Disposal of Materials 300 -1.3.1 General 300 -1.3.2 Requirements 300 -1.5 Solid Waste Diversion SECTION 302 ROADWAY SURFACING 302 -5 ASPHALT CONCRETE PAVEMENT 302 -5.1 General 302 -5.4 Tack Coat SECTION 303 303 -5 303 -5.1 303 -5.1.1 303 -5.5 303 -5.5.2 303 -5.5.4 SECTION 307 CONCRETE AND MASONRY CONSTRUCTION CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS Requirements General Finishing Curb Gutter STREET LIGHTING AND TRAFFIC SIGNALS 21 21 21 21 21 21 21 21 21 21 21 21 22 22 Ra 22 22 22 23 23 23 23 23 23 23 23 307 -2 CONSTRUCTION GENERAL 23 307 -2.4 Pull Boxes 23 307 -2.9 Signal Interconnect Cable (SIC) 23 307-4 TRAFFIC SIGNAL CONSTRUCTION 24 307 -4.9.3 Inductive Loops 24 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 24 308 -1 GENERAL 24 SECTION 310 PAINTING 25 310 -5 PAINTING VARIOUS SURFACES 25 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 25 310 -5.6.7 Layout, Alignment and Spotting 25 310 -5.6.8 Application of Paint 26 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 26 312 -1 PLACEMENT 26 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED 27 600 -2 BASE MATERIAL 27 400 -2 UNTREATED BASE MATERIAL 27 400 -2.1 General 27 302 -2.1.1 Requirements 27 PART 6 SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 27 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS — WET PROCESS 27 600 -2.1 Asphalt- Rubber 27 600 -2.1.1 General 27 600 -2 -6 Asphalt- Rubber Hot Mix Gap- Graded 27 600 -2.6.3 Rolling 27 APPENDIX A ADVISORY SIGNS APPENDIX B CURB ACCESS RAMP STANDARD DRAWINGS APPENDIX C MCWD STANDARD PLAN NO. 14 APPENDIX D CALTRANS STANDARD PLAN NO. ES -5A, ES -513, & ES -8 APPENDIX E CITY CALTRANS PERMIT \\CLb2005\..TBWA h. lCaatixt WY 05- %WLACEHC & HOSPITAi R9 REHAB C- 380I�SPECS [NDE%C- 3801.doc SP 1 OF 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 STPL -5151 (021) INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. R- 5899 -S, T- 5950 -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. (5) Caltrans Standard Specifications (Latest Edition). 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 WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, removal and reconstruction of curb and gutters, sidewalks, driveway approaches, access ramps and structural pavement sections, cold milling and overlaying AC, adjustment of manhole and water valve frame and cover to grade, replacement of traffic signal detector loops, signing and striping and other incidental items not mentioned that are required by the Plans and Specifications." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project SP 2 OF 27 design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Coast Surveying, Inc. and can be contacted at (714) 918 -6266. At a minimum, two (2) sets of staking for all areas shall be included in the bid price and copies of each set shall be provided to City 48- hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work. the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with Wes Wittmeyer, 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 SP3OF27 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. 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. SP40F27 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. 2 -12.3 PREVAILING WAGE Attention is directed to Section 7- 1.01A(2), "Prevailing Wage," of the Caltrans Standard Specifications. The general prevailing wage rates determined by the Director of Industrial Relations, for the county in which the work is to be done, are attached and are available at the Public Works Department. Updates to the general prevailing wage rates are available at web site: http: / /frwebgate.access.g po.gov /cg i- bin /getdoc.cgi ?d bna me= Davis- Bacon &docid= CA20030035 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. SP5OF27 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. SP6OF27 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: hftp://www.dir.ca.gov/DLSE/Debar.html. 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 SP7OF27 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. 2 -12.11 BUY AMERICA REQUIREMENTS Attention is directed to the 'Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A Certificate of Compliance, conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, comply with the specifications, shall also processes for the materials occurred in th e allowed herein. SIP 8OF27 in addition to certifying that the materials specifically certify that all manufacturing United States, except for the exceptions The.requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of such materials used does not exceed one -tenth of one percent (0.1%) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to incorporating such materials into the work. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 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 SP9OF27 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 3d paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have 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 sewer /storm 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 SP 10 OF 27 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 45 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 151 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 day), December 25th (Christmas), and December 31st (New Years 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 a.m. to 4:30 p.m., 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 6:00 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 SP 11 OF 27 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 $500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Add to this section: "The Contractor shall follow the provisions of the City's Caltrans Permit contained in Appendix E of these Special Provisions and incorporated herein and pay for all necessary fees associated with the Caltrans requirements." 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 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." 7 -7.1 WEATHER RELATED CONSTRUCTION. The Contractor shall monitor the five (5) day weather forecast. If precipitation is forecast the site shall be secured one day prior to precipitation so that the street subgrade is protected from any runoff. Contractor will be responsible for inclement weather damage to the construction area. 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 SP 12 OF 27 with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, 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 http://www.city.newport - beach.Ga.us/r)ubworks/links.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. 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, Inc. SP 13 OF 27 The advisory signs and digital message solar boards shall be placed one week prior to the start of construction. The City will determine the location and provide the information to be displayed on the advisory signs and digital message boards. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the 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, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. 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. 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 by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. Four changeable message signs (solar) are required for the Project. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be SP 14 OF 27 the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. On Hospital Road, a minimum of one travel lane shall be provided in each direction from 9:00 AM — 3:00 PM and as modified below in phasing sections; all lanes shall be open during other hours. 6. The work shall be divided into 5 phases: a. Phase 1 shall be the work on Placentia Avenue from Superior Avenue to North City Limit. Contractor to maintain minimum one lane in each direction with access to driveways at all times. b. Phase 2 shall be the work on Placentia Avenue from Superior Avenue to Flagship Road. Contractor to maintain one -lane south bound, with driveway and Flagship Road access at all times. Northbound traffic shall be detoured on Hospital Road to Superior to S/B Placentia Avenue. c. Phase 3 shall be the work .on Placentia Avenue from Flagship Road to Hospital Road. Contractor shall excavate no more than 18 -ft wide pavement at a time to maintain one -lane for emergency vehicle access and shall detour all other traffic around the work area via Hospital Road and Superior Avenue. d. Phase 4 shall be the work at the intersection of Hospital Road /Placentia Avenue. Access to HOAG Hospital shall be maintained at all times. The Contractor shall submit a traffic control phasing plan for approval by City prior to start of any work. e. Phase 5 shall be the work on Hospital Road from Placentia Avenue to Newport Boulevard and the work on Flagship Road. For the work on Hospital Road at Newport Boulevard, Contractor to maintain one left-turn lane, one through lane, and one right -turn lane in East bound at all times. For the work on Flagship Road, Contractor shall maintain one lane in each direction with access to the medical facilities at all times. The Contractor shall submit a traffic control phasing plan for approval by City prior to start of any work. When one phase is completed and temporarily, striped, the next phase can then be started." 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 15 OF 27 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 Contractors 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 Property Owners. Ten working days prior to starting work, the Contractor shall deliver a construction notice to adjacent businesses and residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of construction, the Contractor shall distribute to the adjacent businesses and residents 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 a General "A" Engineering Contractors License in the state of California. 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 16 OF 27 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed 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. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and 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 adjacent businesses and residents. In addition, this item includes preparing traffic control plans prepared and signed 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 and all Caltrans requirements Item No. 3 Install and Maintain Advisory Signs: Work under this item shall include the fabrication, placement, maintenance and removal of four (4) advisory signs placed at approximately 500' outside of the work limits on Placentia Avenue and SP 17 OF 27 Hospital Road in each traffic flow direction. Size of sign, lettering size and other information to be displayed on the sign will be as directed by the City Inspector. See Appendix A for example. In addition, four (4) digital message solar boards are to be installed on either side of work area as directed by the City Inspector. Item No. 4 Surveying Services: Work under this item shall include the cost of construction staking, preliminary grades, final grades, centerline ties, all horizontal alignment, survey monument adjustment, as -built field notes, filing of comer records, reestablishment of property corners disturbed by the work, and other survey items as required to complete the work in place. Item No. 5 Cold Mill AC Pavement: 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. 6 Remove and Reconstruct 6 -inch AC Full Depth (Dig- outs): Work under this item shall include saw - cutting, removing and disposing of the existing pavement, grading, subgrade compaction, constructing 6 -inch AC base course and all other work items as required to complete the work in place. Additional areas of failed pavement will be identified and painted in the field by the City prior to starting construction. The shapes of dig -out areas are irregular and vary from 10 SF to 100 SF. Item No. 7 Remove Pavement: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, sawcutting, excavating, removing, and disposing of existing roadway pavement to accommodate the proposed structural section as shown on the plans, and all other work items as required to complete the work in place. Item No. 8 Construct Minimum 1 -inch Thick AC Leveling Course: Work under this item shall include crack sealing of all cracks that are wider than % -inch in width, construction of AC leveling course, compaction, and all other work items as required to complete the work in place. Item No. 9 Construct Minimum 2 -inch Thick ARHM Surface Course: Work under this item shall include placing, spreading and compaction of minimum 2 -inch thick ARHM surface course and all other work items as required to complete the work in place. Item No. 10 Construct 8 -inch Thick AC Base Course: Work under this item shall include placing, spreading and compacting 8 -inch thick AC and all other work items as required to complete the work in place. Item No. 11 Remove and Reconstruct 8 -inch P.C.C. Type A Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter per City Standard Drawing No. STD - 182 -L, re- SP 18 OF 27 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. Item No. 12 Remove and Reconstruct 4 -inch Thick P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk per City Standard Drawing No. STD- 180 -L, and all other work items as required to complete the work in place. Item No. 13 Remove and Reconstruct P.C.C. Driveway Approach: Work under this item shall include removing and disposing existing improvements, subgrade compaction and constructing P.C.C. driveway approach per City Standard Drawings No. STD -162 -L and No. STD -164 -L at location(s) shown on plans and all other work items as required to complete the work in place. Item No.14 Remove and Reconstruct P.C.C. Cross Gutter: Work under this item shall include removing and disposing existing improvements, subgrade compaction and constructing P.C.C. cross gutter per City Standard Drawing No. STD -185 -L at location(s) shown on plans and all other work items as required to complete the work in place. Item No. 15 Adjust Manhole Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all manhole frames and covers to grade per City Standard Drawing No. STD -111 -L and all other work as required to complete the work in place. Item No. 16 Adjust City Water Valve Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all water valve frames and covers to grade per City Standard Drawing STD -511 -L and all other work items as required to complete the work in place. . Item No. 17 Adjust MCWD Water Valve Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all water valve frames and covers to grade per Mesa Consolidated Water District (MCWD) Standard Drawing No. 14 and all other work items as required to complete the work in place. Item No. 18 Adjust Survey Monument Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all survey monument frames and covers to grade per City Standard Drawing STD-1 16-L and all other work items as required to complete the work in place. Item No. 19 Remove and Reconstruct Curb Access Ramp, Detail "A ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Detail "A" on plans and City Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised SP 19 OF 27 truncated domes shall be dark grey colored and shall be 'Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 20 Remove and Reconstruct Curb Access Ramp, Detail "B ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Detail "B" on plans and City Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 21 Remove and Reconstruct Curb Access Ramp, Case "K ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be 'Terra Paving" as manufactured by Wausau Tile, Inc (715).359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in_place. Item No. 22 Remove and Reconstruct Curb Access Ramp, Case "H ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 23 Install Raised Truncated Domes at Existing Access Ramp: Work under this item shall include saw - cutting, removal and disposal of conflicting portions of concrete access ramp, installing Raised Truncated Domes per Standard Plan No STD - 181-L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be °Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 24 Remove and Abandon Curb Access Ramp: Work under this item shall include saw - cutting, removing and disposing existing improvements, subgrade compaction and constructing P.C.C. sidewalk and curb and gutter per City Standard Drawing No. STD-1 65-L at location shown on plan and all other work items as required to complete the work in place. Item No. 25 Root Prune Existing Tree and Install Root Barrier: Work under this item shall include root pruning and disposal, providing and installing root barriers per Section 308 -1.4, removal and disposal of excess soil, and all other work required to complete the work in place. All utilities or other improvements damaged by the work SP 20 OF 27 shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 26 Replace Street Light Pull Box: Work under this item shall include removing existing street light pull box, providing and installing new street light pull box, and wiring per City of Newport Beach STD -204 -L and all other work items as required to complete the work in place. Item No. 27 Replace Traffic Signal Pull Box: Work under this item shall include removing existing traffic signal pull box, providing and installing new pull box at proposed grade, and wiring per Caltrans Standard Plan No. ES -8 and all other work items as required to complete the work in place. Item No. 28 Replace Traffic Signal Detector Loops: Work under this item shall include all labor and material to install and connect traffic detector loops to existing termination pull box and all other work as required to complete the work as 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. 29 Remove Existing Improvement and Construct 4 -inch Thick PCC Passage Way: Work under this item shall include removal and disposal of existing improvements and construction of PCC passage way per detail on Plan (Sheet 618); relocating bike button pole and lower buttons on signal pole to 40 -inch above finish grade. Raised :truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 30 Install Pavement Striping, Markings, and Markers: Work under this item shall include installing traffic striping, pavement markings and markers, temporary striping and all other work items as required to complete the work in place. Item No. 31 As -built Plans and DBE Certification: Work under this item shall include all actions necessary to provide as -built drawings. These drawings 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." SP 21 OF 27 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, Type V." 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 Advisory signs shall be per detail enclosed within these Special Provisions Appendix A. However, 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: "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 htt ://www.cit .new ort- beach. ca. us /GSV /Frachised %20Haulers.htm." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except. as modified and SP 22 OF 27 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. 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 base course shall be III -62 -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. In residential areas no highway rated equipment or trucks are to be used (eg. no super, trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by 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 -1h asphaltic emulsion at a rate not to exceed one — SP 23 OF 27 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." 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." 303 -5.5 Finishing 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" 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 -2 CONSTRUCTION GENERAL 307 -2.4 Pull Boxes. Add to this section: "Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. 307 -2.9 Signal Interconnect Cable (SIC). Traffic signal interconnect cables shall not be spliced unless shown otherwise on the plan. The number of pairs to be provided shall be as shown on the plans. SIC shall be AWG #19 and conform to IMSA Specification 40 -2. A minimum of 3 -feet of slack shall be provided at each pull box and 6 -feet of slack at each traffic signal controller cabinet. The ends of unused SIC conductors shall be folded back and taped securely to the cable. SP 24 OF 27 No new pull boxes shall be installed in or within one foot of any curb ramp. Caltrans Standard Plan ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project." 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 -513 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 or 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. Prior to removal of the damaged concrete, no root pruning will be allowed after the new concrete has been installed. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root- pruning machine, approved by the City's Urban Forester and Field Maintenance Superintendent prior to the start of the contract. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine (Vermeer or Dosko) shall be made to the length of the repair as indicated. b. The cut shall be a minimum 12" below grade for sidewalks and 18" for curbs, and shall be made as far away from the tree base as possible. SP 25 OF 27 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 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. 4. Root Barrier Specifications: a. Install root barrier panels with the length of each root pruning cut at a minimal of 12" below grade for sidewalk and 18" for curbs. b. The product shall be a minimal of 0.085 thickness and material of polyethylene plastic with ultra violet inhibitors (e.g., Century Root Barrier Panels, CP- Series, CP12 -2). c. The product shall be installed per manufacture's specifications. SECTION 310 -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." SP 26 OF 27 310 -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 Contractors 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." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." SP 27 OF 27 _7130! _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 29Q 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 Bid Item: Construct 2 -Inch Thick ARHM Surface Course, 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." F:1Users\PBMShared \Contracts \FY 06- 07\PLACENTIA S HOSPITAL RD REHAB 43807 \SPECS C3801.doc SPECIAL PROVISIONS APPENDIX A ADVISORY SIGNS x 1 l v r�,i ;,. �'reming.{ v Fh8r9 }7jp >r t r.f i .t u�✓ e . IN r, s r 1 i ar rx.''rV,,i �4 +� r + r•. aY rn t.m 14 ) f bbb r _ Z(> i 3 � t r sf 4 x. Is'.,, i •'�` �- /+a f ^ f t i'; s v � t n. t L xg g1 } .E r arril.l'•r r Z r: C4�N.S? r M. a,, {. .i CY4 T 'hro l'` r r :, s s w nE ( sZ r u? S ✓: sv " i .3•�, i }S y s. '< ) ryy r',y x rt i 4.. ,}4 r i }wt �rf '{4 i' } l �7 A a `4i IN dip, '/wN Am 'fi'�'i� ""h"f'�'��.'.Y fi$•`x�t9irt7�f1[11i�UF S �; � � t -;.i n r, � ['tf4' *it '� bItiiti%C��tlYSlftuted a ,I .:.�. 4 r �u t 1111YVV ;. 14��6�'fiY Q�4mil1 l Ni ,� rngtrydal it�e7o� iine stgtt � 9 � t , }59rmlted z SPECIAL PROVISIONS APPENDIX B CURB ACCESS RAMP STANDARD DRAWINGS M F-1 C1' O y 1 00 r C to n 0 yy� A 3 8.33E Max See Note 8. 10% Max at curb 4' MIN.. X10% Max of curb n A' MIN• Sand 16tes 9, 15 8.33E Max Planting area- y - 4' MIN. variable .Crosswalk CASE "A" AorB Recesso curb if 4' min . aec idow at edge j -�- --j .or sidewalk K rRetaminCC curb if neeessary at edge Of sidexolk t5 and 18 K x Max s i s See Note 8 - SECTION A -A 10% w Mak al .sorb ^. front ed, affiffim sidewalk K rRetaminCC curb if neeessary at edge -lb See Notes. 9; 1$ and 16 CASE HT Use wheni sidewalk is less than 6 ft wide See Note 8 �k of �. >�� 10E Max A of curb e of CASE "D" See Notes 9, 15 and 16 A or B .. ee Notes %.15 and 16 O! CASE' B" Top of ramp CASE "E" Rounded Of sidexolk t5 and 18 - Tj 8 s 2E Max. - SECTION A -A See Note 8 -lb See Notes. 9; 1$ and 16 CASE HT Use wheni sidewalk is less than 6 ft wide See Note 8 �k of �. >�� 10E Max A of curb e of CASE "D" See Notes 9, 15 and 16 A or B .. ee Notes %.15 and 16 O! CASE' B" Top of ramp CASE "E" Rounded t5 and 18 - Tj 8 - "8.33E Max 2E Max. - SECTION A -A NOTE: PLEASE SEE STD - 181 -L -C FOR AT.I. NO Ps Top of ramp Retaining curb Rounded —_ if necessary 8.33E Max 2E Max.. 3 SECTION M Depress entire sidewalk as required - Retaining curb 2E Max.. if necessary SECTION C -C or See Note '8 of 10% Max, ' 4' m1h. at curb I' See moles 9, 15 A o 8 and 16 CASE "P" See Note. ;4 CASE "G" See Note 4 LENGTH OF CURB TRANSITION "8" (TYPICAL) Curb height Transition. 6" 5.0' min. 8" 6.7" Min.- Removal onq replacement Limit of o ol. con {...tore option unless otherwise shown Rounde� I �� ox• on project plans — — — -z- --E 8.33E Max Tj DETAIL H Existing curb and sidewalk (in. ) in� r--i /4 In. 1 /41rlr�s r' �•r'.�' oAcio r, nFTA It r� NOTES 1. IF DISTANCE FROM CURB TO BACK OF 57DEWALK IS TOO SHORT TO ACCOMOOATE RAMP AND 1.22 m (4 ft.) PLATFORM AS IN CASE A, THE SIDWALK MAY BE DEPRESSED LONGITUDINALLY AS IN CASE 8 OR C OR MAY BE WTOENED AS IN CASE 0. 2. IF SIDEWALK IS LESS THAN 6 FEET WIDE THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN,.IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURATION MUST BE SIMILAR TO THAT SHOWN FOR CASE E TO ACCOMMODATE WHEELCHAIRS. 4. FOR CASES F AND G. THE LONGITUDINAL PORTION OF THE SIDEWALK MAY NEED TO BE DEPRESSED AS SHOWN IN CASE B. 5. IF LOCATED ON A CURB THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4 FEET. 6. MAN91701VS FROM RAMPS TO WALKS GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. 7. SIDEWALK AND RAMP THICKNESS, or,, VACL BE 4 INCHES MINIMUM. 8. THE RAMP SHALL HAVE A 12 INCHES WIDE BORDER WITH 114. INCH GROOVES APPROXIMATELY 314 INCH ON CENTER. 'SEE GROOVING DETAIL. 9. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED OW A CURB RAMP, THE CONCRETE FINISH OF THE RAMP AND ITS FLARED SIDES SHALL HAVE A TRANSVERSE GROOMED SURFACE TEXTURE ROUGHER THAN THE SURROUNDING SIDEWALK. 10. RAMP SIDE SLOPE VARIES UNIFORMLY FROM A MAXIMUM OF 10% 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 FACILITT£S WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUIVC17ON WITH, CURB RAMP CONSTRUCTION. 12. MAXIMUM SLOPES OF ADJOINING GUTTER, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4 FEET OF THE TOP OR BOTTOM OF THE CURB RAMP. a CONCRETE SHALL BE 560 -C -3250. 14. RETROFITS -. WHEN A WHEELCHAIR RAMP IS ADDED TO AN EXISIING FACILITY, THE CHANGES ARE PERMITED. (A) RAMP GRADE IN CASE "C" MAY BE INCREASED TO 4.. (B) OTHER RAMP GRADES MAYBE INCREASED TO A MAXIMUM OF IT.TX (NEVERTHELESS, THEY SHOULD BE AS FLAT AS FEASABLE). (C) WHERE THE 4 FEET PLATFORM IS NOT FEASABLE, THE WIDTH MAY BE DECREASED TO 3 FEET. '(D) THE PLATFORM MAY BE ELIMINATED IF THE GRADE DOES NOT EXCEED 8.33X t5. RAISED TRUNCATEO DOMES SHALL BE DARK GREY COLORED AND SHALL BE "TERRA PAVING" AS MANUFACTURED BY W,4usAU TILE, INC. CF wsCCTNSIN OR EQUAL. 16. DETECTABLE WARNING SURFACES SHALL .EXTEND 610mm (24 in.) MINIMUM IN THE DIRECTION OF TRAVEL AND THE FULL WIDTH OF TNE CURB RAMP. NOTE: REFER TO CALTRANS CURRENT STANDARDS PLAINS. FOR UP -TO -DATE vXA 1 ? i• Ll RU TVA vXkA J3r,,M\.II PMUC WORKS DEPARTNMvT Rm CURB ACCESS RAMP No. "106 a - NOTES �: F DRAWQTG NO. STD - 181 -L -C SPECIAL PROVISIONS APPENDIX C MCWD STANDARD PLAN NO. 14 WATER MAIN - CONCRETE ANCHOR) I BLOCK -CLASS 420 -C -2000 "A" #4 STEEL REINFORCING BARS COATED WITH MINN. MINING &MANUFACTURING EC -244, KOPPERS CO. BITUMASTIC NO. 505 OR APPROVED EQUAL, ABOVE CONCRETE ONLY BUTTERFLY 9 VALVE GENERAL NOTES: 1. ANCHOR BLOCK ONLY REQUIRED WHEN VALVE IS NOT FLANGED TO TEE OR CROSS PER SECTION 9.06 (b). 2. PROVIDE VALVE STEM EXTENSION IF DEPTH TO VALVE DOES NOT EXCEED 4 FT. 3. DIMENSION "C EQUALS TRENCH WIDTH PLUS 2 X THE PIPE DIAMETER. OPERATOR TYP) NOTE 4) PIPE (TYP) I- w cF SATED VALVE (TYP) 4. BUTTERFLY VALVE OPERATORS SHALL BE FINISHED PAVED SURFACE w cv VALVE STANDING �AC THE TEE OR CROSS) AND OF THE (AT VALVE SIZE DIMENSION LOOKING THROUGH THE VALVE TOWARD THE A a PIPE END. WHERE CONCRETE CROSS GUTTERS 6" 12" 12" °I WILL INTERFERE WITH VALVE BOXES THE PIPELINE 8" 12 12" SHALL BE MOVED TO A POSITION OF 7 FEET 10" 12" 12" o io 12" 12" s: ;. „•'• :`:;. I BROOKS'. 4TT TRIANGLE LID 6 "x 6" CONCRETE 14 GAUGE COPPER WIRE Z o z COLLAR CLASS. i LENGTH OF PIPE 12" LAP 0 560-0 -3250 INTO WELL z g z 8" PVC PIPE of BUTTERFLY —\N, - - - VALVE - I - h WATER MAIN - CONCRETE ANCHOR) I BLOCK -CLASS 420 -C -2000 "A" #4 STEEL REINFORCING BARS COATED WITH MINN. MINING &MANUFACTURING EC -244, KOPPERS CO. BITUMASTIC NO. 505 OR APPROVED EQUAL, ABOVE CONCRETE ONLY BUTTERFLY 9 VALVE GENERAL NOTES: 1. ANCHOR BLOCK ONLY REQUIRED WHEN VALVE IS NOT FLANGED TO TEE OR CROSS PER SECTION 9.06 (b). 2. PROVIDE VALVE STEM EXTENSION IF DEPTH TO VALVE DOES NOT EXCEED 4 FT. 3. DIMENSION "C EQUALS TRENCH WIDTH PLUS 2 X THE PIPE DIAMETER. OPERATOR TYP) NOTE 4) PIPE (TYP) I- w cF SATED VALVE (TYP) 4. BUTTERFLY VALVE OPERATORS SHALL BE LOCATED ON THE LEFT HAND SIDE OF THE, VALVE STANDING THE TEE OR CROSS) AND OF THE (AT VALVE SIZE DIMENSION LOOKING THROUGH THE VALVE TOWARD THE A a PIPE END. WHERE CONCRETE CROSS GUTTERS 6" 12" 12" WILL EXIST AT STREET INTERSECTIONS WHICH WILL INTERFERE WITH VALVE BOXES THE PIPELINE 8" 12 12" SHALL BE MOVED TO A POSITION OF 7 FEET 10" 12" 12" OFF CURB FACE TO CLEAR CROSS GUTTER. 12" 12" 12" �... O,..�., STANDARD BUTTERFLY oce °` `` VALVE INSTALLATION SPECIAL PROVISIONS APPENDIX D CALTRANS STANDARD PLAN NO. ES -5A, ES -513, & ES-8 plr aeon •wrz I� LOOP INSTALLATION PROCEDURE I. LOgJS .Inll D. eanferoE In Imes. , A g2. Bde clots in pevmsM for loop cd10x1ore de a In detada. l^'I s v:3im� 3. BLLmee DM¢Van olds pt loop aM ° Nad-In aeon wf tram ae aeaml u esrz do deolI W °tau M z' -tl' minimum. Diatmpe Daimon loco -In }¢ A A POatoll 8 "min , s. Bohan of cox OIN ancu de smveM w »n M aMFD eagev. dirva+in ntymlmampx MdmPmt(NOn•Mmet LoM11M LOMIIM of "far• IMtelll.9 ldep eerauetore. m S. Slat° °hall D° NOMa ontll Clnn, olden wt and tharw9nly dried t =VN A A � B. Adfawnf ,m O an ted some °eneor unit tla..i °toll De d. In l^� � - - eppvaife Blended a. uS 3-r 1-r T. Identify and tag loop drwH pelt¢ In Inc Dox s?L i`,G'll � c ton leap nd start 15) aM tinier whereat. ta, ao h Identify and tOA Ina- in -CpD10 .Ifn w,aOr numDM and plate. EP *cc fa EP B. 1MI011 leap e°n0 char In slat ualn9 a Yea to I/• Mick sod paddle. B B Me I �1 aaianni p ac�m.M xaaa paaalve f t rna Dottom or the aalraa Blot) pul I DDx Pul I box Pull box Pull Dox Ir B. No ..ry Inch 2 lmrefed pairs anau be metalled In na meaA clef. TYPE IA TYPE 2A TYPE 3A TYPE 9A N 10. All wdltional s' -s' at ¢lack length of coneuctor for file lace -In ran INSTALLATION INSTALLATION INSTALLATION INSTALLATION O he w1I Dax. SAWCUT DETAILS 0 It. TM Walttmal ImO ?n of seen mnaafW for soon leap OMII Da tdiv,i s (Type A Ica, dared °, °mtlwraflne IuwtrO d) tagetn•r into a "1, 6 fora par 3' -O' minlmuml cefaro being p1mad I° tM slot and <max,, leading t° pull pm. I. to taro IA • 1 Type A lead OW;glsetln In each lane, 0) 3. 1B 1 eB • I Type B loop am.fIN . 1. In scan 1¢n°. 12: Teat each I IrL°If far mlfinulfy, cirN t mai °tarce aM indulafln °vP c I 3. IC . 1 Type c loop confipmatl� •mnlM IOM• o. rewind. r °a sfanc° N fM pull CO,t N}ary fllung el°+a. a. 10 e0 I Type B Imp In OWh lane. a tMV amt plmlm E loop emTlwratlm in nn Ions. till In 6. IG t0 f tMiwro TryYpe l3, clots M shah detail.. - Type A B, C, E d I�DII far 'd l.....he only Q `um le. SPIICO imp aWauc & to *m- In -CW1*. Spllue OMIT pe soldered. ton ep•el }lea er slam on pl°nel a d prior 15. to ++e prey .� N Intfaelo}MI in cone?ol nt�molalm roes entering the amid W 16. Lead- in -.Wla eMh nc+ be 1PItteO Defxeen tM poll Donn and Me controller e°DIMt ternlnale. 17. Teat wen Imp Olroulr far .1111.lty, alr'wlt reelefopee and Insulation B 2 dl 5 ) 3 � S dq 3 � OI realetan. at the mh+r°IIV CaDIMt location. a Ip. Where Ia[p aaMMITOrO am Mt to Ve spliced to O IaoYln•cabler the S tlw .MII De toped and wterpr°°rm wIM °Iep+rl° °I ere Z }f tcnaiMre q pee M. F HI WINDING DETAILS F N Sea kN•. 6 are T OI s 1 3 3 1 a 3 z I Ye min fo ✓t AqR for Type I loop Cn .LFter a y-= tar Type 3 Iocp a gltlor j` =�1n -- -C Spllae I I 'd:' Deed es D.prnm depeh; rural �A Lwp..I.et I -- r•w`rw :.r:::.e" rowlred .. one TYPICAL LOOP CONNECTIONS 17 If •,I.: Leap End Ioap lfdereal IDOVroa 11... r•prsaenl the pull D°M) . Imp,' 3 rums loop ottMnlsa ( +a C9 0.Ctera See Nofe 9 le+ Iwp hItl•+•al ��n STATE OF CALpORN4 °peoiriea) ° 6EPABTDEXi OF T9ANEPOBTATCh • SECTION A -A SECTION B -B SECTION C -C ELECTRICAL SYSTEMS SLOT DETAILS — TYPE 1 AND TYPE 2 LOOP CONDUCTOR (DETECTORS) NO SCALE ES —SA 1 aamr Awn T• -y b .r Y R t a"�`a„° j ��► '10 olrwvlon y 1«— of 1 _ I I � -L T-- u 1.006 m f YRa f� _YI /LanC i L L 5 T- F � ry M E1■ S I O N I !.1}hAhMnMNP4MYAwdS'M =� T-1 - WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE 8 LOOP DETECTOR CONFIGURATION x N L O � ❑ ❑ ❑ ❑ O1D•- N - W 1 1o• -D' 10• -c 10._0• o•O10'- 101o• -0^O TYPICAL TYPE A INSTALLATION TYPICAL TYPE 8 INSTALLATION Z 61n91a LWw SIn91e LoM S 0 SAWCUT DETAIL WINDING DETAIL a A N TYPE C LOOP DETECTOR CONFIGURATION Dlnctlea P M. travel -" 1'- •• P' -6' 2' -3" 01 trawl -� V r s See No1r 2 6v of trawl of trawl a Z _ Npip 1 CLW aut s —f• m W see Nn1e 1 OF -LWINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION T— 6•• WINDING DETAIL SAWCUT DETAIL NOTES: 1. Rood at aCVM ongie tf to Dl'e•/M1 a010e- f0 eonEUCM1. r eta 901g1 la1 TYPE 0 LOOP DETECTOR CONFIGURATION 2. llwfall J Iarlu eNen an1Y erM TYM D leap is a a e 11 aFxmel. TYpo 153 ]Mtell 6 tome Men ana Typo D loop 16 eonnxle0 riiD 3 e0ettlwwl O�O�O O ` '. STATE Of CfLIF01MA OfJAPTMfNT Ci iRANSPORiAIpN 6,-0.. 6' -D" loops nn a ameor un11. 10'•tl 10'-0' 0'- PLAN VIEW OF ELECTRICAL SYSTEMS TYPICAL TYPE E INSTALLATION DIAGONAL SLOT (DETECTORS) 91n91e Lane AT CORNERS NO SCALE ES -5B TOP VIEW TOP VIEW Bonding Top flush y(• Min to �' Max LIP- grace finished grace IS.O Rote 31 T rGen w.nac k OVmp Grounding burning SECTION A -A No. 311 /2(T), No. 5(T) AND No. W) TRAFFIC PULL BOX Exfermion Mto M 1" Min ax nigh. late f. DWYIng Tap flush AM flnishec grace (Sums wt. 3) — Se Note 2 S. beaciW jumper to grounding bulling. Extension Mhen aax hace.a trdhe ....r, Wnet, .r CrounO. vhenspecified Clem Crushed k Bump <IamP - drauWinq .1. trCd. when spsolfled m Drain Wle Men box houea fire of inner SECTION B -B INSTALLATION DETAILS 01MENEION TABEE Lift Me —\ R TE BOX Hi ball! A N II Dew rolnforCM - CC WV RS y ' I1n pelvaniZea Minimum w THlcknees E -bar wlded Irma —° WD RtlMOr<M y {'Yin Meal M nlmum xx lnleknes S p1oM cover. "N..1Z.d offer L MN .a0rleetian. See safe w. C R EOg. Tnlcknms Edge Taper . diedi Tram= 1" Pull WX ` P_1" Badiy jumper, XI" see xafe s PCC W-Wi B" Yin all afWno+l d 3- Min all argmd- Lrl w. 5 W I' -10" TOP VIEW TOP VIEW Bonding Top flush y(• Min to �' Max LIP- grace finished grace IS.O Rote 31 T rGen w.nac k OVmp Grounding burning SECTION A -A No. 311 /2(T), No. 5(T) AND No. W) TRAFFIC PULL BOX Exfermion Mto M 1" Min ax nigh. late f. DWYIng Tap flush AM flnishec grace (Sums wt. 3) — Se Note 2 S. beaciW jumper to grounding bulling. Extension Mhen aax hace.a trdhe ....r, Wnet, .r CrounO. vhenspecified Clem Crushed k Bump <IamP - drauWinq .1. trCd. when spsolfled m Drain Wle Men box houea fire of inner SECTION B -B INSTALLATION DETAILS 01MENEION TABEE R TE BOX BO N C - CC WV RS PULL EOX Minimum w THlcknees 11 mum Depm Rex wd EximaI. WD LO M nlmum xx lnleknes S Mlnlmum D dW EzteMlm x L MN • MM R EOg. Tnlcknms Edge Taper w. Syr 1" W Ex.ansi.n P_1" 1' -6" XI" w ExMmlm W-Wi 10v" I 1' -0 "S jvgp 21 I w. 5 I I.. I' -10" I' -. J 242 N I 1' -6" I' -11 /' 1' -1 1 ," 2" e' W.6 ty {' 210 1-8$ " 2' $ 2y 1' -11 yi'I y Y' yi' w Exbluaing emAxlf soh MM Top dlmsnelon DIWNSIGH TABU COACRETE BO C PULL 004 Y n mYm . TlfltlaWee Y nimum Osptn Bex and Ex}mel0 BG LG LI 1I1 N n mum sit n mu n . "000 and extension l Mx Y w R Edge e T NO. 3IITI 1y' 1' -G' 1' -S'f 1" I' -B "I i' -2'e "! 10 "! 1" DOpt HOT A IY I 1' -0 "S jvgp 21 q ji �" NenO Ad. SITI 1 ," 1' -0" 1' -11 Vt4 1"1 2' -5V; Y I 1'41 1' -1'S I.-I Boca kM Apply IV-3-11 1' -41 U' I NarA W. SIT) 2" 1' -4" 2'-6"f 1' Y- Ityx "f 1' -11 yi'I 1'•5Y 1-1 shoe Rat APPly 2' -9 "1 V -6 --Y 0" 1 pea . ExclwHg conduit Mad Me TOO dimension NOTES ON PULL BOXES: I r,arane rsl.W "m Yamm mmnweym.w 1. Traffic pun adx .hall ad pravload rth Sfe1 cover and Sww CaarMe fpellnq. SiNI cpvar OMII MVa emNeaOa hen -akla Pattern. 2. Steel 141ff.rsing shall be a regularly used In the ...Ward gradual. of the reWfl. ma"faCFUror. 3. TOP Of pun bexw WII DO flush with surrounding grace or top of odlaaanf rb, except that In unpay.d araw sherd WII Dax le M1 1 fmWl...1, f0 adjacent and protected lay a concrete f.uOflon, pale o Other surraunnding aromas. MWhare p llaD eel lbulll '. ever a Ia mnl In 1N Ir.. 1altt of wr0..WII W placed ad awM 10 fns bock M wrb, old pull aexee .Earn adjacent fa .tanacrds s�11 DO placed a side of foundation facing away from 1Wtflq Ynlap .1Mrv14 laHa. YMO pYII box la Installed In sidewalk area, fns aepHl of the WII box ends M adjusted eo that the Top of the Nil aw Is flush with Me sloodalk. X. Pull ads o.wre .WII as marked as folloss: "SERVICE" Service circuits betecon service point and .,W.. disconnect! "SPRIMIK11 CONrROI" Sprlaklar control olrwlte0 50 V .r lee.! "CALTRANS' Oh oll pull Dax00 pr W . qx1 WII Wells mkad SPRINKLER- CONTROL "! and 'TELEPHONE" T.i.pl a arvtu. o) w. 3-/� "N max. l "SICNAP Traffic eland clrbult. vIth Or vi1WU1 street .r elan Ilgh1l., ciraults. Z ST LIGHTING" Street or sign lighting circuits whore volfag. fs under Bad V. D) W. 5, 6, 9 m 9A "II GOP. 1)1I11FIAFFIC SIQUL- Traffic signal circuits der Or with+ street SIR. IlgMln9 <Ireulq. 2) "STREET LIWTINV Street or sign lighting clveuiM Where valMpe le under 600 V. 3) 'STREET LIONTiNO -HIGH VOLTAGE' Stan+ or sign lighting circuit. Where vMfape 1. .mow 600 v. w)'IRRIOATIM' Clrsulle M Irrlgonlem esn1WIIK 120 V or mere. 5) "RAW WTER" Ramp mmmr cutuHe. 6) "Ltl11M STATION" Com1 Or 41.04 monitor circuits. T) "CUIYII MICATION" Cemmunloallm circuits. 3) 70S C ICATI0 'MS camaunicatlme Inn. 9) "TOS POVEW WE porn r. 10 "TOC POSER' Telephane demarcation cabinet ".Sr. 111 "CCTV' Closed cIrdiR ielevlsbn circuits. 12) "NS' Traffic monl"ring etcflm dreull.. 13) "CMS' Chalfl.aale mereg. Sign airculta. 14) "HAR' HlgMay a.VlsOry rWIO OIMUIfa. S. Wall, jumper for metal Savers stall be 3'long. minimum. 6. The rwalwi dimensions M the op.ning In Mich the or Sate he I as the same .s the baser dlmenetene except the length and sloth dlmeWlone eWlI be y' greater. T. Cover. and bakes .W11 be Inl ... han .W. vIfh C.I VarM. Stands" mat. and feaals dopes. When IMarchengW with a .f.hoard mole ar ten ie "9.. 1M tap surface .nail M flush xIMln I/E'. TO outside adfl. M eglGreO .over. and "1i We. .nail Ww a yf min mum radius. S. Pull a.w. awl I not be Installed within the boundaries of we or existing aurm ramp.. 9. Pull Wxaa fit slectrollera, Post ow OIgWI OtoMarda .hall Ds IOWted f S' -G' fran ill Staflan Ot ill ca agllf .)..holler• past or .land) e}mlard. Pull ""a OWII be PIG CW WjacuH to Mek of curb or edge of elaulaer except Where this is IMMCticol, a box nay be placed in another suitable protected and accessible location. STATE Of CALIFORNIA DEPARTMENT OF TRAMMOATATION ELECTRICAL SYSTEMS (PULL BOX DETAILS) NO SCALE SPECIAL PROVISIONS APPENDIX E CALTRANS ENCROACHMENT PERMIT STATE OF CALIFORNIA • DEPARTMENT C' — RANSPORTATION ENCROACHMENT PERMIT ' TR -0120 (REV. 2M) In compliance with (Check one): X Your application of September 12. 2055 ❑ Utility Notice No. of ❑ Agreement No. Of ❑ R/W Contract No. Of TO: CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 M. SINACORI, UTILITIES ENGINEER 949/644 -3342 I 1205- NUM -0443 12 -ORA -1 -VAR September 12, 2005 EXEMPT TO CITY 246.00 PERMITTEE And subject to the following, PERMISSION IS HEREBY GRANTED to: Enter onto all conventional State highways (EXCLUDING FREEWAYS) within the Newport Beach city limits to perform routine maintenance and make emergency repairs to existing sewer, electrical and water facilities. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 600 (Utility Permits) of the Encroachment Permits Manual, and the attached Provisions. Perm ittee shall contact the State Permit Inspector shown on the attached Inspector Territories List between 7 AM and 9 AM a minimum of two working days prior to the start of routine work and as soon as possible for emergency repairs. Failure to comply with this requirement will result in suspension of this permit. When a Contractor is hired, Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way in Permittee's behalf. A deposit of $246.00 is requited at the time of applications. The following attachments are (Check applicable): X Yes ❑ No X Yes No X Yes ❑ No ❑ Yes ❑ No as part of this permit General Provisions Utility Maintenance Provisions Special Provisions A Cal -OSHA permit required prior to beginning work; actual costs for: ❑ Yes X No Review ❑ Yes X NO Inspection X Yes X No Field Work (!f any Caltrans effort expended) U Yes U No The information In the environmental documentation has been reviewed and is considered prior to approval of this permit This permit is void unless the work is complete before September 12, 2007. This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. City of Newport Beach APPROVED: File: 05 -0443 HOSSEIN SHAKERI -State Permit Inspector SHAHRYAR DERAVI -State Permit Inspector Cindy Quon, District Director _ Mtce (2) Pigpared City of Newport Beach 1205 - NUM - 0443 September, 12, 2005 AN APPROVED WATER POLLUTION CONTROL PROGRAM (WPCP) and WPCD (drawing) IS REQUIRED FOR ANY WORK INVOLVING EXCAVATION. In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: • Permittee shall contact the State Permit Inspector at least 48 hours prior to implementing traffic control which requires lane closures for any routine work, and as soon as possible for emergency work. • Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized.. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the each work period. • Orange vests and hard hats shall be wom at all times while working within State right -of -way. • Except during emergencies, the full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • In case of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. • Unless otherwise approved by the Permits Representative, no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM. • Immediately following completion of the work permitted herein, Permittee shall fax to 949/724 -2265 the Permit Number, completion date and the signature of Permittee's Representative to close this file. Page 2 of 2 STATE OFCALIFORNIA• DEPARTMENT OFTRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 02)2004) PERMIT NO. Permission is requested to encroach on the State highway right -of -way as follows: .(Complete all BOXES [write MIA if not applicable]) This application is not complete until all requirements have been approved. SIMPLEX STAMP Page 1 Z Q 5 0 4 Q 3 1. COUNTY 2 2. ROUTE. 3.POSTMILE ; ;.1,6 G 7 15. ❑ Double Permit Parent Permit Number Applicant's Reference Number I Utility Work Order Number 16, Have your plans been reviewed by another Caltrans branch? NO ❑ YES[:] (If "YES ") Who? 17. Completely describe work to be done within STATE highway right -of -way : { Attach 6 complete sets of FOLDED plans (folded 8.5 "'x.11" [216 mm x 280 mm]), and any applicable specifications, calculations, maps, etc. SL All dimensions shall be in dual units (English and metric), OR exclusively in metric units. Permit application for work in State right Of way for maintenance, emergency repairs, and/or minor replacement of existing water, sewer, or electrical facilities installed by developers or contractors. This permit application is also requesting permission to allow potholing for existing facilities, and minor lane closures for adjacent city road improvement projects. 18. Is a city, county, or other agency involved in the approval of this project? m YES (If 'YES", check type of project and attach environmental documentation and conditions of approval. ) ❑ COMMERCIAL DEVELOPMENT ❑BUILDING ❑ GRADING ❑ OTHER. ® CATEGORICALLY EXEMPT ❑ NEGATIVE DECLARATION ❑ ENVIRONMENTAL IMPACT REPORT ❑ OTHER ❑ NO (if -NO ", ptease check the category below which best describes the project, and complete page 4 of this application.) ❑ DRIVEWAY OR ROAD APPROACH, RECONSTRUCTION, MAINTENANCE. OR RESURFACING ❑ FENCE ❑ PUBLIC UTILITY MODIFICATIONS, EXTENSIONS, HOOKUPS ❑ MAILBOX ❑ FLAGS, SIGNS, BANNERS, DECORATIONS, PARADES AND CELEBRATIONS ❑ EROSION CONTROL ❑ OTHER ❑ LANDSCAPING 19. Will this project muse a substantial change in the significance of a historical resource (45 years or older). or cul Ural resource? ❑ YES [Z NO ,fit -YES-, provide a description) 20. Is this project on an existing highway or street where the activity involves .removal of a scenic resource including a significant tree or stand of trees, a rock outcropping or a historic building? ❑ YES 0 NO (If -YES -, provide a description) 21. Is work being done on applicant's property? ❑ YES [Z NO (if -YES-. attach site and grading plans.) ADA NOTICE: For Individuals with sensory disabilitics. this document is available io alternate formats. For information call (916) 654 -6410 orTDD (916) 654- }880 or write to Records and Fomo, Management, 1120 N Sueeq MS -89, Sacramento, CA, 95814 STATEOFCAUFORNIA •DEPARTMENTOFTRANSPORTATION Page 2 STANDARD ENCROACHMENT PERMIT APPLICATION r rr TR -0100 (REV. 0212004) .'.t r J U _ (3 22. Will this proposed project require the disturbance of soil within highway right -of- way? [] YES ❑ NO If "YES'. estimate the area in square feet AND acres: 300 (Varies w1 repairs) (ti,) .. < 0.1 (acres) 23. Will this proposed project require dewatering? I0 YES ❑ NO If -YES', estimate dagy wlume in gallons per day: minor if required (gpd) 24. How wig any storm water or ground water be disposed of from within or near the limits of this proposed project? ❑Storm Drain System ❑ Combined Sewer I Storm System ❑Storm Water Retention Basin ❑Other(explain): PLEASEREAD THEFOLLOWING CLAUSES PRIORTO SIGNINGTHISENCROACHMENTPERMITAPPLICATION The applicant, understands and herein agrees to that an encroachment permit can be denied, and /or a bond requiredfornon paymentofpriororpresentencroachmentpermitfees. EncroachmentPermitfeesmaystilibe due when an application is withdrawn or denied, and that a denial may be appealed, In accordance with the California Streets and Highways Code, Section 671.5. All work shall be done in accordance with Caltrans rules and regulations subject to inspection and approval. The applicant, understands andherein agrees to the generalprovisions, special provisions andconditfons ofthe encroachmentperml and to indemnify and hold harmless the State, its officers, directors, agents, employees and each ofthem (Indemnitees) from and againstanyand all claims, demands, causes ofaction, damages, costs, expenses, actualattomeys'fees,judgments, losses andliabilities ofeverykindandnature whatsoever (Claims) arlsing outofOrin connection with the issuance andforuse ofthis encroachmentpermitfor.1) bodilyin furyandl or death to persons including but not limited to the Applican( the State and its officers, directors, agents and employees, the Indemnities, and the public; and 2) damage to property of anyone. Except as provided bylaw, the indemnification provisions stated above shall apply regardless of the existence or degree of fault of Indemnities. The Applicant, however, shall not be obligated to indemnify Indemnities for Claims arising from conduct delineated in Civil Code Section 2782. DISCHARGES OFSTORMWATER AND NON -STORM WA TER: Work within State highwayright- of- wayshall be conducted in compliance with all applicable requirements of the National Pollutant Discharge Elimination System (NPDES) permitissued to theDepartmentof Transportation ( Departmeno, to govem:the discharge ofstonn waterandnon- stormwaterfrom its properties. Workshail also bein compliance with af lotherapplicableFederal, State and Locallawsand regulatons, andwith theDepartment's EncroachmentPermits Manual and encroachment permit. Compliance with the Departments NPDES permit requires amongst other things, the preparation and submission ofa Storm WaterPollution Protection Plan (SWPPP), ora Water Pollution ControlProgram (WPCP), and the approval of same by the appropriate reviewing authority prior to the start of any work. Information on the requirements mayalso be reviewed on the Department's Construction Website at: h Yp: /Avww. dot. ca .govlhq /construdstormwaterl.htm 25. NAME of APPLICANT or ORGANIZATION (Printor Type) IE- MAILADDRES5 CITY OF NEWPORT BEACH ADDRESS of APPLICAm or ORGANIZATION WHERE PERMIT IS TO BE MAILED (Include City and Zip Code) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CA 92663 ., PHONE NUMBER 1949) 644 -3311 MICHAEL J. SINACORI 3300 NEWPORT PHONE NUMBER (949) 6443342 (949) 644 -3308 ') IIS LETTER OF AUTHORIZATION ❑ YES ❑ No and Zip Code) :H, CA 92663 FAXNUMBER (949) 644 -3308 E-MAILADDRESS msinacod @City.newport- beach.ca.t J. SINACORV I UTILITIES ENG. STATE OF CALIFORNIA• DEPARTMENTOF TRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 0212004) Page 3 PERMITNUMSER If 26j_ Nu M- q 3 ❑ CASH ❑ CREDITCARD NAME ON CARD PHONE NUMBER ❑ CHECK NUMBER NAMEONCHECK PHONENUMBER EXEMPT ❑ PROJECT EA ❑ DEFERRED BILLING (Utility) CALCULATED BY (1) (2) REVIEW 1. FEE/ DEPOSIT ' DATE 2. FEE.! DEPOSIT DATE TOTAL FEE / DEPOSIT 1. HOURS @ $ S $ 2. HOURS @. $ $ $ INSPECTION 1. FEE! DEPOSIT DATE 2. FEE / DEPOSIT DATE TOTAL FEE / DEPOSIT 1. HOURS @ $ $ $ 2. HOURS @ $ $ $ FIELDWORK HOURS @ $ $ $ $ DEPOSIT DATE DEPOSIT DATE DEPOSIT EQUIPMENT & MATERIALS CASH DEPOSITIN LIEU OF BOND $ $ $ TOTAL COLLECTED S $ CASHIER'S INITIALS $ The current hourly rate is set annually by Headquarters Accounting. District Office staff do not have authority to modify this rate. .PERFORMANCE BOND ❑ DATE AMOUNT PAYMENTBOND ❑ DATE $MOUNT LIABILITY INSU RANCE REQUIRED? ❑ YES ❑ NO AMOUNT $. STATEOFCALIFORNIA •DEPARTMENTOFTRANSPORTATION Page 4 STANDARD ENCROACHMENT PERMIT APPLICATION ` TR -0100 (REV. 02/2004) J INSTRUCTIONS v I for completing page 4 This page needs to be completed whenthe proposed project DOES NOT Invotvea City, County or other public agency, Youranswers tothese questions will assist departmental staff in identifying any physical, biological, social or economic resources that maybe affected byyourproposed projectwithin the State highway right-of -way. And, to determine which type of environmental studies maybe required toapproveyourapplicatlon foran encroachment permit. It is the applicant's responsibilityforthe production of all required environmental documentation and supporting studies, insomecases this maybe costlyandtime- consuming. Ifpossible, Mach photographs ofthe location ofthe proposed project. Please answerthese questions to the best of your ability. Provide a description of any "YES" answers (type, name, number, etc.) 1. Will any existing vegetation and/or landscaping within the highway right-of-way be disturbed? no 2. Will the proposed project involve a= soil disturbance within highway right -of -way (trenching or excavation)? 3. Are there waterways (river, creek, pond, natural pool or dry streembed) adjacent to or within the limits of the project . or highway right -of -way? 4. Is the proposed project located within five miles of the coast line? yes 5. Will the proposed project generate construction noise levels greater than 86 d8A (i.e. jack - hammering, pile driving)? no 6. Will the proposed project Incorporate land from a public park, recreation area or wildlife refuge open to the public? 7. Are there any recreational trails or paths within the limits of the proposed project or highway right -of -way? no 8. Will the proposed project impact any structures, buildings, rail lines, or bridges within highway rightof -way? no 9. Will the proposed project impact access to any businesses or residences? no 10. Will the proposed project impact any existing public utilities or public services? no 11. Will the proposed project Impact existing pedestrian facilities, such as sidewalks, crosswalks, or overcrossings? no 12. Will new lighting be constructed within or adjacent to highway right -of -way? no STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION ENCROACIMENT PERMIT. ANNUAL UTILITY PROVISIONS TR - 0160 (Rev. 2/94) . Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent, may perform routine or emergency maintenance on such facility in accordance with the following provisions: UEL EXCLUSIONS: These provisions do not authorize tree trimming, work on freeways, expressways, aerial capacity increase on designated "Scenic Highways ", or other activities not specifically provided for in this - permit. UE2. POSSESSION OF PERMIT REQUIRED: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any taw enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. UE3. NOTICE REQUIRED: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Department's representative shall be notified as soon as possible. UPA. STANDARDS OF WORK: All work shall conform to recognized standards of utility construction and Department's current Standard Specifications. UE5. EMERGENCY REPAIRS: The pernduee may make emergency repairs, altering traffic flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential service. In such cases, the Department's representative shall be notified immediately. M. OPEN EXCAVATIONS: No excavation shall be left open after daylight hours, unless specifically authorized and adequate protection for traffic is provided in accordance with general provisions, 'Protection of Tmfic ". Backfill and pavement replacement shall be performed in accordance with General Provisions, "Restoration and Repairs in Rights of Way UE7. TRAFFIC CONTROL HOURS: Work requiring traffic control shall be conducted between 9:00 a.m, and 3:110 p.m. or as otherwise authorized by the Department's representative. UES. WORK PERMITTED - AERIAL: Install additional capacity (in the same location), except facilities over the traveled way on designated "Scenic Highways ", or on Structures. 2. Maintain, inspect, remove, repair or replace (in the same location) all aerial facilities except over the traveled way or on Structures. EP OCeI 3. Perform insulator washing and interconnect splicing of cables. 4. Install or remove service connections with potential to ground of 300 volts or less, except over the traveled way.' 5- Install, maintain, remove, repair or replace aerial service connections with potential to ground of 300 volts or less, over the traveled way when specifically stated in permit. 6. Installations and clearances shall be equal to those required by either the State of California Public Utilities Commission orders or the California Occupational Safety and Health Regulations (CAL - OSHA), Division of Industrial Safety, Safety Orders, promulgated in the California Code of Regulations, Title 8, Chapter 4, whichever is greater. UE9. WORK PERMITTED - UNDERGROUND: 1. Maintain, inspect, remove, repair or replace (in the same location) all underground facilities except those requiring trenching in the traveled way. 2. Install additional capacity in existing ducts except for facilities not in compliance with the Department's current 'Manual on High and Low Risk Facilities within Highway Rights of Way" or on Structures. 3. Install air flow monitoring transducers and piping in existing ducts. 4. Barholing, potholing, cleaning, rodding and placing float ropes. 5. Adjust access cover to grade and replace in kind or with larger size pull boxes. 6, interconnect splicing of cables. 7. Install service connections perpendicular to the highway using jacking and boring methods under the traveled way. Electrical service is restricted to a potential to ground of 300 .volts or less. Gas and domestic water services are restricted to 5.08 centimeter (2') in diameter or less. 8. Permanent pavement patching for work authorized by this permit. UEIO. FAILURE TO COMPLY: Failure to comply with the terms and conditions above shall be grounds for -- revocation of this permit. STATE OF CALIFORNIA " DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT UTILITY MAINTENANCE PROVISIONS TR -0161 (REV. 2194) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govern): UM-1- Exclusions: These provisions do not authorize tree trimming, work on freeways, expressways, or other activities not specifically provided for in this permit. UM2. Possession of Permit Required: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS.PROVIDED. UM3. Notice Required: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Department's representative shall be noted as soon as possible. UM4. Standard of Work: All work shall conform to recognized standards of utility construction and the Department's current Standard Specifications- UM5. Emergency Repairs: The permiftee may make emergency repairs, altering traffic , flow, excavafing through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential Service. In such cases, the Departments representative shall be notified immediately. UM6. open Excavations: No excavation shall be Jeff open after daylight hours, unless specifically authorized and adequate protection for traffic is ,provided in accordance with the General Provisions "Protection of Traffic ". Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e.. "Making Repairs", "Backfilling"). UM7. Service Connection: These provisions do not authorize installation of conduit, cable, gas, or water service connections within State highway right -af- way, regardless of the location of the main, existing conduit or cable. All new underground or pipe abandon services must be covered by individual permits. See Section "UM8.4." regarding service - connections for aerial wires. UM8. Routine inspection. and Maintenance: 1. Routine Maintenance and Inspection: Routine 1aintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m., or as otherwise authorized in writing by the Department's representative. 2, Manholes The permittee may open existing manholes to repair.underground cables. Where the manhole lies within the improved surface of the highway, the permittee will provide adequate protection for traffic in accordance with the General Provisions "Protection of Traffic ". 3. Excavations; Excavations for routine inspection and repair of pipeline and cables shall a Not be made in improved surfaces, landscaped areas or closer than 3.04 meter (10') to the edge of the pavement without a special permit; and b. Not uncover more than 13.24 meter (50') of line at any one time. 4. Poles, Lines: Pennittee is authorized to: a. Stub, or reset existing pole, provided no change in location of pole or anchor is made. Stubs and anchors must not be placed between existing. pole and traveled way. b. Replace poles, guy poles, and crossanns in same location limited to two (2) consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c. Replace broken pins and insulators, repair broken wires, pull stack owes, and replace or pull broken or slack guys. d. Repair and complete transfer work on existing aerial cables. e. Install new and replace existing transformers on existing poles. I. Replace aerial wires and crossarms on existing poles except where wires cross the highway. Unless otherwise specifically required by the Department, protected cable, tree wire or plastic tree wire guard used for communication lines may be used through trees where necessary, provided the appearance of the tree or the Mee itself will not be damaged. This section "f." does not apply to scenic highways. g. Installations and clearances shall be equal to those required by either the California Public utilities Commission Orders or the Califomia Occupational Safety and Health (CAL -OSHA) Safety Orders, whichever is greater. h. Clear grass from around base of poles and excavate STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR -0045 (REV. 0812004) L AUTHORITY: The Department's authority to issue encroactunent 12. ,permits is provided under, Div. 1, Chpt. 3, Art. 1, Sect. 660 to 734 of the Streets and Highways Code. L REVOCATION: Encroaclment permits are revocable on five days notice unless otherwise stated on the permit and except as provided by law for public corporations, franchise holders, and utilities. These General Provisions and the Encroachment Permit Utility Provisions are subject to modification or abrogation at any time. Permittees' joint use agreements, franchise rights, reserved rights or any other agreements for operating purposes in State highway right of way are exceptions to this revocation. 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit fees when due can result in rejection of future applications and denial of permits. 4. ASSIGNMENT: No party other than the permittee or permince's authorized agent is allowed to work under this permit. S. ACCEPTANCE OF PROVISIONS: Permince understands and agrees to accept these General Provisions and all attachments to this permit, for any work to he performed under this permit. 6. BEGINNING OF WORK: When traffic is not impacted (see Number 35), the permittee shall notify the Department's representative, two (2) days before the intent to start permitted work. Permittee shall notify the Department's Representative if the work is to be interrupted for a period of five (5) days or more, unless otherwise agreed upon. All work shall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 13. PERMITS FROM OTHER AGENCIES: This permit is invalidated if the permatee has not obtained alt pennits necessary and required by law,.from the Public Utilities Comhnission of die State of California (PUC), California Occupational Safety and Health Adhninistration (Cal- OSHA), or any other public agency having jurisdiction. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum passageway of 4' (1.21 meter) shall be maintained through the work area at existing pedestrian or bicycle facilities. At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic. At locations where safe alternate passageways cannot be provided, appropriate signs and barricades shall be installed at the limits of construction and In advance of the limits of construction at the nearest crosswalk or intersection to detour pedestrians to facilities across the street. 14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee shall provide traffic control protection warning signs, lights, safety devices, etc., and lake all other measures necessary for traveling public's safety. Day and night time lane closures shall comply with the MUTCD and CA Supplement (Part 6, Temporary Traffic Control), Standard Plans, and Standard Specifications for traffic control systems. These General Provisions are not intended to impose upon the permittee, by third parties, any duty or standard of cart, greater than or different from, as required by law. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Permitme shall plan and conduct work so as to create the least possible inconvenience to the laveting public; traffic shall not be unreasonably delayed. On conventional highways, permittee shall place properly attired Daggers) to stop or wam the traveling public in compliance with the MUTCD and CA Supplement (Chapter 6E, Flagger Control). . 7. STANDARDS OF CONSTRUCTION: All work performed within 16. highway right of way shall conform to recognized construction standards and current. Department Standard Specifications, Department Standard Plans High and Law Risk Facility Specifications, and Utility Special Provisions. Where reference is made to "Contractor and Engineer," these are amended to be read as "Pernitlee and Department representative." 8. PLAN CHANCES: Changes to plans, specifications, and permit provisions are not allowed without prior approval from the State representative. 9. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, permittee shall request a final inspection for acceptance and approval by the Department. The local agency permittee shall not give final constriction approval to its contractor until final acceptance and 17 approval by the Department is obtained. 10. PERMIT AT WORKSITE: Pernitlee shall keep the permit package or a copy thereof, at the work site and show it upon request to any Department representative or law enforcement officer. If the permit 18 package is not kept and made available at the work site, the work shall be suspuhded. 11. CONFLICTING ENCROACHMENTS: Peritum shall yield slat of work to ongoing, prior authorized, work adjacent to or within the 19 limits of the project site. When existing encroachments conflict with new work, (lie per-mittee shall bear all cost for rearrangements, (e.g., relocation, alteration, removal, etc.). STORAGE OF EQUIPMENT AND MATERIALS: The storage of equipment or materials is not allowed within State highway right-of- way, unless specified within the Special Provisions'of.this specific encroachment permit. If Encroachment Permit Special Provisigns alldw for the storage of equipment or materials within the State right of way, the equipment and material storage shall comply with Standard Specifications, Standard Plans, Special Provisions, and the Highway Design Manual. The clear recovery zone widths must be followed and .are the minimum desirable for die type of facility indicated below: freeways and expressways -9 m, conventional highways (no curbs) -6 m, conventional highways (with curbs} 0.5 m. If a fixed object cannot be eliminated, moved outside the clear recovery zone, or modified to be made yielding, it should be shielded by a guardrail or a crash cushion. CARE OF DRAINAGE: Pernitme shall provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Standard Specifications, Standard Plans and/or as directed by the Department's representative. RESTORATION AND REPAIRS IN RIGHT OF WAY: Permittee is responsible for.restoration and repair of State highway right of way resulting from permitted work (Slate Streets and Highways Code, Sections 1570 et. seq.). RIGHT OF WAY CLEAN UP: Upon completion of work, pennitme shall remove and dispose of ail scraps, brush, limber, materials, etc. off the right of way. The aesthetics of the highway shall be as it was before work started. 20. COST OF WORK: Unless stated in the permit, or a separate written agreement, the permittee shall bear all costs incurred for work within the State right of way and waives all claims for indemnification or contribution from the State. 21. ACTUAL COST BILLING: When specified in the permit, the Department will bill the permittee actual costs at the currently set hourly rate for encroachment permits. 22 AS -BUILT PLANS: When required, pennitlec shall submit one (1) set of as -built plans within thirty (30) days after completion and 25. approval of work in compliance with requirements listed as follows: 23. 24. I. Upon completion of the work provided herein, the penittee shall send one vellum or paper set of As -Built plans, to the .State representative. Mylar or paper sepia plans are not acceptable. 1 All changes in the work will be shown on the plans, as issued with the permit, including changes approved by Encroachment Permit Rider. 3. The plans are to be stamped or otherwise noted AS -BUILT by the permittee's representative who was responsible for overseeing the work. Any original plan that was approved with a State stamp, or Caltram representative signature, shall be used for producing the As -Built plans. 4. If As -Built plans include signing or striping,. the dates of signing or striping removal, relocation, or installation shall be shown on the plans when required as a condition of the permit. When the construction plans show signing and striping for staged construction on separate sheets, the shect for each stage shall show the removal, relocation or installation dates of the appropriate staged striping and signing. 5. As -Built plans shall contain the Permit Number, County, Route, Post Mile, and Kilometer Position on each sheet. 6. Disclaimer statement of any kind that differ from the obligations and protections provided by Sections 6735 through 6735.6 of the California Business and Professions Code, shall not be included on the As -Built plans. Such statements constitute non - compliance with Encroachment Permit requirements, and may result in the Department of Transportation retaining Performance Bonds or deposits until proper plans are submitted. Failure to comply may also result in denial of future permits, or a provision requiring a public agency to supply additional bonding. PCRA41TS FOR RECORD PURPOSES ONLY: When work in the right of way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), a fee exempt permit is issued to the permittee for the purpose of providing a notice and record of work The Permittee's prior rights shall be preserved without the intention of creating new or - different ,rights or obligations. "Notice and Record Purposes Only" shall be stamped across hue face of the permit. . BONDING: The permittee shall file bond(5), in advance, in the amount set by the Department. Failure to maintain bond(s) in full force and effect will result in the Department stopping - of all work and revoking permit(s). Bonds are not required of public corporations or privately owned utilities, unless permittee failed to comply with the provision and conditions under a prior permit. The surety company is responsible for any latent defects as provided in California Code of Civil Procedures, Section 337.15. Local agency permittee shall comply with requirements established as follows: In recognition that project construction work done on State property will not be directly funded and paid by State, for the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, to local agency permittee agrees to require the construction contractor famish both a payment and performance bond in the local agency's name with both bonds complying with the requirements set forth in Section 3 -1.02 of States current Standard Specifications before performing any project construction work. The local agency perminee shall defend, indemnify, and hold harmless the State, its officers and employees from all project construction related claims by contractors and all slop notice or mechanic's lien claimants. The local agency also agrees to remedy, in a timely manner and to State's satisfaction, any later[ defects occurring as a result of the project construction work. FUTURE MOVING OF INSTALLATIONS: Pemnittee understands and agrees to rearrange a permitted installation upon request by the Department, for State construction, reconstruction, or maintenance work on the highway. The permittee at his sole expense, unless under a prior agreement, JUA, or a CCUA, shall comply with said request. 26. ARCHAEOLOGICALMISTORICAL: If any archaeological or historical resources are revealed in the work vicinity, the permittee shall immediately stop work, notify the Department's representative, retain a qualified archaeologist who shall evaluate the site, and make recommendations to the Department representative regarding the continuance of work. 27. PREVAILING WAGES: Work performed by or under a permit may require permittee's contractors and subcontractors to pay appropriate, Prevailing wages as set by the Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements are directed to State of California Department of Industrial Relations, 525 Golden Gate Avenue, San Francisco, California 94102. 28. RESPONSIBILITY FOR DAMAGE: The State of California and all officers and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee, or for damage to property from arty cause. The permittee shall be responsible for any liability imposed by law and for injuries to or death' of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the pernittee, or for damage to property arising out of work, or other acti4.ity permitted and done by the permittee under a permit, or arising out of the failure on the pernittec's part to perform his obligations under any permit in respect to maintenance or any other obligators, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit. The permittee shall indemnify and save harmless the State of California, all officers, employees, acrd State's contractors, thereof, including but not limited to the Director of Transportation and the Deputy Director, from all claims, suits or actions of every name, kind and description brought for or on account of injuries to or death of any person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the permittee and the public, or damage to property resulting from the performance of work or otter activity under the permit, or arising out of the failure on the pemtittee's par to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstrdepons, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute. The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The pennittee waives any and all rights to any type of expressed or implied indemnity against the State, its officers, employees, and State contractors. It is the intent of the parties.that the permittee will indemnify and hold harmless the Stale, its officers, employees, and State's contractors, from any and at] claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, on the part of the State, the permittee, persons employed by the permittee, or acting an behalf of the permittee. For the purpose of this section, "State's contractors" shall include contractors and their subcontractors under contract to the Stale of California performing work within the limits of this permit. 34. FIELD WORK REIMBURSEMENT: Permittee shall reimburse Slate for field work performed on pemtittee's behalf to correct or remedy hazards or damaged facilities, or clear debris not attended to by the permittee. 35. NOTIFICATION OF DEPARTMENT AND TMC: The permittee shall notify the Department's representative and the Transportation Management Center (TMC) at least 7 days before initiating a lane closure or conducting an activity that may cause a traffic impacL A confirmation notification should occur 3 days before closure or other potential traffic impacts. In emergency situations when the corrective work or the emergency itself may affect traffic, TMC and the Department's representative shall be notified as soon as possible. 29. NO PRECEDENT ESTABLISHED: This permit is issued with the 36. understanding that it does not establish a precedent. 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC ACCOMMODATION: A. The permittee, for himself, his personal representative, successors in interest,:and assigns as part of the consideration hereof, does hereby covenant and agree flat: I. No person on the grounds of race, color, or national origin shall be excluded from participation in, be denied the benefits of, or be otherwise subjected. to discrimination in the use of said facilities. 2. That in connection with the construction of any improvements on said lands and the furnishings of services thereon, no discrimination shall be practiced in the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors. 3. That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), and operation on, over, or under the space of the right of way. 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, Part.8 (15 C.F.R. Part 8) and as said Regulations may be amended. 5.That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to re -enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued. 31. MAINTENANCE OF HIGHWAYS: The permittee agrees, by acceptance of a permit, to properly maintain any encroachment. This assurance requires the pennittee to provide inspection and repair any damage, at pemnittee's expense, to Stale facilities resulting from the encroadmnenl. 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code Section 682.5, the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the State and the city or county against any and all claims arising out of any activity for which the permit is issued. Pemnitlee understands and agrees that it will comply with the obligations of Titles 11 and III of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indemnify and save hartless the State of California, all officers and employees thereof, including but not limited to the Director of Transportation, from any claims or liability arising out of or by virtue of said Acl. 33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall not be used for private purposes without compensation to the State. The gifting of public property use and therefore public finds is prohibited under the California Constitution, Article 16. SUSPENSION OF TRAFFIC CONTROL OPERATION: The permittec, upon notification by the Department's representative, shall immediately mispend all lane closure operations and any operation that impedes the flow of (raffle. All costs associated with this suspension shall be bome by the permittee. 37. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION: Any excavation requires compliance with the provisions. of Ge*mment Code Section 4216 et. seq., including , but not limited to notice to a regional notification center, such as Underground Service -Alert (USA). The permittee shall provide notification at least 48 hours - befor6 performing any excavation work within the right of way. - J 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT KuV I t. 1005 � C'3�bol Agenda Item No. 8 November 14, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL ~FROM: Public Works Department Frank Tran, P.E. 949 -644 -3340 or ftran @city.newport- beach.ca.us SUBJECT: PLACENTIA AVENUE AND HOSPITAL ROAD STREET REHABILITATION- AWARD OF CONTRACT NO. 3801 RECOMMENDATIONS: 1 Approve the plans and specifications. 2. Award Contract No. 3801 to Sequel Contractors, Inc. for the Total Bid Price of $1,212,300, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $121,230.00 (10 %) to cover the cost of unforeseen work. 4. Approve a Budget Amendment in the amount of $231,530 from. unappropriated Traffic Congestion Relief Fund to Account No. 7191- C5100860 and increasing . revenue estimates by $231,530. DISCUSSION: At 10:00 a.m. on November 1, 2006 the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $1,212,300.00 $1,223,790.00 $1,224,224.00 $1,349,880.00 $1,373,519.40 $1,424,530.00 as Bid Amount is $1,248,990.00 The low total bid amount is 14.37 percent above the Engineer's Estimate of $1,060,000.. The higher cost is mainly due to the increased need for traffic control as construction is BIDDER Low Sequel Contractors, Inc. 2 Excel Paving Co. 3 All American Asphalt 4 Sully - Miller Contracting 5 R.J. Noble Co. 6 Hardy & Harper TOTAL BID AMOUNT $1,212,300.00 $1,223,790.00 $1,224,224.00 $1,349,880.00 $1,373,519.40 $1,424,530.00 as Bid Amount is $1,248,990.00 The low total bid amount is 14.37 percent above the Engineer's Estimate of $1,060,000.. The higher cost is mainly due to the increased need for traffic control as construction is • Placentia Avenue and Hospital Road Street Reha6illtation — Award of Contract No. 3801 November 14,2006 Page: 2 divided into five phases to accommodate the neighboring uses. The low bidder, Sequel Contractors, Inc. 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 other municipalities. This project consists of removing and reconstructing roadway, driveway approaches, curb access ramps, ,curb and gutter; placing base, asphalt base course, grinding and placement of asphalt overlay; and other incidental items of work. The work will be divided into five phases to accommodate access to Hoag Hospital and the various medical facilities in the area. A maximum of $435,500 for construction on this project will be provided through Arterial Highways Rehabilitation Program (AHRP) funds administered through CalTrans. Per the Contract Specifications the Contractor will have 45 consecutive working days to complete the work. Environmental Review: City staff has reviewed the project and has determined the project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project is authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the contractor with City prepared notices ten days and two days prior to starting work in their area. Geotechnical. Material Testing, and Survey Services: In addition to the contract costs, approximately $13,500 in geotechnical, and material testing are estimated for this project and will be preformed under the on -call professional services agreement. • Placentia Avenue and Hospital Road Street ReAttation —Award of Contract No. 3801 November 14,2006 Page: 3 Funding Availability: Upon approval of the attached budget amendment, funding is available in the following accounts: Account Description Traffic Congestion Relief Measure M Tumback AHRP Proposed uses are as follows: Vendor Sequel Contractors Sequel Contractors On —call Consultant Prepared by: v Frank Tran, P.E. Associate Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Account Number Amount 7191- C5100860 $380,530 7281- C5100860 $531,000 7285- C5100860 $435,500 Total: $1,347,030 Purpose Amount Construction Contract $1,212,300 Construction Contingency $121,230 Materials Testing $13,500 Total: $1,347,030 Submitted by: Badum s Director PLACENTIAWE. & HOSPITAL RD. RWABILITATION Contract No. 3801 ism STREET i CITY—OF COSTA_ MESA PRODIMM PLACE CITY OF NEWPORT BEACH a a 1 ism . STREET °+ 2 m� HoSFnTAT 3 oao P 4 D C n. C( >� V a PAgT� COAST a HOWAY LOCATION MAP NOT TO SCALE a1 CONSTRUCTION PHASE TITLE: Placentia Avenue & Hospital Road Rehabilitation Project CONTRACT NO.: C3801 ENGINEER'S ESTIMATE: $1,060,000.00 PROJECT MANAGER: Frank Train CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION. City Clerk's Office -City Hall DATE: 01- Nov -06 TIME: 10:00AM BY: Frank Tran CHECKED: DATE: f :Wserslpbw\sharedtontract100 -01 %BID SUMMARY G- 3801.xls Page 1 SEQUEL CONTRACTORS ALL AMERICAN ASPHALT EXCEL PAVING CO ITEM DESCRIPTION QUANTITY . UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS $40,000 40,000.00 80,000.00 80,000.00 39,000.00 39,000.00 113,075.00 113,075.00 2 Traffic Control 1 LS $60;000 60,000.00 .115,000.00 115,000.00 84,914.00 84,914.00 84,000.00 84,000.00 3 Install and Maintain Advisory Signs 1 LS $4,000 4,000.00 25,000.00 25,000.00 19,400.00 19,400.00 6,500.00 6, 4 Surveying Services 1 LS $10,000 10 000.00 20,000.00 20,000.00 18,000.00 18 000.00 2,800. 280 . 5 Cold MR AC Pavement 62,000 SF $0.20 12,400.00 0.45 27,900.00 0.50 31000.00 0.40 24,800.00 6 Remove and Reconstruct San AC Full Depth (Dig -outs) 1,000 SF $5 5,000.00 6.00 6,000.00 6.00 6,000.00 14.00 14,000.00 7 Remove Pavement 4,000 CY $25 100,000.00 33.00 132,000.00 44.00 176,000.00 36.00 144,000.00 8 Construct Minimum 14nch Thick AC Leveling Course 420 TN $70 29 400.00 85.00 35,700.00 73.00 30,660.00 62.00 26,040.00 9 Construct Minimum 24nch Tmck ARHM Surface Course 2,400 TN $75 180,000.00 85.00 204,000.00 79.00 189,600.00 78.00 187,200A0 10 Construct 84nch Thick AC Base Course 6,060 TN $70 420,000.00 65.00 390000.00 70.00 420,000.00 62.00 372,000.00 11 Remove and Reconstruct 84nch PCC Type A Curb and Gutter 200 LF $40 8,000.00 45.00 9,000.00 57.00 11,400.00 67.00 13,400.00 12 Remove and Reconstruct 4inch Thick PCCSidewalk 600 SF $10 6,000.00 9.00 5,400.00 11.00 6,600.00 16.00. 9,600.00 Q Remove and Reconstruct FCC Driveway Approach 200 SF $12 2,400.00 9.00 1,800.00 15.00 3 000.00 19.00 3,800.001 14 Remove and Reconstruct FCC Goss Guru 2,200 SF $12 26 400.00 12.00 26,400.00 21.00 46,200.00 17.00 37,400.00 15 Aclust Manhole Frame and Cover to Grade 18 EA $1,0001 18,000.00 600.00 10,800.00 450.00 8,100.00 550.00 9,900.00 16 Acjust City Water Valve Frame and Cover to Grade per City End 20 EA $400 8,000.00 300.00 6000.00 300.00 6,000.00 525.00 10,500.00 17 10 EA $400 4,000.00 600.00 6,000.00 300.00 3,000.00 525.00 5,250.00 18 Ajust Survey Monument Frame and Cover to Grade 5 EA $500 2500.00 400.00 2,000.00 300.00 1,500.00 450.00 2,250.00 19 Remove and Reconstruct FCC Cu(0Access Ramp, Detail'A' 1 EA $4,000 4,000.00 3,000.00 3,000.00 2,650.00 2650.00 4,100.00 4100.00 20 Remove and Reconstruct FCC Curb Access Ramp, Detail'B' 1 EA $4,000 4,000.00 3,000.00 3,000.00 2A50.00 2,650. 3,700.00 3,70 21 Remove and Reconstruct FCC Curb Access Ramp, Case'K' 10 EA $3,700 37,000.00 3,0000 30 000.00 2,650.00 26,500.00 3,900.00 39,00CIIiiiiii 22 Remove and Reconstruct PCC Curb Access Ramp , Case 'H' 3 EA $3,700 11,100.00 3,000.00 9,000.00 2,650.00 7,950.00 3,625.00 10,875.00 23 Install Raised Truncated Domes at bdsting Access Ramp 8 EA $1,000 8,000.00 500.00 4,000.00 600.00 4,800.00 2100.00 16 800.00 24 Remove and Abandw Curb AcaosssRamp 1 EA $1,000 1,000.00 1500.00 1,500.00 2,000.00 2,000.00 2,300.00 2,300.00 25 Root Prune Existing Tree and Install Rom Barrier 4 EA $300 1,200.00 1,000.00 4,000.00 200.00 800.00 800.00 3,200.00 26 Repace Street Light Pull Box 2 EA $500 1,000.00 600.00 1200.00 800.00 13600.00 600.E 1,200.00 27 Regace Traffic Signal Pull Box 8 EA $600 4,800.00 700.00 5,600.00 1,600.00 12,800.00 700.00 5,600.00 28 ReplaceTrafncSlgnal Detector Loop 70 EA $300 21,00000 200.001 14000.00 210.00 14,700.00 200.00 14,000.00 29 Construct 44n Thick FCC Passage Way 1 EA $5,000 5,000.00 13,000.00 13,000.00 22,000.00 22,000.00 28,000.00 28,000.00 30 Install Pavement Sldping, Markings, and Markets 1 LS $20,000 20,000.00 20,000.00 20 000.00 25 000.00 25,000.00 28 000.00 28 000.00 31 A"irifRansamIDBECertlflcallon 1 LS $5,800 5,800.00 1,000.00 1,000,001 4GO.001 400.001 500.00 500.00 1,060;000.00 LOW 1 1,212 300.00 1 1,224 224.00 1 3RD 1,223,790.00 f :Wserslpbw\sharedtontract100 -01 %BID SUMMARY G- 3801.xls Page 1 TITLE: Placentia Avenue & Hospital Road Rehabilitation Project CONTRACT NO.: C3801 ENGINEER'S ESTIMATE: $1,060,000.00 PROJECT MANAGER: Frank Tran f:WsamVbwlsharedkonb ctlOO- 01DBID SUMMARY C3801ads Paget • • SULLY- MILLER CONTRACTINC R.J. NOBLE CO. HARDY & HARPER ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization - 1 LS 85,950.00 85,950.00 28,500.00 28 500.00 90,000.00 90,000.00 2 Traffic Control 1 LS 44,000.00 44,000.00 48,000.00 48,000.00 90,000.00 90,0()0.00 3 Imlalland Maintain Advisory Signs 1 LS 49,000.00 49,000.00 24600.00 24,600.00 10,000.00 10,000.00 4 Surveying Services 1 LS 15,000.00 15,000.00 15 400.00 15,400-00 15 000.00 15,000.00 6 Cad Mil AC Pavement 62,000 SF 0.45 27,900.00 0.58 35 960.00 0.38 Z3,560.00 6 Remove and Reconstruct ban AC Full Depth (Digouls) 1,000 SF 10.00 - 10,000.00 8.07 8,070.00 10.00 10 000.00 7 Remove PaveneM 4,000 CY 36.00 144 OOO.OD 57.00 228,000.00 48.001 192 000.00 e lConstruct minimum 14nch Thick AC ,LwelingCam 420 TN 100.00 42000.00 80.62 33,860.40 78,501 32,970.00 9 Construct Minimum 24nch Thick ARHM Surface Course 2,400 TN 110.00 264,000.00 98.20 235,680.00 96.00 230,400.00 10 Construct 84nchThlaAC Base Cowse 6,000 TN 74.00 444,000.00 80.35 482,100.00 78.50 471,000.00 11 Remove and Reconstruct cinch PCC Type A Curb and Gutter 200 LF 63.00 12 600.00 47.11 9,422.00 52.00 10,400.00 12 Ranwva and Remnstruct flinch Thick PCC Sidewalk 600 SF 12.50 7,500.0 8.25 4,950.00 11.00 6,600.0 13 Remove and Reconstruct PCC Driveway Approach 200 SF 16.50 3,300.00 12.84 2,568.00 13.00 2,600.00 14 Remwe and Reconstruct PCC Cross Gutter 2,200 SF 17.00 37,400.00 18.37 40,414.00 16.00 35,200.00 15 Adjust Manhole Frame and Cover to Grade 18 EA 675.00 12150.00 550.00 9,900.00 600.00 10800.00 16 Actual City Water valve Frame and Cm to Grade per City Std. 20 EA 650.00 13 000.00 550.00 11,000.00 600.00 12 000.00 17 - 10 EA 650.00 6,500.00 550:00 5500.00 - 600.00 6,000.00 -71-8 Adjust Survey Monument Frame and Cover to Grade 5 EA 500.00 2,500.00 275.00 1,375.00 600.00 3,000.00 19 Remove and Reconstruct PCC Curb Access Ramp, Detail 'A' 1 EA 4,000.0 4,000.00 6,870.00 6,870.0 5,000.00 5,000.00 20 Remove and Remnstruc PCC Curb Access Ramp, Detail'B' 1 EA 2,900.00 2,900.00 3,700.00 3,700.00 5,000. 5,000.00 21 Remove and Reconstruct PCC Curb Access Rarryt, Case W 10 EA 1,900.00 19,000.00 4,200.00 42 000.00 5,000. 50,000.00 22 Remove and Reconstruct PCC Curb Access Ramp, Cwe'H' 3 EA 1700.00 5,100.00 3,800.00 11400.00 5,000.00 15,000.00 23 Instail Raised Tmncated Dom atF .4sting Access Ramp 8 EA 1300.00 10,400.00 1,100.00 8800.00 1,500.00 12,000.00 24 Remove and Abandon Curb Access Ramp 1 EA 2,400.00 2,400.00 2,800.001 2,800.00 5,000.001 5,000.00 25 Root Prune Existing Tree and Install Root Bamsr 4 EA 975.00 3,900.00 900.00 3,600.00 1 500.00 6,000.00 26 Replace Street Light PWIBox 2 EA 765.00 1530.00 600.00 1,200.00 800.00 1600.00 27 Replace Traffic Signal Pull Box a EA 1 600.00 12 800.00 3,200. 25,600.00 800.00 6,400.00 28 Replace Train signal Detector Loop 70 EA 230.00 16100.00 210.00 14 700.00 200.00 14,000.00 29 Construct 4-in Hoak PCC Passage Way - 1 EA 24000-00 24 000.OD 4,650.00 4,650.00 15,000.00 15,000. 30 Install Pavement Striping, Markings, and Markers 1 LS 24,500.00 24,500.00 22,000.00 22,000.00 28,000.00 28,000.00 31 Asbuif Rene and DBE Cer(Mcation 1 L5 2,450.00 2450.00 900.00 900.00 10,000.00 10,000.00 4TH 1,349,880.00 5TH 1,373,519.40 6TH 1,424,530.00 f:WsamVbwlsharedkonb ctlOO- 01DBID SUMMARY C3801ads Paget • • Q of Newport Beach• NO. BA- 07BA -024 BUDGET AMENDMENT 2006 -07 AMOUNT: Sz31,530.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues NX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated Fund Balance for additional funding required to complete the contract for the Palcentia Avenue and Hospital Road Street Rehabilitation. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 190 3605 Traffic Congestion Relief - Fund Balance $231,530.00 REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Signed: _( 1111nancial, Approval: Adminis Signed: Signed: City City Council Approval: City Clerk $231,530.00 11--,,7—e96 Date / to Date Description Division Number 7191 Traffic Congestion Relief Account Number C5100860 Placentia AvelHospital Rd Rehabilitation Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number Signed: _( 1111nancial, Approval: Adminis Signed: Signed: City City Council Approval: City Clerk $231,530.00 11--,,7—e96 Date / to Date 9 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 12, 2008 Sequel Contractors, Inc. 13546 Imperial Highway Santa Fe Springs, CA 90670 Subject: Placentia Avenue & Hospital Road Street Rehabilitation (C -3801) To Whom It May Concern: On June 12, 2007, the City Council of Newport Beach accepted the work of the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 35 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Labor & Materials Bond was released on July 23, 2007. The Surety for the contract is Federal Insurance Company and the bond number is 8204 - 46-17. Enclosed is the Faithful Performance Bond. Sincerely, (J(44 i�/ . tk4xk- M- k�4� 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 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 BOND NO.8204 -46 -17 Premium: $12,123.00 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $12,123.00 , being at the rate of $ varies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Sequel Contractors, Inc., hereinafter designated as the "Principal", a contract for construction of PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION, Contract No. 3801 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. 3801 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal Insurance Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,212,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. C9 As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly a led b th Principal and Surety above named, on the 7th day of November , 20 i Sequel Contractors, Inc. (Principal) Au n u itle Thomas S. Pack, President Federal Insurance Cerny a r Name of Surety Author ed Agent Signature 15 Ntotmtain View Rd. Warren, NJ 07059 Douglas A. Rapp Attorney in Fact Address of Surety Print Name and Title 908 -903 -2000 Telephone F.Wsom%PBW\Shared\Contractr,TY 06-0TPLACENTIA & HOSPITAL RD REHAB C- 360MOMRACT C- Mi.doc SA 9 • CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California l County of LOS ANGELES } ss. On NOV 0 2006 before me, Daniel Bustamante, Notary Pubga Dale Name and Title of Officer (e.g., -Jane Doe. Notary PuNin personally appeared Thomas S. Pack, President Name(s) of Signer(s) known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT ESS my hand and o - lal seal. Place Notary Seal AWVe signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 01 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): :1 Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT�NT OF SIGNER 0 0 2009 National Notary Association -9350 De Sato Ave., P.O. Box 2402 - CaalsmM, CA 91313 -2402 Rem No. 5907 Reorder: Cal Toll -Free 1- 900.87ff -6827 DANIEL BUSfAMANTE N COMM. 221537133 D, NOTARY PURUC- CALIFORNIA p r, LOS ANGELES COUNTY N MYComm ExP Dec 20.2008 known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) istare subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT ESS my hand and o - lal seal. Place Notary Seal AWVe signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 01 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): :1 Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT�NT OF SIGNER 0 0 2009 National Notary Association -9350 De Sato Ave., P.O. Box 2402 - CaalsmM, CA 91313 -2402 Rem No. 5907 Reorder: Cal Toll -Free 1- 900.87ff -6827 0 . ACKNOWLEDGMENT State of California County of Orange On Nov. 7. 2006 before me, A. P. Coats, Notary Public (here insert name and tifie of the officer) personally appeared Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislher/their authorized capac ity(ies), and that by! is/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. m g P S 1 Signature "'rr er (Seal) Chubb PO'eWR Federal Insurance CompdW Attn: Surety Department Sure OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by Them Preserda, Thai FEDERALINSURANCE COMPANY, anthdanacanporaion,V LANTNSURANCE COMPANY, aNewYbhkaxpuoatioR and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------- - - - - -- each as their true and lawful Attomey4n-Fact to execute under such designation M their names and to affix their corporate seals to and deliver for and on their behalf as surely thereon or othen se, bonds and undertaldags and other wrifigs obligatory in the nature thereof (other than her bonds) given or executed in the course of business, and any instruments amendiry or atie ft the same, and consents to the maificatbn or alteration of any Instrument rdened to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and altesred mesa presents and affixed their corporate seals on this 22nd day d January, 2004 STATE OF NEW JERSEY ss. Gohady of Somerset / r rr-� onto 22nduyd January, 2004 .bdanaae,aN�ryw,icaNaw. heresy, mares ,ar�cameKawwmawoam+.bmswhow,+ b beASalsWa SeaeWyd FEDERAL INSURANCE COMPANY, VIGILANT WWRANCE COMPANY, and PACIFIC INDEFNNY COMPANY, the canparhes wt" OWWW the fae9ahg Power otAfaney, and the saM Kennulh C. Wendel being by ma day swam, dd depose andsayMahe IsAsdsW&Secm" d FEOERALNSURANCE COWAW. VIGILANT INSURANCE COMPANY, and PACIFIC NOEMNITYCOMPAW and lwc the oonpoalo seals thereot that the awls atbad is the lorog t Power dAtomsy are suchcoporabsealsandwere Mereloairedbyatw ydT eBxAawsdsakiCanpwim: andMathesighedsadPowerdAmmoyasAssistantSemefarydsea Cam by Do aatWW. ad Met he is WWWr ed vKh Fmk E. Rebemsan, and Ishows Nth to be Vice Pnealdent of sal CompaNes; and that he ftnalum of Frank E Rdtedso% subsul edtosaidPowerol AmoeheyisinVisgandnohandedMgdFrankE. RobalsmandwasMatosubscribedbyautw *dsWBy -Laws and indeporenYsixesenoe. Notarial Seal Karen A. Price Notary hidic State of New Jersey CC! .t � q� 4214 ®F No. 2231647 Ndany Pdtid of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: -Ai poQI Wattomey for and on behalf of the Company may and stall be executed In the name and on behalf of the Company, either by the Cihdffnan or the Presided or a Vice President or an Assistant Vim President, jointly with the Secretary of an Assistant Secretary, under their respective dedlinatons. The sW akae of such d dicers may be engraved, printed or WwWaphed. The signature of each of the folbwng officers: Chaff rwu% President, arty Vim President, any Assistant Vice President any Seaetery, any Assistant Secretary and the seal of the company may be afted by facsimile to any power of atbmey or to any certiffcaba rattling thereto appoi*V Assistant Secretaries or Asomeys -ImFad for Ixuposes only of emxAng and allestng balls and urdeutaidrgs. and other wdtngs dbigetay in the nature thereof. and any such power of allDR" or cerbrK to bearing such facsinile signature or facsimile seal shall be vatd and biwing upon the Company and any such power so exear6ed and cerlilled by such facsimile signature and facsimile seal shall be valid and hix%V upon the Company with respect to try bond or udemaikg to which It ys attached.' . 1, Kenneth C. Wendel, Assistant Secrethry of FEDERAL INSURANCE COMPANY, VIOL4NT INSURANCE COMPANY. and PACIFIC INDEMNITY COMPANY (the'Compatied) do hereby mrtfy that 01 #10 tregoi g exha t of the By4 aws of the Companies is true and tarred, i7 the Companies are duly ficeneed and authorized to transact surety business in at 50 of the Uabd States of Americo and the District d Columbia and are authorized by the U. S. Treasury Department; fuller, Federal and Vigh7ant are licensed in Puerto Rion and the U. S. Vbgim Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Priam Edward Island: and no the Wegang Power of Attorney is bus, correct and in full force and effect. Given under my band and seals of said companies at warren, Ni this 7th day d November 2006 St�A' a r J:diDMttl' t N m+ +aFWYO�a IN THE EVENT YOU WISH TO NOTIFY US OF CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (808) 9033656 e- ntejl: surety @chubb.com Form ls•toc M (Ed Assn CONSENT ri • 0 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC July 23, 2007 Sequel Contractors, Inc. 13546 Imperial Highway Santa Fe Springs, CA 90670 Subject: Placentia Avenue and Hospital Road Street Rehabilitation (C -3801) To Whom It May Concern: On June 12, 2007, 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 June 18, 2007, Reference No. 2007000386660. The Surety for the contract is Federal Insurance Company, and the bond number is 8204- 46 -17. Enclosed is the Labor & Materials Payment Bond. Sincerely, LaVonne M. Harkless, MMC City Clerk cc: Public Works Department Frank Tran, Project Manager 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 0 0 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 BOND NO. 8204 -46-17 Premium Included LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Sequel Contractors, Inc., hereinafter designated as the "Principal," a contract for construction of PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION, Contract No. 3801 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. 3801 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, Federal Insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach, in the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,212,300.00) 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, finely 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. cc 0 0 The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 3181 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 3247 et. seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been dul ecuted by th above named Principal and Surety, on the 7th day of November 2006. Sequel Contractors, Inc. (Principal) Fedexal Insurance Cm pany Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908 - 903 -2000 Telephone as S. Pack, President o Autho. ed Agent Si nature Douglas A. Rapp Attorney in Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of L05 ANGELES I ss. On Nov 0 7 299 before me, Daniel Bustantartte, Notary Ptigc Data Name and Title of Of im (e g., `Jane Doe, Notary PubiiC) personally appeared Thomas S. Pack, President Names) or Signer(s) C& �eonally known tome ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. a.SSmy han an fficial seal. Place Notary Seal Above Si [tire of Notary Pudic OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General • Attorney in Fact Top of thumb here • Trustee • Guardian or Conservator • Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact •_• DANIEL RUSTAMANTE ❑ COMM. #1537133 D ❑ NOTARYPURUC- CAUFORNIA LOS ANGELES COUNTY N a My Comm En Dec 20 2008 C& �eonally known tome ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. a.SSmy han an fficial seal. Place Notary Seal Above Si [tire of Notary Pudic OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General • Attorney in Fact Top of thumb here • Trustee • Guardian or Conservator • Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUME]PHIT OSIGNER 7`: - _ 0 2006 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2602 Item No. 5907 J • Reorder: Call Toll -Free 1- 800$764M7 • • ACKNOWLEDGMENT State of California County of Orange On Nov. 7. 2006 before me, A. P. Coats, Notary Public (here insert name and tifie of the officer) personally appeared Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shwbey executed the same in histher/their authorized capacity(ies), and that by hiMm/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand a vial seal. m f A.P. COATS S snurr 8 Signature r'r"adm +wearer (Seal) AOL IcChubb P .R Federal Insurance Com ; Aitrl: Surety Department OF Vigilant insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by TtesePresenta,That FEDERALINSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a NewYakowpora6an, and PACIFIC INDEMNITY COMPANY, a Wsconsm Corporation, do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------- - - - - -- each as their true and law U Attomey -fn -Fact to wwaAs under such desi)naWn to their names and to allot their corporate seals to and delhrer for and on their behalf as surely thereon or otherwise, bonds and undetakkW and other writings oblegatory in the naNre thereof (other than bad bolds) given of executed in the course of business, and any Insmrnents amen*q or afbering the same, and Consents to the modification or alteration of any Instrument refereed to In saki bonds or obigations. In Witness Whereof. saki FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these Presents and affixed their corporate seals on this 22nd day d January, 2004 i% / F STATE OF NEW JERSEY as. Courtly d Somerset Ontivs 22ndbyd January, 2004 , boweme, aNO "PwecaNewJem%pmmtallycamexmwmc ww"lomokrwm b WASalstard Sene(arya FEDERAL. INSURANCE COMPANY, VIGILANT ML1PANCECOAIPAW and PACIFIC KDEMJfI'Yt:OMPANY, Una carnpedes wHdn axaaaed ire kaegokg PowerotAnoney. and the saki KemethC.WermW beingby mednyswattdid depose arxi ythatbebAaslammSeaetaiy d PEDEHAI MURANCE COMPAM; VIGILANT NSURANM COMPANY, and PACIFIC WDBMITYCOMPAW and knows the cmpomb seals ttnered, atMlhe Seale &UW to the bneUobng Power dAbor ey are suchcaparab sealsandarere dhereb afuredtryarrdodtyatetdylawsdseldComp�; andlhatasatgneaaalaPOwaraA9mwyasamtalenLS .erenayasekfemy�arAes by Nre aumoAp, and that he is acWjo*d wib Fm* E. RobwW% and knows Lim to be Vow Prodont of said Canpar W and that db stgnekaa d Fronk E. Rotwmson, a bscrbed to said PoweraAUorey Is In the genuire hwdveidng d Frark E. Mbedsds, and was dwre0o subscribed by authority a said 8YAAW old Indepawnlg presence• Notarial sea, Karen A. ffte Nary PAC State of New Jersey . CC f,i'_. e I N0.2231647 Notw Pdit DEmiNSURAwx COMPANY VIGILANT INSURANCE compAw,, and PACIFIC INDEmm,ry COMPANY: M pw' TSF'— WWnW for and on WW of the Company may and shall be execuBad in the new and on behalf of the Company, elder by the Chaimwn or the President or a Vice President or an Assistant Vim President, joWly with the Secretary or an Assistant secretary, under their respective designations. The signature of such olrrcers may be engraved printed or lithographed. The sow hm of each of the folowing officers: Chairmen, Pwstdart, any Noe Pte, any Assistant Vie ProsideM any SeaeWy. any Assistant Seard y.ad the saw of the Company may be affixed by facsimile td ay power d awmW or to any celtGiate relaft thereto appolgim Assistant Secretaries or Atfonays•I►Fed for Purposes Only of execudng and aftastlhg bands and anderialdngs.and other Wdl W dRgartoY In this nose thereof, and any such Power of attorney or cadtficete be=V such facsimile sdpmahrre or facsimile seal shat be valid and brximg upon the Company and any such power so executed and Certified by such facaimiie soviture and facskNe seal shall be vatd and binding upon the Company with rasped to any bond or mdartaldng to which k is attachoV 1,KomelhC Wendel,ASde.WSwmfMyaMDMR NSURANCECOMPANY,VOU WrNWRPNCEOOMPANY,andPAOFI MEMNRYCOMPANY (the Txmpanfe .j do hereby ON* that . (p this tonegotng wined Of the BY-Lava of the Companies is true and caret, (II) the Companies are duly licensed and autlerkod to trasad surety business In at 5D of the United States of America and the DISW of CokmrW and are auUwsized by the U. S. Treasury Depart eM father, Federal and Ygilant am loosed in Puerto Rico and the U. S, Nngm Islands, and Federal Is kensed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward IslahQ and (6) the kxegooV Power of Alto"" is hue. Carted and m hall force and effect. Ghan ender my hand and seals of said Companies at Wom)n, NJ this 7th day d NoyeDber. 2006 to dI�pPAtti^ T * • nl ciy7* YDr'" 4 IN THE EVENT YOU WISH TO NOTIFY US OF CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax ( 908) 903-3656 a -mail: surety @chubb.corn Fare 1SI"W 5 (Ed. 4-99) CONSENT CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK LaVonne M. Harkless, MMC June 13, 2007 Orange County Recorder P. O. Box 238 Santa Ana, CA 92702 RE: Notices of Completion (C -3460 and C -3801) Please record the enclosed Notices of Completion and return them to the City Clerk's office. Thank you. Sincerely, LaVonne M. Harkless, MMC City Clerk Enclosures 3300 Newport Boulevard • Post Office Box 1768 • Newport Beach, California 92658 -8915 Telephone: (949) 644 -3005 • Fax: (949) 644 -3039 • www.city.newport- beach.ca.us 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 Sequel Contractors, Inc, of Santa Fe Springs, California, as Contractor, entered into a Contract on November 14, 2006. Said Contract set forth certain improvements, as follows: Placentia Avenue and Hospital Road Street Rehabilitation (C -3801) Work on said Contract was completed, and was found to be acceptable on June 12, 2007, by the City Council. Title to said property is vested in the Owner, and the Surety for said Contract is Federal Insurance Company. I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on /3, a O ©7 at Newport Beach, Califomia. BY C/ a� City Clerk • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT 3 9 h >VD -7 C. -x801 BY 718E CT' COUNCB. cffy or NEWPDRr BEACH qf Jiff 1 .. I` r Agenda Item No. 13 June 12, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran 949 - 6443340 orftran @city.newport- beach.ca.us SUBJECT: PLACENTIA AVENUE AND HOSPITAL ROAD STREET REHABILITATION — COMPLETION AND ACCEPTANCE OF CONTRACT NO. 3801 RECOMMENDATIONS: 1. Accept the work. 2. Authorize the City Clerk to file a Notice of Completion. • 3. Authorize the City Clerk to release the Labor and Materials bond 35 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code. 4. Release the Faithful Performance Bond 1 year after Council acceptance. DISCUSSION: On November 14, 2006, the City Council authorized the award of the Placentia Avenue and Hospital Road Street Rehabilitation contract to Sequel Contractors, Inc. The contract provided for the construction of asphalt pavement, driveway approaches, curb access ramps, traffic loops, pavement markings, and utility adjustment. The contract has now been completed to the satisfaction of the Public Works Department. A summary of the contract cost is as follows: Original bid amount: $1,212,300.00 Actual amount of bid items constructed: $1,126,212.60 Total amount of Change Order: $28,556.17 Final contract cost: $1,154,768.77 The decrease in the amount of actual bid items constructed over the original bid amount resulted from the saving of asphalt concrete leveling course in the roadway •overlay on Hospital Road and asphalt concrete base course on Placentia Avenue. The final overall construction cost, including a change order, was 4.75 percent lower than Placentia Avenue and Hospital Road Street Rehabilitation - Completion and Acceptance of Contract No. 3801 Jame 12.2007 Page 2 the original bid amount. A change order in the amount of $28,556.17 provided for extra pavement removal and reconstruction on Placentia Avenue due to the condition of the existing subbase. The total construction cost is $1,154,768.77. Other Project Costs: In addition to the primary construction contract, this project involved other project expenses from various funding sources, including Arterial Highways Rehabilitation Program, Measure M and Traffic Congestion Relief. Total project expenses are summarized as follows: Construction $1,154,768.77 Traffic Signal Work 14,500.00 Materials Testing 9,313.13 Construction Inspection 2,174.40 Incidentals 391.54 Total Project Cost $1,181,147.84 Environmental Review: I' 1 LJ The project was exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project was authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not • environmentally sensitive. Funding Availability: Funds for the construction contract were expended from the following accounts: Account Description Account Number Amount Arterial Highways Rehabilitation Program 7285 - 05100860 $ 435,498.80 Traffic Congestion Relief 7191- C5100860 380,530.00 Measure M Tumback 7281- C5100860 338,739.97 Total Construction Cost: $1,154,768.77 The original completion date was March 8, 2007. The completion date was extended to March 24, 2007 to perform extra work and an emergency health situation of the Contractor's supervising staff. Prepared ►L. '!i _:rte � �i .►i Submitted by: Works Director u L 30 STATE OF CALIFORNIA. BUSINESS,TRANSMITATION AND HOUSING AGENCY ` Arnold Schwarzenegger, Govemor DEPARTMENT OF T Division of Local Assistance 1120 N STREET P.O. BOX 942874, MS# 1 Sacramento, CA 94274 -0001 TDD (916) 654 -4014 (916) 654 -3151 Fax(916)653 -7621 December 15, 2006 Mr. Bill Patapoff City Engineer City of Newport Beach P.O. Box 1768 Newport Beach, CA 92658 -8915 Attn: Mr. Stephen Luy Dear Mr. Patapoff: TION File: 12- ORA- 0 -NPTB STPL- 5151(021) Hospital Road from Placentia Avenue to Newport Boulevard and Placentia Avenue from Hospital Roa Enclosed is your fully executed copy of Program Supplement Agreement No. 018 -N to Administering Agency -State Agreement No. 12 -5151 R . Sincerely, X"- 044:_ DENIX ANBIAH, Chief Office of Project Implementation Division of Local Assistance Enclosure c: DLA AE Project Files (12) DLAE - Alan Williams DEPARTMENT OF TRANSPORTATION DIVISION OF ACCOUNTING LOCAL PROGRAM ACCOUNTING BRANCH Attention: City of Newport Beach W1 91 W191;I FINANCE LETTER COST I REIMB % FEDERAL - LOCALFU FUNDS 0230 Date: 1110112006 Agency: 12- ORA -0 -N PTB Proiect No: STPL- 5151(021) EA No: 12- 931759 Contract Items Construction $1,166,000 $1,130,200 38.37 I $433,600 S732,400 so Agency Construction Engineering S9,300 58,9001 21.35 $1.900; $7,400, $0 $,175, $1,139,1_ - I 5435,500 Totals: 0 $739,800 $0 Fed. Panic: 96.92% This Finance Letter was created based on specific financial information provided by the responsible local agency. The following encumbrance history is prepared by Local Assistance Accounting Office and is provided here for local agency's information and action. Signature: �.�-- For questions regarding finance letter, contact' Title: HO Local Assistance Area Engineer Printed Name: Patrick Louie -- - - -- - Telephone No: (916) 653 -7349 Remarks: Max Fed 435 500. Reimbursement ratio =38.3%8 21.3%. ACCOUNTING INFORMATION- STPL - 5151(021 Fund Program Fed/State Encumbrance Amount Approp Year Expenditure Amount Reversion Date 06DH _.A. STP- MINALLOC -0131 F I $435,500 2005 $0 06/30/12 _ - — Page 1 of 1 • • t�t� 0 PROGRAM SUPPLEMENT NO. N018 to ADMINISTERING AGENCY -STATE AGREEMENT FOR FEDERAL -AID PROJECTS NO. 12 -515IN D•:October 26, 2006 Location: 12- ORA- 0-NPTB Project Number:STPL- 5151(021) E.A. Number: 12-931759 This Program Supplement hereby incorporates the Administering Agency -State Agreement for Federal Aid which was entered into between the Administering Agency and the State on IQ/Jy 00and is subject to all the terms and conditions thereof. This Program Supplement is executed in accordance with Article I of the aforementioned Master Agreement under authority of Resolution No. a00 b - 105 , approved by the Administering Agency on ja - la -VA, (See copy attached). The Administering Agency further stipulates that as a condition to the payment by State of any funds derived from sources noted below obligated to this project, the Administering Agency accepts and will comply with the Special covenants or Remarks setforth in the following pages. PROJECT LOCATION: Hospital Road from Placentia Avenue to Newport Boulevard and Placentia Avenue from Hospital Road to Production Place TYPE OF WORK: Road rehabilitation LENGTH: 0.6 (MILES) Estimated Cost Federal Funds Matching Funds Q230 $435,500.00 LOCAL OTHER $1,175,300.00 $739,800.00 $0.00 $0.00 CITY OF NEWPORT BEACH I hereby STATE OF CALIFORNIA Department JJ..ffo�--f Transpoor� tion By Chief, Office of Project Implementation Division of Local Assistance upon my personal knowledge that budgeted funds are available for this encumbrance: Accounting Officer44&2W2�L Date! U ij(�p $435,500.00 Chapter Statutes I Item Year I Program I Be I category I ]fund Source I ABRYO T 38 2005 2660.102 -890 2005 -2006 20.30.010.810 C 262040 892 -F 435,500.00 Program Supplement 12- 5151 -N018- ISTEA Page 1 of 3 12- ORA- 0 -NPTB • • 11/01/2006 S1'PL- 5151(021) SPECIAL COVENANTS OR REMARKS 1. The ADMINISTERING AGENCY will advertise, award and administer this project in accordance with the current published Local Assistance Procedures Manual. 2. Award information shall be submitted by the ADMINISTERING AGENCY to the District Local Assistance Engineer within 60 days after the project contract award. A copy of the award package shall also be included with the submittal of the ADMINISTERING AGENCY's first invoice for the construction contract to: Department of Transportation Division of Accounting Local Programs Accounting Branch, MS #33 P. O. Box 942874 Sacramento, CA 94274 -0001. Failure to do so will cause a delay in the State processing invoices for the construction phase. Please refer to Section 15.7 "Award Package" of the Local Assistance Procedures Manual. 3. ADMINISTERING AGENCY agrees that it will only proceed with work authorized for specific phase(s) with an "Authorization to Proceed" and will not proceed with future phase(s) of this project prior to receiving an "Authorization to Proceed" from the STATE for that phase(s) unless no further State or Federal funds are needed for those future phase(s). 4. Any State and Federal funds that may have been encumbered for this project are only available for disbursement for a period of five (5) years and seven (7) years, respectively, from the start of the fiscal year(s) that those funds were appropriated within the State Budget Act. All project funds not liquidated within these periods will revert unless an executed Cooperative Work Agreement extending these dates is requested and is approved by the California Department of Finance per Government Code Section 16304. The exact date of each fund reversion will be reflected in the approved finance letter(s) issued for this project. Notwithstanding the unliquidated sums of project specific State and Federal funding remaining and available to fund project work, any invoice for reimbursement that is not submitted to the Department on or before 60 days after that applicable fixed fund reversion date will not be paid from that fiscal year's encumbered funds because all of these unexpended funds will be irrevocably reverted by the Department's Division of Accounting on that date. Pursuant to a directive from the State Controller's Office and the Department of Finance, the last date to submit invoices for reimbursed work in each fiscal year is May 15th in order for payment to be made out of those then current appropriations. Project work performed and invoiced after May 15th will be reimbursed only out of available funding that might be encumbered in the subsequent fiscal year, and then only when those funds Program Supplement 12 -5151 R -N018- ISTEA Page 2 of 3 12- 'ORA- 0 -NPTB • . 11/01/2006 sTPL- 5151(021) SPECIAL COVENANTS OR REMARKS are actually allocated and encumbered as authorized by the California Transportation Commission and the Department's Accounting Office. 5. ADMINISTERING AGENCY agrees, as a minimum, to submit invoices at least once every six months commencing after the funds are encumbered for each phase by the execution of this Project Program Supplement Agreement, or by STATE's approval of an applicable Finance Letter. STATE reserves the right to suspend future authorizations /obligations, and invoice payments for any on -going or future federal -aid project by ADMINISTERING AGENCY if PROJECT costs have not been invoiced by ADMINISTERING AGENCY for a six -month period. If no costs have been invoiced for a six -month period, ADMINISTERING AGENCY agrees to submit for each phase a written explanation of the absence of PROJECT activity along with target billing date and target billing amount. ADMINISTERING AGENCY agrees to submit the final report documents that collectively constitute a "Report of Expenditures" within one hundred eighty (180) days of PROJECT completion. Failure of ADMINISTERING AGENCY to submit a "Final Report of Expenditures" within 180 days of PROJECT completion will result in STATE imposing sanctions upon ADMINISTERING AGENCY in accordance with the current Local Assistance Procedures Manual. Program Supplement 12 -5151 R -N018- ISTEA Page 3 of 3 1 -2/15/2006 FRI 8:59 FAX • 9 RESOLUTION NO. 2006- ios A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NEWPORT BEACH DELEGATING AUTHORITY TO CITY MANAGER TO APPROVE PROGRAM SUPPLEMENTS WITH CALTRANS FOR LOCAL ASSISTANCE TRANSPORTATION PROJECTS ®002/003 WHEREAS, the City of Newport Beach is eligible to receive Federal and/or State funding for certain transportation projects, through the California Department of Transportation; and WHEREAS, Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements and /or Fund Transfer Agreements need to be executed with the California Department of Transportation before such funds could be claimed; and WHEREAS, the City of Newport Beach wishes to delegate authorization to execute these i agreements and any amendments to the City Manager and that the City Manager be authorized to execute all Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements, Fund Transfer Agreements and /or any Amendments thereto with the .. California Department of Transportation. NOW, THEREFORE BE IT RESOLVED that the City Council of the City of Newport Beach hereby delegates to the City Manager the authority to execute the individual Master Agreements, Program Supplemental Agreements, Fund Exchange Agreements, Fund Transfer Agreements and/or any Amendmentsthereto with the California Department of Transportation. This Resolution shall take effect immediately upon its adoption. ATTEST: �i // v/,'� VW7 . _ oil . • t : . rrl is -i3_1!56 oft 12/15/2006 FRI 9:00 FAX 2003/003 STATE OF CALIFORNIA } COUNTY OF ORANGE CITY OR NEWPORT BEACH } I, LaVonne M. Harkless, City Clerk of the City of Newport Beacb, California, do hereby certify that the whole number of members of the City Council is seven; that the foregoing resolution, being Resolution No. 2006 -105 was duly and regularly introduced before and adopted by the City Council of said City at a regular meeting of said Council, duly and regularly held on the 12th day of December 2006, and that the same was so passed and adopted by the following vote, to wit: Ayes: Henn,. Curry, Selich, Webb, Daigle, Gardner, Mayor Rosansky Noes: None Absent: None Abstain: None. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed the official seal of said City this 13th day of December 2006. -`w City Clerk O Newport Beach, California (Seal) CITY CLERK CITY OF NEWPORT BEACH NOTICE INVITING BIDS Sealed bids may be received at the office of the City Clerk, 3300 Newport Boulevard, Newport Beach, CA 92663 until 10:00 AM on the 1st day of November, 2006, at which time such bids shall be opened and read for PLACENTIA AVENUE 8r HOSPITAL ROAD STREET REHABILITATION Title of Project STPL -5151 (021) Contract No. 3801 $ 1,060,000 Engineer's Estimate • N ,�k(phen G. Badum 1 blic Works Director PLAN HOLDER LIST AVAILABLE ON CITY WEBSITE http : / /www.city.newoort- beach.ca.us CLICK: • Online Services • Public Works Contracts Bidding Prospective bidders may obtain one set of bid documents for $25.00 at the office of the Public Works Department, 3300 Newport Boulevard, Newport Beach, CA 92663 General "A" Contractor License Classification required for this project For further information, call Frank Tran, Prolect Manager at (949) 644 -3340 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 TABLE OF CONTENTS NOTICEINVITING BIDS ..................................................................... ............................... Cover INSTRUCTIONS TO BIDDERS ................................................................... ..............................3 BIDDER'S BOND .......................................................................................... ..............................5 DESIGNATION OF SUBCONTRACTOR( S) ................................................. ..............................6 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION ......................... ..............................7 PUBLICCONTRACT CODE ......................................................................... ..............................8 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT .................... ..............................8 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE ............... ..............................8 PUBLIC CONTRACT CODE 10232 STATEMENT ....................................... ..............................9 TECHNICAL ABILITY AND EXPERIENCE REFERENCES ......................... .............................10 NON - COLLUSION AFFIDAVIT .................................................................... .............................14 DESIGNATION OF SURETIES ................................................................... .............................15 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL ..............16 ACKNOWLEDGEMENT OF ADDENDA ...................................................... .............................18 INFORMATION REQUIRED OF BIDDER .................................................... .............................19 DEBARMENT AND SUSPENSION CERTIFICATION ................................. .............................22 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS ...... .............................23 DISCLOSURE OF LOBBYING ACTIVITIES ................................................ .............................24 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES ................................................ .............................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 ......................................................... .............................48 CONTRACT................................................................................................ .............................49 , LABOR AND MATERIALS PAYMENT BOND .............................................. .............................55 FAITHFUL PERFORMANCE BOND ............................................................ .............................57 FEDERAL REQUIREMENTS .................................................. ............................... FR -1 to FR -14 PROPOSAL........................................................................................... ............................... PR -1 SPECIALPROVISIONS ........................................................................ .............. .................. SP -1 3 SEQUEL CONTRACTORS, INC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 INSTRUCTIONS TO BIDDERS. 1. 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 quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 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 4 securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code relating to prevailing wage rates (Sections 1770 -7981 inclusive). Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: http://www.apo.gov /davisbacon /ca.htmi 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 610600A Contractor's License No. & Classification SEQUEL CONTRACTORS. INC. 01 Date Z Thomas S. Pack, President 5 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 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 Dollars ($ ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the. undersigned Principal for the construction of PLACENTIA AVENUE from HOSPITAL ROAD to NORTH CITY LIMIT & HOSPITAL ROAD from NEWPORT BOULEVARD to PLACENTIA AVENUE, Contract No. 3801 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 day of .2006. Name of Contractor (Principal) Authorized Signature/Title Name of Surety Address of Surety Telephone Authorized Agent Signature Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 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 Te-n percent of the total amount of the bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the. undersigned Principal for the construction of PLACENTIA AVENUE from HOSPITAL ROAD to NORTH CITY LIMIT & HOSPITAL ROAD from NEWPORT BOULEVARD to PLACENTIA AVENUE, Contract No. 3801 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 26th day of Sequel Contractors, Inc. Name of Contractor (Principal) Federal Insurance Company Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908 - 903 -2000 Telephone Doucrlas A. Rapp Attorney in Fact Print Name and Title (Notary acknowledgment of Principal & Surety must be attached) a ACKNOWLEDGMENT State of California County of Orange On Oct. 26. 2006 before me, A. P. Coats, Notary Public (hen; insert name and tifie of the officer) personally appeared Douglas A. Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. Fee,_/ (Seal) JU Chubb POWER Federal Insurance Company Attn: Surely Depadment OF Vigilant Insurance Company 15 Mountain View Road SUP@/ ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnowAll by These Presards, That FEDERALINSURANCE COMPANY, an Inaana caporadon, VIGILANT INSURANCE COMPANY, a New Yak corporation, and PACIFIC INDEMNITY COMPANY, a wrscarsh corporation, do each hereby conswula and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------- - - - - -- each as the rfire and lawful Atiomay- krFadto execute under such deslywil n In Mai names and to aft their coryaata seals to and delverfor and an their behaf as surety thereon or oftrwise, bonds and udedaNngs and o#w writings obfgMory in the nature tined (other Men bat bonds) given or executed in the omm of business, and any Instruments is amerl&V or atemg the same, and to the rnodlicalim or alMrallm of any instrument referred to kh said bonds or obligations. In Witness Whereef, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY hem each executed and attested tow presents and atPomdttor corporate seats ancis 22nd dayd January, 2004 STATE OF NEW JERSEY ss. County of Somerset W &W onftn 22nd1aydf January, 2004 . belma me, aNamyPuMof Now .Ieay.psoork ycowKehaarnC.wendef,eom.wnwn b beAssistant Secretary of FEDERAL INSURANCE COMPANY, VIGLANfINSURANCE COMPANY OW PACIFIC INDEMNITY COMPAM: tw campertes wftah exert ad Ow foregoing Pmw ofAtlomey, and to saki Vmral%C. waael bakgby me duy wm, did deposs aid my that he isAsdetentSeae" of FEDERAL*ISURANCE COMPANY VIGLLANT INSURANCE COMPANY, and PACM INDEMNITY COMPANY and ban to corporate seals thereat, Mahe $90 a/mdlo to hregdrg Pow atAamney we such corporals seals arW were 0wreloa/bmdby&AwdydIDsSV4.am dadd CampeniewandhM Mscored sWPowerdAUNW asAwAslardSoesearyof sold Companies by We and aly, and firs he Is WWA] eed with Fmk E Roberlscrk and bows Mm to be Vke President of said CarFatss; NW fat fw ftal ore of Frank E. Roberson, subscribed to said Power ol Atoanay is In to Wnulno hariAm" of Fmk E. Robeflem. and was dwreb srbealbed byaufwr y of wA SylawsarW In depawrhrs preserwa. Notarial sew Karen A. Price Not,ry Public State of New Jersey ^!_ c, " a u L � No. 2231647 Nom, PdMic DERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: Ali poi -AM -homey for and on behat d the Conpeny may and shag be executed in to name and on behalf d the Company, enter by to Chairman or the President or a Yoe President or an Assistant Vim President, jointly with the Secretary or an Assistant Secretary, radar d*r respective designations. The souttim of such officers may be engraysA printed or WhoWaphed. The signature of each of Me following offioers: Chdr an, PresbeM, any Vice President, ayAssisant Vice President, any Secretary, myAssistant Secretary and do seal of Nita Company may be affaed by facsimile to any power of aflanay or to any oeAihcdo mkftg thereto appobhting Assistant Secrearies or Atbmsys•in -Fad for purposes only of executing and attesting bands and uderiaidrgs and Ww wa&W obligabhy in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seat shall be valid and bktdng upon Me Company and any such power so exem"d and certified by such laeaimile signawre and fac*n3e seal shall be valid and bating upon to Company wO respect to any bond or undertaking M which It is abacad.' 1, KeraaM C. WemdeL Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INM1RANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the ) do hereby certify that . (q the foregoing extract of the By-Lam of tie Companies is ins and correct, Cal the Companies are duly Icensad and sidlorlmd to transact surety business in all 50 of the United Sates of America and to District of Columbia and are autwrb ed by Me U. S. Treaswy DepaMant; tutor, Federal and Vigitant am kensed in Puerto Rico and the U. S. Vkgn Islands, and Federal is Aceraed in American Samoa, Guam, and each of the Provinces d Canada except Prince Edward Island and (w) the foregoing Power of Attorney is time, coned and in kd force and effect Given under my hand and seals at said Compares at warren, w tas 26th ray of October 2006 No t& MgAN►' e N ;A,fIpYDA�'M IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax (908) 903 -WW e-mail: surety6chubb.com Form Wl"0S 6U NW CONSENT CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES r ss. On OCT 2 6 X106 , before me, Daniel Bustamante, Notary Pubk Date Name and Title of Officer (e.g.. "Jane Doe. Notary Public) personally appeared Thomas S. Pads, President Nam(s) of Signer(s) ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS �I m d a" seal. Place Notary Seal Above signature of Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): Partner — ❑ Limited ❑ General iJ Attorney in Fact Top of thumb here • Trustee • Guardian or Conservator ❑ Other: ner Is Representing: Sig Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — � Limited - General • Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT''HUMBPRINT OF SIGNER 0 02004 National Notary Association • 9350 Da Soto Ave., P.O. Box 2402 • Cnatsnudh. CA 91313 -2402 Hem No. 6907 Reorder: Cab Toll -Free 1- 60"76-6827 DANIEL 6USTAMANTE N s• COMM.01537133 to NOTARY PUBLIC-CALIFORNIA p trl Q LOS ANGELES COUNTY N My Comm ExP Dec 20 2008 ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS �I m d a" seal. Place Notary Seal Above signature of Notary Pudic OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): Partner — ❑ Limited ❑ General iJ Attorney in Fact Top of thumb here • Trustee • Guardian or Conservator ❑ Other: ner Is Representing: Sig Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner — � Limited - General • Attorney in Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT''HUMBPRINT OF SIGNER 0 02004 National Notary Association • 9350 Da Soto Ave., P.O. Box 2402 • Cnatsnudh. CA 91313 -2402 Hem No. 6907 Reorder: Cab Toll -Free 1- 60"76-6827 Best's Rating Center - Company Information for Federal Insurance Company View Ratings: Financial Strength Issuer-Credit Securities Advanced Search I Industry Research I 1 Ratings Definitions l Search. Best's Ratinns I Federal Insurance Company to member of CAabb G(wp o(Insurana_Campaalesl (view, SM:dllas tar rtlataJ Msuersl A.M.Best Y: 02088 NAIC 0: 20281 FEIN 4: 131983x96 Address: P.O. Box 1615 Warren. NJ 07061 -1615 J Best's Ratings an Financial Strength Ratings View D01fnitfons Phone: 908- 903 -2525 Fax: 908 - 903 -3805 Web: �w.rw.chubb.com Rating: A ++ (Superior) Affiliation Code: g (Group) Financial Size. Category: XV (S2 billion or more) Outlook: Stable Action: Affirmed Effective Dale: October 04, 2006 * Denotes Under Review Best's Ratings Page I of 2 Other web Centers: I' Aa9=10. annpaNas tMlhav 1 oeir ongaina b9aiara to Wnfeel their argaia,Iatllgada:c to pareyhdders. Issuer Credit Ratings Vlew Definitions Long -Term: as+ Outlook: Stable Action: Affirmed Date: October 04. 2006 Reports and News Visit our NewsRoom for the latest news and press releases for this company and Its A.M. Best Group. Best.s_Company -Report - includes Best's Financial Strength Rating and rationale along with comprehensive analyl detailed business overview and key financial data. y, Report Revision Date: 1010412006 (represents the latest significant change). Historical Reports are available in Best's Company Report Am ive. Irl Best's Executive Summary Reports (Financial Overview) - available in three versions, these presentation style n sheet, income statement, key financial performance tests Including profitability, liquidity and reserve analysis. Data Status: 2006 Best's Statement File - PIC. U5. Contains data compiled as of 10/212006 (Quality Cross Checkr • Single Company -rive years of financial data specifically on this company. • C "Pails -on - side -by -side financial analysis of this company with a peer group of up to five other companies yc • Composite - evaluate this company's financials against a peer group composite. Report displays both the avers composite of your selected peer group. Note: Adobe Reader is required to view the reports listed above. This software is available free from Adobe System: option is also available once the report has been opened using Adobe Reader. Best's Key Rating Guid.a.Presentation Report - includes Best's Financial Strength Rating and financial data as or- Rating Guide products. e-�Dato Status: 2005 Financial Data (Quality Cross Checked). Financial and Analytical Products Besrs Propajty /Castialty Censer - Premium Data & Reports Best's Key Rating Guide - pIC, US & Canada Best's Statement File =P1C. U$ Best's Statement File - Global Besrs Insu_ranceRHP_o —ir s�C.U_s_& Canada Best's Stale Line - PLC US Best's Reinsurance Center - Premium Data & Reports (Basic Service) Best's Insurance Expense Exhibit fEE) - PIC. US Best's StateLLine (Combined Lines) - PLC.,US . Customer Service I Product Support I Member Center I Contact. Info I Careers About A.M. Best I Site Map I Priv_aCY Policy I Security I Terms of Use I Legal & Licensing http:// www3 .ambest.com /ratings/FullPro61e .asp ?B1= 0 &AMBNum= 2084 &AltSrc =1 &AIL.. 11/02/2006 CITY OF NEWPORT BEACH-' PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in ac oordance 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: A,!IeOL C 04 f7j4vd -eP4 ' l Address: Go VIA a 2 °l Phone: State license Number. Name: Address:OL{ Phone: State License Number: Name: Address: IQ�IV(LPS G4Q ?411A G r f��J V p� U Phone: State License Number. SEQUEL CONTRACTORS, INC. Bidder 41st CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one -half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and /or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from, the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport. Beach. (Use additional sheets if needed) Subcontractor's Information Bid Item Number Description of Work In • %of Total Bid Phone: State License Number. Name: O.C. �• ® 30 c7 �1 /Jl i Address: � Phone: State License Number. Name: L�C /� /C%� Address: 74 Phone: State License Number. SEQUEL CONTRACTORS, INC. Bidder Thomas S. Far'. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder SEQUEL CONTRACTORS INC. proposed subcontractor hereby certifies that he has has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former Presidents 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. E:3 S[ -QUEL CONTRACTORS, INC- PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code SYh n 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of ry under the laws of the State of California that the bidder has _ , has not een convi cted 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 pejury, 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 _�'/ If the answer is yes, explain the circumstances in the following space. 0 SEQUEL CONTRACTDRiS, ^'10• 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. 10 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROADr STREET REHABILITATION CONTRACT NO. 3801 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this formlll Please print or type. Bidders Name SEQUEL CONTRACTORS, INC. 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 _ KA L L q, AvC. 5r,*k) jrrJLATtON YHs1SE I I Project Description 2)TR-CCT CAt-AS`IRVC.'flalu Approximate Construction Dates:: From To: lt[ j-( 7.00 l Agency Name; cCCY ELF.Amanm Contact Person C .HVUC '5klut Telephone (liy). -745`511(p o�- Original Contract Amount $_Final Contract Amount $ . o. sbo' oo0 If final amount is different from original, please explain (change orders, extra work, etc.) WA Did you file any claims against the Agency/) Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. 11 No. 2 Project Name /Number MAIM 5T12C155 r' C72RND Ave-• Project Description 7S7REEi LMbT2AX-,TIo%N Approximate Construction Dates: From 0 y,: " ± +y Agency Name C t'w C>1 EL %P&oo00 Contact Person T-�AR,: (A`1 )ON Telephone (gto) 524 -2,%I Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. IN No. 3 Project Name/Number If-=,LLA 5EAVTIfIC.ADON f /M160 I Project Description fZOU2E: c 2&-[2 UGT1oN Approximate Construction Dates: From TO:. Zy Ktg9 Agency Name _ LM OF ANiahtelM Contact Person C-IAU .`�wTa _Telephone (-!ly) `11CoS-5114P Original Contract Amount $ Final Contract Amount $ If final amount is different from original, please explain (change orders, extra work, etc.) N/A Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. Lt 7 12 -No. 4 Project Name/Number Smri r STREET • kt. uu>Lswiscr Project Description —9? ga roNSTEVX. W4 Approximate Construction Dates: From To: MA4 tot M Agency Name GtTS( OF S%L-NAL 11jL,t.. Contact Person tJACMAf-PN Telephone(31o) Ola2 Original Contract Amount $• Final Contract Amount $�` } , 3,, -77 If final amount is different from original, please explain (change orders, extra work, etc.). Did you file any claims against the Agency? Did the.Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. uo P No. 5 Project Name/Number \AJ^SHINGTON it yp• Project Description STReCT C.pKy9UGT0N Approximate Construction Dates: From • .� Agency Name S i CE C-AA iz- Lersy Contact Person MAU -;P&ET t..l U Telephone (3w) 253' $76U Original Contract Amount $ Final Contract Amount $ q. 34?-I °1n'2 If final amount is different from original, please explain (change orders, extra work, etc.) Did you fie any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. L 13 No. 6 Project Name/Number 146WHO?f STAF'61. E Trmssori Project Description SrIKI ( nNS'[ ZQC? i DNt. Approximate Construction Dates: From To: )AN 7-02 Agency Name G ►7y o5 �t u RTAW \�^Luey Contact Person PjASSAYWI ALA.5kZ z- Telephone (yly.) 59.3 -44N3 Original Contract Amount $ Final Contract Amount $ Zr (SiLtyCo�{3• If final amount is different from original, please explain (change orders, extra work, etc.) N/� Did you file any claims against the Agency? Did the Agency file any claims against you /Contractor? If yes, briefly explain and indicate outcome of claims. RO Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on -site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial ste sufficiently comprehensive to permit an appraisal of the conditions. SE'QUr! C®NIRACTORS,1"C. Bidder 14 and other information .W 0cbrrent financial Thanes S. Pack, President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 NON - COLLUSION AFFIDAVIT State of California ) ) ss. County ofi QS AhC3F-0ES Thomas S. Park being first duly sworn, deposes and says that he or she is prAgldent of lilEt C AI'rl�Af T(1RC tnrr, 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 and correct. 0► •: _ Subscribed and sworn to before me this day of Notary Public My Commission Expires: 15 the foregoing is true I� Thomas S. Pack, Presiderrt [SEAL] 2006. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 DESIGNATION OF SURETIES Bidders name SEQUEL CONTRACTORS, INC_ 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): RAPP SURETY SERVICES 16 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of On Wit 01 21W LOS ANGELES Date personally appeared I ss. before me, nanfei sustamante, Notary Pubk Name and Title of Officer (e.g.. 'Jane One. Notary Public ) Thomas S. Pack Name(s) of Signers) ,y_.. DANIEL RUSTAMANTE N _ COMM, ir1537113 NOTARY FY JAI IC- CALIFORNIA p cc 1: Q 'o LOS ANGELES COUNTY N My Comm Exo Dec 10 1FION personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WIT SS my hand seal. Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by few, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual C Corporate Officer — Title(s): C Partner —❑ Limited General ❑ Attorney in Fact a Top of mumn Here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Individual El Corporate Officer — Title(s): _ Partner — ❑ Limited ❑ General n Attorney in Fact ❑ Trustee Guardian or Conservator ❑ Other: Signer Is Representing: FHGHT TRUMRPRINT OF SIGNER 0 2004 Normal Notary Association • 9350 Oe Soto Ave., P.O. Box 2402 • Chatsworth, CA 913132402 Item No. 5907 Reorder. Call To Wme 1A0D- 876-6827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders NameSMUEL CONTRACTORS, INC. 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. . 17 Current Record Record Record Record Record Year of for for for . for for Record 2005 2004 2003 2002 2001 Total 2006 No. of contracts 3 23 Zy Zs 123 20 t 2l0 Total dollar Amount of Contracts (in 7 vo I&60 Z.'7 000 r -Z160 0 Z,S Xti i %bOb KICOb Thousands of $ No. of fatalities p D D Q No. of lost Workday Cases O 0 0 d No. of lost workday cases involving d 0- D permanent O transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary— Occupational Injuries and Illnesses, OSHA No. 102. . 17 Legal Business Name of Bidder SE-Q llEL CONTRACTORS. INC_ Business Address: —T3 AL HWY. Business Tel. No.: LI 90670 (582) 802-7727 State Contractor's License No. and Classification: 610i500A Title ,A _ 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 d4l / ,bha..! � I Date m o t M Signa' Signa bidder Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership /joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners /joint ventures if submitted with evidence of authority to act on behalf of the partnershiproint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, join venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partnersfjoint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. . 18 CITY OF NEWPORT BEACH PUBLIC WORKS- DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 ACKNOWLEDGEMENT OF ADDENDA Bidders name SEQUEL CONTRACTORS, INC. The bidder shall signify receipt of all Addenda here, if any, and. attach executed copy of addenda to bid documents: Addendum No. Date Received i na 19 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company or Corporation:SMUEL CONTRACTORS, INC. 13546 IMPERIAL HM, Business Address: SANTA FE SPRINGS, CALIF, 90670 Telephone and Fax Number: OW) 802 -7227 (562) 802-749p California State Contractor's License No. and Class: 8106M (REQUIRED AT TIME OF AWARD) Original Date Issued: JWW&IY 31.199'Expiration Date: x`31, 2007 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: Thomas S. Pack, President 19125 /oG The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone 7TIOmaS S. Pack. President 3 IMPERIAL HWY: Abel Magallareas, V.F. & SewWwN SANTA FE SPRINGS A1JF 90670 (om) 802 "7227 MMAMA, MAHLER.AWE SEC Corporation organized under the laws of the State of CALIFORNIA 20 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: �A For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner /agency? If so, explain. t9P • �O Have you ever failed to complete a project? If so, explain. b 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 lab compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.) ?Yes /NJ Are any claims or actions unresolved or outstanding? Yes / to 21 If yes to any of the above, explain. (Attach additional sheets, if necessary) " N Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non - responsive. SEQUEL CONTRACTORS, INN. Bidder Thomas S. (Print nam of Coroor,a Title NOV 0 1 2006 Date Subscribed and swum to before me this �— day of www Reg 2006. [SEAL] CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES } ss. J On NOY U t Z before me, Daniel Bustamante, Notary PublfC Date Name and T,tie of Officer (e.g., -Jane Doe. Notary Publk ") personally appeared T110mas S. Pack Name(s) of Signer(s) IB'personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WI04y hana� seal. Place Ndlary Seal Above �jC/� Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual C Corporate Officer — Title(s): ❑ Partner — C Limited —'General C Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner— 71 Limited 7 General ❑ Cl Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 2004 National Notary Association • 9350 Do Soto Ave.. P.O. Box 2402 • ChetswoM. CA 91313.2402 Item No. 5907 Reorder: Got ToE -Frog 1.600 -876.6827 DAINIFL SUSTAMANTE N COMM #1537133 NOTARY PURLIC- CALIFORNIA Q LOS ANGELES COUNTY N M7 Comm. Exo Dec 20.20 IB'personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WI04y hana� seal. Place Ndlary Seal Above �jC/� Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual C Corporate Officer — Title(s): ❑ Partner — C Limited —'General C Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): _ ❑ Partner— 71 Limited 7 General ❑ Cl Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 2004 National Notary Association • 9350 Do Soto Ave.. P.O. Box 2402 • ChetswoM. CA 91313.2402 Item No. 5907 Reorder: Got ToE -Frog 1.600 -876.6827 SEQUEL CONTRACTORS, INC. 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. 9 SEQUEL CONTRACTORS, INC. 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 $100,000 and that all such sub recipients shall certify and disclose accordingly. 24 -SEQUEL CONTR.�;CTCRS, INC.. DISCLOSURE OF LOBBYING ACTIVITIES 1. Type of Federal 2. Status of Federal Action: Action: a. contract Fla. bidlotferlapplication b. grant b. initial award c. cooperative agreement c. post -award d. loan e. loan guarantee f. loan insurance 4. Nagle and Address of Reporting Entity IL�I /Prime Subawardee Tier _ , if known Congressional District, if known 6. Federal Department/Agency: 8. Federal Action Number, if known: 3. Report Type: Fla. initial b. material change For Material Change Only: year_ quarter_ date of last report 5. If Reporting Entity in No. 4 Is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, If applicable 9. Award Amount, 'd known: Federal Use Only: Authorized for Local Reproduction Standard Form - LLL 10. a. Name and Address of Lobby Entity b. Individuals Performing Services (including (If individual, last name, first name, MI) address if different from No. 10a) (last name, first name, MI) t •`tea Sheet($) WA (attach Continuation if necessary) 11. Amount of Payment (check all that apply) 13. Type of Payment (check all that apply) $ actual planned a. retainer b. one -time fee . 12. Form of Payment (check all that apply): c. commission cash d. contingent fee ea. b. in -kind; specify: nature a deferred value f. other, specify 14. Brief Description of Services Performed or to be performed and Date(s) of Service, Including officer(s), employee(s), or member(s) contacted, for Payment Indicated in item 11: WA (attach Continuation Sheet(s) if n sary) 15. Continuation Sheets) attached: Yes No 16. Information requested through this (am is authorized by Title 31 U.S.C. Section 1352. This disclosure of Signal lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is print ame: Ti Or111S required pursuant to 31 U.S.C. 1352. This information Will be reported to Congress semiannually and will be Title: president available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil Telephone No(5W) nevi 0 1 hire penalty of not less than $10,000 and not more than wc-7=Date#Df $100,000 foreach such failure. Federal Use Only: Authorized for Local Reproduction Standard Form - LLL SEQUEL CONTRACTORS, INC. 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 We 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 dassificetion 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 tier of the subawardee, e.g., the first subawardee of the prime is the first fier. 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 " Subawardee" 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 ban 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 (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan Wrnmltments'. 8. 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 Bld (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 ban commitment by the Federal agency, enter the Federal amount of the award/loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influence the covered Federal action. (b) Enter the full names of the individual(s) 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. If payment is made through an in -kind contribution, specify the nature and value of the in -kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the 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 shall sign and date the form, print hisftr 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 ootlecion of information, including suggestions for reducing this burden, to the Office of Management and Budget Paperwork Reduction Project (0348. 0046), Washington, D.C. 20503. SF- LLL - Instructions Rev. 06-04- 90%ENDIF» RM SEQUEL CONTRACTORS, INC. SECTION 2. PROPOSAL REQUIREMENTS AND CONDITIONS 2 -1.01 GENERAL The bidder's 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 Bidder's 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 Noncollusion 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 bidder's 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. 27 SEQUEL CONTRACTORS, INC. 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 Members) 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. ; 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; 0Q. SEQUEL CONTRACTORS, INC. 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 Caltran's "Civil Rights" web site at: http: / /www.dot.ca.govihq /bep. 2. The Caltran's 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: 1. 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 m 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 -tern 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, 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: 3] SWUEL CONTRACTORS, INC- 1. 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; 5. 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; 6. For the purposes of this paragraph G, a lease must indicate that the DBE has exclusive use of and control over the truck.. 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.. 30 Page: 1 of 1S CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO 3801 DATE: 10 12,440 BY: 1)nflka,9� City Engineer TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. FEDERAL MINIMUM WAGE RATES 1. Delete Federal Minimum Wage Rates; Modification Number 32, dated 9/22/2006. 2. Insert current Federal Minimum Wage Rates; Modification Number 33, dated 9/29/2006. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. SEQUEL GONT"TQRS, INC. Bidder's Name (Please Print) f :luserslpbwlsharedlcontractslfy 06- 071plaoentia & hospital rd rehab c- 38011addendum no 1.doc I FEDERAL MINIMUM WAGE RATES GENERAL DECISION: CA20030035 09/29/2006 CA35 Date: September 29, 2006 General Decision Number: CA20030035 09/29/2006 Superseded General Decision Number: CA020035 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Orange County in California. j BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Publication Date 06/13/2003 01/3'0/2004 03/05/2004 04/02/2004 05/21/2004 07/16/2004 08/27/2004 10/08/2004 01/14/2005 01/28/2005 02/11/2005 04/08/2005 04/22/2005 06/17/2005 07/22/2005 08/05/2005 08/19/2005 09/09/2005 11/18/2005 12/02/2005 12/23/2005 02/03/2006 02/10/2006 03/17/2006 04/14/2006 06/09/2006 07/07/2006 07/14/2006 08/04/2006 08/25/2006 09/08/2006 09/15/2006 09/22/2006 09/29/2006 ASBE0005 -002 08/07/2006 Rates Fringes Asbestos Workers /Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)...$ 36.16 10.24 -- ----------------------------------------- ASBE0005 -004 08/07/2006 Rates Fringes 31 Asbestos Removal worker /hazardous material lAndler (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 ---------------------------------------------------------------- BRCA0004 -010 05/01/2006 Rates Fringes Bricklayer; Marble Setter ...... $ 31.61 8.75 BRCA0018 -004 06/01/2006 Rates Fringes Marble Finisher ................$ 22.52 7.65 Tile Finisher ..................$ 18.57 7.25 Tile Layer .....................$ 29.30 11.36 - _- _ - - -__ ------------------------------------------ * BRCA0018 -010 09/01/2006 Rates Fringes Terrazzo Finisher ..............$ 24.54 8.62 Terrazzo Worker ................$ - - - -.. 31.63 9.41 -- ------------------------------------------ CARP0409 -001 07/01/2006 Rates Fringes Carpenters: (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 33.61 8.57 (2) Millwright ..............$ 34.11 8.57 (3) Piledriver /Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 33.74 8.57 (4) Pneumatic Nailer, Power Stapler ...............$ 33.86 6.57 (5) Sawfiler ...............$ 33.69 8.57 (6) Scaffold Builder ...... .$ 26.31 8.57 (7) Table Power Saw Operator... ................ $ 33.71 8.57 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 07/01/2006 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 33.61 8.57 STOCKER/SCRAPPER ............ $ 10.00 6.06 ----------------------------------- ---- ----- ----- --- --- --- - -- --- ELEC00II -002 12/05/2005 COMMUNICATIONS AND SYSTEMS WORK Communications System Rates Fringes 32 Installer ...................$ 23.78 3%+7.35 Technician ..................$ 25.58 38 +7.35 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 06/05/2006 ELEC0441 -004 06/05/2006 TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & Rates Fringes Cable splicer ..................$ Rates 36.58 3% +11.23 Electrician ....................$ 34.97 3%-+11.23 ELEC0441 -004 06/05/2006 TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING Rates Fringes Electrician Cable Splicing, Fiber Optic Splicing ..............$ 36.58 3% +11.23 Journeyman Transportation Electrician .................$ 34.97 3& +11.23 Transportation Systems Technician ..................$ 24.48 2% +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 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 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 06/01/2005 Rates Fringes 33 Line Construction (1) Lineman; cable splicer..$ Power Equipment 36.51 3.758 +10.03 ' (2) Equipment specialist (Cranes, Piledriving & (operates crawler Hoisting) tractors, commercial motor GROUP 1 ....................$ vehicles, backhoes, 33.00 GROUP trenchers, cranes (50 tons 33.78 and below), and overhead 3 ....................$ and underground GROUP 4 ....................$ distribution line 34.21 GROUP 5 ....................$ equipment) ..................$ 31.03 3.758 +9.25 (3) Groundman ...............$ 23.73 3.758 +9.25 (4) Powderman ...............$ 7 ....................$ 34.69 3.758 +9.29 ---------------------------------------------------------------- ELEV001B -001 01/01/2005 GROUP 8 ....................$ Rates Fringes - Elevator Mechanic ..............$ 38.215 12.015 FOOTNOTE: Vacation Pay: 88 with 5 or more years of service, 68 for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. --------------- -- -- --- ENG10012 -003 07/01/2006 34 Fringes 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 Rates Power Equipment Operators (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 33.00 GROUP 2 ....................$ 33.78 GROUP 3 ....................$ 34.07 GROUP 4 ....................$ 34.21 GROUP 5 ....................$ 34.43 GROUP 6 ....................$ 34.54 GROUP 7 ....................$ 34.66 GROUP 8 ....................$ 34.83 GROUP 9 ....................$ 35.00 GROUP 10 ....................$ 36.00 GROUP 11 ....................$ 37.00 GROUP 12 ....................$ 38.00 GROUP 13 ....................$ 39.00 Power Equipment Operators (Tunnel Work) GROUP 1 ....................$ 33.50 GROUP 2 ....................$ 34.28 GROUP 3 ....................$ 34.57 GROUP 4. ................... $ 34.71 GROUP 5 ....................$ 34.93 GROUP 6 ....................$ 35.04 GROUP 7 ....................$ 35.16 Power Equipment Operators GROUP 1 ....................$ 31.65 GROUP 2 ....................$ 32.43 GROUP 3 .....................$ 32.72 GROUP 4 ....................$ 34.21 GROUP 5 ....................$ 35.31 GROUP 6 ....................$ 34.43 GROUP 7 ....................$ 35.53 GROUP 8 ....................$ 34.54 GROUP 9 ....................$ 35.64 GROUP 10 ....................$ 34.66 GROUP 11 ....................$ 35.76 GROUP 12- .................. $ 34.83 GROUP 13 ....................$ 34.93 GROUP 14 ....................$ 34.96 GROUP 15 ....................$ 35.04 GROUP 16 ....................$ 35.16 34 Fringes 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 15.30 GROUP 17 ...................:$ 35.33 15.30 GROUP 18 ....................$ 35.43 15.30 GROUP 19 ....................$ 35.54 15.30 GROUP 20 ....................$ 35.66 15.30 GROUP 21 ....................$ 35.83 15.30 GROUP 22 ....................$ 35.93 15.30 GROUP 23 ....................$ 36.04 15.30 GROUP 24 ....................$ 36.16 15.30 GROUP 25 ....................$ 36.33 15.30 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 side dum jack; Screening and conveyor machine oeprator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt- rubber blend operator; Bobcat or similar type (side steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 301 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 35 - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' RAximum); 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 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) ; Pumperets 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 99 GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types- Watson 3000 or 5000 auger or similar types - Texoma 900 auger or similar types- drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type- except Quad 9 cat.); Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth - moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6 -1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi- engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle - wheel' -auger type self - loading - two (2) or more units) GROUP 13: Rubber -tired earth - moving equipment operator operating equipment with push -pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth - moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (single engine, Caterpillar, Euclid, Athey wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating equipment with push -pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth - moving equipment operator, 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 yda. 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, 37 operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - sJhgle engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth - moving equipment.operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth- moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth - moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds_ struck) GROUP 22: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth - moving equipment operator, operating equipment with the tandem push -pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth - moving equipment operator, operating with the tandem push -pull system (multiple engine, up to and including 25 yds. struck) 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 90 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); RN Id Slip form pump operator (power- driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); T&inel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy -duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber - tired, rail or track type); Pneumatic concrete placing machine operator (Hackley- Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator Rates -- -- ---- -------------------------- -- ------ ENGI0012 -004 08/01/2006 Gunite ---- -------- -- ----- GROUP 1 .....................$ Rates 16.36 Fringes Power equipment operators: 23.49 16.36 GROUP 3 .....................$ (DREDGING) 19.95 16.36 (1) Leverman ................$ 39.65 15.30 (2) Dredge dozer ............ $ 35.18 15.30 (3) Deckmate ................$ 35.07 15.30 (4) Winch operator (stern winch on dredge) ............ $ 34.52 15.30 (5) Fireman - Oiler, Deckhand, Bargeman, Leveehand ...................$ 33.98 15.30 (6) Barge Mate ..............$ 34.59 15.30 ---------------------------------------------------------------- IRON0002 -004 07/01/2006 Rates Fringes Ironworkers: Fence Erector ...............$ 32.165 16.585 Ornamental, Reinforcing and Structural ..............$ 33.055 16.585 PREMIUM PAY: $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 $1.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ------------------------- * LABO0300 -003 07/01/2006 EEO Rates Fringes Laborer: Gunite GROUP 1 .....................$ 24.44 16.36 GROUP 2 .....................$ 23.49 16.36 GROUP 3 .....................$ 19.95 16.36 EEO Laborer: Tunnel GROUP 1 .....................$ 24.28 12.95 GROUP 2 .....................$ 24.60 12.95 GROUP 3 .....................$ 25.06 12.95 GROUP 4 .....................$ 25.75 12.95 Laborers: GROUP 1 .....................$ 22.84 13.04 GROUP 2. .................... $ 23.39 13.04 GROUP 3 .....................$ 23.94 13.04 GROUP 4 .....................$ 25.49 13.04 GROUP 5 .....................$ 25.84 13.04 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 1: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; operating of troweling and /or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, EN wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work GUNITE LABORER CLASSIFICATIONS GROUP l: Nozzle person and rod person GROUP 2: Gun person GROUP 3: Rebound person ---------------------------------------------------------------- LAB00882 -002 01/01/2006 Rates Fringes Asbestos Removal Laborer ....... $ 23.20 10.90 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 07/01/2006 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 23.74 8.51 (2) Vehicle Operator /Hauler.$ 23.91 8.51 (3) Horizontal Directional Drill Operator ..............$ 25.76 8.51 (4) Electronic Tracking Locator .....................$ 27.76 8.51 Laborers: (STRIPING /SLURRY SEAL) GROUP 1 .....................$ 24.52 11.34 GROUP 2 .....................$ 25.82 11.34 GROUP 3 .....................$ 27.83 11.34 GROUP 4 .....................$ 29.57 11.34 LABORERS - STRIPING GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person; controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer; removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, 43 monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment ----------------------------------------------------------- PAIN0036 -001 07/01/2005 Rates Fringes Painters: (1) Repaint Including Lead Abatement ...................$ 23.40 7.49 (2) All Other Work: ......... $ 26.67 7.49 REPAINT of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities, tenant improvement work not included in conjunction with the construction of the building and all repainting of tenant improvement projects. --- -------- ------------------------------- — — - --------- - — PAIN0036 -008 10/01/2005 Rates Fringes Drywall Finisher ...............$ 28.33 9.98 ---------------------------------------------------------------- PAIN0036 -015 06/01/2006 Rates Fringes Glazier ........................$ 32.30 12.75 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ---------------------------------------------------------------- PAIN1247 -002 06/01/2006 Rates Fringes Soft Floor Layer ...............$ 28.40 6.54 ---------------------------------------------------------------- PLAS0200 -009 01/01 /2005 Rates Fringes Plasterer..... ............ .... $ 28.29 7.46 ---------------------------------------------------------------- PLAS0500 -002 07/17/2006 Rates Fringes Cement Mason ...................$ 26.05 16.28 ---------------------------------------------------------------- PLUM0016 -001 07/01/2006 Rates Fringes Plumber /Pipefitter (1) Work on strip malls, light commercial, tenant improvement and remodel work ........................$ 25.20 11.36 (2) Work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 31.63 12.76 (3) All other work .......... ------------------ - --------------------------------------- $ 32.61 13.52 - - - - -- M PLUM0250 -002 01/02/2006 Rates Fringes 1. Refrigeration Mechanic Rates Fringes Refrigeration Fitter ........ $ 33.30 13.95 ---------------------------------------------------------------- PLUM0345 -001 07/01/2006 (1) Commercial - New Rates Fringes Plumbers work ........................$ Landscape /Irrigation Fitter.$ 33.56 24.90 11.79 Sewer & Storm Drain Work .... $ 22.14 12.82 ---------------------------------------------------------------- ROOF0036 -002 09/01/2006 including air pollution Rates Fringes Roofer .........................$ 29.00 7.17 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. -_----------- --------------- -- ---- --------- -- ------ SFCA0669 -008 04/01/2006 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes Sprinkler Fitter, Fire ......... $ 30.00 13.15 ---------------------------------------------------------------- SFCA0709 -003 09/01/2006 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 ......... $ 34.58 16.70 ---------------------------------------------------------------- SHEE0105 -003 08/01/2006 INYO, KERN (Northeast part, East of Hwy 395), LOS ANGELES (Including Pomona, Claremont, Catalina Island, Long Beach and area South of Imperial highway and East of the Los Angeles River), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES 45 Rates Fringes Sheet metal worker (1) Commercial - New Construction and Remodel work ........................$ 33.56 14.41 (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 ... $ 29.40 18.96 ---------------------------------------------------------------- TEAM0011 -002 07/01/2005 Rates Fringes Truck drivers: GROUP 1 ....................$ 23.54 14.64 GROUP 2 ....................$ 23.69 14.64 GROUP 3 ....................$ 23.82 14.64 45 GROUP 4 ....................$ 24.01 14.64 GROUP 5 ....................$ 23.95 14.64 ' 'GROUP 6 ....................$ 24.07 14.64 GROUP 7 ....................$ 24.32 14.64 GROUP 8 ....................$ 24.57 14.64 GROUP 9 ....................$ 24.77 14.64 GROUP 10 ....................$ 25.07 14.64 GROUP 11 GROUP 11 ...................$ 25.57 14.64 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg 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 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 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)). EM 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. with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION 47 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 CONTRACT THIS AGREEMENT, entered into this day of lbd,, 2006, by and between the CITY OF NEWPORT BEACH, hereinafter "City," and Sequel Contractors, Inc., hereinafter "Contractor," is made with reference to the following facts: WHEREAS, City has advertised for bids for the following described public work: PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION This project involves removing and reconstructing existing pavement and grinding and overlaying with AC leveling course and ARHM surface course along Placentia Avenue and Hospital Road. Concrete curb and gutters, driveway approaches, and curb ramps will also be replaced. Contract No. 3801 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. 3801, 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. 49 C. COMPENSATION As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,212,300.00). 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: Frank T. Tran, P.E. (949) 644 -3340 CONTRACTOR Sequel Contractors, Inc. 13546 Imperial Highway Santa Fe Springs, CA 90670 562- 802 -7227 562 -802 -7499 Fax F. LABOR CODE 3700 LIABILITY INSURANCE Contractor, by executing this Contract, hereby certifies: "1 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. 50 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. 51 4. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: a) General Liability and Automobile Liability Coverages City, its officers, agents, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of Contractor, including the insured's general supervision of Contractor; products and completed operations of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations on the scope of protection afforded to City, its officers, officials, employees or volunteers. ii. Contractor's insurance coverage shall be primary insurance and/or primary source of recovery as respects City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by City, its officers, officials, employees and volunteers shall be excess of the Contractor's insurance and shall not contribute with it. iii. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its officers, agents, officials, employees and volunteers. iv. Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. v. The insurance afforded by the policy for contractual liability shall include liability assumed by contractor under the indemnification /hold harmless provision contained in this Contract. b) Workers' Compensation and Employers Liability Coverage The insurer shall agree to waive all rights of subrogation against City, its officers, agents, officials, employees and volunteers for losses arising from work performed by Contractor for City. c) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, rescinded by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to City. All of the executed documents referenced in this contract must be returned within ten (10) working days after the date on the "Notification of Award," so that the City may review and approve all insurance and bonds documentation. 5. Acts of God Pursuant to Public Contract Code Section 7105, Contractor shall not be responsible for the repairing and restoring damage to Work, when damage is determined to have been proximately caused by an Act of God, in excess of 5 percent of the Contract 52 amount provided that the Work damaged is built in accordance with the plans and specifications. 6. Right to Stop Work for Non - Compliance City shall have the right to direct the Contractor to stop work under this Agreement and/or withhold any payment(s), which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements of this article. H. RESPONSIBILITY FOR DAMAGES OR INJURY City and all officers, employees and representatives thereof shall not be responsible in any manner: for any loss or damages that may happen to the Work or any part thereof; for any loss or damage to any of the materials or other things used or employed in performing the Work, for injury to or death of any person either workers or the public; or for damage to property from any cause arising from the construction of the work by Contractor, or its subcontractors, or its workers, or anyone employed by it. 2. Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 3. Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damages, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in construction of the Work; or, (3) any and all claims asserted by Contractor's subcontractors or suppliers on the project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. Contractor shall not be required to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 4. To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 5. Nothing in this article, nor any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for in H.3, above. 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. 53 K. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. IN WITNESS WHEREOF, the parties hereto have caused this contract to be executed the day and year first written above. CITY CLERK APP VED AS TO FORM: 7G.1 r- aron C. Harp Assistant City Attorney 54 CITY OF NEWPORT A Municipal-Cprporat PPes9den Print Name: Thomas S. Pads By: „�GfG�'�'�✓ (Financial Officer) Title: MICHAELMIAHLER.ANT,S6COETAHY Print Name: CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT lF_�•..l. l'.- _ -.1... mil'.\ State of California County of LOS ANGELES On NOV 0 7 ZUIX Date personally appeared I ss. before me, Daniel Bustamante, Notary Pubk Name and Title of Officer (e.g., "Jane Doe. Notary Public') MICHAELA. MAHLER,ASST. SECRETARY ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. W�ITWSS my hand lcial seal. Place Notary Seal Above � Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual C Corporate Officer — Title(s): C Partner — C Limited C General C Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Number of Pages: Signer's Name: • Individual • Corporate Officer— Title(s): • Partner — =l Limited ❑ General • Attorney in Fact Top of thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2004 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 •Chatsvrorh, CA 91313.2402 Item No. 5907 Reorder. Call Toll -Free 1. 808. 8766827 DANIEL BUSTAMANTE N COMM. #1537133 _ NOTARY PURUC- CALIFORNIA A Q LOS ANGELES COUNTY N My Comm F.- Dec (0.2808 ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. W�ITWSS my hand lcial seal. Place Notary Seal Above � Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying an the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C Individual C Corporate Officer — Title(s): C Partner — C Limited C General C Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: RIGHTTHUMBPRINT OF SIGNER Number of Pages: Signer's Name: • Individual • Corporate Officer— Title(s): • Partner — =l Limited ❑ General • Attorney in Fact Top of thumb here ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 0 2004 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 •Chatsvrorh, CA 91313.2402 Item No. 5907 Reorder. Call Toll -Free 1. 808. 8766827 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 BOND NO. 8204-46-17 Premium: $12,123.00 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ $12,123.00 being at the rate of $ varies thousand of the Contract price. WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, awarded to Sequel Contractors, Inc., hereinafter designated as the "Principal ", a contract for construction of PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION, Contract No. 3801 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. 3801 and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract; NOW, THEREFORE, we, the Principal, and Federal insurance Company , duty authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,212,300.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. 57 As a part of the obligation secured hereby, and in addition to the face amount specified in this Perfomtance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the City is required to bring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the work to be performed thereunder or to the specifications accompanying the same shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by the City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly a ed b th Principal and Surety above named, on the 7th day of November 20 Sequel Contractors, Inc. (Principal) A r dleThomas S. Pack, President Federal Insurance Company Name of Surety Autho ed Agent Signature 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908 - 903 -2000 Telephone Douglas A. Rapp Attorney in Fact Print Name and Title F.\Uscxs\PBWlShareTContradslFY 06- OAPLACENTIA & HOSPITAL RD REHAB C-3801 \CONTRACT C Wtdoc ii CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES I ss On NOV o 7 2006 before me, Daniel Bustamants, Notary Public Date Name and Title of Officer (e.g., 'Jane Doe, Notary Public") personally appeared Thomas S. Pack, President Name(s) of Signer(s) „ix• DANIEL BUSTAMANTE N COMM. #1537133 te- NOTARY PUBLIC- CAUFORNIA ;p LOS ANGELES COUNTY Q My Comm Exp Dec 20.2008 N known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by hWher/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. W4„? ESSmy hand and o ial seal. Place Notary Seal Above Signature M Notary PuNic OPTIONAL Though the information below is not required by law, it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: C L ❑ Individual Corporate Officer — Title(s): Partner —❑ Limited ❑ General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER ITop oi thumb 1111 Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑Limited C General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT.i OF SIGNER 110 02004 National Notary Association • 9360 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91 313 4 4 02 Item No. 5907 + Reortler. Call Tcll -Free 1.800.876.6827 ACKNOWLEDGMENT State of California County of Orange On Nov. 7. 2006 before me, A. P. Coats, Notary Public (here insert name and tie of the officer) personally appeared Douglas A. Ropp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by! is/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my haMarld cia l seal. A.P. BATS COMM. 14l18145 MA Signature (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department Surety OF Vigilant Insurance Company 15 Mountain View Road ATTORNEY Pacific Indemnity Company Warren, NJ 07059 KnmAl by These Praaants, That FEDERALMURANCE COMPANY, an hndrana mporation, VICR.ANT INSURANCE COMPANY. a NewYork ooWattion, and PACIFIC tNDEMNFTY COMPANY, a Wisconsin corporation, do each hereby constitute and appokt Douglas A. Rapp or Linda D. Coats of Laguna Hills, California--------------------------- - - - - -- each as their true and lawful Attomeyin -Fad to execute under such designation In their names and to aft their corporate seals to and delver for and on their behalf as surely thereon or otherwise, bonds and undarlaIMP and other wdtinge obligatory In the nature !hereof (other than bag bonds) pi mn or executed in the course of business, and any Instruments arrondlpg or aftemg the same. and consents b the modification or alteration of any Instrument referred to In said bonds or oblgaftm In Witness Whereof. said FEDERAL INSURANCE COMPANY, ML NT INSURANCE COMPANY, and PACIFN: IND MM COMPANY have each executed and attested" lose presents and affixed their corporate seats on this 22nd dayd January, 2004 , Kenrreth C Assistant S E fiabstacn, Ike a"d STATE OF NEW JERSEY as. County of Samereet onihb 22ndtsya January, 2004 .bebmma,at4o"PMftofNew.iom% peawnsity carne Kerneoawendrt.rsmewwn to beAaelslant Smolryot FEDERAL iNSMANCECM~.. VI GILANT MURANCECOAPANY, and B%aFIC NbB&MO MPAW,, th conparies which aramdedtlre fmwjoinl Power of Atlaroy4 and err said Keawm C. %bdel being by me dy wim dd depose and say to heloAsebbrrt Seadaryd FEDERAL NSURANCE 00~, VIGILANT NSURANCE COMPANY, and PACIFIC NDEMNR'YCOLPANY sod kw o tlw caporab aaais Uereol, M so mob dbad b fie bragosv Power dAlbmryae awhemponara seals and were eerebaftx dbyadwdy of to Bylaws dsWCarpvYee: end that hes4rofsaidPowerdAttomayasAsdsWM SeaabhydsddO panies by Roe suhW. and std to Is aepuaitbd with FWA E. Robertson, wd haws him to be Vice PresWa d of said CanpaNes and fart are s gun of Frak E Rababa % aftcrbed to said PowerdAtbnwy Is In are gumt re handwdtlnl d Rw* E Rabat sat, and wasVwreb arbsai0ed byaWhamydeaN Bylaws and In deparntS presence. NotwW Seat Karen A. Price kotq PuNic State of New Jersey bra k 4 .k a & reLJt No. 223,647 No" Pti fp f FEDERAL tNSURAI CE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIR tNDEMWrY COMPANY: 'AI pow4tRCafturnsy for and on behalf of the Company may and shelf be executed in the name and on b" of the Company, sine by the Chairman or the President or a Vice Preskle t or an Assistant Vice President, jointly with the Secretary or an Assistant Secletaly5 under their respective desigldtons The signature of such ollcers may be engraved, printed or fn wWaplud. The swisture, of each of Ure folowing officere: Chairman, President, any Vice President, anyAaaieW Vie Presided, ary Secretary any Assistant secretary and the seal of the Compary may be affixed by facal aNe to any power d allomey or to any certificate relating thereto appoir" Assistant secrewin or Attorneys-in-Fact for puposes only of executing; and abes" bonds and undedakkgs and other watts obligatory in tine nature tltered, and any such Parer of attorney or certificate bearing such facsimile signature or faaimla seal shag be veld and bidig upon the Company and any such power so executed and ceryme i by such feesimlia signature and facsimile seal shalt be valid and bin6g upon the Company with respect to arty bad of uldertal" to which I is attached.' . 1, Kenneth aWendel, AssistantSecretaryofFEDERAL INSURANCECOMPAN1; VIGILANTINSURANCECOMPANY ,andPACIFIC1NDEMNmCO PANY (VW'Corrpartes') do hereby certify that m th t mgokhg extract of the By -Laws of the Companies is true and correct (1) the Companies are duty licensed and authorised to transact surety business in al 50 of the United states of Anoka and Una District of Columbia and are authorized by the U. S. Treaany Department; hndw,, Federal and Vigilant: are loensed In Puerto Rico and Ina U. S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Pmvi cas of Canada except Prince Edward Istana and (it) the foregoing Power of Attorney is true, correct and In fug force and egecL Given under ray hand and seals of said companies at Warren, Ni this 7th day d November 2006 tR . iii. i' :2 / IN THE EVENT YOU WISH TO NOTIFY US OFA CLAIM, VERIFY THE AUTHENTICITY,OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US ATADDRESS LISTED ABOVE, OR BY Telephone (908) 9033485 Fax (908) 903 -3656 e-mail: surety @chubb.com Fam 15 -100M (Ea 499) CONSENT CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 BOND NO. 8204 -46-17 Premium Included LABOR AND MATERIALS PAYMENT BOND WHEREAS, the City Council of the City of Newport Beach, State of California, by motion adopted, has awarded to Sequel Contractors, Inc., hereinafter designated as the "Principal," a contract for construction of PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION, Contract No, 3801 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. 3801 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, Federal insurance Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held firmly bound unto the City of Newport Beads, in the sum of One Million, Two Hundred Twelve Thousand, Three Hundred and 001100 Dollars ($1,212,300.00) 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, finely by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorney's fee, to be fixed by the Court as required by the provisions of Section 3250 of the Civil Code of the State of California. 55 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 thereunder or the specifications accompanying the same shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event that any principal above named executed this Bond as an individual, it Is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been dul ecuted by th above named Principal and Surety, on the 7th day of November 2006. / Sequel Contractors, Inc. (Principal) Federal Insurance Canpany Name of Surety 15 Mountain View Rd. Warren, NJ 07059 Address of Surety 908 - 903 -2000 Telephone as S. Pack, President Autho d Agent Si nature Douglas A. Rapp Attorney in Fact- Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 56 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT ' .. .. .. ....... ... .... ... ....._a..�._�.._�._,..1_._� =ice: �:i�`..�i�:a�Ff.�. ... _.. ..... State of California County of LOS ANGELES On NOV 0 7 2006 Date personally appeared I ss. before me, Daniel Bustamante, Natary pubW Name and Title of Officer (e.g., "Jane Doe, Notary Public) s.. DANIEL BUSTAMANTE J' COMM. #1537133 A NOTARY PURLIC -CALIFORNIA Q LOS ANGELES COUNTY Gn N My Comm Exp Dec 20.21108 Thomas S. Pack, Preskfent Names) of Signer(s) > ersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WlSS my hen an fficial seal. Place Notary Seal AWo e Sig ature of Notary Puclic OPTIONAL Though the information below is not required by law it may prove valuable to persons 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): rZ Partner — O Limited C General u Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGHT THUMBPRINT OF SIGNER 0 Number of Pages: Signer's Name: O Individual ❑ Corporate Officer — Title(s): O Partner —O Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I RIGI T UMBPRINT OF SIGt'ER ® 2004 Nalionat Notary Association • 9350 De $oto Ave.. P.O. Box 2402 • Chats"rm, CA 91913 -2402 Item No, 5907 Reorder. call Td Fnca 1.900-878-6827 ACKNOWLEDGMENT State of California County of Orange On Nov. 7. 2006 before me, A. P. Coats, Notary Public (here insert name and tie of the officer) personally appeared Douglas A- Rapp personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by tLm4wltheir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand anlefficial seal. m COM M WATT 8 1 M...1498145 war vuauc W Signature ryrr�Fm wrzsar (Seal) Chubb POWER Federal Insurance Company Attn: Surety Department OF Vlgslant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by Them Pry, That FEDERALINSURANCE COMPANY, an Indiana owpwA on, VIGILANT INSURANCE COMPANY,aNewYankomporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Douglas A. Rapp or Linda D. Coats of Laguna Hills, California---------------------------- - - - - -- am% as their true arW fawhll Attorney -I i-Faa to execute under such desWafion In their names and to aft their corporate seals to and deliver [or and on their bdW as surety thereon or otherwise, bonds and urdanatdngs and other wMigs obligatory in the nature thereof (outer than bat bonds) given or executed in the course of business, and any Instruments amending or altering the same, and consents to the motion or alteration of any instrument referred to in said bands or obligations. In Wlmss Whereof, said FEDERAL INSURANCE COMPANY, VWA AW INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these preseMs and affixed their corporate seals on ids 22nd day of January, 2004 STATE OF NEW JERSEY as. County of Somerset Someat WIN Ls �1 i Onitta 22ndbyot January, 2004 . berore me, aNamy Public d New J msgspwsonsycwwKernetntz Wanda, tomakiom to beABaistant Samtwyd FEDERAL MURANCE COMPAM:VIGt.ANTNSURANCE COMPANY, and PACIFIC INDEW M CO~,, to companies~ count ift Megoig Power otAltaney, and IM said 1(ennub C. Wantdd beMtp by ma duty swom,did depose wtdsmy0 whe IsAubwnt Seaetery d FEDERAL RISURANCE COMPANY, WGILANT NSURANCE COMPANY, and PACIFIC NDEMNrrY COMPANYand Imows thecnnporws sealsthmed, twt(he seal; a>Waedb to k goig PowerdAnamaywe m; mcwporatesedsandwwelw $WagmdbyautddtydireBX4&mdsald Ompwimendtmhes4ned= MPowerdAlbntryasAeaiaWnSmewydsWQ rfmiss by Rm audwty: and #W ha is acquainted with Rank E. RobwtsM end brows him at be Vke Presided of said Con ieC and the dw algrabm d Free E. Robertsm atocrbed to said Power dAtbmeyIs h rite ti mdse hwMwltbtg d Rank E Fkbebon, and was Mmvto ak=Abed byanAMmy d said Bylaws and In depatwdb presence. Notarial Seal Karen A. Price Notary t uk State of New Jersey �Q.i C _� a ��e No. 2231647 No" Pubk DERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: 'AX fur �aftomey for and on bdaff of the Company may and shag be executed to the name and on behalf of the Company, either by the Chairman or the President or a Vice Presided or an Assistant Yee Presided, )*W with to Secretary or an Assistant Secretary; under their respective desigco,ons. The slgature of such oilcans may be engraved, p6med or lithographed. The swam of each of fire following officers: Chaimam Presided, any Via President any Assistant Vice Resided, any secrdsry; any Assistant Secretory and the seal of the Company) may be affixed by facsimile to any power of aaaney or to any wrlificato relaft thereto appointing Assistant Secretaries or Atbmeys n -Fact for purposes only of exam4mg and alleON bads and urdertaNngs and other wd W abli o y ki the nature thereof. and awry such power of atbrney or certificate beang such facsimile, a gnatue or facsimile seal snag be valid and trilling upon the Company and any such power so executed and codified by such facsimile si maim and iaesirrile seal stall be valid and binding upon the Company with respect to any bond or umdelagng to which I is attached.' 1, Kennoth C. Wendel, Assistant Seaelary of FEDEM INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC MEMNITYCOMPA (the'Cenpanlae) do hereby certify that . m the faegoirg extract d the Ry -Laws of tfd Compahies is true and coneU (I) the Conp oles ate duly licensed and authorized to transact suety business In all so of the United States of America and the Disffict of Coiatbia and are autladzed by the U. S. Treasury DepaMSnt fu t1w,, Federal and VOW ate licensed In Puerto Rico and the U. S. Virtprn Islands, and Federal is Aconnsed in American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (W—) the foregoing Power d Attorney is tone, coned and In fu6 brca and effect Given uder my hard and seals of said Companies at Warren, NJ this 7th day d NayadDer 2006 0 1 ? t —k— ; •� � �oIAN►' e n 7wh�e WA IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY.OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 -3485 Fax (908 ) 903 -3656 e-mail: suretyfl3Chubb.00m Fpm 15-104M (Ed. 4-90) CMWKT California Business Search DISCLAIMER: the information displayed here is current as of OCT 27, 2006 and is updated weekly. It is not a complete or certified record of the Corporation. Corporation SEQUEL CONTRACTORS, INC. Number: C1677728 Date Filed: 12/18/1990 Status: active Jurisdiction: California Address 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Agent for Service of Process THOMAS S PACK 13546 IMPERIAL HWY SANTA FE SPRINGS, CA 90670 Blank fields indicate the information is not contained in the computer file. If the status of the corporation is "Surrender ", the agent for service of process is automatically revoked. Please refer to California Corporations Code Section 2114 for information relating to service upon corporations that have surrendered. Page 1 of 1 http:// kepler. ss. ca. gov/ corpdata/ ShowAIlList ?QueryCorpNwnbei= CI677728 &printer =yes : 11/02/2006 License Detail Page 1 of 2 License Detail CALIFORNIA CONTRACTORS STATE LICEN Contractor License # 610600 DISCLAIMER A license status check provides information taken from the CSLB license data base. Before on this information, you should be aware of the following limitations: • CSLB complaint disclosure is restricted by law (B &P 71.24.6). If this entity is subject tc complaint disclosure, a link for complaint disclosure will appear below. Click on the fin button to obtain complaint and /or legal action information. • Per B &P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. • Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. • Due to workload, there may be relevant information that has not yet been entered ont Board's license data base. Extract Date: 11/02/2006 * * * Business Information * * * SEQUEL CONTRACTORS INC 13546 IMPERIAL HIGHWAY SANTA FE SPRINGS, CA 90670 Business Phone Number: (562) 802 -7227 Entity: Corporation Issue Date: 01/24/1991 Expire Date: 01/31/2007 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * Class Description 0 GENERAL ENGINEERING CONTRACTOR * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 81400215 in the an $10,000 with the bonding company http: / /www2.cslb.ca.gov /CSLB_LIBRARY /License +Detail.asp 11/02/2006. License Detail FEDERAL INSURANCE COMPANY. Effective Date: 01/0112004 Contractor's Bonding History Page 2 of 2 BOND OF QUALIFYING INDIVIDUAL(1): The Responsible Managing Officer (RMO) A MAGALLANES certified that he /she owns 10 percent or more of the voting stock/equity corporation. A bond of qualifying individual is not required. Effective Date: 12/05/1995 * * * Workers Compensation Information * * * This license has workers compensation insurance with the AMERICAN HOME ASSURANCE COMPANY Policy Number: 7209386 Effective Date: 10/01/2006 Expire Date: 10/01/2007 Workers CQmpensation History Personnel listed on this license (current or disassociated) are listed on other licet Personnel List Other Licenses License_Number Request Contractor Name Request Personnel Name Request Salesperson Request salesperson Name Request © 2006 State of California. Conditions of Use Pr vacy Pollcy http:// www2. csl b. ca. gov/ CSLB_LIBRARY /License+Detail.asp 11/02/2006 ACORD CERTIFICATE OF LIABILITY INSURANCE OP 10 DATE FVJ WYYM 1 11109/06 PRODUCER The Wooditch Company Insurance Services, Inc. 1 Park Plaza, #400 Irvine CA 92614 Phone: 949 -553 -9800 Fax :949 -553 -0670 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATIO ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW INSURERS AFFORDING COVERAGE NAIC 0 INSURED MalMal Contr to ;aq'�i Inc. Impe�rxl7ujs'CAw90670D' Santa Fe CA INSURER/: Km Zmesb m rAeDreaPe CO. POLICY NUMBED! NSU a IhRL0=1 CALM PL" ne. Co. lE INSURERD: AmrlP Sea Aaeoaaaae Co. OEMEULLIPAUTY INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABTNE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CCNDRION OF ANYCONTRACT OR OTHER DOCUME14T YnTH RESPECT TONMICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SU&IECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE UMRS SHONN WAY HAVE BEEN REDUCED BY PAID CLMUi_ LTR NSR TYPE OF INSURANCE POLICY NUMBED! DATE M lE UIT$ OEMEULLIPAUTY EACH OCCURRENCE $1,000,000 PRBAI8la3 oo'=m= $100,000 A X X C011L ERO&LGEERAL.UTAt➢u1Y CLASAS MADE ® OCCUR 2702970 10/01/06 10101/07 Mm EXP (Any em Pn ) S5,000- PERSONAL&ADVINJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENL AGGREGATE UNRAPPUESPEit PRODUCTS- COMPCPAGG $2,000,000 POLICY j LAC A X AUrMOELB X UAINUTY NY AAUm 2703163 10/01/06 10/01/07 COAeINEDSNOLEUMIT (Eh IAA $1000,000 , , BODILY INJURY P'°�°N $ ALL OARED AUTOS SCHEDULED AUTOS BODILY WURY Fv 90den� $ HIRED AUTOS NON CMM AUTOS PROPERLY DAMAGE LPR RcldNl $ GARAGE LIABILITY AUTO ONLY- EAAOCDENT S OTHER THAN PA ACC AUTO ONLY. AGO S ANYALTIO $ ELCES$AUBRFLLIALNMUTY EACH OCCURRENCE $5,000,000 S X I OCCIR ❑CLAmmm RED947982 10/01/06 10/01/07 AG<EGATE $5,000,000 s s DEDUCIiBLE $ RETENTION $10,000 `, WORKERS COMPENSATION AND ANYPROR[F=VATY OF�FsIC,ERIMENDER ECCWDE67 E 7209386 10/01/06 1O/01/07 X TORY LENS ER EL EACH ACCIOENY $2,000,000 EL DISEASE - EAEIPL $1,000,000 SPELIAPROV &below EL DISEASE - POLICY UMLR $1 000 000 OTHER DESCRIPTION OF OPERA7gNS1 LOCATIONS IVEIICLESIEWLUSIONS ADDED BY ENDORSEMBFUISPECIALPROVISIONS * Except 10 Days Notice or Cancellation For Non- payment of Premium. RE: Placentia Ave. and Niospital Road; Street Rehabilitation. City of Newport Beach, its officers, agents, officials, employees and volunteers are included as Additional Insureds as raspects General Liability and Auto Liability par attached endorsements. ** SIM NOTES ** glaipwv /anaiwv /wcwv /x CERTIFICATE HOLDER CANCELLATION City of Newport Beach ATTN: Public Works Departmsat 3300 Newport n1vd. Newport Beach CA 92663 NEWPORT 191000DAKYOF7IEABDYE 081IMIY® POLICIES BECANCE LEO BFDORETHE SXPLGIIT DATETIEAEDSTHENBCINOIN $URERWILLMDMffg=GMNL 30 DAvswRmEN HOLDM NAMED m THE LEFT, IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(es) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such eedorsement(s). DISCLAIMER The Certificate of insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. This Insurance shall apply as Primary and Non-Contributory per endorsement. Waiver of Subrogation for General Liability, Auto Liability, and Workers' Compensation: Sea Attached Endorsements. ENDORSEMENT This endorsement, effective 12:01 AM. 10/01/06 Policy No.: 2702870 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED -WHERE REQUIRED UNDER CONTRACT OR AGREEMENT This endorsement modifies insurance provided antler the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Section It. Who Is An Insured, 1., is amended to add: d. Any person or organization to whom you become obligated to include as an additional insured under this policy, as a result of any contract or agreement you enter Into, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lesser of: 1. The coverage and/or limits of this policy, or 2. The coverage and/or limits required by said contract or agreement. Name of Person or Organization: City of Newport Beach, Its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. 61714(12f94) This endorsement, effective 12:01 A.M. 10/01/06 Policy No.: 2702870 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. ADDITIONAL INSURED - PRIMARY INSURANCE This endorsement modifigs insurance provided under the following: COMMERCIAL LIABILITY COVERAGE FORM Section IV, Commercial General Liability Conditions, paragraph 4., Other Insurance, subparagraph a. Primary Insurance, is amended by the addition of the fallowing: However, coverage under this policy afforded to an additional insured will apply as primary insurance where required by contract, and any other insurance issued to such additional insured shall apply as excess and noncontributory insurance. Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. 74434 (10199) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT# This endorsement, effective 12:01 AM 10/01/06 Forms a part of the Policy No.: 2703163 issued to: Sequel Contractors, W. By: New Hampshire Insurance Co. ADDPPIONAL INSURED — WHERE REQUIRED UNDER CONTRACT OR AGREEMENT (PROFESSIONAL SERVICES EXCLUSION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section H — Liability Coverage, A. — Coverage, 1. — Wbo is sn bnsared, is amended to add: d. Any person or organization to whom you become obligated to include as an additional insmedui d thrs policy, as a results of any contract or agreement you enter im0, excluding contracts or agreements for professional services, which requires you to furnish insurance to that person or organization of the type provided by this policy, but only with respect to liability arising Out of your operations or premises owned by or rented to you. However, the insurance provided will not exceed the lessor of 1. The coverage and/or limits of this policy, Of 2. The coverage and/or limits requiredby said contractor agreement Name of Person or Organbation; City of Newport Beach, its ofrrcer s, agents, officials, employees and volunteers RE; Placentia Ave. and Hospital Road; Street Rehabilitation 61710 (12194) POLICY NUMBER: 2702870 COMMERCIAL GENERAL LIABILITY CG 24 0410 93 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COM- MERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of yourongoing operations or 'Your work° done under a contract with that person or organization and included in the 'products- completed operations hazard ". This waiver applies only to the person or organization shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Ina, 1992 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ENDORSEMENT 8 This endorsement, effective 12:01 A.M. 10/01 /D6 Policy No. 2703163 issued to: Sequel Contractors, Inc. By: New Hampshire Insurance Co. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Section IV - Business Auto Conditions, A. - Loss Conditions, 5. - Transfer of Rights of Recovery Against Others to Us, is amended to add: However, we will waive any right of recovery we have against any person or organization with whom you have entered Into a contract or agreement because of payments we make under this Coverage Form arising out of an "accident" or "loss" if: (1) The "accident" or "loss" is due to operations undertaken in accordance with the contract existing between you and such person or organization; and (2) The contract or agreement was entered into prior to any "accident" or "loss ". No waiver of the right of recovery will directly or indirectly apply to your employees or employees of the person or organization, and we reserve our rights or lien to be reimbursed from any recovered funds obtained by any injured employee. Name of Person or Organization: City of Newport Beach, Its officers, agents, officials, employees and volunteers RE. Placentia Ave. and Hospital Road; Street Rehabilitation. AUTHORIZED REPRESENTATIVE 62897 (6/95) WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313 (Ed. 484) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (this agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Name of Person or Organization: City of Newport Beach, its officers, agents, officials, employees and volunteers RE: Placentia Ave. and Hospital Road; Street Rehabilitation. This endorsement changes the policy to which It is attached and is effective on the date Issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective Policy No. 7209388 Endorsement No. Insured: Sequel Contractors, Inc. Premium Insurance Company American Home Assurance Countersigned by WC 00 0313 (Ed. 484) C 1983 Natlonal Caunc! an Compensation kuurarm 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: 11 -14 -06 Dept. /Contact Received From: Shari Rooks Date Completed: 11 -15 -06 ' Sent to: Shari By: April Walker Company /Person required to have certificate: Sequel Contractors Inc. GENERAL LIABILITY A. INSURANCE COMPANY: New Hampshire Ins. Co, B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED Company (Must be California Admitted) Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? 2mil agg/lrail occ E. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? ® Yes ❑ No F. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No G. PRIMARY & NON - CONTRIBUTORY WORDING (Must be included): Is it included? ® Yes ❑ No H. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes ®No I. NOTIFICATION OF CANCELLATION: Although there is a provision that requires not cation of cancellation by certified mail; per Lauren Farley, the City will accept the endeavor wording. IL AUTOMOBILE LIABILITY A. INSURANCE COMPANY: New Hampshire Ins. Co. B. AM BEST RATING (A: VII or greater): A +XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? ® Yes ❑ No D. LIMITS (Must be $1M min. BI & PD and $500,000 UM): What is limits provided? imil E. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? ® Yes ❑ No F. PRIMARY & NON - CONTRIBUTORY WORDING (For Waste Haulers only): NIA Is it included? ❑ 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. III. WORKERS' COMPENSATION A. INSURANCE COMPANY: American Home Assurance Co. B. AM BEST RATING (A: VII or greater): A +XV C. LIMITS: Statutory D. WAIVER OF SUBROGATION (To include): Is it included? ® Yes ❑ No HAVE ALL ABOVE REQUIREMENTS BEEN MET? ® Yes ❑ No IF NO, WHICH ITEMS NEED TO BE COMPLETED? SEQUEL CONTRACTORS, INC. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT PROPOSAL PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 STPL -5151 (021) 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. 3801 in accordance 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 Lump Sum Mobilization @ ltvaww/Dollars and 00 Cents $ Per Lumr Sum 2. Lump Sum Traffic C ntr q -off AOVJ� Dollars and °'O 'or Cents $ 111;7/ Per Lump Sum 3. Lump Sum Install ar d ai ai�visory Signs @, / Do� 00 and Cents $ Per Lump um SEQUEL CONTRACTORS, INC. PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 4. Lump Sum Surveying S rvice @ Ilars DU and Cents $ Per Lump Sum 5. 62,000 SF Cold Mill AC Pavement @ '©" Dollars 00 and Cents Per Square fFoot 6. 1,000 SF Remove and Reconstruct 6 -Inch AC Full Depth (Dig -outs) Dollars 00 and 60 —�J Cents $ $ Per Square Foot 7. 4,000 CY Remove Pavement @ i * Dollars Cents $ 33.E —' $ /302 Opp, �a Per Cubic Yard 8. 420 TN Minimum 1 -Inch Thick AC Level' Co a Dollars and 4� Cents Per Ton 9. 2,400 TN Minimum 2 -Inch Thick ARHM Sugface urse Dollars D and Cents Per Ton SEQUEL CONTRACTORS, INC. PR3of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 6,000 TN 8 -Inch Thick A Base Course @ IlKw Dollars o /L�� and 00 �J - Per Ton Cents $ $ �}Z3 7'O 11. 200 LF Remove and Reconstruct 8 -Inch PCC Type A CyFb and Gutter @ (� Dollars OU and QQ D� --Cents $ $ Per Linear Foot 12. 600 SF Remove and Reconstruct 4 -Inch Thick PCC Sidewalk @ Nor Dollars av and 00 Cents $ $ Per Square Foot 13. 200 SF Remove and Reconstruct PCC �Driiiveway Approach @ / /M4� Dollars and Cents $ / $ Per Square Foot 14. 2,200 SF Remove and Reconstruct PCC C ��s,, //G/utter @ ,,{{�� /—V2 Dollars Q OQ and U Cents $ $ Per Square Foot 15. 18 EA Adjust Manhole Frame and Cover to Grade1 �� @ J/X ?�U pct /�0 Dollars O and Cents Per Each SEOUEL CONTRACTORS, INC. PR4of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. 20 EA Adjust City Water Valve Frame and Cov ov r to rade @ I Dollars DO U and — _Cents $ $ �i Per Each 17. 10 EA Adjust MCWD Water Valve Frame and CoveXIV111,011w oGrade .fix Dollars and D� "CJ Cents $ $ _ Per Each 18. 5 EA Adjust Survey Monument Frame nd9� verto'''GGrade @ A /Wd n Dollars and Av � o� Cents $ o/ $ Per Each 19. 1 EA Remove and Reconstruct PCC CCurb ess p, Detail "A" A[ 6i Ae5#4ollars h /�. and T/ Cents $� $ Per Each 20. 1 EA Remove and Reconstruct PCC Curb cess p, Detail "B" Dollars and _Cents $ $ Per Each 21. 10 EA Remove and Reconstruct PCC Curb p�cess mp, Detail "K" /��ollars 670 and y r Cents $ $� Per Each 'SEQUEL CONTRACTORS, INC. PR5of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 22. 3 EA Remove and Reconstruct PCC Curb cess��a�m,,,p,,//D�etaii "H" @ //ti4�'/ ODollars and Cents Per Each 23, 8 EA Install Raised Truncated Domes at Existing cess Ramp ° aow Dollars T and Cents Per Each 24. 1 EA Remove and Abandon Curb Acc �,R.ya /m @ �9L°�'/v � Dollars and Cents Per Each 25, 4 EA Root Prune Existing Tree and Install Root rrier Colt 71&�50� Dollars and Cents Per Each 26. 2 EA Replace S /e``etlighh��t//P��ull Box @v'X ! 11110 0 Dollars and Cents Per Each 27. 8 EA Replace,TTra/ffi Sni /gnnall Pull Box (uUY/b ���►bollars and — Cents Per Each $ w~�$ $ �00 $ T -- M / A9 1— ov 9 $4"06 SEQUEL CONTRACTORS, INC. PR6of6 ITEM QUANTITY AND UNIT ITEM DESCRIPTION AND UNIT PRICE WRITTEN IN WORDS UNIT PRICE TOTAL PRICE 28. 70 EA Replaq raqlc Signal nawctor L @ Dollars and Cents ✓� $ .( $ Per Each 29. 1 EA onst ct 4inc Thick PCC / 9e @ Dollars OD j/�/v DQ and Cents $ Per Each 30. Lump Sum Install Paveme Striping, Mkirfg an arke @ ollars 610 and Cents , $ Per Lump Sum 31. Lump Sum As -built Plans nd DBE Ce 'r @ Dollars 40 and /_Cents $ Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and _Cents My o 1 zoos Date (582) 802 -71ei 056PI sn2 -7499 Bidder's Telephone and Fax Numbers 610600A Bidder's License No(s). and Classification(s) $ Total Price (Figures) - SEQUEL Bidder Ifs. Bfkf on d Signature and Title IMPERIAL HWY. SANTA FE SPRINGS CALIF Ork470 Bidder's Address Last saved by srooksl0/091200612:30 PIVI,.. f:WserslpbwlsharedlconVactsVy 0"7Vacentia & hospital rd rehab o-3801Vproposal c-3801.doc PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS PLACENTIA AVENUE AND HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 STPL -5151 (021) 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 Contract 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 2 -12.11 Buy America Requirements 7 SECTION 3 CHANGES IN WORK 8 3 -3 EXTRA WORK 8 3 -3.2 Payment 8 .3 -3.2.3 Markup 8 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 SECTION 5 UTILITIES 9 5 -1 LOCATION 9 5 -2 PROTECTION 9 5 -7 ADJUSTMENTS TO GRADE 9 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 10 6 -9 LIQUIDATED DAMAGES 11 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 11 7 -5 PERMITS 11 7 -7 COOPERATION AND COLLATERAL WORK 11 7 -7.1 Weather Related Construction 11 7 -8 PROJECT SITE MAINTENANCE 11 7 -8.5 Temporary Light, Power and Water 11 7 -8.6 Water Pollution Control 12 7 -8.6.1 Best Management Practices and Monitoring Program 12 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 13 7 -10.3 Street Closures, Detours, Barricades 13 7 -10.4 Safety 14 7- 10.4.1 Safety Orders 14 7 -10.5 "No Parking" Signs 15 7 -10.7 Notice to Property Owners 15 7 -15 CONTRACTOR'S LICENSES 15 7 -16 CONTRACTOR'S RECORDS /AS BUILT DRAWINGS 16 SECTION 9 MEASUREMENT AND PAYMENT 16 9-3 PAYMENT 16 9 -3.1 General 16 9 -3.2 Partial and Final Payment 20 SECTION 201 201 -1 201 -1.1.2 SECTION 214 214-4 214-5 SECTION 215 215 -1 SECTION 300 300 -1 300 -1.3 300 -1.3.1 300 -1.3.2 300 -1.5 SECTION 302 302 -5 302 -5.1 302 -5.4 SECTION 303 303 -5 303 -5.1 303 -5.1.1 303 -5.5 303 -5.5.2 303 -5.5.4 SECTION 307 307 -2 307 -2.4 307 -2.9 PART 2 - -- CONSTRUCTION MATERIALS 21 CONCRETE, MORTAR, AND RELATED MATERIALS 21 PORTLAND CEMENT CONCRETE 21 Concrete Specified by Class 21 PAVEMENT MARKERS 21 NONREFLECTIVE PAVEMENT MARKERS 21 'REFLECTIVE PAVEMENT MARKERS 21 ADVISORY SIGNS 21 GENERAL 21 PART 3- -- CONSTRUCTION METHODS EARTHWORK 21 CLEARING AND GRUBBING 21 Removal and Disposal of Materials 21 General 21 Requirements 22 Solid Waste Diversion 22 ROADWAY SURFACING 22 ASPHALT CONCRETE PAVEMENT 22 General 22 Tack Coat 22 CONCRETE AND MASONRY CONSTRUCTION 23 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 23 Requirements 23 General 23 Finishing 23 Curb 23 Gutter 23 STREET LIGHTING AND TRAFFIC SIGNALS 23 CONSTRUCTION GENERAL 23 Pull Boxes 23 Signal Interconnect Cable (SIC) 23 307-4 TRAFFIC SIGNAL CONSTRUCTION 24 307 -4.93 Inductive Loops 24 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATION 24 308 -1 GENERAL 24 SECTION 310 PAINTING 25 310 -5 PAINTING VARIOUS SURFACES 25 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 25 310 -5.6.7 Layout, Alignment and Spotting 25 310 -5.6.8 Application of Paint 26 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 26 312 -1 PLACEMENT 26 PART 4 SECTION 400 ALTERNATE ROCK PRODUCTS, ASPHALT CONCRETE, PORTLAND CEMENT CONCRETE AND UNTREATED BASE MATERIAL 27 400 -2 UNTREATED BASE MATERIAL 27 400 -2.1 General 27 302 -2.1.1 Requirements 27 PART 6 SECTION 600 MODIFIED ASPHALTS, PAVEMENTS AND PROCESSES 27 600 -2 CRUMB RUBBER MODIFIED (CRM) BINDERS AND PAVEMENTS — WET PROCESS 27 600 -2.1 Asphalt- Rubber 27 600 -2.1.1 General 27 600 -2 -6 Asphalt- Rubber Hot Mix Gap- Graded 27 600 -2.6.3 Rolling 27 APPENDIX A ADVISORY SIGNS APPENDIX B CURB ACCESS RAMP STANDARD DRAWINGS APPENDIX C MCWD STANDARD PLAN NO. 14 APPENDIX D CALTRANS STANDARD PLAN NO. ES -5A, ES -513, & ES -8 APPENDIX E CITY CALTRANS PERMIT �KLb2005WuNP6VASpmNlCaatrsccA£Y 05- %TLACENT &HO PnAi.& REHAB C- 380I\5PECS MD C- 380t.&c SP 1 OF 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS PLACENTIA AVENUE & HOSPITAL ROAD STREET REHABILITATION CONTRACT NO. 3801 STPL -5151 (021) INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions; (2) the Plans (Drawing Nos. R- 5899 -S, T- 5950 -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. (5) Caltrans Standard Specifications (Latest Edition). 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 WORK 2 -6 WORK TO BE DONE Add to this section, "The work necessary for the completion of this contract consists of mobilization, traffic control, removal and reconstruction of curb and gutters, sidewalks, driveway approaches, access ramps and structural pavement sections, cold milling and overlaying AC, adjustment of manhole and water valve frame and cover to grade, replacement of traffic signal detector loops, signing and striping and other incidental items not mentioned that are required by the Plans and Specifications." 2 -9 SURVEYING 2 -9.3 Survey Service. Add to this section: "The Contractor's California Licensed Land Surveyor shall utilize /follow the existing City survey records used for the project SP 2 OF 27 design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Coast Surveying, Inc. and can be contacted at (714) 918 -6266. At a minimum, two (2) sets of staking for all areas shall be included in the bid price and copies of each set shall be provided to City 48- hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work. the Contractor shall prepare and submit the Corner Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor will be back - charged for the cost of restoring all survey ties and /or monuments damaged by the Work." 2 -9.6 Survey Monuments. The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with Wes Wittmeyer, 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 SP3OF27 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. 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. SP4OF27 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. 2 -12.3 PREVAILING WAGE Attention is directed to Section 7- 1.01A(2), "Prevailing Wage," of the Caltrans Standard Specifications. The general prevailing wage rates determined by the Director of Industrial Relations, for the county in which the work is to be done, are attached and are available at the Public Works Department. Updates to the general prevailing wage rates are available at web site: http: / /frwe bgate. access. g po. g ov /cg i -bi n /getd oc. cg i ?d bna me= Davis- Bacon &docid= CA20030035 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. SP5OF27 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. SP6OF27 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: hftp://www.dir.ca.gov/DLSE/Debar.html. 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 SP7OF27 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. 2 -12.11 BUY AMERICA REQUIREMENTS Attention is directed to the 'Buy America" requirements of the Surface Transportation Assistance Act of 1982 (Section 165) and the Intermodal Surface Transportation Efficiency Act of 1991 (ISTEA) Sections 1041(a) and 1048(a), and the regulations adopted pursuant thereto. In accordance with said law and regulations, all manufacturing processes for steel and iron materials furnished for incorporation into the work on this project shall occur in the United States; with the exception that pig iron and processed, pelletized and reduced iron ore manufactured outside of the United States may be used in the domestic manufacturing process for such steel and iron materials. The application of coatings, such as epoxy coating, galvanizing, painting, and any other coating that protects or enhances the value of such steel or iron materials shall be considered a manufacturing process subject to the "Buy America" requirements. A Certificate of Compliance, conforming to the provisions in Section 6 -1.07, "Certificates of Compliance," of the Standard Specifications, shall be furnished for steel and iron materials. The certificates, comply with the specifications, shall also processes for the materials occurred in th e allowed herein. SIP 8OF27 in addition to certifying that the materials specifically certify that all manufacturing United States, except for the exceptions The requirements imposed by said law and regulations do not prevent a minimal use of foreign steel and iron materials if the total combined cost of such materials used does not exceed one -tenth of one percent (0.1%) of the total contract cost or $2,500, whichever is greater. The Contractor shall furnish the Engineer acceptable documentation of the quantity and value of any foreign steel and iron prior to incorporating such materials into the work. SECTION 3 - -- CHANGES IN WORK 3 -3 EXTRA WORK 3 -3.2 Payment 3 -3.2.3 Markup. Replace this section with, (a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............. ............................... 20 2) Materials ........ ............................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3- 3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SECTION 4 - -- CONTROL OF MATERIALS 4 -1 MATERIALS AND WORKMANSHIP 4 -1.3 Inspection Requirements 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 SP9OF27 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 3d paragraph: "upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: "In the event that an existing pull or meter box or cover is damaged by the Work and is not re- useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5 -7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, SBC Telephone, cable television, and other utility facilities to have 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 sewer /storm 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 SP 10 OF 27 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 45 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 151, 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 4t", 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 day), December 25th (Christmas), and December 31st (New Year's Eve — half day). If January 1st, July 4th, November 11th or December 25th falls on a Sunday, the following Monday is a holiday." 6 -7.4 Working Hours. Normal working hours are limited to 7:00 a.m. to 4:30 p.m., 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 6:00 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 SP 11 OF 27 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 $500.00 Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $500.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations." SECTION 7--- RESPONSIBILITIES OF THE CONTRACTOR 7 -5 PERMITS. Add to this section: "The Contractor shall follow the provisions of the City's Caltrans Permit contained in Appendix E of these Special Provisions and incorporated herein and pay for all necessary fees associated with the Caltrans requirements." 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 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." 7 -7.1 WEATHER RELATED CONSTRUCTION. The Contractor shall monitor the five (5) day weather forecast. If precipitation is forecast the site shall be secured one day prior to precipitation so that the street subgrade is protected from any runoff. Contractor will be responsible for inclement weather damage to the construction area. 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 SP 12 OF 27 with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a quantity charge for water usage and repair charges for damage to the meter." Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." 7 -8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, 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 http://www.city.newport - beach.Ga.us/r)ubworks/links.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. 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, Inc. SP 13 OF 27 The advisory signs and digital message solar boards shall be placed one week prior to the start of construction. The City will determine the location and provide the information to be displayed on the advisory signs and digital message boards. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the 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, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. 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. 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 by a licensed Traffic Engineer and conform to the provisions of the WORK AREA TRAFFIC CONTROL HANDBOOK (W.A.T.C.H), Latest Edition. Traffic Control Plans shall be signed and sealed by a California licensed traffic engineer. Traffic control and detour plans shall meet the following requirements: 1. Emergency vehicle access shall be maintained at all times. 2. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. Four changeable message signs (solar) are required for the Project. 3. All advanced warning sign installations shall be reflectorized and /or lighted. 4. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be SP 14 OF 27 the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected property owners. 5. On Hospital Road, a minimum of one travel lane shall be provided in each direction from 9:00 AM — 3:00 PM and as modified below in phasing sections; all lanes shall be open during other hours. 6. The work shall be divided into 5 phases: a. Phase 1 shall be the work on Placentia Avenue from Superior Avenue to North City Limit. Contractor to maintain minimum one lane in each direction with access to driveways at all times. b. Phase 2 shall be the work on Placentia Avenue from Superior Avenue to Flagship Road. Contractor to maintain one -lane south bound, with driveway and Flagship Road access at all times. Northbound traffic shall be detoured on Hospital Road to Superior to S/B Placentia Avenue. c. Phase 3 shall be the work on Placentia Avenue from Flagship Road to Hospital Road. Contractor shall excavate no more than 18 -ft wide pavement at a time to maintain one -lane .for emergency vehicle access and shall detour all other traffic around the work area via Hospital Road and Superior Avenue. d. Phase 4 shall be the work at the intersection of Hospital Road /Placentia Avenue. Access to HOAG Hospital shall be maintained at all times. The Contractor shall submit a traffic control phasing plan for approval by City prior to start of any work. e. Phase 5 shall be the work on Hospital Road from Placentia Avenue to Newport Boulevard and the work on Flagship Road. For the work on Hospital Road at Newport Boulevard, Contractor to maintain one left-turn lane, one through lane, and one right -turn lane in East bound at all times. For the work on Flagship Road, Contractor shall maintain one lane in each direction with access to the medical facilities at all times. The Contractor shall submit a traffic control phasing plan for approval by City prior to start of any work. When one phase is completed and temporarily striped, the next phase can then be started." 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 15 OF 27 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 Contractors 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 Property Owners. Ten working days prior to starting work, the Contractor shall deliver a construction notice to adjacent businesses and residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty -eight hours prior to the start of construction, the Contractor shall distribute to the adjacent businesses and residents 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 a General "A" Engineering Contractors License in the state of California. 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 16 OF 27 7 -16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As- Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up -to -date and reviewed 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. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include providing bonds, insurance and financing, establishing a field office, preparing the SWPPP or BMP Plan and 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 adjacent businesses and residents. In addition, this item includes preparing traffic control plans prepared and signed 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 and all Caltrans requirements Item No. 3 Install and Maintain Advisory Signs: Work under this item shall include the fabrication, placement, maintenance and removal of four (4) advisory signs placed at approximately 500' outside of the work limits on Placentia Avenue and SP 17 OF 27 Hospital Road in each traffic flow direction. Size of sign, lettering size and other information to be displayed on the sign will be as directed by the City Inspector. See Appendix A for example. In addition, four (4) digital message solar boards are to be installed on either side of work area as directed by the City Inspector. Item No. 4 Surveying Services: Work under this item shall include the cost of construction staking, preliminary grades, final grades, centerline ties, all horizontal alignment, survey monument adjustment, as -built field notes, filing of comer records, reestablishment of property corners disturbed by the work, and other survey items as required to complete the work in place. Item No. 5 Cold Mill AC Pavement: 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. 6 Remove and Reconstruct 6 -inch AC Full Depth (Dig- outs): Work under this item shall include saw - cutting, removing and disposing of the existing pavement, grading, subgrade compaction, constructing 6 -inch AC base course and all other work items as required to complete the work in place. Additional areas of failed pavement will be identified and painted in the field by the City prior to starting construction. The shapes of dig -out areas are irregular and vary from 10 SF to 100 SF. Item No. 7 Remove Pavement: Work under this item shall include the cost of all labor, equipment and materials including, but not limited to, sawcutting, excavating, removing, and disposing of existing roadway pavement to accommodate the proposed structural section as shown on the plans, and all other work items as required to complete the work in place. Item No. 8 Construct Minimum 1 -inch Thick AC Leveling Course: Work under this item shall include crack sealing of all cracks that are wider than % -inch in width, construction of AC leveling course, compaction, and all other work items as required to complete the work in place. Item No. 9 Construct Minimum 2 -inch Thick ARHM Surface Course: Work under this item shall include placing, spreading and compaction of minimum 2 -inch thick ARHM surface course and all other work items as required to complete the work in place. Item No. 10 Construct 8 -inch Thick AC Base Course: Work under this item shall include placing, spreading and compacting 8 -inch thick AC and all other work items as required to complete the work in place. Item No. 11 Remove and Reconstruct 8 -inch P.C.C. Type A Curb and Gutter: Work under this item shall include removing and disposing of the existing curb and gutter, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter per City Standard Drawing No. STD - 182 -L, re- SP 18 OF 27 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. Item No. 12 Remove and Reconstruct 4 -inch Thick P.C.C. Sidewalk: Work under this item shall include removing and disposing of the existing sidewalk, subgrade compaction, constructing the 4 -inch thick P.C.C. sidewalk per City Standard Drawing No. STD - 180 -L, and all other work items as required to complete the work in place. Item No. 13 Remove and Reconstruct P.C.C. Driveway Approach: Work under this item shall include removing and disposing existing improvements, subgrade compaction and constructing P.C.C. driveway approach per City Standard Drawings No. STD -162 -L and No. STD -164 -L at location(s) shown on plans and all other work items as required to complete the work in place. Item No.14 Remove and Reconstruct P.C.C. Cross Gutter: Work under this item shall include removing and disposing existing improvements, subgrade compaction and constructing P.C.C. cross gutter per City Standard Drawing No. STD -185 -L at location(s) shown on plans and all other work items as required to complete the work in place. Item No. 15 Adjust Manhole Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all manhole frames and covers to grade per City Standard Drawing No. STD -111 -L and all other work as required to complete the work in place. Item No. 16 Adjust City Water Valve Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all water valve frames and covers to grade per City Standard Drawing STD -511 -L and all other work items as required to complete the work in place. Item No. 17 Adjust MCWD Water Valve Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all water valve frames and covers to grade per Mesa Consolidated Water District (MCWD) Standard Drawing No. 14 and all other work items as required to complete the work in place. Item No. 18 Adjust Survey Monument Frame and Cover to Grade: Work under this item shall include adjusting, lowering and raising during paving operation, of all survey monument frames and covers to grade per City Standard Drawing STD-1 16-L and all other work items as required to complete the work in place. Item No. 19 Remove and Reconstruct Curb Access Ramp, Detail "A ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Detail "A" on plans and City Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised SP 19 OF 27 truncated domes shall be dark grey colored and shall be 'Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 20 Remove and Reconstruct Curb Access Ramp, Detail "B ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Detail "B" on plans and City Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 21 Remove and Reconstruct Curb Access Ramp, Case "K ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be 'Terra Paving" as manufactured by Wausau Tile, Inc (715).359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 22 Remove and Reconstruct Curb Access Ramp, Case "H ": Work under this item shall include removal and disposal of existing improvements and reconstruction of curb access ramp per Standard Plan No STD - 181 -L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 23 Install Raised Truncated Domes at Existing Access Ramp: Work under this item shall include saw - cutting, removal and disposal of conflicting portions of concrete access ramp, installing Raised Truncated Domes per Standard Plan No STD - 181-L. Refer to Appendix B for Curb Access Ramp Standard Drawings. Raised truncated domes shall be dark grey colored and shall be °Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 24 Remove and Abandon Curb Access Ramp: Work under this item shall include saw - cutting, removing and disposing existing improvements, subgrade compaction and constructing P.C.C. sidewalk and curb and gutter per City Standard Drawing No. STD-1 65-L at location shown on plan and all other work items as required to complete the work in place. Item No. 25 Root Prune Existing Tree and Install Root Barrier: Work under this item shall include root pruning and disposal, providing and installing root barriers per Section 308 -1.4, removal and disposal of excess soil, and all other work required to complete the work in place. All utilities or other improvements damaged by the work SP 20 OF 27 shall be immediately repaired at the expense of the Contractor and no additional compensation shall be made. Item No. 26 Replace Street Light Pull Box: Work under this item shall include removing existing street light pull box, providing and installing new street light pull box, and wiring per City of Newport Beach STD -204 -L and all other work items as required to complete the work in place. Item No. 27 Replace Traffic Signal Pull Box: Work under this item shall include removing existing traffic signal pull box, providing and installing new pull box at proposed grade, and wiring per Caltrans Standard Plan No. ES -8 and all other work items as required to complete the work in place. Item No. 28 Replace Traffic Signal Detector Loops: Work under this item shall include all labor and material to install and connect traffic detector loops to existing termination pull box and all other work as required to complete the work as 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. 29 Remove Existing Improvement and Construct 4 -inch Thick PCC Passage Way: Work under this item shall include removal and disposal of existing improvements and construction of PCC passage way per detail on Plan (Sheet 618); relocating bike button pole and lower buttons on signal pole to 40 -inch above finish grade. Raised truncated domes shall be dark grey colored and shall be "Terra Paving" as manufactured by Wausau Tile, Inc (715) 359 -3121 of Wisconsin or equal, and all other work items as required to complete the work in place. Item No. 30 Install Pavement Striping, Markings, and Markers: Work under this item shall include installing traffic striping, pavement markings and markers, temporary striping and all other work items as required to complete the work in place. Item No. 31 As -built Plans and DBE Certification: Work under this item shall include all actions necessary to provide as -built drawings. These drawings 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." SP 21 OF 27 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, Type V." 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 Advisory signs shall be per detail enclosed within these Special Provisions Appendix A. However, 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: "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 htt ://www.cit .new ort- beach. ca. us /GSV /Frachised %20Haulers.htm." 300 -1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300 -1.3.2 of the Standard Specifications except as modified and SP 22 OF 27 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. 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 base course shall be III -62 -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. In residential areas no highway rated equipment or trucks are to be used (eg. no super, trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by 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 -1h asphaltic emulsion at a rate not to exceed one — SP 23 OF 27 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." 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." 303 -5.5 Finishing 303 -5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S" 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 -2 CONSTRUCTION GENERAL 307 -2.4 Pull Boxes. Add to this section: "Where the sump of an existing pull box is disturbed by the Contractor's operations, the sump shall be reconstructed and, if the sump was grouted, the old grout shall be removed and new grout placed. 307 -2.9 Signal Interconnect Cable (SIC). Traffic signal interconnect cables shall not be spliced unless shown otherwise on the plan. The number of pairs to be provided shall be as shown on the plans. SIC shall be AWG #19 and conform to IMSA Specification 40 -2. A minimum of 3 -feet of slack shall be provided at each pull box and 6 -feet of slack at each traffic signal controller cabinet. The ends of unused SIC conductors shall be folded back and taped securely to the cable. SP 24 OF 27 No new pull boxes shall be installed in or within one foot of any curb ramp. Caltrans Standard Plan ES -8, Pull Box Details, Note 4 -a.5 and b.10, shall not apply to this project." 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 -513 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 or 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. Prior to removal of the damaged concrete, no root pruning will be allowed after the new concrete has been installed. b. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. c. Roots shall be cleanly severed using a root- pruning machine, approved by the City's Urban Forester and Field Maintenance Superintendent prior to the start of the contract. 2. Arbitrary Root Cut a. A straight cut with a root - cutting machine (Vermeer or Dosko) shall be made to the length of the repair as indicated. b. The cut shall be a minimum 12" below grade for sidewalks and 18" for curbs, and shall be made as far away from the tree base as possible. SP 25 OF 27 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 a root - pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. 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. 4. Root Barrier Specifications: a. Install root barrier panels with the length of each root pruning cut at a minimal of 12" below grade for sidewalk and 18" for curbs. b. The product shall be a minimal of 0.085 thickness and material of polyethylene plastic with ultra violet inhibitors (e.g., Century Root Barrier Panels, CP- Series, CP12 -2). c. The product shall be installed per manufacture's specifications. SECTION 310 -- PAINTING 310 -5 PAINTING VARIOUS SURFACES 310 -5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310 -5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." SP 26 OF 27 310 -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 Contractors 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." SECTION 312 - -- PAVEMENT MARKER PLACEMENT AND REMOVAL 312 -1 PLACEMENT. Amend this section with: "1. The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD - 902 -L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of the pavement or slurry." SP 27 OF 27 _7130! _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 Bid Item: Construct 2 -Inch Thick ARHM Surface Course, 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." F:1Users\PBMShared \Contracts \FY 06- 07\PLACENTIA S HOSPITAL RD REHAB 43807 \SPECS C3801.doc it �' t 1l. 1 nn �i• � b - i . y S c hl �: ., t:'; �e n�° r }J ' ra. ,� •r.tl; 1. J. -it J �h:� 'rr tbliaMQ.�lferJf .. ' � ✓.. ':.r'...r �.`�` `'�_ ~ i, 1.87!,.•' '�' � . {' ' �:', _ ., . r'FI 'Y }!11: - u�l' !'t"'r' ::1 .ui • IA. '1 a:. i..'.. :•fie .'�Ii� •A. , ` c_ :A4PM�y n TI•, :' :: �.q r . a i�' � ;.�vi.�rioieei�aY'f�.. ae1 - ; f 1 ✓. a. ..r. JLxx 1 1444 0 .... ... .. ... ... ..... .. . . r. wkn` .. .. .... .. Cr: IA ]nI 11" 1� A . ... .. i6 . , 'Ayr I mw v Y 14 VLs,�;;:" • M� ... .... V, lk wt - M-5 I r r �1) SIQp, SPECIAL PROVISIONS APPENDIX B CURB ACCESS RAMP STANDARD DRAWINGS yn l Frt d Q' O V t 00 1--x I r 8.317 Max 107 Mox of curb See Nate 8 . Ji Crosswalk $ rn.3 M;,, _ Rounded `107 Max F'7 4' MIN. FM of Curb ,a ►� ry < 4' MIN. Sane Notes 9, 15 r 8.337 Max IQ 'n planting area y 4' MIN. variable Crosswalk � CASE e ao Aor8 Relainki b If necamai of 4' min ed 9e t--- -j 1"ol sidewalk ��• I O -Ko I See Note 8 107. Mcurb --`A or �B. CASE "B" edge of Notes 91.15 and 16 CASE "E" nacess Curb if A- 5 Il of sidewalk t edge � e: rh i See Note8 1 a Iy See Note 8 Front H edgpe lk pp f sidewo II. K.. 107 Max 4' MIN, See Notes 9; 1S and 16 at curb- See Holes 9, 15 ' A 18 and 16 CASE "C" CASE "F" Use whenj sidewalk is less than 6 N wide See. Note.4 See Note 8 n� of 1 L07 Max CASE "D" See Notes 9, 15 and 16 Top or ramp y M;,, _ Rounded �"--`�-1 15 and 16 FM TJ 8 Ezj - `6.337 27 Max. ,SECTION A -A NOTE: PLEASE SEE STD - 181 -L -C FOR ALI. NnTps Top of romp t�elaining curb Rounded neaessary 8.337 Max 27 Max. 7 SECTION BrB Depress entire sidewalk as required Retaining curb 27 Max .. if necessary SECTION C -C CASE "O" See Note 4 LENGTH OF CURB TRANSITION -X- (TYPICAL) Curb height Transition 6- 5.0' min. 8' 6.7- Min. Removal onq replacement Limit of a at contractor a option unless otherwise shown Rounds s =x• on project plans — — — 8.337 Max T3 DETAIL H Existing curb and sidewalk ( in) IM ` 1/4 Iq,,��..: GROOVTNn TYFTA I I r� NOTES 1. IF DISTANCE FROM CURB TO BACK OF SIDEWALK IS TOO SHORT TO ACCOMOOATE RAMP AND 1.22 m (4 ft.) PLATFORM AS IN CASE A, THE SIDWALK MAY BE DEPRESSED LONGITUDINALLY AS IN CASE 8 OR C OR MAY BE WIOENED AS IN CASE D. 2. IF SIDEWALK IS LESS THAN 6 FEET WIDE THE FULL WIDTH OF THE SIDEWALK SHALL BE DEPRESSED AS SHOWN IN CASE C. 3. WHEN RAMP IS LOCATED IN CENTER OF CURB RETURN, CROSSWALK CONFIGURAAON MUST BE SIMILAR TO THAT SHOWN FOR CASE E TO ACCOMMODATE WHEELCHAIRS. 4. FOR CASES F AND G. THE LONGITUDINAL PORTION OF THE SIDEWALK MAY NEED TO BE DEPRESSED AS SHOWN IN CASE B. 5. IF LOCATED ON A CURB THE SIDES OF THE RAMP NEED NOT BE PARALLEL, BUT THE MINIMUM WIDTH OF THE RAMP SHALL BE 4 FEET. 6. MANSIAONS FROM RAMPS TO WALKS GUTTERS, OR STREETS SHALL BE FLUSH AND FREE OF ABRUPT CHANGES. Z SIDEWALK AND RAMP THICKNESS, "r, WALL BE 4 INCHES MINIMUM. 8. THE RAMP SHALL HAVE A 12 INCHES WIDE BORDER WITH 114 INCH GROOVES APPROXIMATELY 314 INCH ON CENTER. SEE GROOVING DETAIL. 9. WHEN DETECTABLE WARNING SURFACE IS NOT REQUIRED OW 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 10% 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 UAUTY FACILITIES WITHIN THE BOUNDARIES OF THE CURB RAMP WILL BE RELOCATED OR ADJUSTED TO GRADE BY THE OWNER PRIOR TO, OR IN CONJUNCTION WITH, CURB RAMP CONSTRUCTION. 12. MAXIMUM SLOPES OF ADJOINING GUTTER, THE ROAD SURFACE IMMEDIATELY ADJACENT TO THE CURB RAMP AND CONTINUOUS PASSAGE TO THE CURB RAMP SHALL NOT EXCEED 5 PERCENT WITHIN 4 FEET OF THE TOP OR BOTTOM OF THE CURB RAMP. 13. CONCRETE SHALL BE 560 -C -3250. 14. RETROFITS -. WHEN A WHEELCHAIR RAMP IS ADDED TO AN EXISTING FACILITY, THE CHANGES ARE PERMI T ED. (A) RAMP GRADE IN CASE "C" MAY BE INCREASED TO 47. (B) OTHER RAMP GRADES MAYBE INCREASED TO A MAXIMUM OF IT.TX (NEVERTHELESS, THEY SHOULD BE AS FLAT AS FEASABLE). (C) WHERE THE 4 FEET PLATFORM IS NOT FEASABLE, THE WIDTH MAY BE DECREASED TO 3 FEET. (D) THE PLATFORM MAY BE ELIMINATED IF THE GRADE DOES NOT EXCEED 8.338. 15. RAISED TRUNCATED DOMES SHALL BE DARK GREY COLORED AND SHALL BE "TERRA PAVING" AS MANUFACTURED BY WAUSAU ALE, INC. OF WW5CONSIN OR EQUAL. 16. DETECTABLE WARNING SURFACES SHALL EXTEND 610mm (24 in.) MINIMUM IN THE DIRECRON OF TRAVEL AND THE FULL WOTH OF THE CURB RAMP. NOTE: REFER TO CALTRANS CURRENT STANDARDS PLAINS. FOR UP -TO -DATE REQUIREMENTS. MMUC WORKS DEPARTMENT CURB ACCESS RAMP � iaLa � a , NOTES �: F. DRAV?MG NO. STD - 181 -L -C SPECIAL PROVISIONS APPENDIX C MCWD STANDARD PLAN NO. 14 z o C4 W Z W J z 6 "x 6" CONCRETE o z COLLAR CLASS z a 560-C -3250 :2z 00 s J of WATER MAIN - CONCRETE ANCHOR) I BLOCK -CLASS 420 -C -2000 "A" #4 STEEL REINFORCING BARS COATED WITH MINN. MINING &MANUFACTURING EC -244, KOPPERS CO. BITUMASTIC NO. 505 OR APPROVED EQUAL, ABOVE CONCRETE ONLY FINISHED PAVED SURFACE 14 GAUGE COPPER WIRE LENGTH OF PIPE 12" LAP INTO WELL 8" PVC PIPE VALVE BUTTERFLY E VALVE GENERAL NOTES: 1. ANCHOR BLOCK ONLY REQUIRED WHEN VALVE IS NOT FLANGED TO TEE OR CROSS PER SECTION 9.06 (b). 2. PROVIDE VALVE STEM EXTENSION IF DEPTH TO VALVE DOES NOT EXCEED 4 FT. 3. DIMENSION "C EQUALS TRENCH WIDTH PLUS 2 X THE PIPE DIAMETER. BROOKS'. 4TT TRIANGLE LID OPERATOR TYP) NOTE 4) PIPE (TYP) I- w cF �f 1 SATED VALVE (TYP) ka"Wilut ., 1. .0 1, 4. BUTTERFLY VALVE OPERATORS SHALL BE LOCATED ON THE LEFT HAND SIDE OF THE VALVE STANDING THE TEE OR CROSS) AND OF THE (AT VALVE SIZE DIMENSION LOOKING THROUGH THE VALVE TOWARD THE A a PIPE END. WHERE CONCRETE CROSS GUTTERS 6" 12" 12" WILL EXIST AT STREET INTERSECTIONS WHICH WILL INTERFERE WITH VALVE BOXES THE PIPELINE 8" 12 12" SHALL BE MOVED TO A POSITION OF 7 FEET 10" 12" 12" OFF CURB FACE TO CLEAR CROSS GUTTER. 12" 12" 12" IQ ft O,,,.., STANDARD BUTTERFLY ace °` °` VALVE INSTALLATION ` 06/09/0+ 4 I SPECIAL PROVISIONS APPENDIX D CALTRANS STANDARD PLAN NO. ES -5A, ES -513, & ES-8 plsT cam Rwrz I� LOOP INSTALLATION PROCEDURE I. LegM .Inll D. anfeME In Imee. , A • , d uu.'."r cwnsr�g "x4' 2. Bw alote in for IWD cdlwtlor¢ de i In eOMd. l^'I 's .ux v:3imM E °t loop Om a I•o0 -In Mi wf tram °e xenl u e.rt h Ift do 3. e10Mrw'• DMrwn afcfon °MII M z' -tl' minlmuln. Biatmc° Datwn INd-In aax }¢ /:14:91 2'- ¢MII W W. minimum. 4. Norton, at me Olot dron ad *heath with N Sharp Oeme. Dirve+in 2KYAG¢w Makimt(NanrMCp Lomllm LOMIIM of "far• IMtalli.9 Idm eeNUCtore. m S. Slate M]11 D° N°Ma Yntll Clnn, olden wt and iMrw9hly dried t =VN A A � B. Adlawnf ,m O an tM A...Nd, unit tlgnnel Atoll De d. In I^•1 - - Wpa•ite dlrwiieM. t.r uS T. Identify ne clrwtt mlr¢ In 1M PW I Cox s?Il i?GI� � f ='a" Mh leap nd tram 15) aM flhOn IF) a1 wnestar. tell leenilh and tell I•ae- in -CpD10 .Itn •aMOr numDM and ON**. EP *cc fa EP B. IM +OII Imp e°n0 cMr In •lOt uOln9 O Yea to l/• Mick we Na l0. B B aaienn, p awm.M xaad paddlae f t rna Dottom of tM aalrad el°t) pul I box Pul I box q I Pull box Pull box IrI 9. No den tine 2 twisted pairs anal lei metaled In na eared elet. TYPE IA TYPE 2A TYPE 3A TYPE 4A N ID. All w moltional s' -D^ of ¢lack IONtb of conwetor far Me 1°°e -In run INSTALLATION INSTALLATION INSTALLATION INSTALLATION O M WII Mx. SAWCUT DETAILS o03 II. The welttonal ImO ?n of men mnaFtT' for e¢n imp Atoll M frlNOe (Type A loop defector mer,wNflne INwrnMe) tagetrwr into a "1, 1 form par 3' -A• minlmuml before being p1mad I° tM 2t ON <max, , lowln9 to wl1 pw. I. to tnn IA • 1 Type A lead mly lgliraRln In each lane, 0) 3. 1B ENV ,B • 1 Type B Ipop cm.tlOv . 1. In Aeon Ion°. 12. Teet well 1 Irtulf far mlfiml , cirNIt mai°tarce aM iMYlafln oaP c h 3. IC . 1 Type c loop d°nfiparott� •hrerilp IOM• o• rvwird. r °° Stance or IN pull n,t N}aM fIINn9 OI°+s. 4.10 e0 1 B 1°cp In pope lane. a tMV type ant ploNal E Iomp, emTlwratim in taon lone. till In 6. ID t0 f TryYM 13. elete M Morn d•toll0. tMiwm - mai Type A E d I�DII ' ""fll.....he only Q `K° IA. Spilm imp mholue, & +O *m- In -CWIa. SplluO 4x11 W wlbrw. Iw ep•el }lea er W. °n pl °nel d 15. tnt a pre Conductor shall o prior o n, .� N IfaI in nduit + e tt aalm rm entering he Note. W 14. Lead- in -mbl• 4MN M+ be 1l PIteO Mfreen tM pun load and fine, controller wDIMf tere N1O. 17. Teet wen Imp Clmulr far wnriNlry, alrwlt reciatahN ON In.notlon B 2 dl 5 ) 3 � S � 3 � DI rNl•tan. a1 the me+re11V miplM Ideation. a IN. Where Ia[p mMlcTOm am Nt to M spllCee " O IeoYln•cmler the S N* of tlw .'all De toped and wterproorm with °I°°+rlml Z icnPiMry q peo N. F F HI WINDING DETAILS F N Sw wr•s i one T OI x 1 3 3 1 a 3 z I Y4 pin ro ✓t AqR for Type I Imp co e.Frer -:l. 9 tar rypn x Ito, m euetar j` is ' Dept m MPM m a:' rmel �A Led, ewlant I -- r•w`rw r: �:,y" rowlren •' acaPPM •A TYPICAL LOOP CONNECTIONS e ° °1aM' �+., Lr �, , :.' : •+ End loop Ifolerwl IDwrwa nn,¢ Mpneent the pull MM) 17 •,Ia 3 w,,,t IoW 3 t IrW.liwrinaatare See Note 9 u+ Imp Ifwl4+sel STATE OF CALpaRNY de�lm .peon).) ° DEPARTMENT OF T,AMEPO4TATCN • SECTION A -A SECTION B -B SECTION C -C ELECTRICAL SYSTEMS SLOT DETAILS - TYPE 1 AND TYPE 2 LOOP CONDUCTOR (DETECTORS) NO SCALE ES -SA 1 oxner Awn T• -0' b pY $ or traawl _ �► Dlreatlon y I«— ot 1 _ I I L i-- W" I•L00b Y]ta f� 5 T— v O E S I a N =� 3..a. WINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE A LOOP DETECTOR CONFIGURATION TYPE 8 LOOP DETECTOR CONFIGURATION x N L L O � El El F-1 El Olo•- N �I 1o• -D' 10• -c 10._0• o•O10'- 101D• -0^O TYPICAL TYPE A INSTALLATION TYPICAL TYPE 8 INSTALLATION Z 61n91a LWw SIn91e LoM S R 0 SAWCUT DETAIL WINDING DETAIL a A N TYPE C LOOP DETECTOR CONFIGURATION DlMCtlea T M travel -" 1'- •• P' -6' 2' -3" 01 trawl -� V r 6 Not Not. 2 6e of tralnn of 1 1 a Z - NO1< 1 Ct.ldl. aai J �f• m e q W See xefe 1 6p -LWINDING DETAIL SAWCUT DETAIL WINDING DETAIL SAWCUT DETAIL TYPE D LOOP DETECTOR CONFIGURATION TYPE E LOOP DETECTOR CONFIGURATION T— 6•• WINDING DETAIL SAWCUT DETAIL NOTES: 1. Round at IX�M ongit 10 yr.ven, aaaaw to tanEUCM1. r .la9onal la1 TYPE 0 LOOP DETECTOR CONFIGURATION TYpo D ene- 2. llwtall J Iarlu eMn an1Y erM TYM D leap n a a e li aMlmel. ]Mtell 5 fum. Men ana Typo D loop 16 eon=n riiD } a0eltlwwl 153 O�O�O O ` '. STATE Df CfLIF01ppA DEPARTMENT Ci iRANSPORiAIpN 6' -0' x 6' -D" loops nn a smear un11. 10'•tl 10'-0' 0'- PLAN VIEW OF ELECTRICAL SYSTEMS TYPICAL TYPE E INSTALLATION DIAGONAL SLOT (DETECTORS) Singl. W. AT CORNERS NO SCALE ES -5B rock W TOP VIEW TOP VIEW Sending bum .1t A" Min to N' Max LIP- grace ISDO Nate 31 T Gwn wen" eVmp Grounding bushing SECTION A -A No. 311 /2(T), No. 5(T) AND No. W) TRAFFIC PULL BOX ExfensiOn ird to [a 1" Min Max nigh. late t. wSAIng Tap flesh with finished grace (Sues wt. 3) - Se Mate 2 S. Deed, Jumper M grounding buxi �Extsnslon Mhen cox hoeea iraaformer, sanest, or SII, Wifl.d CrounO clean Crushed rack sump <IOmP - Grousing electrode When .p.c]fl" or nroin role men pax Mu es t ..of Inner SECTION B -B INSTALLATION DETAILS DIMERSIOe TABLE RTE BOX N - CC MY RS PULL SOX Ulhftl m w Mln shun Udall Rex N elmum » Mlnlmun D Edge Edge TM1lckneee ant ExTmelon NO LO lnlekroe ana Extenalon x L +xx B w R Tnlcknwa Taper No. 3% 1" M Exlansian P_I" 1' -6" XI" S No ExMnslon W-3wi 10%" I M. s 1" 1' -1O" 1' -e .` 2'-2%" 1' -e" t' -11 /' 1' -1 v/. 2" 3' M. 6 1-8% ;L" 1' -6' 2'•6%" 1' -S Il /' Y' %i' w Eseludinq eacAlt set ell TOO dlmen.lon DIMENSIGH TABU COMICRETE BO C PULL es% Altltla ee an Ex}Mala BO L0 111 e w n m a N R ed B T d L3� M OM0 and extension -f " NO. 3IITI I i Edge e T 10 "! 1" DOG. HOt A IY 1' -0 "S 1' -1 "3 C �" Nene NO. %TI 1 ," 1' -0" 1' -11%'4 1" 2' -5VI$ I I.-I Doge Net Apply IV-3-11 V-411 O" I NOrA M. SIT) 2" 1' -4" 2'-6"! 1' Y -I1 Vx "! 1' -11 %i'I 1'•5Y 1-1 Dee. Not APly 2' -9 "1 V -6 --Y 0" 1 con i usluaHq canduit wad w Tap dimension NOTES ON PULL BOXES: I r.aran. ml.W wa wnmxwneevmae 1. Traffla pun Dex atw I be pravldea ran stns) cover and eOmew CCeCnft feet np. Stwl [Over atoll Igva emNaaea Milli, d pattern. 2. Steel rllnf.rcImd atoll be as ro9ularly Geed in the ...Wera p,eaua+. of fro reodesti. mmufocturor. 3. TOP Of Pull mat I�Un O fl and. ..,rWMlnp prods or top of odl..+ adjacent f0 and protected by a concrete fwlM ffon, Pale Ior Other IV surrounding armed ttshort practicable, lbulll D � e osionl In +M v.1elt of wrOa atoll Do places od aaM ft the back M cure, and Nil Games rtavn adlotwf ft staeadrw sia11 be plooed on skis of faundatlon facing away from traffic, uAla.Y ofMrvlaa lnHd. YMO Nil box Is Install" In sldexalk area, fro social of 1M pun box .nail Go "lusted so fat the Top of the Nil Dw Is flush with the slaeralk. X. Pull max covers final he mark" as follows: "SERVICE" Service circuits boteen service point and .,W.. disconnect! 'SPRINKLER-COMROL- 3prinkler Central olrculfe3 50 V or I..DI 'CALTRANS' Oh oll pull Do.., pr epi WII Goods seethed SPRINKLER - CONTROL"; aM'TELEPHOMe Tal.pnw wrvtw. o) me. 3% "N Des. 11 `SIGNAL" TroNit slpnal tlrtun. With or wllMUl strew Or elan I lgnfin9 oiraulte. 2 ST LIOHTINO w " Street or sign lighting circuits rare lf eops fs under 600 V. D) W. 5, 6, 9 or 9A Nil bas. 1)1I114AFFIC SIGUL- Troffl. signal tire.]+. With or vitMGt s+r.w SIR. IlgMln9 circuits. 2) "STREET LIGHTING" Street Or sign lighting a]rculfs Whers valtdge le under 600 V. 3) %TREET LIGHTING-HIGH VOLTAGE' Street or sign lighting clrowt. where v..Mw is above Goo V. 4) 'IRRIGATION' Ciroun& f0 irrlgwlon c0 .Sr 120 V cr mere. 5) "RAMP 1STW' Ram, mover circuit.. 6) "LtlIIM STATION" count ar OPed monitor circuits. 7) "CGY.I MCATION" Communication clrculls. f) 70S COIMMICATIO ' MS camsami[atIon. Ilns 9) "M POKER" WE power. lo) "TOC POKER' Telephone dem.+T.n cabl Mt Peer. 111 "CCTV' Closed circuits ielevlsbn [Irwna. 12) "NS' Traffl. monNOring Station drculia. 13) "G/$' Chargeable meawge Sign airculta. IA) "HAR' HI(nnoy aeVlwry r "la OIMUlta. S. GenalM Jumper for ....I sower..Mll w 3' long, lelnlnme. 6. The amine) dimensions a the dii In Mich the or dais she ll w the same ae the [OV.r dowbulielm .wept the length and slafh d]manslona MMII be y' greatar. T. Cover. and basµ AMll Go Mfer.Pali rIfh w VarMO .taMOM "10 and temp). pope.. WMn InNrchoMM4 With a standard .1. er finale P9e. the tap surface shall De flats xI+hln l/E'. TO owelaa "fle a dgl[rate tavera ant "11 Mkw eMll Mve a l/f min Sun radius. S. Pull be»s atoll not be Installed within the boundaries of new or exMAnq pure amps. 9. Pull boxes TN and slectrollers, Pat a signal standards eMll Da W. d I S' -0' from the elwlan a iM adj0gllf .1 ... roller, Pon Or a19na1 .tandem. Pull ""a anall to placed "face+ to back of curb or edge of elnulMr ....0 rMr. this Ie Impril.tcal, a box nay be placed in another Suitable protected and accessible locotlon. STATE Or CALIFORNIA DEPARTMENT OF TRANSPoRTATION ELECTRICAL SYSTEMS (PULL BOX DETAILS) NO SCALE Lift Me —\ Hold -down bolt! A Dnx romforeed yn D E -bar welded frmq —. Reinforced % {' In M »I plow "Warr, golvanl»d after fearleetion. S.. Net... r03aiaeaiir"mnZ Pull box ` BmdIM Jumper, see Hafe 5 PCC I I 6" Yin all bround+l d 3 3- Min ml Ground- TOP VIEW TOP VIEW Sending bum .1t A" Min to N' Max LIP- grace ISDO Nate 31 T Gwn wen" eVmp Grounding bushing SECTION A -A No. 311 /2(T), No. 5(T) AND No. W) TRAFFIC PULL BOX ExfensiOn ird to [a 1" Min Max nigh. late t. wSAIng Tap flesh with finished grace (Sues wt. 3) - Se Mate 2 S. Deed, Jumper M grounding buxi �Extsnslon Mhen cox hoeea iraaformer, sanest, or SII, Wifl.d CrounO clean Crushed rack sump <IOmP - Grousing electrode When .p.c]fl" or nroin role men pax Mu es t ..of Inner SECTION B -B INSTALLATION DETAILS DIMERSIOe TABLE RTE BOX N - CC MY RS PULL SOX Ulhftl m w Mln shun Udall Rex N elmum » Mlnlmun D Edge Edge TM1lckneee ant ExTmelon NO LO lnlekroe ana Extenalon x L +xx B w R Tnlcknwa Taper No. 3% 1" M Exlansian P_I" 1' -6" XI" S No ExMnslon W-3wi 10%" I M. s 1" 1' -1O" 1' -e .` 2'-2%" 1' -e" t' -11 /' 1' -1 v/. 2" 3' M. 6 1-8% ;L" 1' -6' 2'•6%" 1' -S Il /' Y' %i' w Eseludinq eacAlt set ell TOO dlmen.lon DIMENSIGH TABU COMICRETE BO C PULL es% Altltla ee an Ex}Mala BO L0 111 e w n m a N R ed B T d L3� M OM0 and extension -f " NO. 3IITI I i Edge e T 10 "! 1" DOG. HOt A IY 1' -0 "S 1' -1 "3 C �" Nene NO. %TI 1 ," 1' -0" 1' -11%'4 1" 2' -5VI$ I I.-I Doge Net Apply IV-3-11 V-411 O" I NOrA M. SIT) 2" 1' -4" 2'-6"! 1' Y -I1 Vx "! 1' -11 %i'I 1'•5Y 1-1 Dee. Not APly 2' -9 "1 V -6 --Y 0" 1 con i usluaHq canduit wad w Tap dimension NOTES ON PULL BOXES: I r.aran. ml.W wa wnmxwneevmae 1. Traffla pun Dex atw I be pravldea ran stns) cover and eOmew CCeCnft feet np. Stwl [Over atoll Igva emNaaea Milli, d pattern. 2. Steel rllnf.rcImd atoll be as ro9ularly Geed in the ...Wera p,eaua+. of fro reodesti. mmufocturor. 3. TOP Of Pull mat I�Un O fl and. ..,rWMlnp prods or top of odl..+ adjacent f0 and protected by a concrete fwlM ffon, Pale Ior Other IV surrounding armed ttshort practicable, lbulll D � e osionl In +M v.1elt of wrOa atoll Do places od aaM ft the back M cure, and Nil Games rtavn adlotwf ft staeadrw sia11 be plooed on skis of faundatlon facing away from traffic, uAla.Y ofMrvlaa lnHd. YMO Nil box Is Install" In sldexalk area, fro social of 1M pun box .nail Go "lusted so fat the Top of the Nil Dw Is flush with the slaeralk. X. Pull max covers final he mark" as follows: "SERVICE" Service circuits boteen service point and .,W.. disconnect! 'SPRINKLER-COMROL- 3prinkler Central olrculfe3 50 V or I..DI 'CALTRANS' Oh oll pull Do.., pr epi WII Goods seethed SPRINKLER - CONTROL"; aM'TELEPHOMe Tal.pnw wrvtw. o) me. 3% "N Des. 11 `SIGNAL" TroNit slpnal tlrtun. With or wllMUl strew Or elan I lgnfin9 oiraulte. 2 ST LIOHTINO w " Street or sign lighting circuits rare lf eops fs under 600 V. D) W. 5, 6, 9 or 9A Nil bas. 1)1I114AFFIC SIGUL- Troffl. signal tire.]+. With or vitMGt s+r.w SIR. IlgMln9 circuits. 2) "STREET LIGHTING" Street Or sign lighting a]rculfs Whers valtdge le under 600 V. 3) %TREET LIGHTING-HIGH VOLTAGE' Street or sign lighting clrowt. where v..Mw is above Goo V. 4) 'IRRIGATION' Ciroun& f0 irrlgwlon c0 .Sr 120 V cr mere. 5) "RAMP 1STW' Ram, mover circuit.. 6) "LtlIIM STATION" count ar OPed monitor circuits. 7) "CGY.I MCATION" Communication clrculls. f) 70S COIMMICATIO ' MS camsami[atIon. Ilns 9) "M POKER" WE power. lo) "TOC POKER' Telephone dem.+T.n cabl Mt Peer. 111 "CCTV' Closed circuits ielevlsbn [Irwna. 12) "NS' Traffl. monNOring Station drculia. 13) "G/$' Chargeable meawge Sign airculta. IA) "HAR' HI(nnoy aeVlwry r "la OIMUlta. S. GenalM Jumper for ....I sower..Mll w 3' long, lelnlnme. 6. The amine) dimensions a the dii In Mich the or dais she ll w the same ae the [OV.r dowbulielm .wept the length and slafh d]manslona MMII be y' greatar. T. Cover. and basµ AMll Go Mfer.Pali rIfh w VarMO .taMOM "10 and temp). pope.. WMn InNrchoMM4 With a standard .1. er finale P9e. the tap surface shall De flats xI+hln l/E'. TO owelaa "fle a dgl[rate tavera ant "11 Mkw eMll Mve a l/f min Sun radius. S. Pull be»s atoll not be Installed within the boundaries of new or exMAnq pure amps. 9. Pull boxes TN and slectrollers, Pat a signal standards eMll Da W. d I S' -0' from the elwlan a iM adj0gllf .1 ... roller, Pon Or a19na1 .tandem. Pull ""a anall to placed "face+ to back of curb or edge of elnulMr ....0 rMr. this Ie Impril.tcal, a box nay be placed in another Suitable protected and accessible locotlon. STATE Or CALIFORNIA DEPARTMENT OF TRANSPoRTATION ELECTRICAL SYSTEMS (PULL BOX DETAILS) NO SCALE w Eseludinq eacAlt set ell TOO dlmen.lon DIMENSIGH TABU COMICRETE BO C PULL es% Altltla ee an Ex}Mala BO L0 111 e w n m a N R ed B T d L3� M OM0 and extension -f " NO. 3IITI I i Edge e T 10 "! 1" DOG. HOt A IY 1' -0 "S 1' -1 "3 C �" Nene NO. %TI 1 ," 1' -0" 1' -11%'4 1" 2' -5VI$ I I.-I Doge Net Apply IV-3-11 V-411 O" I NOrA M. SIT) 2" 1' -4" 2'-6"! 1' Y -I1 Vx "! 1' -11 %i'I 1'•5Y 1-1 Dee. Not APly 2' -9 "1 V -6 --Y 0" 1 con i usluaHq canduit wad w Tap dimension NOTES ON PULL BOXES: I r.aran. ml.W wa wnmxwneevmae 1. Traffla pun Dex atw I be pravldea ran stns) cover and eOmew CCeCnft feet np. Stwl [Over atoll Igva emNaaea Milli, d pattern. 2. Steel rllnf.rcImd atoll be as ro9ularly Geed in the ...Wera p,eaua+. of fro reodesti. mmufocturor. 3. TOP Of Pull mat I�Un O fl and. ..,rWMlnp prods or top of odl..+ adjacent f0 and protected by a concrete fwlM ffon, Pale Ior Other IV surrounding armed ttshort practicable, lbulll D � e osionl In +M v.1elt of wrOa atoll Do places od aaM ft the back M cure, and Nil Games rtavn adlotwf ft staeadrw sia11 be plooed on skis of faundatlon facing away from traffic, uAla.Y ofMrvlaa lnHd. YMO Nil box Is Install" In sldexalk area, fro social of 1M pun box .nail Go "lusted so fat the Top of the Nil Dw Is flush with the slaeralk. X. Pull max covers final he mark" as follows: "SERVICE" Service circuits boteen service point and .,W.. disconnect! 'SPRINKLER-COMROL- 3prinkler Central olrculfe3 50 V or I..DI 'CALTRANS' Oh oll pull Do.., pr epi WII Goods seethed SPRINKLER - CONTROL"; aM'TELEPHOMe Tal.pnw wrvtw. o) me. 3% "N Des. 11 `SIGNAL" TroNit slpnal tlrtun. With or wllMUl strew Or elan I lgnfin9 oiraulte. 2 ST LIOHTINO w " Street or sign lighting circuits rare lf eops fs under 600 V. D) W. 5, 6, 9 or 9A Nil bas. 1)1I114AFFIC SIGUL- Troffl. signal tire.]+. With or vitMGt s+r.w SIR. IlgMln9 circuits. 2) "STREET LIGHTING" Street Or sign lighting a]rculfs Whers valtdge le under 600 V. 3) %TREET LIGHTING-HIGH VOLTAGE' Street or sign lighting clrowt. where v..Mw is above Goo V. 4) 'IRRIGATION' Ciroun& f0 irrlgwlon c0 .Sr 120 V cr mere. 5) "RAMP 1STW' Ram, mover circuit.. 6) "LtlIIM STATION" count ar OPed monitor circuits. 7) "CGY.I MCATION" Communication clrculls. f) 70S COIMMICATIO ' MS camsami[atIon. Ilns 9) "M POKER" WE power. lo) "TOC POKER' Telephone dem.+T.n cabl Mt Peer. 111 "CCTV' Closed circuits ielevlsbn [Irwna. 12) "NS' Traffl. monNOring Station drculia. 13) "G/$' Chargeable meawge Sign airculta. IA) "HAR' HI(nnoy aeVlwry r "la OIMUlta. S. GenalM Jumper for ....I sower..Mll w 3' long, lelnlnme. 6. The amine) dimensions a the dii In Mich the or dais she ll w the same ae the [OV.r dowbulielm .wept the length and slafh d]manslona MMII be y' greatar. T. Cover. and basµ AMll Go Mfer.Pali rIfh w VarMO .taMOM "10 and temp). pope.. WMn InNrchoMM4 With a standard .1. er finale P9e. the tap surface shall De flats xI+hln l/E'. TO owelaa "fle a dgl[rate tavera ant "11 Mkw eMll Mve a l/f min Sun radius. S. Pull be»s atoll not be Installed within the boundaries of new or exMAnq pure amps. 9. Pull boxes TN and slectrollers, Pat a signal standards eMll Da W. d I S' -0' from the elwlan a iM adj0gllf .1 ... roller, Pon Or a19na1 .tandem. Pull ""a anall to placed "face+ to back of curb or edge of elnulMr ....0 rMr. this Ie Impril.tcal, a box nay be placed in another Suitable protected and accessible locotlon. STATE Or CALIFORNIA DEPARTMENT OF TRANSPoRTATION ELECTRICAL SYSTEMS (PULL BOX DETAILS) NO SCALE i usluaHq canduit wad w Tap dimension NOTES ON PULL BOXES: I r.aran. ml.W wa wnmxwneevmae 1. Traffla pun Dex atw I be pravldea ran stns) cover and eOmew CCeCnft feet np. Stwl [Over atoll Igva emNaaea Milli, d pattern. 2. Steel rllnf.rcImd atoll be as ro9ularly Geed in the ...Wera p,eaua+. of fro reodesti. mmufocturor. 3. TOP Of Pull mat I�Un O fl and. ..,rWMlnp prods or top of odl..+ adjacent f0 and protected by a concrete fwlM ffon, Pale Ior Other IV surrounding armed ttshort practicable, lbulll D � e osionl In +M v.1elt of wrOa atoll Do places od aaM ft the back M cure, and Nil Games rtavn adlotwf ft staeadrw sia11 be plooed on skis of faundatlon facing away from traffic, uAla.Y ofMrvlaa lnHd. YMO Nil box Is Install" In sldexalk area, fro social of 1M pun box .nail Go "lusted so fat the Top of the Nil Dw Is flush with the slaeralk. X. Pull max covers final he mark" as follows: "SERVICE" Service circuits boteen service point and .,W.. disconnect! 'SPRINKLER-COMROL- 3prinkler Central olrculfe3 50 V or I..DI 'CALTRANS' Oh oll pull Do.., pr epi WII Goods seethed SPRINKLER - CONTROL"; aM'TELEPHOMe Tal.pnw wrvtw. o) me. 3% "N Des. 11 `SIGNAL" TroNit slpnal tlrtun. With or wllMUl strew Or elan I lgnfin9 oiraulte. 2 ST LIOHTINO w " Street or sign lighting circuits rare lf eops fs under 600 V. D) W. 5, 6, 9 or 9A Nil bas. 1)1I114AFFIC SIGUL- Troffl. signal tire.]+. With or vitMGt s+r.w SIR. IlgMln9 circuits. 2) "STREET LIGHTING" Street Or sign lighting a]rculfs Whers valtdge le under 600 V. 3) %TREET LIGHTING-HIGH VOLTAGE' Street or sign lighting clrowt. where v..Mw is above Goo V. 4) 'IRRIGATION' Ciroun& f0 irrlgwlon c0 .Sr 120 V cr mere. 5) "RAMP 1STW' Ram, mover circuit.. 6) "LtlIIM STATION" count ar OPed monitor circuits. 7) "CGY.I MCATION" Communication clrculls. f) 70S COIMMICATIO ' MS camsami[atIon. Ilns 9) "M POKER" WE power. lo) "TOC POKER' Telephone dem.+T.n cabl Mt Peer. 111 "CCTV' Closed circuits ielevlsbn [Irwna. 12) "NS' Traffl. monNOring Station drculia. 13) "G/$' Chargeable meawge Sign airculta. IA) "HAR' HI(nnoy aeVlwry r "la OIMUlta. S. GenalM Jumper for ....I sower..Mll w 3' long, lelnlnme. 6. The amine) dimensions a the dii In Mich the or dais she ll w the same ae the [OV.r dowbulielm .wept the length and slafh d]manslona MMII be y' greatar. T. Cover. and basµ AMll Go Mfer.Pali rIfh w VarMO .taMOM "10 and temp). pope.. WMn InNrchoMM4 With a standard .1. er finale P9e. the tap surface shall De flats xI+hln l/E'. TO owelaa "fle a dgl[rate tavera ant "11 Mkw eMll Mve a l/f min Sun radius. S. Pull be»s atoll not be Installed within the boundaries of new or exMAnq pure amps. 9. Pull boxes TN and slectrollers, Pat a signal standards eMll Da W. d I S' -0' from the elwlan a iM adj0gllf .1 ... roller, Pon Or a19na1 .tandem. Pull ""a anall to placed "face+ to back of curb or edge of elnulMr ....0 rMr. this Ie Impril.tcal, a box nay be placed in another Suitable protected and accessible locotlon. STATE Or CALIFORNIA DEPARTMENT OF TRANSPoRTATION ELECTRICAL SYSTEMS (PULL BOX DETAILS) NO SCALE SPECIAL PROVISIONS APPENDIX E CALTRANS ENCROACHMENT PERMIT STATE OF CALIFORNIA • DEPARTMENT C' — RANSPORTATION ENCROACHMENT PERMIT TR -0120 (REV. 2M) In compliance with (Check one): X Your application of September 12. 2055 ❑ Utility Notice No. of ❑ Agreement No. Of ❑ R/W Contract No. Of TO: CITY OF NEWPORT BEACH 3300 NEWPORT BOULEVARD NEWPORT BEACH, CA 92663 M. SINACORI, UTILITIES ENGINEER 949/644 -3342 I 1205- NUM -0443 12 -ORA -1 -VAR September 12, 2005 EXEMPT TO CITY 246.00 , PERMITTEE And subject to the following, PERMISSION IS HEREBY GRANTED to: Enter onto all conventional State highways (EXCLUDING FREEWAYS) within the Newport Beach city limits to perform routine maintenance and make emergency repairs to existing sewer, electrical and water facilities. All performed work shall be in accordance with current Caltrans Standard Specifications and Standard Plans, Section 600 (Utility Permits) of the Encroachment Permits Manual, and the attached Provisions. Perm ittee shall contact the State Permit Inspector shown on the attached Inspector Territories List between 7 AM and 9 AM a minimum of two working days prior to the start of routine work and as soon as possible for emergency repairs. Failure to comply with this requirement will result in suspension of this permit. When a Contractor is hired, Permittee's Contractor shall furnish the State with a signed application requesting a separate Caltrans "DP" permit authorizing the Contractor to perform the work within the State Highway right of way in Permittee's behalf. A deposit of $246.00 is required at the time of application. The following attachments are (Check applicable): X Yes ❑ No X Yes No X Yes ❑ No ❑ Yes ❑ No as part of this permit General Provisions Utility Maintenance Provisions Special Provisions A Cal -OSHA permit required prior to beginning work; actual costs for: ❑ Yes X No Review ❑ Yes X NO Inspection X Yes X No Field Work (!f any Caltrans effort expended) U Yes U No The information In the environmental documentation has been reviewed and is considered prior to approval of this permit This permit is void unless the work is complete before September 12, 2007. This permit is to be strictly construed and no other work other than specifically mentioned is hereby authorized. No project work shall be commenced until all other necessary permits and environmental clearances have been obtained. City of Newport Beach APPROVED: File: 05 -0443 HOSSEIN SHAKERI -State Permit Inspector SHAHRYAR DERAVI -State Permit Inspector Cindy Quon, District Director _ (2) fired by Raouf Fam City of Newport Beach 1205 - NUM - 0443 September, 12, 2005 AN APPROVED WATER POLLUTION CONTROL PROGRAM (WPCP) and WPCD (drawing) IS REQUIRED FOR ANY WORK INVOLVING EXCAVATION. In addition to the attached General Provisions (TR -0 045), the following Special Provisions are applicable: • Permittee shall contact the State Permit Inspector at least 48 hours prior to implementing traffic control which requires lane closures for any routine work, and as soon as possible for emergency work. • Whenever the work area is more than 1.83 m away from the adjacent traffic lane but within a designated shoulder or parking lane, a shoulder closure or parking lane closure acceptable to Caltrans shall be utilized. • Personal vehicles of the Contractor's employees shall not be parked on paved shoulders or traveled way within the limits of this work. • All components of the traffic control system shall be removed from the traveled way and paved shoulders at the end of the each work period. • Orange vests and hard hats shall be wom at all times while working within State right -of -way. • Except during emergencies, the full width of traveled way shall be open for use by public traffic on Saturdays, Sundays and designated legal holidays, after 3:00 PM on Fridays and on the day preceding designated legal holidays, and when construction operations are not actively in progress. • In case of any discrepancy between Permittee's Permit Plans and these Permit Special Provisions, these Special Provisions shall prevail. • Unless otherwise approved by the Permits Representative, no work that interferes with public traffic shall be performed on weekdays between 6:00 AM and 9:00 AM, or between 3:00 PM and 6:30 PM. • Immediately following completion of the work permitted herein, Permittee shall fax to 9491724 -2265 the Permit Number, completion date and the signature of Permittee's Representative to close this file. Page 2 of 2 STATE OFCALIFORNIA •DEPARTMENT OFTRANSPORTATION Page 1 STANDARD ENCROACHMENT PERMIT APPLICATION FDRcAISLaaNSusr�. _.�'. TR -0100 (REV. 02/2004) PERMIT NO. Permission is requested to encroach on the Slate highway y OIS /COfRTEIPM O V -5 0 4 / q g y rightof -wa as follows: i. (Complete all BOXES [write N/A if not applicable]) �OCJ -1 —I —Vii -� This application is not complete until all requirements have been approved. SIMPLEX STAMP 1. COUNTY 2. ROUTE 3.POSTMILE ,-1.G 67N ORANGE VARIOUS VARIOUS G CITY OF NEWPORT BEACH 6. CHO55 STREET (Olslance and direction from site) 17. PORTION OF RIGHT -OF -WAY I DATE OF SIMPLEX STAMP N/A r 41 S. WORK TO BE PERFORMED BY 9. EST. START DATE 10. EST. COMPLETION DATE 0 OWN FORCES 0 CONTRACTOR Annual Permit 13. PIPES 15. ❑ Double Permit Parent Permit Number Applicant's Reference Number / Utility Work Order Number 16. Have your plans been reviewed by another Callrans branch? NO ❑ YES❑ (It "YES ") Who? 17. Completely describe work to be done within STATE highway right-af -way : Attach 6 complete . sets of FOLDED plans (folded 8.5" x 11' (216 mm x 280 mm)), and any applicable specifications, calculations, maps, etc All dimensions shall be in dual units (English g jn metric), OR exclusively in metric units. Permit application for work in State right of way for maintenance, emergency repairs, and /or minor replacement of existing water, sewer, or electrical facilities Installed by developers or contractors. This permit application is also requesting permission to allow potholing for existing facilities, and minor lane closures for adjacent city road improvement projects. 18. Is a city, county, or other agency involved In the approval of this project? m YES (If 'YES. check type of Project and attach environmental documentation and conditions of approval ) ❑ COMMERCIAL DEVELOPMENT ❑ BUILDING ❑ GRADING ❑ OTHER 0 CATEGORICALLYEXEMPT ❑ NEGATIVE DECLARATION ❑ ENVIRONMENTAL IMPACT REPORT []OTHER ❑ NO (It -NO ", pleaso check the category below which best describes the project, and complete page 4 o this application.) ❑ DRIVEWAY OR ROAD APPROACH, RECONSTRUCTION, MAINTENANCE. OR RESURFACING ❑ FENCE ❑ PUBLIC UTILITY MODIFICATIONS, EXTENSIONS, HOOKUPS ❑ MAILBOX ❑ FLAGS, SIGNS. BANNERS. DECORATIONS, PARADES AND CELEBRATIONS ❑ EROSION CONTROL ❑ OTHER ❑ LANDSCAPING 19. Will lift project Uuse a substantial change in the significance of a historical resource (45 years or older), or cultuml resource? [:]YES [2) NO (If "YES -, provide a desmip0on) 20. Is this project on an existing highway or street where the activity involves removal of a scenic resource Including a significant bee or stand of trees, a. rack outcropping or a historic building? ❑ YES 0 NO (II -YES ", provide a description) 21. Is work being done on applicant's property? ❑ YES Q NO (If-YES -. attach site and grading plans.) ADA NOTICE: For individuals with sensory diiabilitia. this document is available in altaeate formats. For information all (916) 654.6410 or Too (916) 654 -7880 or write to Rcmrds 4ed Fonns Mon&Scmebu 1120 N Sueer, MS-89, Saanmenlo, CA 95814 3 STATEOFCAUFORNIA •DEPARTMENTOFTRANSPORTATION Page 2 STANDARD ENCROACHMENT PERMIT APPLICATION n rr rr TR -0100 (REV. 0212004) '`L�3 — J rum _ (3 22. Will this proposed project require the disturbance of soil within highway right -of- way? [] YES ❑ NO If "YES'. estimate the area in square feet AND acres: 300 (Varies wI repairs) (ti,) < 0.1 (acres) 23. Will this proposed project require dewatering? I0 YES ❑ NO If -YES', estimate daly volume in gallons per day: minor It required (gpd) 24. How wig any storm water or ground water be disposed of from within or near the limits of this proposed project? ❑Storm Drain System m Combined Sewer I Storm System ❑Storm Water Retention Basin ❑Other(explain): PLEASEREAD THEFOLLOWING CLAUSES PRIOR TO SIGNINGTHISENCROACHMENTPERMITAPPLICATION The applicant, understands and herein agrees to that an encroachment permit can be denied, and /or a bond requiredfornon paymentofpdororpresentencroachmentpermitfees. EncroachmentPermitfeesmaystilibe due when an application is withdrawn or denied, and that a denial may be appealed, In accordance with the California Streets and Highways Code, Section 671.5. All work shall be done in accordance with Caltrans rules and regulations subject to inspection and approval. The applicant, understands andherein agrees to the generalprovisions, special provisions andconditfons ofthe encroachmentperml and to indemnify and hold harmless the State, its officers, directors, agents, employees and each ofthem (Indemnitees) from and againstanyand all claims, demands, causes ofaction, damages, costs, expenses, actualattomeys'fees,judgments, losses andliabilities ofeverykindandnature whatsoever (Claims) arising outofOrin connection with the issuance andforuse ofthis encroachmentpermitfor.1) bodilyinjuryandl or death to persons including but not limited to the Applican( the State and its officers, directors, agents and employees, the Indemnities, and the public; and 2) damage to property of anyone. Except as provided bylaw, the indemnification provisions stated above shall apply regardless of the existence or degree of fault of Indemnities. The Applicant, however, shall not be obligated to indemnify Indemnities for Claims arising from conduct delineated in Civil Code Section 2782. DISCHARGES OFSTORMWATER AND NON -STORM WA TER: Work within State highwayright- of- wayshall be conducted in compliance with all applicable requirements of the National Pollutant Discharge Elimination System (NPDES) permitissued to theDepartmentof Transportation ( Departmeno, to govern the discharge ofstonn waterandnon- stormwaterfrom its properties. Workshall also bein compliance with aflotherapp licableFederal, State and Locallawsand regulatons, andwith theDepartment's EncroachmentPermits Manual and encroachment permit. Compliance with the Departments NPDES permit requires amongst other things, the preparation and submission ofa Storm WaterPollution Protection Plan (SWPPP), ora Water Pollution ControlProgram (WPCP), and the approval of same by the appropriate reviewing authority prior to the start of any work. Information on the requirements mayalso be reviewed on the Departments Construction Website at: h tin: /Avww. dot. ca .govlhq /construdstormwaterl.htm 25. NAME of APPLICANT or ORGANIZATION (Printor Type) IE- MAILADDRESS CITY OF NEWPORT BEACH ADDRESS of APPLICANT of ORGANIZATION WHERE PERMIT IS TO BE MAILED (Include City and Zip Code) 3300 NEWPORT BOULEVARD, NEWPORT BEACH, CA 92663 _ PHONE NUMBER 1949) 644 -3311 MICHAEL J. SINACORI 3300 NEWPORT PHONE NUMBER (949) 6443342 ❑ YES and NEWPORT BEACH. CA (949) 644 -3308 FAUTHORIZATION ❑ No FAXNUMBER (949) 644 -3308 E-MAILADDRESS msinacori @City.newport- beach.ca.t J. SINACORV I UTILITIES ENG. 30.DATE 9(02!21105 STATE OF CALIFORNIA• DEPARTMENTOFTRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0 100 (REV. 02/2004) Page 3 PERMRNUMBER 26L - um -19v 3 t 3 ' a, ` t EE CULATION F ©R A`LTRAt S� % E �tri i 1 ''..,� 1%1033 ❑ CASH ❑ CREDITCARO NAMEONCARD PHONENUMBER ❑ CHECK NUMBER NAMEONCHECK PHONENUMBER EXENPT ❑ PROJECT EA ❑ DEFERRED BILLING(Utility) CALCULATED BY (J) (2) REVIEW 1. HOURS @ $ 2. HOURS @ $ 1. FEE l DEPOSIT ' S DATE 2. FEE ! DEPOSIT $ DATE TOTAL FEE I DEPOSIT S $ INSPECTION 1. HOURS @ $ 2. HOURS @ $ 1. FEE I DEPOSIT S DATE 2. FEE I DEPOSIT $ DATE TOTAL FEED DEPOSIT S $ FIELDWORK HOURS @ $ $ S $ EQUIPMENT& MATERIALS DEPOSIT DATE DEPOSIT DATE DEPOSIT CASH DEPOSITIN LIEU OF BOND $ $ $ TOTAL COLLECTED $ $ CASHIER'SINITIALS g The current hourly rate is set annually by Headquarters Accounting. District Office staff do not have authority to modify this rate. .PERFORMANCE BOND ❑ DATE AMOUNT PAYMENTBOND r-1 DATE AMOUNT LIABILJTYINSURANCE REQUIRED? E] YES ❑ NO AMOU NT $ STATEOFCALIFORNIA •DEPARTMENTOFTRANSPORTATION STANDARD ENCROACHMENT PERMIT APPLICATION TR -0100 (REV. 02/2004) 1 q v p J INSTRUCTIONS for completing page 4 This page needs to be completed whenthe proposed project DOES NOT Invotvea City, County or other public agency, Page 4 uNJ -ay5�3 Youranswers tothese questions will assist departmental staff in identifying any physical, biological, social or economic resources that maybe affected byyourproposed projectwithin the State highway right -of -way. And, to dete4nine which type of environmental studies maybe required toapproveyourapplicatlon foran encroachment permit. It is the applicant's responsibilityforthe production of all required environmental documentation and supporting studies, insomecases this maybe costlyandtime- consuming. Ifpossible, Mach photographs ofthe location ofthe proposed project. Please answerthese questions to the best of your ability. Provide a description of any "YES" answers (type, name, number, etc.) 1. Will any existing vegetation and/or landscaping within the highway right-of-way be disturbed? no 2. Will the proposed project involve a= soil disturbance within highway right -of -way (trenching or excavation)? 3. Are there waterways (river, creek, pond, natural pool or dry streembed) adjacent to or within the limits of the project . or highway right -of -way? 4. Is the proposed project located within five miles of the coast line? yes 5. Will the proposed project generate construction noise levels greater than 86 d8A (i.e. jack - hammering, pile driving)? no 6. Will the proposed project Incorporate land from a public park, recreation area or wildlife refuge open to the public? 7. Are there any recreational trails or paths within the limits of the proposed project or highway right -of -way? no 8. Will the proposed project impact any structures, buildings, rail lines, or bridges within highway rightof -way? no 9. Will the proposed project impact access to any businesses or residences? no 10. Will the proposed project impact any existing public utilities or public services? no 11. Will the proposed project Impact existing pedestrian facilities, such as sidewalks, crosswalks, or overcrossings? no 12. Will new lighting be constructed within or adjacent to highway right -of -way? no STATE OF CALIFORNIA - DEPARTMENT OF TRANSPORTATION ENCROACIMENT PERMIT. ANNUAL UTILITY PROVISIONS TR - 0160 (Rev. 2/94) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent, may perform routine or emergency maintenance on such facility in accordance with the following provisions: UEL EXCLUSIONS: These provisions do not authorize tree trimming, work on freeways, expressways, aerial capacity increase on designated "Scenic Highways ", or other activities not specifically provided for in this permit. UE2. POSSESSION OF PERMIT REQUIRED: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any taw enforcement officer on demand, WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS PROVIDED. 3. Perform insulator washing and interconnect splicing of cables. 4. Install or remove service connections with potential to ground of 300 volts or less, except over the traveled way.' 5- Install, maintain, remove, repair or replace aerial service connections with potential to ground of 300 volts or less, over the traveled way when specifically stated in permit. 6. Installations and clearances shall be equal to those required by either the State of California Public Utilities Commission orders or the California Occupational Safety and Health Regulations (CAL - OSHA), Division of Industrial Safety, Safety Orders, promulgated in the California Code of Regulations, Title 8, Chapter 4, whichever is greater. UE3. NOTICE REQUIRED: Before starting work, the permittee shall notify the Department's representative. UE9. WORK PERMITTED - UNDERGROUND: In emergencies, the Department's representative shall be notified as soon as possible. L Maintain, inspect, remove, repair or replace (in the same location) all underground facilities except those requiring UFA. STANDARDS OF WORK: All work shall conform to trenching in the traveled way. recognized standards of utility construction and Department's current Standard Specifications. 2. Install additional capacity in existing ducts except for facilities not in compliance with the Department's current VE5. EMERGENCY REPAIRS: The pennitcee may make 'Manual on High and Low Risk Facilities within emergency repairs, altering traffic flow, excavating Highway Rights of Way" or on Structures. through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement 3. Install air flow monitoring transducers and piping in present a definite public hazard or serious interruption of existing ducts. essential service. In such cases, the Department's representative shall be notified immediately. 4. Barholing, potholing, cleaning, rodding and placing float ropes. M. OPEN EXCAVATIONS: No excavation shall be left open after daylight hours, unless specifically authorized 5. Adjust access cover to grade and replace in kind or with and adequate protection for traffic is provided in larger size pull boxes. accordance with general provisions, 'Protection of Traffic". Backfill and pavement replacement shall be 6. Interconnect splicing of cables. performed in accordance with General Provisions, "Restoration and Repairs in Rights of Way ". 7. Install service connections perpendicular to the highway using jacking and boring methods under the traveled UE7. TRAFFIC CONTROL HOURS: Work requiring traffic way. Electrical service is restricted to a potential to control shall be conducted between 9:00 a.m, and 3:00 ground of 300 .volts or less. Gas and domestic water p.m. or as otherwise authorized by the Department's services are restricted to 5.08 centimeter (2') in diameter representative. or less. UES. WORK PERMITTED - AERIAL: 8. Permanent pavement patching for work authorized by this permit. I. Install additional capacity (in the same location), except facilities over the traveled way on designated "Scenic UEIO. FAILURE TO COMPLY: Failure to comply with the Highways ", or on Structures. terms and conditions above shall be grounds for - -- revocation of this permit. 2. Maintain, inspect, remove, repair or replace (in the same location) all aerial facilities except over the traveled way - or on Structures. EP 9a OCeI , STATE OF CALIFORNIA " DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT UTILITY MAINTENANCE PROVISIONS TR -0161 (REV. 2194) Any public utility or public corporation who lawfully maintains a utility encroachment, or their agent may perform routine or emergency maintenance on such facility in accordance with the following provisions (unless updated at some future time, thence the future provisions shall govem): UM-1- Exclusions: These provisions do not authorize tree trimming, work on freeways, expressways, or other activities not specifically provided for in this permit. UM2. Possession of Permit Required: The permit or a copy thereof shall be kept at the site of the work and must be shown to any representative of the Department or any law enforcement officer on demand. WORK SHALL BE SUSPENDED IF PERMIT IS NOT AT JOB SITE AS.PROVIDED. UM3. Notice Required: Before starting work, the permittee shall notify the Department's representative. In emergencies, the Department's representative shall be noted as soon as possible. UM4. Standard of Work: All work shall conform to recognized standards of utility construction and the Department's current Standard Specifications- UM5. Emergency Repairs: The permiftee may make emergency repairs, altering traffic , flow, excavating through improved surfaces, only when breaks in the conduit, cable, or pipeline over or under the pavement present a definite public hazard or serious interruption of essential service. In such cases, the Departments representative shall be notified immediately. UM6. open Excavations: No excavation shall be Jeff open after daylight hours, unless specifically authorized and adequate protection for traffic is ,provided in accordance with the General Provisions "Protection of Traffic ". Backfill and pavement replacement shall be performed in accordance with the applicable General Provisions (i.e.. "Making Repairs", "Backfilling"). UM7. Service Connection: These provisions do not authorize installation of conduit, cable, gas, or water service connections within State highway right -af- way, regardless of the location of the main, existing conduit or cable. All new underground or pipe abandon services must be covered by individual permits. See Section'UMSA,' regarding service connections for aerial wires. UM8. Routine inspection. and Maintenance: 1. Routine Maintenance and Inspection: Routine faintenance and inspection on the roadbed shall be conducted between 9:00 a.m. and 3:00 p.m., or as otherwise authorized in writing by the Department's representative. - 2, Manholes The permittee may open existing manholes to repair underground cables. Where the manhole lies within the improved surface of the highway, the permittee will provide adequate protection for traffic in accordance with the General Provisions "Protection of Traffic ". 3. Excavations; Excavations for routine inspection and repair of pipeline and cables shall a Not be made in improved surfaces, landscaped areas or closer than 3.04 meter (10') to the edge of the pavement without a special permit; and b. Not uncover more than 15.24 meter (50') of line at any one time. 4. Poles, Lines: Pennittee is authorized to: a. Stub, or reset existing pole, provided no change in location of pole or anchor is made. Stubs and anchors must not be placed between existing. pole and traveled way. b. Replace poles, guy poles, and crossanns in same location limited to two (2) consecutive poles. No additional poles or guy poles are authorized under this routine maintenance provision. c. Replace broken pins and insulators, repair broken wires, pull stack wires, and replace or pull broken or slack guys. d. Repair and complete transfer work on existing aerial cables. e. Install new and replace existing transformers on existing poles. I. Replace aerial wires and crossarms on existing poles except where wires cross the highway. Unless otherwise specifically required by the Department, protected cable, tree wire or plastic tree wire guard used for communication lines may be used through trees where necessary, provided the appearance of the tree or the tree itself will not be damaged. This section 'Y.' does not apply to scenic highways. g. Installations and clearances shall be equal to those required by either the California Public utilities Commission Orders or the Califomia Occupational Safety and Health (CAL -OSHA) Safety Orders, whichever is greater. h. Clear grass from around base of poles and excavate STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT GENERAL PROVISIONS TR -0045 (REV. 0812004) L AUTHORITY: The Department's authority to issue encroactmient 12. ,permits is provided under, Div. 1, Chpt. 3, Art. 1, Sect. 660 to 734 of the Streets and Highways Code. L REVOCATION: Encroaclment permits are revocable on five days notice unless otherwise stated on the permit and except as provided by law for public corporations, franchise holders, and utilities. These General Provisions and the Encroachment Permit Utility Provisions are subject to modification or abrogation at any time. Permittees' joint use agreements, franchise rights, reserved rights or any other agreements for operating purposes in State highway right of way are exceptions to this revocation. 3. DENIAL FOR NONPAYMENT OF FEES: Failure to pay permit fees when due can result in rejection of future applications and denial of permits. 4. ASSIGNMENT: No party other than the permittee or permince's authorized agent is allowed to work under this permit. S. ACCEPTANCE OF PROVISIONS: Permittce understands and agrees to accept these General Provisions and all attachments to this permit, for any work to he performed under this permit. 6. BEGINNING OF WORK: When traffic is not impacted (see Number 35), the permittee shall notify the Department's representative, two (2) days before the intent to start permitted work. Permittee shall notify the Department's Representative if the work is to be interrupted for a period of five (5) days or more, unless otherwise agreed upon. All work slmall be performed on weekdays during regular work hours, excluding holidays, unless otherwise specified in this permit. 13. PERMITS FROM OTHER AGENCIES: This permit is invalidated if the pemmittee has not obtained alt pennits necessary and required by law, from time Public Utilities Commission of die State of California (PUC), California Occupational Safety and Health Administration (Cal- OSHA), or any other public agency having jurisdiction. PEDESTRIAN AND BICYCLIST SAFETY: A safe minimum passageway of 4' (1.21 meter) shall be maintained through the work area at existing pedestrian or bicycle facilities. At no time shall pedestrians be diverted onto a portion of the street used for vehicular traffic. At locations where safe alternate passageways cannot be provided, appropriate signs and barricades shall be installed at the limits of construction and In advance of the limits of construction at the nearest crosswalk or intersection to detour pedestrians to facilities across the street. 14. PUBLIC TRAFFIC CONTROL: As required by law, the permittee shall provide traffic control protection warning signs, lights, safety devices, etc., and lake all other measures necessary for traveling public's safety. Day and night time lane closures shall comply with the MUTCD and CA Supplement (Pan 6, Temporary Traffic Control), Standard Plans, and Standard Specifications for traffic control systems. These General Provisions are not intended to impose upon the permittee, by third parties, any duty or standard of cart, greater than or different from, as required by law. 15. MINIMUM INTERFERENCE WITH TRAFFIC: Permittce shall plan and conduct work so as to create the least possible inconvenience to the traveling public; traffic shall not be unreasonably delayed. On conventional highways, permittee shall place properly attired Daggers) to stop or wam the traveling public in compliance with the MUTCD and CA Supplement (Chapter 6E, Flagger Control). 7. STANDARDS OF CONSTRUCTION: All work performed within 16. highway right of way shall conform to recognized construction standards and current Department Standard Specifications, Department Standard Plans High and Law Risk Facility Specifications, and Utility Special Provisions. Where reference is made to "Contractor and Engineer," these are amended to be read as "Pennitlee and Department representative." 8. PLAN CHANCES: Changes to plans, specifications, and permit provisions are not allowed without prior approval from the State representative. 9. INSPECTION AND APPROVAL: All work is subject to monitoring and inspection. Upon completion of work, permittee shall request a final inspection for acceptance and approval by the Department. The local agency permittee shall not give final constniction approval to its contractor until final acceptance and 17 approval by the Department is obtained. 10. PERMIT AT WORKSITE: Permittee shall keep the permit package or a copy thereof, at the work site and show it upon request to any Department representative or law enforcement officer. If the permit 18 package is not kept and made available at the work site, the work shall be suspciided. 11. CONFLICTING ENCROACHMENTS: Permitum shall yield start of work to ongoing, prior authorized, work adjacent to or within the 19 limits of the project site. When existing encroachments conflict with new work, (lie pemmittee shall bear all cost for rearrangements, (e.g., relocation, alteration, removal, etc.). STORAGE OF EQUIPMENT AND MATERIALS: The storage of equipment or materials is not allowed within State highway right-of- way, unless specified within the Special Provisions of.this specific encroachment permit. If Encroachment Permit Special Provision alldw for the storage of equipment or materials within the State right of way, the equipment and material storage shall comply with Standard Specifications, Standard Plans, Special Provisions, and the Highway Design Manual. The clear recovery zone widths must be followed and .are the minimum desirable for die type of facility indicated below: freeways and expressways -9 m, conventional highways (no curbs) -6 m, conventional highways (with curbs} 0.5 m. If a fixed object cannot be eliminated, moved outside the clear recovery zone, or modified to be made yielding, it should be shielded by a guardrail or a crash cushion. CARE OF DRAINAGE: Pernitme shall provide alternate drainage for any work interfering with an existing drainage facility in compliance with the Standard Specifications, Standard Plans and/or as directed by the Department's representative. RESTORATION AND REPAIRS IN RIGHT OF WAY: Permittee is responsible for restoration and repair of State highway right of way resulting from permitted work (Slate Streets and Highways Code, Scctiori 1570 et. seq.). RIGHT OF WAY CLEAN UP: Upon completion of work, pennitme shall remove and dispose of ail scraps, brush, limber, materials, etc. off the right of way. The aesthetics of the highway shall be as it was before work started. 20. COST OF WORK: Unless stated in the permit, or a separate written agreement, the permittee shall bear all costs incurred for work within the State right of way and waives all claims for indemnification or contribution from the State. 21. ACTUAL COST BILLING: When specified in the permit, the Department will bill the permittee actual costs at the currently set hourly rate for encroachment permits. 22 AS -BUILT PLANS: When required, permittee shall submit one (1) set of as -built plans within thirty (30) days after completion and 25. approval of work in compliance with requirements listed as follows: 23. 24. 1. Upon completion of the work provided herein, the permittec shall send one vellum or paper set of As -Built plans, to the Stale representative. Mylar or paper sepia plans are not acceptable. 2. All changes in the work will be shown on the plans, as issued with the permit, including changes approved by Encroachment Permit Ride. 3. The plans are to be stamped or otherwise noted AS -BUILT by the permittee's representative who was responsible for overseeing the work. Any original plan that was approved with a State stamp, or Caltrans representative signature, shall be used for producing the As -Built plans. 4. if As -Built plans include signing or striping, the dales of signing or striping removal, relocation, or installation shall be shown on the plans when required as a condition of the permit. When the construction plans show signing and striping for staged construction on separate sheets, the sheet for each stage shall show the removal, relocation or installation dates of the appropriate staged striping and signing. 5. As -Built plans shall contain the Permit Number, County, Route, Post Mile, and Kilometer Position on each sheet. 6. Disclaimer statement of any kind that differ from the obligations and protections provided by Sections 6735 through 6735.6 of the California Business and Professions Code, shall not be included on the As -Built plans. Such statements constitute non - compliance with Encroachment Permit requirements, and may result in the Department of Transportation retaining Performance Bonds or deposits until proper plans are submitted. Failure to comply may also result in denial of future permits, or a provision requiring a public agency to supply additional bonding. PERMITS FOR RECORD PURPOSES ONLY: When work in the right of way is within an area under a Joint Use Agreement (JUA) or a Consent to Common Use Agreement (CCUA), a fee exempt permit is issued to the permittee for the purpose of providing a notice and record of work The Permittee's prior rights shall be preserved without the intention of creating new or different rights or obligations. "Notice and Record Purposes Only' shall be stamped across to face of the permit, BONDING: The pennihee shall file bond(s), in advance, in tine amount set by the Department. Failure to maintain bond(s) in full force and effect will result in the Department stopping of all work and revoking permit(s). Bonds are not required of public corporations or privately owned utilities, unless permittee failed to comply with rte provision and conditions under a prior permit. The surety company is responsible for any latent defects as provided in California Code of Civil Procedures, Section 337.15. Local agency permittee shall comply with requirements established as follows: In recognition that Project crostruction work done on State property will not be directly funded and paid by State, for the purpose of protecting stop notice claimants and the interests of State relative to successful project completion, rte local agency permittee agrees to require the construction contractor famish both a payment and performance bond in the local agency's name with both bonds complying with the requirements set forth in Section 3 -1.02 of State's current Standard Specifiqations before performing any project construction work. The local agency permittee shall defend, indemnify, and hold harmless the State, its officers and employees from all project construction related claims by contractors and all slop notice or mechanic's lien claimants. The local agency also agrees to remedy, in a timely manner and to State's satisfaction, any latent defects occurring as a result of rte project construction work. FUTURE MOVING OF INSTALLATIONS: Penruitlee understands and agrees to rearrange a permitted installation upon request by the Department, for State construction, reconstruction, or maintenance work on the highway. The per litlee at his sole expense, unless under a prior agreement, JUA, or a CCUA, shall comply with said request. 26. ARCHAEOLOGICAWHISTORICAL: If any archaeological or historical resources are revealed in the work vicinity, the permittee shall immediately stop work, notify the Department's representative, retain a qualified archaeologist who shall evaluate the site, and make recommendations to the Department representative regarding the continuance of work. 27. PREVAILING WAGES: Work performed by or under a permit may require permittce's contractors and subcontractors to pay appropriate, prevailing wages as set by the Department of Industrial Relations. Inquiries or requests for interpretations relative to enforcement of prevailing wage requirements are directed to State of California Department of Industrial Relations, 525 Golden Gate Avenue, San Francisco, California 94102. 28. RESPONSIBILITY FOR DAMAGE: The State of California and all officers and employees thereof, including but not limited to the Director of Transportation and the Deputy Director, shall not be answerable or accountable in any manner for injury to or death of my person, including but not limited to the permittee, persons employed by the permittee, persons acting in behalf of the pennittee, or for damage to property from arty cause. The permittee shall be responsible for any liability imposed by law and for injuries to or death' of any person, including but not limited to the permilee, ISersons employed by the permittee, persons acting in behalf of the permittee, or for damage to property arising out of work, or other acti4.ity permitted and done by the pennittee under a permit, or arising out of tine failure on the pernittee's part to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstructions, or from any cause whatsoever during the progress of the work, or other activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by tine permit. The permittee shall indemnify and save harmless the State of California, all officers, employees, aid State's contractors, thereof, including but not limited to the Director of Transportation and the Deputy Director, from all claims, suits or actions of every name, kind and description brought for or on account of injuries to or death of any Person, including but not limited to the pemtitlee, persons employed by the permittee, persons acting in behalf of the permittee and the public, or damage to property resulting from the performance of work or otter activity under the permit, or arising out of the failure on the pemtittec's par to perform his obligations under any permit in respect to maintenance or any other obligations, or resulting from defects or obstrdelions, or from any cause whatsoever during the progress of the work, or outer activity or at any subsequent time, work or other activity is being performed under the obligations provided by and contemplated by the permit, except as otherwise provided by statute. The duty of the permittee to indemnify and save harmless includes the duties to defend as set forth in Section 2778 of the Civil Code. The pennittee waives any and all rights to any type of expressed or implied indemnity against the State, its officers, employees, and State contractors. It is the intent of the parties that the permittee will indemnify and hold harmless the Stale, its officers, employees, and State's contractors, from any and at] claims, suits or actions as set forth above regardless of the existence or degree of fault or negligence, whether active or passive, primary or secondary, on the part of the State, the permittee, persons employed by the permittee, or acting an behalf of the pennittee. For the purpose of this section, "State's contractors" shall include contractors and their subcontractors under contract to the Stale of California performing work within the limits of this permit. 34. FIELD WORK REIMBURSEMENT: Permittee shall reimburse Slate for field work performed on pemtittee's behalf to correct or remedy hazards or damaged facilities, or clear debris not attended to by the permittee. 35. NOTIFICATION OF DEPARTMENT AND TMC: The pennittee shall notify the Department's representative and the Transportation Management Center (TMC) at least 7 days before initiating a lane closure or conducting an activity that may cause a traffic impacL A confirmation notification should occur 3 days before closure or other potential traffic impacts. In emergency situations when the corrective work or the emergency itself may affect traffic, TMC and the Department's representative shall be notified as soon as possible. 29. NO PRECEDENT ESTABLISHED: This permit is issued with the 36. understanding that it does not establish a precedent. 30. FEDERAL CIVIL RIGHTS REQUIREMENTS FOR PUBLIC ACCOMMODATION: A. The permittee, for himself, his personal representative, successors in interest, and assigns as part of the consideration hereof, does hereby covenant mad agree flat: I. No person on the grounds of race, color, or national origin shall be excluded from participation in, be denied the benefits of, or be otherwise subjected. to discrimination in the use of said facilities 2. That in connection with the construction of any improvements on said lands and the furnishings of services thereon, no discrimination shall be practiced in the selection and retention of first -tier subcontractors in the selection of second -tier subcontractors. 3. That such discrimination shall not be practiced against the public in their access to and use of the facilities and services provided for public accommodations (such as eating, sleeping, rest, recreation), and operation on, over, or under the space of the right of way. 4. That the permittee shall use the premises in compliance with all other requirements imposed pursuant to Title 15, Code of Federal Regulations, Commerce and Foreign Trade, Subtitle A. Office of the Secretary of Commerce, Part 8 (15 C.F.R. Part 8) and as said Regulations may be amended. $.That in the event of breach of any of the above nondiscrimination covenants, the State shall have the right to terminate the permit and to re -enter and repossess said land and the land and the facilities thereon, and hold the same as if said permit had never been made or issued 31. MAINTENANCE OF HIGHWAYS: The pennittee agrees, by acceptance of a permit, to properly maintain any encroachment. This assurance requires the pennittee to provide inspection and repair any damage, at pemnittee's expense, to Stale facilities resulting from the encroadmtent. 32. SPECIAL EVENTS: In accordance with subdivision (a) of Streets and Highways Code Section 682.5, the Department of Transportation shall not be responsible for the conduct or operation of the permitted activity, and the applicant agrees to defend, indemnify, and hold harmless the Slate and the city or county against any and all claims arising out of any activity for which the permit is issued. Pemnitlee understands and agrees that it will comply with the obligations of Titles 11 and III of the Americans with Disabilities Act of 1990 in the conduct of the event, and further agrees to indemnify and save harmless the State of California, all officers and employees thereof, including but not limited to the Director of Transportation, from any claims or liability arising out of or by virtue of said Acl. 33. PRIVATE USE OF RIGHT OF WAY: Highway right of way shall not be used for private purposes without compensation to the State. The gifting of public property use and Therefore public finds is prohibited under the California Constitution, Article 16. SUSPENSION OF TRAFFIC CONTROL OPERATION: The pemtittec, upon notification by the Department's representative, shall immediately mispend all Zane closure operations and any operation that impedes the flow of (raffle. All costs associated with this suspension shall be borne by the permittee. 37. UNDERGROUND SERVICE ALERT (USA) NOTIFICATION: Any excavation requires compliance with the provisions. of Go*n ment Code Section 4216 et. seq., including , but not limited to notice to a regional notification center, such as Underground Service Alert (USA). The permittee shall provide notification at least 48 hours - beforit performing any excavation work within the right of way. - 0 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT • C '%01 00�0_90) �� 'i �` ✓On5 Agenda Item No. 8 November 14, 2006 i i 111 i 6' TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Public Works Department Frank Tran, P.E. 949 -644 -3340 or ftran @city.newport- beach.ca.us SUBJECT: PLACENTIA AVENUE AND HOSPITAL ROAD STREET REHABILITATION- AWARD OF CONTRACT NO. 3801 RECOMMENDATIONS: 1. Approve the plans and specifications. 2. Award Contract No. 3801 to Sequel Contractors, Inc. for the Total Bid Price of $1,212,300, and authorize the Mayor and the City Clerk to execute the contract. 3. Establish an amount of $121,230.00 (10 %) to cover the cost of unforeseen work. 4. Approve a Budget Amendment in the amount of $231,530 from unappropriated Traffic Congestion Relief Fund to Account No. 7191- C5100860 and increasing revenue estimates by $231,530. DISCUSSION: At 10:00 a.m. on November 1, 2006 the City Clerk opened and read the following bids for this project: TOTAL BID AMOUNT $1,212,300.00 $1,223,790.00 $1,224,224.00 $1,349,880.00 $1,373,519.40 $1,424,530.00 as Bid Amount is $1,248,990.00 The low total bid amount is 14.37 percent above the Engineer's Estimate of $1,060,000. The higher cost is mainly due to the increased need for traffic control as construction is BIDDER Low Sequel Contractors, Inc. 2 Excel Paving Co. 3 All American Asphalt 4 Sully - Miller Contracting 5 R.J. Noble Co. 6 Hardy & Harper TOTAL BID AMOUNT $1,212,300.00 $1,223,790.00 $1,224,224.00 $1,349,880.00 $1,373,519.40 $1,424,530.00 as Bid Amount is $1,248,990.00 The low total bid amount is 14.37 percent above the Engineer's Estimate of $1,060,000. The higher cost is mainly due to the increased need for traffic control as construction is • Placentia Avenue and Hospital Road Street Reha6illtation — Award of Contract No. 3801 November 14,2006 Page: 2 divided into five phases to accommodate the neighboring uses. The low bidder, Sequel Contractors, Inc. 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 other municipalities. This project consists of removing and reconstructing roadway, driveway approaches, curb access ramps, curb and gutter; placing base, asphalt base course, grinding and placement of asphalt overlay; and other incidental items of work. The work will be divided into five phases to accommodate access to Hoag Hospital and the various medical facilities in the area. A maximum of $435,500 for construction on this project will be provided through Arterial Highways Rehabilitation Program (AHRP) funds administered through CalTrans. Per the Contract Specifications the Contractor will have 45 consecutive working days to complete the work. Environmental Review: City staff has reviewed the project and has determined the project is exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines when the project is authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Public Notice: The Notice Inviting Bids was advertised in the City's official publication and in construction industry publications. Affected residents and businesses will be noticed by the contractor with City prepared notices ten days and two days prior to starting work in their area. Geotechnical. Material Testing, and Survey Services: In addition to the contract costs, approximately $13,500 in geotechnical, and material testing are estimated for this project and will be preformed under the on -call professional services agreement. • Placentia Avenue and Hospital Road Street ReAttation —Award of Contract No. 3801 November 14,2006 Page: 3 Funding Availability: Upon approval of the attached budget amendment, funding is available in the following accounts: Account Description Traffic Congestion Relief Measure M Tumback AHRP Proposed uses are as follows: Vendor Sequel Contractors Sequel Contractors On —call Consultant Prepared by: v Frank Tran, P.E. Associate Civil Engineer Attachments: Project Location Map Bid Summary Budget Amendment Account Number Amount 7191- C5100860 $380,530 7281- C5100860 $531,000 7285- C5100860 $435,500 Total: $1,347,030 Purpose Amount Construction Contract $1,212,300 Construction Contingency $121,230 Materials Testing $13,500 Total: $1,347,030 Submitted by: Badum s Director PLACENTIAWE. & HOSPITAL RD. RWABILITATION Contract No. 3801 ism STREET i i CITY—OF COSTA_ MESA PRODIMM PLACE CITY OF NEWPORT BEACH a a 1 ism STRM ` + 2 m� HOSMAL 3 OAD 4 D n� C( >� V a PACp1� COAST a HRMAY LOCATION MAP NOT TO SCALE a1 CONSTRUCTION PHASE TITLE: Placentia Avenue & Hospital Road Rehabilitation Project CONTRACT NO.: C3801 ENGINEER'S ESTIMATE: $1,060,000.00 PROJECT MANAGER: Frank Tran CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT BID LOCATION: City Clerk's Office - City Hall DATE: 01- Nov -06 TIME: 10:00AM BY: Frank Train CHECKED: DATE: f:Wsems pbw\sharedtontract100 -01 %BID SUMMARY G- 3801.xls Page 1 SEQUEL CONTRACTORS ALL AMERICAN ASPHALT EXCEL PAVING CO ITEM DESCRIPTION QUANTITY . UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS $40,000 40,000.00 80,000.00 80,000.00 39,000.00 39,000.00 113,075.00 113,075.00 2 Traffic Control 1 LS $60,000 60,000.00 115,000.00 115,000.00 84,914.00 84,914.00 84,000.00 84,000.00 3 Install and Maintain Advisory Signs 1 LS $4,000 4,000.00 25,000.00 25,000.00 19,400.00 19,400.00 6,500.00 6, 4 Surveying Services 1 LS $10,000 10 000.00 20,000.00 20,000.00 18,000.00 18 000.00 2 800.00 280 . 5 Cold MR AC Pavement 62,000 SF $0.20 12,400.00 0.45 27,900.00 0.50 31000.00 0.40 24,800.00 6 Remove and Reconstruct Sin AC Full Depth (Dig -outs) 1,000 SF $5 5,000.00 6.00 6,000.00 6.00 6,000.00 14.00 14,000.00 7 Remove Pavement 4,000 CY $25 100,000.00 33.00 132,000.00 44.00 176,000.00 36.00 144,000.00 8 Construct Minimum 14nch Thick AC Leveling Course 420 TN 1 $70 29 400.00 85.00 35,700.00 73.00 30,660.00 62.00 26,040.00 9 Construct Minimum 24nch Truck ARHM Surface Course 2,400 TN $75 180,000.00 85.00 204,000.00 79.00 189,600.00 78.00 187,200.00 10 Construct 84nch Thick AC Base Course 6,000 TN $70 420,000.00 65.00 390000.00 70.00 420,000.00 62.00 372,000.00 11 Remove and Reconstruct 84nch PCC Type A Curb and Gutter 200 LF $40 8,000.00 45.00 9,000.00 57.00 11,400.00 67.00 13,400.00 12 Remove and Reconstruct 4inch Thick PCCSidewalk 600 SF $10 6,000.00 9.00 5,400.00 11.00 6,600.00 16.00 9,600.00 Q Remove and Reconstruct FCC Driveway Approach 200 SF $12 2,400.00 9.00 1,800.00 15.00 3,000.0 19.00 38000 14 Remove and Reconstruct FCC Goss Guru 2,200 SF $12 26 400.00 12.00 26,400.00 21.00 46,200.00 17.00 37,400.00 15 A4ust Manhole Frame and Cover to Grade 18 EA $1,0001 18,000.00 600.00 10,800.00 450.00 810000 550.00 9,900.00 16 A4ust City Water Valve Frame and Cover to Grade per City End. 20 EA $400 8,000.00 300.00 6000.00 300.00 6,000.00 525.00 10,500.00 17 10 EA $400 4,000.00 600.00 6,000.00 300.00 3,000.00 525.00 5,250.00 18 Aciust Survey Monument Frame and Cover to Grade 5 EA $500 2500.00 400.00 2,000.00 300.00 1,500.00 450.00 2,250.00 19 Remove and Reconstruct FCC CutbAccess Ramp, Detail'A' 1 EA $4,000 4,000.00 3,000.00 3,000.00 2,650.00 2650.00 4,100.00 4100.00 20 Remove and Reconstruct FCC Curb Access Ramp, Detail'B' 1 EA $4,000 4,000.00 3,000.00 3,000.00 2A50.00 2,650. 3,700.00 3,70 21 Remove and Reconstruct FCC Curb Access Ramp, Case'K' 10 EA $3,700 37,000.00 3,0000 30 000.00 2,650.00 26,500.00 3,900.00 39,00CIIIiiiiii 22 Remove and Reconstruct PCC Curb Access Ramp , Case 'H' 3 EA $3,700 11,100.00 3,000.00 9,000.00 2,650.00 7,950.00 3,625.00 10,875.00 23 Install Raised Truncated Domes at bdsting Access Ramp 8 EA $1,000 8,000.00 500.00 4,000.00 600.00 4,800.00 2100.00 16 800.00 24 Remove and Abandw Curb Access; Ramp 1 EA $1,000 1,000.00 1500.00 1,500.00 2,000.00 2,000.00 2,300.00 2,300.00 25 Root Prune Existing Tree and Install Rom Barrier 4 EA $300 1,200.00 1,000.00 4,000.00 200.00 800.00 800.00 3,200.00 26 Repace Street Light Pull Box 2 EA $500 1,000.00 600.00 1200.00 800.00 13600.00 600.00 1,200.00 27 Regace Traffic Signal Pull Box 8 EA $600 4,800.00 700.00 5,600.00 1,600.00 12,800.00 700.00 5,600.00 28 Replace Traffic Signal Detector Loop 70 EA $300 21,000.00 200.001 14000.00 210.00 14,700.00 200.00 14,000.00 29 Construct 44n Thick FCC Passage Way 1 EA $5,000 5,000.00 13,000.00 13,000.00 22,000.00 22,000.00 28,000.00 28,000.00 30 Install Pavement Stdping, Markings, and Markers 1 LS $20,000 20,000.00 20,000.00 20 000.00 25 000.00 25,000.00 28 000.00 28 000.00 31 AsbuiftRans and DBE Certlflcation 1 LS $5,800 5,800.00 1,000.00 1,000,001 4GO.001 400.001 500.00 500.00 1,060,000.00 LOW 1 1,212 300.00 1,224 224.00 1 3RD 1,223,790.00 f:Wsems pbw\sharedtontract100 -01 %BID SUMMARY G- 3801.xls Page 1 TITLE: Placentia Avenue & Hospital Road Rehabilltatlon Project CONTRACT NO.: C3801 ENGINEER'S ESTIMATE: $1,060,000.00 PROJECT MANAGER: Frank Tran f:Wserstpbwlsharedkonb ctlOO- 01DBID SUMMARY C3801ads Paget • • SULLY - MILLER CONTRACTINC R.J. NOBLE CO. HARDY & HARPER ITEM DESCRIPTION QUANTITY UNIT AMOUNT UNIT AMOUNT UNIT AMOUNT 1 Mobilization 1 LS 85,950.00 85,950.00 28,500.00 28 500.00 90,000.00 90,000.00 2 Traffic Control 1 LS 44,000.00 44,000.00 48,000.00 48,000.00 90,000.00 90,0()0.00 3 Insmi and Maintain Advisory Signs 1 LS 49,000.00 49,000.00 24600.00 24,600.00 10,000.00 10,000.00 4 Surveying Services 1 LS 15,000.00 15,000.00 15 400.00 15,400-00 15 000.00 15,000.00 6 Cad Mil AC Pavamerd 62,000 SF 0.45 27,900.00 0.58 35 960.00 0.38 Z3,560.00 6 Remove and Rewn*uc ban AC Full Depth (Dtgouls) 1,000 SF 10.00 10,000.00 8.07 8,070.00 10.00 10 000.00 7 Remove Pavement 4,000 CY 36.00 144 OOO.OD 57.00 228,000.00 48.001 192 000.00 e 1constructmininnum tanch Thick AC Leveling Cam 420 TN 100.00 42 000.00 80.62 33,860.40 78,501 32,970.00 9 Construct Mnimum 24nch Thick ARHM Surface Course 2,400 TN 110.00 264,000.00 98.20 235,680.00 96.00 230,400.00 10 Construct 84nchThldkAC Base Course 6,000 TN 74.00 444,000.00 80.35 482,100.00 78.50 471,000.00 11 Remove and Reconstruct cinch PCC Type A Curb and Gutter 200 LF 63.00 12 600.00 47.11 9,422.00 52.00 10,400.00 12 Remove and Reconstruct flinch Thick PCC Sidewalk 600 SF 12.50 7,500.0 8.25 4,950.00 11.00 6,600.0 13 Remove and Reconslrucl PCC Ddveway Approach 200 SF 16.50 3,300.00 12.84 2,568.00 13.00 2,600.00 14 Remove and Reconstrucl PCC Cross Gutter 2,200 SF 17.00 37,400.00 18.37 40,414.00 16.00 35,200.00 15 Adjust Manhole Frame and Cover to Grade 18 EA 675.00 12150.00 550.00 9,900.00 600.00 10800.00 16 Adjust City Water valve Frame and Cm to Grade per City Std. 20 EA 650.00 13 000.00 550.00 11,000.00 600.00 12 000.00 17 10 EA 650.00 6,500.00 550.00 5500.00 600.00 6,000.00 18 Adjust Solvay Monument Frame and Cover to Grade 5 EA 500.00 2,500.00 275.00 1,375.00 600.00 3,000.00 19 Remove and Reconstruct PCC Curb Access Ramp, Detail 'A' 1 EA 4,000.0 4,000.00 6,870.00 6,870.0 5,000.00 5,000.00 20 Remove and Reconstruct PCC Curb Access Ranp, Detail'B' 1 EA 2,900.00 2,900.00 3,700.00 3,700.00 5,000. 5,000.00 21 Remove and Reconstruct PCC Curb Access Rarnp, Case W 10 EA 11900.00 19,000.00 4,200.00 42 000.00 5,000. 50,000.00 22 Remove and Reconstruct PCC Curb Access Ramp, Cwe'H' 3 EA 1700.00 5,100.00 3,800.00 11400.00 5,000.00 15,000.00 23 Install Raised Tmnwted Dom atF .4sling Access Ramp a EA 1300.00 10,400.00 1,100.001 8800.00 1,500.00 12,000.00 24 Remove and Abandon Curb AccessRenp 1 EA 2,400.00 2,400.00 2800.00 2,800.00 5,000.00 5,000.00 25 Root Prune Existing Tree and Install Root Bander 4 EA 975.00 3,900.00 900.00 3,600.00 1,500.00 6,000.00 26 Replace Street Light PUIBox 2 EA 765.00 1530.00 600.00 1,200.00 800.00 1600.00 27 Replace Traffic Signal Pull Box a EA 1 600.00 12 800.00 3,200. 25,600.00 800.00 6,400.00 28 Replace Traffic Signal Detector Loop 70 EA 230.00 76100.00 210.00 14 700.00 200.00 14,000.00 29 Construct 4-in Thick PCC Passage Way 1 EA 24000-00 24 000.00 4,650.00 4,650.00 15,000.00 15,000. 30 Install PavemeI Striping, Markings, and Markers 1 LS 24,500.00 24,500.00 22,000.00 22,000.00 28,000.00 28,000.00 31 As- buinFlans and OBECadhcalion 1 LS 2,450.001 2450.00 900.00 900.00 10,000.00 10,000.00 4TH 1,349,880.00 5TH 1373519.40 6TH 1 424 530.00 f:Wserstpbwlsharedkonb ctlOO- 01DBID SUMMARY C3801ads Paget • • Q of Newport Beach• NO. BA- 07BA -024 BUDGET AMENDMENT 2006 -07 AMOUNT: Sz31,530.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues NX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from unappropriated Fund Balance for additional funding required to complete the contract for the Palcentia Avenue and Hospital Road Street Rehabilitation. ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Amount Fund Account Description Debit Credit 190 3605 Traffic Congestion Relief - Fund Balance $231,530.00 REVENUE ESTIMATES (3601) Fund /Division Account Description EXPENDITURE APPROPRIATIONS (3603) Description Division Number 7191 Traffic Congestion Relief Account Number C5100860 Placentia AvelHospital Rd Rehabilitation $231,530.00 Division Number Account Number Division Number Account Number Division Number Account Number Division Number Account Number ` Automatic 4stem Entry. Signed: 11--,7-e96 financial Approval: Administrativ Services Director Date Signed: ♦ d �n Administrative Approv City Manager to Signed: City Council Approval: City Clerk Date