HomeMy WebLinkAboutC-3881 - PSA for On-Call Underground Utility Repair ServicesAMENDMENT NO. 3
TO
PROFESSIONAL SERVICES AGREEMENT WITH
DOTY BROS. CONSTRUCTION COMPANY
FOR ON-CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
entered into as of this 8t" day of September, 2009, by and between the CITY OF
NEWPORT BEACH, a Municipal Corporation ("CITY"), and DOTY BROS.
CONSTRUCTION COMPANY, a California Corporation whose address is 11232 E.
Firestone Blvd., Norwalk, California, 90650 ("CONTRACTOR"), and is made with
reference to the following:
RECITALS:
A. On September 11, 2007, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "AGREEMENT", for
Underground Utility Repair Services.
B. CITY and CONTRACTOR have entered into two separate AMENDMENTS of the
AGREEMENT, the latest dated February 24, 2009.
C. CITY desires to enter into this AMENDMENT NO. 3 to extend the term of the
AGREEMENT to June 30, 2010.
D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. 3," as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of the AGREEMENT shall be extended to June 30, 2010.
2. COMPENSATION
City shall pay Contractor for the services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and shall be based on the
attached Schedule of Billing Rates (Exhibit A).
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays
and overtime work for each craft or type of workman needed to execute the work
contemplated under the Agreement shall be paid to all workmen employed on the
work to be done according to the Agreement by the Contractor and any
subcontractor. 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
Agreement. 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. The Contractor is required to obtain the wage determinations
from the Department of Industrial Relations and post at the job site the prevailing
rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules
and regulations and the parties agree that the City shall not be liable for any
violation thereof.
3. SERVICES TO BE PERFORMED
Contractor shall perform various underground utility repair services pursuant to
this Amendment No. 3 and according to the Request to Extend On -Call
Professional Services Agreement dated July 13, 2009, attached hereto as
(Exhibit B).
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3
on the date first above written.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
By:
ynet . B c amp,
Assistant City Attorney
ATTEST:
By.
Leilani Brown,
City Clerk�f
e
CITY OF NEWPORT BEACH,
A Municipal Corpora ion �
Edward Selic`h,
Mayor
CONTRACTOR:
DOTY BROS. CONSTRUCTION CO.
140'ri 01-M
.porateOfficer)
Title: President
Print Name: Chris Chris
By:
(Fin i'IOfficer)
Title: Treasurer
Print Name: Carlos Garcia
Attachments: Exhibit A — Schedule of Billing Rates
Exhibit B — Request to Extend On -Call Professional Services Agreement
MASTER' EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2009 TO JUNE 30, 2010
BACK HOES
ID #
Hourly
-
-
Rate
AUGER
#1189
$
20.00
Accessory - COMPACTION WHEEL EXECAVATOR
#1181
$
40.00
Accessory -COMPACT WHEEL F/CASE-JD
#1179
$
20.00
Accessory - HYDRAULIC BREAKER / CASE & JD
#1183
$
50.00
Accessory- VIBRATORY PLATE
#1535
$
40.00
CC -135A ROCK WHEEL
#1313
$
75.00
CASE 580IJD 310
ROLLER (WALK BEHIND) - 1 TON VIBRATOR
$
39.88
CASE 590
ROLLER TRAILER
$
41.88
CAT 3DD -TRACK MOUNTED
#4055
$
111.25
CAT 345 - TRACK MOUNTED
#4072
$
141.25
CAT 416
#4147
$
37.88
JD 710
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
$
45.88
COMPACTION EQUIPMENT
ASPHALT PAVER - LEE BOY 1000D
#1196
$
ARROW (HYDRO HAMMER) / STOMPER
CEMENT SAW - WALK BEHIND
$
44.04
SHEEPS FOOT - Tow Behind (Vibrating)
#1169
$
16.00
WACKER TAMPER
#1860
$
23.00
COMPRESSORS W/90 LB. BREAKER, CLAY SPADE & TAMPER
5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck
COMPRESSOR 125 -185 CFM
22.75
$
21.00
COMPRESSOR -AIR, PORTABLE (PER DAY RATE)
#1808
$
104.00
CRANES
53.75
DUMP TRUCK 10 WHEELER
BOOM TRUCK - 8 TON
#3647
$
33.75
BOOM TRUCK - 10 - 11 TON
14.00
$
48.75
BOOM TRUCK - 14 TON
16.00
$
52.75
BOOM TRUCK 23 - 25 TON
#3308
$
57.75
CRANE - RT / 15-18 TON (or equivalent)
53.75
$
59.75
DOZERS I SIDEBOOMS
44.75
LOWSIDE END DUMP TRAILER W/ TRACTOR
#3418
DOZER JD 450
#5078
$
43.13
SIDEBOOM CAT D-6
15.25
$
57.13
SIDEBOOM CAT D-7
#5063
$
66.13
SIDEBOOM CAT 561
#5045
$
63.13
SIDEBOOM CAT 572
#5067
$
78.13
SIDEBOOM JD 450
78.75
$
41.13
FORKLIFTS
32.00
UTILITY VEHICLE (NON-HWY)
FORKLIFT - HYSTER 20,000 LB
#1203
$
34.88
FORKLIFT - LION 6,000 LB
#1204
$
22.88
LOADERS
38.75
WINCH TRUCK
#3395
MINI SKID STEER - DITCH WITCH
#1275
$
26.88
LOADER - BOBCAT W/ BUCKET
#1184B
$
26.88
LOADER - BOBCAT W/ SWEEPER
#1184S
$
36.88
LOADER - BOBCAT W/ GRINDER
#1184G
$
56.88
RUBBER TIRE LOADER - 544 JD
#5086
$
45.75
RUBBER TIRE LOADER - 930 CAT
#5089
$
47.75
RUBBER TIRE LOADER - 950 CAT
#5087
$
58.75
RUBBER TIRE LOADER - 950E/F CAT
#5099
$
69.75
RUBBER TIRE LOADER - 966 CAT
#5070
$
64.75
SKIPLOADER - CASE 580 / MF 40E / F 445
29.25
$
31.88
ROAD EQUIPMENT
ID #Hourly
-
Rate
CABLE DOLLY - ONE REEL (Traitor Mounted)
$
12.00
CABLE DOLLY - THREE REEL (Traitor Mounted)
$
25.00
FLASHING ARROWBOARD - (4 HR. MIN.)
$
17.00
GRADER - CAT 140
#R7791
$
81.75
GRINDER ( COLD PLANER (BITELLI) - (4 HR. MIN.)
#1187
$
228.00
ROLLER - (RIDE ON)
$
29.00
ROLLER (WALK BEHIND) - 1 TON VIBRATOR
$
23.00
ROLLER TRAILER
$
12.00
TILT TRAILER
#6366
$
12.00
TRENCHER TRAILER
#6481
$
12.00
UTILITY TRAILER
#6452
$
12.00
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
#1800
$
375.00
ASPHALT PAVER - LEE BOY 1000D
#1196
$
113.75
CEMENT SAW - WALK BEHIND
#1938
$
33.00
TRUCKS
2-3 TON LUBE TRUCK
#3450
$
16.25
5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck
$
22.75
BACK HOE MOVER TRUCK
$
19.75
CEMENT TRUCK w/ mixer and compressor
#3338
$
53.75
DUMP TRUCK 10 WHEELER
$
30.75
EQUIPMENT TRAILER - 20,000 LB
$
14.00
EQUIPMENT TRAILER - 40,000 LB
$
16.00
FLAT BED with LIFT
#3693
$
21.75
FLAT BED with MIXER / DUMP
#3392
$
53.75
LOWBED TRAILER w/ tractor & move permit fees
#3456
$
44.75
LOWSIDE END DUMP TRAILER W/ TRACTOR
#3418
$
41.75
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
$
15.25
PICK-UP - RENTAL NUMBER
R7700
$
15.25
SERVICE TRUCK - MISC TOOLS NOT INCLUDED
$
17.25
SERVICE VAN - MISC TOOLS NOT INCLUDED
$
15.25
TEST PUMP TRUCK
#3401
$
78.75
TEST TRAILER (Hyprostatic) (#6549 & 6674)
$
32.00
UTILITY VEHICLE (NON-HWY)
$
22.25
WATER TRUCK - (1,500 - 2,000 GALS.)
$
33.75
WATER TRUCK - (3,500 GALS.)
#3464
$
38.75
WINCH TRUCK
#3395
$
28.75
MISCELLANEOUS
BOARING MACHINE HYDRAULIC
#1521
$
25.00
BORE MACHINE TRAILER
#6447
$
10.00
TAP MACHINE (Water lines 3" to 12") (Per inch / per day)
#828
$
30.00
TAP MACHINE (Water lines up to 2") (Per inch / Per day)
#820
$
20.00
WELDERS
200 AMF - TRUCK MOUNTED
$
29.25
200 AMF, SKID MOUNTED or TRAILER
$
16.25
WELDER - RIG RENTAL NUMBER
R7704
$
29.25
FABRICATION SHOP & EQUIPMENT
#101
$
90.00
Page t of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2009 TO JUNE 30, 2010
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to joumeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $95.00/day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers - first
four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple time.
Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
County.
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
PAY
STRAIGHT
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
86.82
122.98
159.13
General Foreman, Appdx. A
OGF
95.11
131.58
188.04
Operating Foreman
COF
84.11
118.90
153.69
Foreman, Appdx. A
OFM
91.78
126.57
161.37
Foreman
CFM
81.82
115.47
149.12
Group 1, Appdx. A- Oiler
OG1
83.62
114.34
145.05
Journeyman
CJM
76.82
107.97
139.12
Group 2, Appdx. A - Oiler
OG2
84.92
116.29
147.65
Shingler
CSJ
77.03
108.29
139.55
Group 8, Appdx. A - Universal
OG8
88.44
121.57
154.69
Apprentice - 8th Period (90%)
CA8
70.59
98.62
126.66
Group 10, Appdx. A - Mechanic
OGA
88.64
121.87
155.09
Group 8, Appdx. B - Crane < 25 Tons
OB8
88.92
122.29
155.66
MILLWRIGHTS
Group 9, Appdx. B - Crane > 25 Tons
OB9
89.21
122.72
156.23
General Foreman
CMG
87.66
124.23
160.80
Apprentice, Grp 8, Appdx A - Step 6 (90%)
OA6
81.82
111.63
141.44
Foreman
CMF
82.65
116.72
150.79
Journeyman
CMJ
77.65
109.22
140.78
U.A. PIPEFITTERSMELDERS
Apprentice - 8th Period (95%)
CM8
68.18
95.01
121.84
INDUSTRIAL
General Foreman
IGF
97.71
133.28
168.85
CEMENT MASONS
Foreman
IFM
91.69
124.41
157.14
Foreman
MFM
78.46
105.56
132.67
Journeyman - Welder/Fitter
IJM
82.63
111.09
139.54
Journeyman
MJM
73.45
98.05
122.66
Apprentice - Fifth Year
IA5
69.93
95.54
121.15
F&T Machine Operator
MTO
73.87
98.68
123.49
Apprentice - 8th 6 Mos. (90%)
MA8
68.53
90.67
112.82
SHORTLINE (LOCAL 250)
Foreman
SFM
95.42
132.57
166.91
LABORERS
Journeyman (Welder/Fitter)
SJM
90.31
125.40
157.75
Operator General Foreman
LOG
92.55
129.01
165.47
Welder Helper
SWH
52.41
71.17
88.88
Operatorforeman
LOF
89.21
124.01
158.80
Pre -Helper
SPH
30.68
42.10
53.51
General Foreman
LGF
72.55
99.01
125.48
Foreman
LFM
70.88
96.51
122.14
UTILITY
Group 1 -General
LG1
63.54
85.50
107.46
Operator Foreman
UOF
87.94
122.74
157.53
Group 2 - Wrapper To 6"
LG2
64.46
86.88
109.30
Foreman
UFM
66.04
89.89
113.73
Group 3 - PTO/Wrapper> 6"
LG3
65.38
88.25
111.13
Welder
UWD
64.52
87.61
110.69
Group 4 - Pipe layer, C&S
LG4
67.96
92.13
116.30
Joumeyman/Fuser
UJM
55.70
74.79
93.88
Group 5 - Blaster
LG5
68.55
93.01
117.47
Pipe Tradesman II
UP2
42.29
54.80
67.31
Apprentice - 6th Period (85%)
LA6
52.17
72.96
93.76
ELECTRICIANS/ INSIDE WIREMEN
(Rates subject to project location & employee base location)
TEAMSTERS
General Foreman
EGF
103.51
144.48
185.45
Operator General Foreman
TOG
97.59
134.05
170.51
Foreman
EFM
95.95
133.15
170.35
Operator Foreman
TOF
94.25
129.05
163.84
Journeyman
EJM
88.40
121.82
155.24
General Foreman
TGF
73.77
98.32
122.88
Apprentice - 10th Period (85%)
EAO
76.64
105.04
133.45
Foreman
TFM
72.10
95.82
119.54
Group 2 - 2 Axle
TG2
69.02
91.19
113.37
PROJECT MANAGEMENT
Group 3 - 3 Axle
TG3
69.23
91.52
113.80
Project Manager
MPM
111.65
152.73
197.24
Group 5 - Working Truck Driver
TG5
69.60
92.07
114.54
Superintendent
MSP
100.17
136.52
176.33
Group 6 - 4 or More Axle
TG6
69.65
92.14
114.64
Project Engineer
MPE
77.75
113.79
149.83
Group 9 - Lo -Bed
TG9
70.82
93.90
116.97
Safety Director
SAD
109.73
149.23
193.88
Group 12 - WTD BoomTrk Cert
TBT
72.87
96.97
121.08
Safety Supervisor
SAS
97.65
133.09
171.86
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to joumeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $95.00/day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers - first
four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple time.
Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
County.
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
I MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2009 TO JUNE 30, 2010
MISCELLANEOUS
ID #
DAIRatLLY
MISCELLANEOUS
lD #
DRAIIL Y
ADDITIONAL (1) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH
#3091
$
50.00
PIPE LOCATOR
#843
$ 25.00
AIR HOSE 3/4" X 50'
#870
$
8.00
PIPE LOCATOR - METROTECH
#1935
$ 40.00
AIR SAW
#857
$
50.00
PIPE PUSHER I GRUNDORAM - HERCULE
#1939
$ 600.00
AIR TAMPER
#859
$
35.00
PIPE TONGS (4", 6", 8",10", 12", 16", 18", 20")
#1936
$ 50.00
ASPHALT SPREADER BAR
#1193
$
125.00
PLYWOOD 1/3 REPLACEMENT COST
#897
$ 3.00
BARRICADES
#880
$
2.50
PNEUMATIC/HYDRAU TORQUE WRENCH
#3090
$ 150.00
BEVELING BAND 14"-20"
#833
$
75.00
PORTABLE BAND SAW
#860
$ 35.00
BEVELING BAND 24"-42"
#834
$
100.00
POWER THREADER
#853
$ 85.00
BEVELING BAND 4"-12"
#832
$
50.00
PRESSURE WASHER TRAILER MOUNT.
#6941
$ 160.00
BEVELING MACHINE 14"-20"
#830
$
75.00
PUMP - SKID MOUNT BENTONITE
#1166
$ 107.00
BEVELING MACHINE 24"-42"
#831
$
100.00
PUMP - SUBMERSIBLE
#861
$ 27.00
BEVELING MACHINE 4"-12"
#829
$
42.50
RIGID ROLL GROOVER
(#873 & #856)
$ 30.00
BORING MACHINE - CASE HYDRA
#1092
$
160.00
RIVET BUSTER / RIPPING GUN
#869
$ 50.00
BORE MOTOR
#854
$
10.00
ROCK DRILL (Plus Steel)
#865
$. 35.00
BORING MACHINE 1-1/2" & 13/4" (Accu -punch)
#1178
$
15.00
ROCK SEPARATOR - GRIZZLY
#1811
$ 85.00
BORING MACHINE 4" - 8" (Accu -punch)
#1520
$
25.00
ROTARY HAMMER (Plus Steel)
#852
$ 50.00
BORING MACHINE 3-112" (Accu -punch)
#1177
$
20.00
SANDBLASTER - UNIT (with accessories)
#1175
$ 125.00
BUFFER & GRINDER
#836
$
25.00
SAWZALL
#874
$ 15.00
BUILDER LEVEL - AC -2X NIKON
#845
$
25.00
SHORING LUMBER 3"X 12"X 14' (1/3 REPLACEMENT COST) #895
$ 3.00
CEMENT MIXER
$
43.00
SHORING LUMBER 8" X 8" X 8' (1/3 REPLACEMENT
COST) #896
$ 3.00
CHAIN LINK FENCE PANELS
#846
$
3.00
SKILL SAW (INCLUDES BLADES)
#835
$ 20.00
CHAIN SAW 16" (INCLUDES BLADES)
#850
$
50.00
TAP MACHINE - T.D. WILLIAMSON (UP TO 3")
#827
$ 100.00
CHIPPING GUN (Plus Steel)
#868
$
35.00
TAR POT
#862
$ 50.00
CLAY SPADE (Plus Steel)
#866
$
35.00
TEST PLUG
#892
$ 10.00
CLEANING BALL
#890
$
10.00
TEST PUMP 200 LB. -400 LB. SPRAGUE
#1815
$ 125.00
COM -A -LONG / CHAIN
#886
$
15.00
TEST PUMP 5,000 LB. TRAILER MOUNTED
#6818
$ 187.00
CONCRETE FiNSHER
#1823
$
125.00
TEST PUMP High Pressure
#1940
$ 125.00
CONCRETE VIBRATOR
#891
$
40.00
TEST PUMP Portable 2001b
(#.818 r& #817)
$ 80.00
CONSTRUCTION SIGNS
#882
$
4.00
TESTING TABLE
#1834
$ 60.00
CROSSING PLATES
#878
$
6.25
TRAFFIC CONES
#881
$ 2.50
CUT OFF If SAW (INCLUDES BLADES)
#810
$
53.00
TRANSIT - THEOLITE
#845C
$ 35.00
DEAD WEIGHT TESTER
$
60.00
TRENCH BOX - UX 10'
#1910
$ 200.00
DELINEATORS
#879
$
2.50
TRENCH BOX - 4'X 10'
#1909
$ 130.00
DRILL MOTOR 1/2"
#811
$
20.00
TRENCH JACK (SCREW)
#877
$ 4.00
DRILL MOTOR 3/4"
#812
$
25.00
TRENCH JACK (HYDRAULIC)
#876
$ 20.00
DRY ROD OVEN - PORTABLE
#813
$
25.00
TRENCHER
#1160
$ 125.00
DUCT ROD
#855
$
30.00
TRI -VISE
#884
$ 25.00
EMULSION POT SPRAYER
$
60.00
VIBRATOR PLATE
$ 91.00
FLOODLIGHT TRIALER (MERCURY VAPOR LIGHTS)
$ 125.00
WALKIE TALKIES (SET OF 2)
#893
$ 25.00
FLOW LINER
#841
$
25.00
WATER HOSE 1 1t2" X 50'
#871
$ 6.00
FUSION MACHINE 4-12" Macelroy
#3095
$200.00
WATER HOSE 2 1/2" X 50'
#872
$ 7.50
GENERATOR (3.5 - 5 KW)
#1807
$
53.00
WATER PUMP 2" Portable
#1831
$ 53.00
GENERATOR (75 KW)
#6280
$
75.00
WATER PUMP 3" Portable
#1832
$ 80.00
HEAT TRACER
#814
$
25.00
WEEDEATER
#116
$ 50.00
HEATER
#815
$
25.00
WHALERS HYDRAULIC
#1894
$ 300.00
HOLIDAY DETECTOR
#838
$
25.00
WINCH 10 TON (GRUNDO)
#6042
$ 300.00
HYDRAULIC STAR CUTTER
#889
$
100.00
IMPACT GUN 1"
#819
$
25.00
DAILY
IMPACT GUN 1/2"
#821
$
15.00
SAFETY AND HAZMAT EQUIPMENT
Rate
IMPACT GUN 3/4"
#822
$
20.00
EXPLOSIMETER
#844.
$ 50.00
IMPACT WRENCH 1"
#864
$
35.00
4 WAY GAS MONITOR
#921
$ 100.00
LADDER
#875
$
10.00
MULTI -GAS DETECTOR / PID
#914
$ 100.00
LASER LEVET.
#845B
$
75.00
AIR SUPPLY UNIT
#922
$ 50.00
LEAF BLOWER
#824
$
25.00
ESCAPE AIR PACK
#918
$ 25.00
LIGHT STAND
#849
$
15.00
H2S MONITOR
#920
$ 15.00
MANHOLE BLOWER
#840
$
43.00
HAZMAT SUIT - TYVEK
#912
$ 8.00
PAVEMENT BREAKER / JACKHAMMER
#867
$
35.00
HAZMAT TRAILER
#6648
$ 20.00
PIPE BENDER 5" GREENLEE
#1885
$ 100.00
RESPERATOR - HALF/FULL MASK
#911
$ 5.00
PIPE BENDER MACHINE 6-20" (Plus shoes/freight per day)
#1082
$ 400.00
SCBA - self contained
#916
$ 40.00
PIPE BENDER SHOTES / 1082 BENDER
#1190
$1165.00
WEEKLY
SCBA cylinder - extra
#917
$ 25.00
PIPE CUTTER - RIDGID SOIL
#885
$
15.00
TRIPOD WITH WINCH
#913
$ 100.00
PIPE CUTTER LINEUP CLAMP 16"-36"
#839
$
50.00
PIPE CUTTER LINEUP CLAMP 8"-14"
#851
$
25.00
Page 2 of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
1 i 1 Zia",
July 13, 2009
City of Newport Beach
949 West 16t' Street
Newport Beach, CA 92658
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Term: 09/01/08 — 06/30/09
Subject: Labor Rates and Equipment Rates
Ms. Asher:
Thank you for your fax with regard to the above referenced; it's that time of year again! As
mentioned in our letter dated December 31, 2008, Doty Bros. Equipment Co., ("DBEC") is submitting to
you its current effective Labor Rates and Equipment Rates in order to amend the Agreement.
Thank you once again for your patience and understanding as we completed integration of the
labor agreement rate modifications into the current rate schedules. As you are aware, Doty Bros.
Equipment Co. is a union signatory contractor therefore in compliance with its current labor agreements,
these rates are now effective and applicable to us. Therefore, we respectfully request your prompt
acceptance by issuance of a revised Amendment.
In addition, we would like to bring your attention to the fact that this year our Labor and
Equipment Rates are again effective for one year (July 1, 2009 through June 30, 2010). Thank you in
advance for your time and consideration. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
If you should have any questions or require further information please do not hesitate to call our
office.
incerely,
Monache J ?'itchenell
Assistant Contracts Administrator
cc: Phil Dennis
Mike Collins
Contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
Cffr 6014 EM"" BEACH
0 8 2009
CITY OF NEWPORT BEACH o
CITY COUNCIL STAFF REPORT
Agenda Item No. 8
September 8, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Cindy Asher, Administrative Manager
949-644-3010 or casher ,newportbeachca.gov
SUBJECT: APPROVAL OF AMENDMENT NO. 3 TO PROFESSIONAL SERVICES
AGREEMENT WITH DOTY BROS. CONSTRUCTION COMPANY,
APPROVAL OF AMENDMENT NO. 3 WITH GCI CONSTRUCTION, INC.
AND APPROVAL OF AMENDMENT NO. 2 WITH VALVERDE
CONSTRUCTION, INC. FOR ON-CALL UNDERGROUND UTILITY
REPAIRS
RECOMMENDATIONS:
1. Approve Amendment No. 3 to Professional Services Agreement (PSA) with Doty Bros.
Construction Company (DBCC) for on-call underground utility repair services and authorize the
Mayor and City Clerk to execute the Amendment.
2. Approve Amendment No. 3 to Professional Services Agreement (PSA) with GCI
Construction, Inc. (GCI) for on-call underground utility repair services and authorize the Mayor
and City Clerk to execute the Amendment.
3. Approve Amendment No. 2 to Professional Services Agreement (PSA) with Valverde
Construction, Inc. (VCI) for on-call underground utility repair services and authorize the Mayor
and City Clerk to execute the Amendment.
DISCUSSION:
On September 11, 2007, the City Council approved a PSA with Doty Bros Construction
Company on September 12, 2006 with GCI Construction, Inc. and on November 13, 2007 with
Valverde Construction, Inc. to provide emergency and as needed on-call underground utility
repair services. The proposed revisions to each PSA are summarized below:
1) Amendment No. 3 to the PSA with DBCC incorporates a revised labor rate billing
sheet which reflects between a 1% and 6% increase, with the average increase at
2.6%. Due to DBCC being a union shop, new rates are negotiated every July.
There are no cost increases for equipment.
Underground Utility Repair Services — Approval of Amendments
On -Call Professional Services Agreements
September 8, 2009
Page 2
u
kJg jj y
In February 2008, DBCC made emergency repairs to a 30" steel reclaimed water
main located at University Avenue and the 73 Toll Road. The City was reimbursed
for this repair by Orange County Water District.
2) Amendment No. 3 to the PSA with GCI incorporates a revised labor rate billing sheet
that reflects a decrease in all labor categories except the Foreman category which
averaged a 3.7% increase. According to GCI, the decrease is due to their workers'
compensation rates. The revised equipment rates increased 3.4% to 14.5%, with
one piece of equipment increasing by 26.6% and another decreasing by 39%. Many
equipment pieces had no increase.
GCI assisted the City in making some emergency repairs to a vault at Pacific Coast
Highway and Dover. GCI also assisted with manholes at the Big Canyon Golf
Course last fall.
3) Amendment No. 2 to the PSA with VCI incorporates a revised labor rate billing sheet
that reflects increases in rates ranging from 1.7% to 3.9%. For equipment, the
increase in rates ranged from no increases to 14.7% on one piece of equipment.
VCI has not had the opportunity thus far to assist the City on any emergency
underground utility repairs.
The scope of work for the amended on-call PSAs include the following services: general
underground utility installation and repair, installing and repairing sewer laterals and mains;
installing and repairing water services including system appurtenances, street repairs, and
grading improvements.
The proposed on -Call PSAs for all three companies would be effective for a one year period
through June 30, 2010. Please see the attached Rate Comparison Tables.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding Availability:
Funding is available in various maintenance and operations water and wastewater accounts.
Prepared by:
a,��w�n -
Cindy Asher
Administrative anager
Submitted by:
eor Mu och
Utilities Director
Attachments: Amendment No. 3 with Doty Bros. Construction Company
Amendment No. 3 with GCI Construction, Inc.
Amendment No. 2 with Valverde Construction, Inc.
Rate Comparison Tables
AMENDMENT NO. 3
TO
PROFESSIONAL SERVICES AGREEMENT WITH
DOTY BROS. CONSTRUCTION COMPANY
FOR ON-CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
entered into as of this 8th day of September, 2009, by and between the CITY OF
NEWPORT BEACH, a Municipal Corporation ("CITY"), and DOTY BROS.
CONSTRUCTION COMPANY, a California Corporation whose address is 11232 E.
Firestone Blvd., Norwalk, California, 90650 ("CONTRACTOR"), and is made with
reference to the following:
RECITALS:
A. On September 11, 2007, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "AGREEMENT", for
Underground Utility Repair Services.
B. CITY and CONTRACTOR have entered into two separate AMENDMENTS of the
AGREEMENT, the latest dated February 24, 2009.
C. CITY desires to enter into this AMENDMENT NO. 3 to extend the term of the
AGREEMENT to June 30,.2010.
D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. 3," as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of the AGREEMENT shall be extended to June 30, 2010.
2. COMPENSATION
City shall pay Contractor for the services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and shall be based on the
attached Schedule of Billing Rates (Exhibit A).
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays
and overtime work for each craft or type of workman needed to execute the work
contemplated under the Agreement shall be paid to all workmen employed on the
work to be done according to the Agreement by the Contractor and any
subcontractor. 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
Agreement. 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. The Contractor is required to obtain the wage determinations
from the Department of Industrial Relations and post at the job site the prevailing
rate or per them wages. It shall be the obligation of the Contractor or any
subcontractor under him/her to comply with all State of California labor laws, rules
and regulations and the parties agree that the City shall not be liable for any
violation thereof.
3. SERVICES TO BE PERFORMED
Contractor shall perform various underground utility repair services pursuant to
this Amendment No. 3 and according to the Request to Extend On -Call
Professional Services Agreement dated July 13, 2009, attached hereto as
(Exhibit B).
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3
on the date first above written.
APPROVED AS TO FORM: CITY OF NEWPORT BEACH,
OFFICE OF THE CITY ATTORNEY: A Municipal Corporation
By: By_
/yntte D. Bea amp, Edward Selich,
Assistant City Attorney Mayor
ATTEST:
CONTRACTOR:
DOTY BROS. CONSTRUCTION CO -
By: By.
Leilani Brown, (Corporate Officer)
City Clerk
Title: President
Print Name: Chris Christy
By:
(Financial Officer)
Title: Treasurer
Print Name: Carlos Garcia
Attachments: Exhibit A — Schedule of Billing Rates
Exhibit B — Request to Extend On -Call Professional Services Agreement
4M AS%
UUIY
1jhj3ffl
Construction Company
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2005 TO JUNE
.BACK HOES
ID #
Hourly
Hourly
-
-
Rate
AUGER
#1189
$
20.00
Accessory -COMPACTION WHEEL EXECAVATOR
#1181
$
40.00
Accessory -COMPACT WHEEL F/CASE.JD
#1179
$
20.00
Accessory - HYDRAULIC BREAKER / CASE & JD
#1183
$
50.00
Accessory - VIBRATORY PLATE
#1535
$
40.00
CC -135A ROCK WHEEL
#1313_
$
75.00
CASE 580 /JD 310
ROLLER (WALK BEHIND) -1 TON VIBRATOR
$
39.88
CASE 590
ROLLER TRAILER
$
41.88
CAT 300 - TRACK MOUNTED
#4055
$
111.25
CAT 345 -TRACK MOUNTED
#4072
$
141.25
CAT 416
#4147
$
37.88
JD 710
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
$
45.88
COMPACTION EQUIPMENT
ASPHALT PAVER - LEE BOY 1000D
#1196
$
ARROW (HYDRO HAMMER) / STOMPER
CEMENT SAW -WALK BEHIND
$
44.00
SHEEPS FOOT - Tow Behind (Vibrating)
#1169
$
16.00
WALKER TAMPER
#1860
$
23.00
COMPRESSORS W190 LB. BREAKER, CLAY SPADE & TAMPER.
5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck
$
COMPRESSOR 125 -185 CFM
BACK HOE MOVER TRUCK
$
21.00
COMPRESSOR -AIR, PORTABLE (PER DAY RATE)
#1808
$
104.00
CRANES
DUMP TRUCK 10 WHEELER
$
BOOM TRUCK - 8 TON
#3647
$
33.75
BOOM TRUCK - 10 - 11 TON
EQUIPMENT TRAILER - 40,000 LB
$
48.75
BOOM TRUCK - 14 TON
FLAT BED with LIFT
$
52.75
BOOM TRUCK 23 - 25 TON
#3308
$
57.75
CRANE - RT / 15-18 TON (or equivalent)
LOWBED TRAILER w/ tractor & move permit fees
$
59.75
DOZERS / SIDEBOOMS
LOWSIDE END DUMP TRAILER W1 TRACTOR
#3418
DOZER JD 450
#5078
$
43.13
SJDEBOOM CAT D-6
PICK-UP - RENTAL NUMBER
$
57.13
SIDEBOOM CAT D-7
#5063
$
66.13
SIDEBOOM CAT 561
#5045
$
63.13
SIDEBOOM CAT 572
#5067
$
78.13
SIDEBOOM JD 450
TEST TRAILER (Hyprostatic) (#6549 & 6674)
$
41.13
FORKLIFTS
UTILITY VEHICLE (NON-HWY)
$
FORKLIFT - HYSTER 20,000 LB
#1203
$
34.88
FORKLIFT - LION 6,000 LB
#1204
$
22.88
LOADERS
WINCH TRUCK
#3395
$
MINI SKID STEER - DITCH WITCH
#1275
$
26.88
LOADER - BOBCAT W/ BUCKET
#11846
$
26.88
LOADER - BOBCAT W/ SWEEPER
#1184S
$
36.88
LOADER - BOBCAT W/ GRINDER
#1184G
$
56.88
RUBBER TIRE LOADER - 544 JD
#5086
$
45.75
RUBBER TJRE LOADER - 930 CAT
#5089
$
47.75
RUBBER TIRE LOADER - 950 CAT
#5087
$
58.75
RUBBER TIRE LOADER - 950E/F CAT
#5099
$
69.75
RUBBER TIRE LOADER - 966 CAT
#5070
$
64.75
SKIPLOADER - CASE 580 / MF 40E / F 445
$
31.88
EXHIBIT "A"
2010
ROAD EQUIPMENT
ID #
Hourly
-
Rate
CABLE DOLLY - ONE REEL (TraJlor Mounted)
$
12.0
CABLE DOLLY - THREE REEL (TraJJor Mounted)
$
25.0
FLASHING ARROWBOARD - (4 HR. MIN.)
$
17.0
GRADER -CAT 140
#R7791
$
81.7
GRINDER / COLD PLANER (BITELLI) - (4 HR. MIN_)
#1187
$
228.0
ROLLER - (RIDE ON)
$
29.0
ROLLER (WALK BEHIND) -1 TON VIBRATOR
$
23.0
ROLLER TRAILER
$
12.0
TILT TRAILER
#5366
$
12.0
TRENCHER TRAILER
#6481
$
12.0
UTILITY TRAILER
#6452
$
12.0
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
#1800
$
375.0
ASPHALT PAVER - LEE BOY 1000D
#1196
$
113.7
CEMENT SAW -WALK BEHIND
#1938
$
33.0
TRUCKS
2-3 TON LUBE TRUCK
#3450
$
16.2
5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck
$
22.7
BACK HOE MOVER TRUCK
$
19.7
CEMENT TRUCK w/ mixer and compressor
#3338
$
53.7
DUMP TRUCK 10 WHEELER
$
30.7
EQUIPMENT TRAILER - 20,000 LB
$
14.0
EQUIPMENT TRAILER - 40,000 LB
$
16.0
FLAT BED with LIFT
#3693
$
21.7
FLAT BED with MIXER / DUMP
#3392
53.7
LOWBED TRAILER w/ tractor & move permit fees
#3456
J4.7
LOWSIDE END DUMP TRAILER W1 TRACTOR
#3418
41.7
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
$
15.2
PICK-UP - RENTAL NUMBER
R7700
$
15.2
SERVICE TRUCK - MISC TOOLS NOT INCLUDED
$
17.2
SERVICE VAN - MISC TOOLS NOT INCLUDED
$
15.2:
TEST PUMP TRUCK
#3401
$
78.7:
TEST TRAILER (Hyprostatic) (#6549 & 6674)
$
32.01
UTILITY VEHICLE (NON-HWY)
$
22.2.
WATER TRUCK - (1,500 - 2,000 GALS.)
$
33.7'
WATER TRUCK - (3,500 GALS_)
#3464
$
38.7:
WINCH TRUCK
#3395
$
28.7'
MISCELLANEOUS
BOARING MACHINE HYDRAULIC
#1521
$
25.01
BORE MACHINE TRAILER
#6447
$
10.01
TAP MACHINE (Water lines 3" to 12") (Per inch / per day)
#828
$
30.0
TAP MACHINE (Water lines up to 2") (Per inch / Per day)
#820
$
20.01
WELDERS
200 AMF - TRUCK MOUNTED
$
29.2'
200 AMF, SKID MOUNTED or TRAILER
$
16.2:
WELDER - RIG RENTAL NUMBER
R7704
$
29.2:
FABRICATION SHOP & EQUIPMENT
#101 $ 90.0(
Page 1 ort
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 Www.dotybros.com CA Lic. 273024
HhUNm
Construction Company
Apprentice Rates: Apprentice rates as fisted above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence. $95.00/day
Travel Time: Customer will be advised if travel time is applicable .
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -first
four (4) hours outside regular stA and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple time.
Emergency "call out work" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern Callfomia Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ira, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rode, San Nicholas Island, Catalina Island, San Clemente
San Miguel Island, Santa Barbara Island; Santa Rosa Island, Anacapa Island, including the Channel Islands Monument Rate Scale does not include San Diego
Guunty_
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lie. 273024
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2009 TO JUNE 30., 2010
PAY
STRAIGHT
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMAN/CLASS
CODE
' TIME
TIME
TIME
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
86.82
122.98
159.13
General Foreman, Appdx. A
OGF
95.11
131.58
168.04
Operating Foreman
COF
84.11
118.90
153.69
Foreman, Appdx. A
OFM
91.78
126.57
161.37
Foreman
CFM
81.82
115.47
149.12
Group 1, Appdx A- Quer
OGI
83.62
114.34
145.05
Journeyman
CJM
76.82
107.97
139.12
Group 2, Appdx. A - Oiler
OG2
84.92
116.29
147.65
Shingler
CSJ
77.03
108.29
139.55
Group 8, Appdx A - Universal
OG8
88.44
121.57
154.69
Apprentice - 8th Period (90%)
CA8
70.59
98.62
126.66
Group 10, Appdx. A - Mechanic
OGA
88.64
121.87
155.09
Group 8, Appdx B - Crane < 25 Tons
OB8
88.92
122.29
155.66
MILLWRIGHTS
Group 9, Appdx. B - Crane > 25 Tons
OB9
89.21
122.72
156.23
General Foreman
CMG
87.66
124.23
160.80
Apprentice, Grp 8, Appdx A - Step 6 (90%)
OA6
81.82
111.63
141.44
Foreman
CMF
82.65
116.72
150.79
Journeyman
CMJ
77.65
109.22
140.78
U.A. PIPEF17TERSIWELDERS
Apprentice - 8th Period (95%)
CM8
68.18
95.01
121.84
INDUSTRIAL
General Foreman
IGF
97.71
133.28
168.85
CEMENT MASONS
Foreman
IFM
91.69
124.41
157.14
Foreman
MFM
78.46
105.56
132.67
Journeyman - Welder/Fitter
IJM
82.63
111.09
139.54
Journeyman
MJM
73.45
98.05
122.66
Apprentice - Fifth Year
IA5
69.93
95.54
121.15
F&T Machine Operator
MTO
73.87
98.68
123.49
Apprentice - 8th 6 Mos. (90%)
MA8
68.53
90.67.
112.82
SHORTLINE (LOCAL 250)
Foreman
SFM
95.42
132.57
166.91
LABORERS
Journeyman (Welder/Fitter)
SJM
90.31
125.40
157.75
Operator General Foreman
LOG
92.55
129.01
165.47
Welder Helper
SWH
52.41
71.17
88.88
Operator Foreman
LOF
89.21
124.01
158.80
Pre -Helper
SPH
30.68
42.10
53.51
-ieral Foreman
LGF
72.55
99.01
125.48
;man
LFM
70.88
96.51
122.14
UTILITY
group 1 -General
LG1
63.54
85.50
107.46
Operator Foreman
UOF
87.94
122.74
157.53
Group 2 - Wrapper To 6"
LG2
64.46
86.88
109.30
Foreman
UFM
66.04
89.89
113.73
Group 3 - PTO/Wrapper > 6"
LG3
65.38
88.25
111.13
Welder
UWD
64.52
87.61
110.69
Group 4 - Pipe layer, C&S
LG4
67.96
92.13
116.30
Joumeyman/Fuser
UJM
55.70
74.79
93.88
Group 5 - Blaster
LG5
68.55
93.01
117.47
Pipe Tradesman 11
UP2
42.29
54.80
67.31
Apprentice - 6th Period (85%)
LA6
52.17
72.96
93.76
ELECTRICANS/INSIDE %1REMEN
(Rates subject to project location & employee base location)
TEAMSTERS
General Foreman
EGF
103.51
144.48
185.45
Operator General Foreman
TOG
97.59
134.05
170.51
Foreman
EFM
95.95
133.15
170.35
Operator Foreman
TOF
94.25
129.05
163.84
Journeyman
EJM
88.40
121.82
155.24
General Foreman
TGF
73.77
98.32
122.88
Apprentice -10th Period (85%)
EAO
76.64
105.04
133.45
Foreman
TFM
72.10
95.82
119.54
Group 2 - 2 Axle
TG2
69.02
91.19
113.37
PROJECT MANAGEMENT
Group 3 - 3 Axle
TG3
69.23
91.52
113.80
Project Manager.
MPM
111.65
152.73
197.24
Group 5 - Working Tarek Driver
TG5
1 69.60
92.07
114.54
Superintendent
MSP
100.17
136.52
176.33
Group 6 - 4 or More Axle
TG6
69.65
92.14
114.64
Project Engineer
MPE
77.75
113.79
149.83
Group 9 - Lo -Bed
TG9
70.82
93.90
116.97
Safety Director
SAD
109.73
149.23
193.88
Group 12 - WTD BoomTrk Cert
TBT
72.87
96.97
121.08
Safety Supervisor
SAS
97.65
133.09
171.86
Apprentice Rates: Apprentice rates as fisted above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence. $95.00/day
Travel Time: Customer will be advised if travel time is applicable .
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -first
four (4) hours outside regular stA and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple time.
Emergency "call out work" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern Callfomia Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ira, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rode, San Nicholas Island, Catalina Island, San Clemente
San Miguel Island, Santa Barbara Island; Santa Rosa Island, Anacapa Island, including the Channel Islands Monument Rate Scale does not include San Diego
Guunty_
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lie. 273024
CA
UUT 0
uhia-11
Construction Company
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2009 TO JUNE 30, 2010
MISCELLANEOUS
ID #
DAILY
MISCELLANEOUS
ID #DAILY
Rate
Rate
ADDITIONAL (1) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH
#3091
$ 50.00
PIPE LOCATOR
#843
$ 25.0,
AIR HOSE 3/4" X 50'
#870
$ 8.00
PIPE LOCATOR - METROTECH
#1935
$ 40_a
AIR SAW
#857
$ 50.00
PIPE PUSHER /GRUNDORAM - HERCULE
#1939
$ 600.0(
AIR TAMPER
#859
$ 35.00
PIPE TONGS (4", 6", 8",10", 12", W', 18-,20")
#1936
$ 50.01
ASPHALT SPREADER BAR
#1193
$ 125.00
PLYWOOD 1/3 REPLACEMENT COST
#897
$ 3.01
BARRICADES
#880
$ 2.50
PNEUMATICIHYDRAU TORQUE WRENCH
#3090
$ 150-01
BEVELING BAND 14"-20"
#833
$ 75.00
PORTABLE BAND SAW
#860
$ 35.01
BEVELING BAND 24"42"
#834
$ 100.00
POWER THREADER
#853
$ 85.01
BEVELING BAND 4"-12"
#832
$ 50.00
PRESSURE WASHER TRAILER MOUNT.
#6941
$ 160.01
BEVELING MACHINE 14"-20"
#830
$ 75.00
PUMP - SKID MOUNT BENTONITE
#1166
$ 107.01
BEVELING MACHINE 24"-42"
#831
$ 100.00
PUMP - SUBMERSIBLE
#861
$ 27.01
BEVELING MACHINE 4"-12"
#829
$ 42.50
RIGID ROLL GROOVER
(#873 $ #856)
$ 30.01
BORING MACHINE - CASE HYDRA
#1092
$ 160.00
RIVET BUSTER / RIPPING GUN
#869
$ 50-01
BORE MOTOR
#854
$ 10.00
ROCK DRILL (Plus Steel)
#865
$. 35:01
BORING MACHINE 1-1/2" & 13/4" (Accu -punch)
#1178
$ 15.00
ROCK SEPARATOR - GRIZZLY
#1811
$ 85.01
BORING MACHINE 4" - 8" (Accu -punch)
#1520
$ 25.00
ROTARY HAMMER (Plus Steel)
#852
$ 50.01
BORING MACHINE 3-1/2" (Accu -punch).
#1177
$ 20.00
SANDBLASTER - UNIT (with accessories)
#1175
$ 125.0(
BUFFER & GRINDER
#836
$ 25.00
SAWeALL
#874
$ 15.01
BUILDER LEVEL - AC -2X NIKON
#845
$ 25.00
SHORING LUMBER 3"X 17'X 14' (113 REPLACEMENT COST) #895
$ 3.0(
CEMENT MIXER
$ 43.00
SHORING LUMBER W X W X 8' (1 r3 REPLACEMENT COST) #896
$ 3.01
CHAIN LINK FENCE PANELS
#846
$ 3,00
SKILL. SAW (INCLUDES BLADES)
#835
$ 20.01
CHAIN SAW 16" (INCLUDES BLADES)
#850
$ 50.00
TAP MACHINE -T.D. WILLJAMSON (UP TO 3")
#827
$ 100.01
CHIPPING GUN (Plus Steel)
#868
$ 35.00
TAR POT
#862
$ 50.0(
CLAY SPADE (Plus Steel)
#866
$ 35.00
TEST PLUG
#892
$ 10.01
CLEANING BALL
#890
$ 10.00
TEST PUMP 200 LB. -400 LB. SPRAGUE
#1815
3 125.0(
COM -A -LONG t CHAIN
#886
$ 15.00
TEST PUMP 5,000 LB_ TRAILER MOUNTED
#6818
7.0(
CONCRETE FINSHER
#1823
$ 125.00
TEST PUMP High Pressure
#1940
_5.011
CONCRETE VIBRATOR
#891
$ 40.00
TEST PUMP Portable 2001b
(#816 & #817)
$ 80.01
CONSTRUCTION SIGNS
#882
$ 4.00
TESTING TABLE
#1834
$ 60.0(
CROSSING PLATES
#878
$ 6.25
TRAFFIC CONES
#881
$ 2.5(
CUT OFF / CHOP SAW (INCLUDES BLADES)
#810
$ 53.00
TRANSIT - THEOLITE
#845C
$ 35.0(
DEAD WEIGHT TESTER
$ 60.00
TRENCH BOX - 6'X 10'
#1910
$ 200.0(
DELINEATORS
#879
$ 2.50
TRENCH BOX - 4' X 10'
#1909
$ 130.0E
DRILL MOTOR 1/2"
#811
$ 20.00
TRENCH JACK (SCREW)
#877
$ 4.0(
DRILL MOTOR 3/4"
#812
$ 25.00
TRENCH JACK (HYDRAULIC)
#876
$ 20.0(
DRY ROD OVEN - PORTABLE
#813
$ 25.00
TRENCHER
#1160
$ 125.0(
DUCT ROD
#855
$ 30.00
TRI -VISE
#884
$ 25.0(
EMULSION POT SPRAYER
$ 60.00
VIBRATOR PLATE
$ 91.0(
FLOODLIGHT TRIALER (MERCURY VAPOR LIGHTS)
$ 125.00
WALKIE TALKIES (SET OF 2)
#893
$ 25.0(
FLOW LINER
#841
$ 25.00
WATER HOSE 1 1/2" X 50'
#871
$ 6.0(
FUSION MACHINE 4-12" Macelroy
#3095
$200.00
WATER HOSE 2 1/2" X 50'
#872
$ 7.5(
GENERATOR (3.5 - 5 KW)
#1807
$ 53.00
WATER PUMP 2" Portable
#1831
$ 53.0(
GENERATOR (75 KW)
#6280
$ 75.00
WATER PUMP 3" Portable
#1832
$ 80.0(
HEAT TRACER
#814
$ 25.00
WEEDEATER
#116
$ 50.0(
HEATER
#815
$ 25.00
WHALERS HYDRAULIC
#1894
$ 300.0(
HOLIDAY DETECTOR
#838
$ 25.00
WINCH 10 TON (GRUNDO)
#6042
$ 300.0(
HYDRAULIC STAR CUTTER
#889
$ 100.00
IMPACT GUN 1"
#819
$ 25.00
DAILY
IMPACT GUN 1/2"
#821
$ 15.00
SAFETY AND HAZMAT EQUIPMENT
Rate
IMPACT GUN 314"
#822
$ 20.00
EXPLOSIMETER
#844.
'$_50.0(
IMPACT WRENCH 1"
#864
$ 35.00
4 WAY GAS MONITOR
#921
$ 100.0[
LADDER
#875
$ 10.00
MULTI -GAS DETECTOR / PID
#914
$ 100.0[
LASER LEVEL
#8458
$ 75.00
AIR SUPPLY UNIT
#922
$ 50.0C
LEAF BLOWER
#824
$ 25.00'
ESCAPE AIR PACK
#918
$ 25.0(
LIGHT STAND
#849
$ 15.00
H2S MONITOR
#920
$ 15.0(
MANHOLE BLOWER
#840
$ 43.00
HAZMAT SUIT - TYVEK
#912
$ 8.01]
PAVEMENT BREAKER / JACKHAMMER
#867
$ 35.00
HA7MAT TRAILER
#6648
$ 20.00
PIPE BENDER 5" GREENLEE
#1885
$ 100.00
RESPE:RATOR - HALF/FULL MASK
#911
$ 5.00
PIPE BENDER MACHINE 6-20" (Plus shoesKreight per day)
#1082.
$ 400.00
SCBA - self contained
#916
$ 40.01]
PIPE BENDER SHOES 11082 BENDER
#1190
$1165.00 WEEKLY
SCBA cylinder -extra
#917
° ''5.00
PIPE CUTTER - RIDGID SOIL
#885
$ 15.00
TRIPOD WITH WINCH
#913
).00
PIPE CUTTER LINEUP CLAMP 16"-30'
#839
$ 50.00
PIPE CUTTER LINEUP CLAMP 8"44"
#851
$ 25.00
-
- Page2:of2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
wu" OTY B h 0 S
e
Construction Company
July 13, 2009
City of Newport Beach
949 West 16th Street
Newport Beach, CA 92658
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Tenn: 09/01/08 — 06/30/09
Subject: Labor Rates and Equipment Rates
Ms. Asher:
EXHIBIT wB"
Thank you for your fax with regard to the above referenced; it's that time of year again! As
mentioned in our letter dated December 31, 2008, Doty Bros. Equipment Co., ("DBEC") is submitting to
you its current effective Labor Rates and Equipment Rates in order to amend the Agreement.
Thank you once again for your patience and understanding as we completed integration of the
labor agreement rate modifications into the current rate schedules. As you are aware, Doty Bros.
Equipment Co. is a union signatory contractor therefore in compliance with its current labor agreements,
these rates are now effective and applicable to us. Therefore, we respectfully request your prompt
acceptance by issuance of a revised Amendment.
In addition, we would like to bring your attention to the fact that this year our Labor and
Equipment Rates are again effective for one year (July 1, 2009 through June 30, 2010). Thank you in
advance for your time and consideration. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
If you should have any questions or require further information please do not hesitate to call our
office.
incerely,
44
Monache .I. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Mike Collins
Contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
FaYF'
Ay
�•
r �"�
Thank you for your fax with regard to the above referenced; it's that time of year again! As
mentioned in our letter dated December 31, 2008, Doty Bros. Equipment Co., ("DBEC") is submitting to
you its current effective Labor Rates and Equipment Rates in order to amend the Agreement.
Thank you once again for your patience and understanding as we completed integration of the
labor agreement rate modifications into the current rate schedules. As you are aware, Doty Bros.
Equipment Co. is a union signatory contractor therefore in compliance with its current labor agreements,
these rates are now effective and applicable to us. Therefore, we respectfully request your prompt
acceptance by issuance of a revised Amendment.
In addition, we would like to bring your attention to the fact that this year our Labor and
Equipment Rates are again effective for one year (July 1, 2009 through June 30, 2010). Thank you in
advance for your time and consideration. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
If you should have any questions or require further information please do not hesitate to call our
office.
incerely,
44
Monache .I. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Mike Collins
Contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
i- 41
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT
WITH DOTY BROS. CONSTRUCTION, COMPANY
FOR ON-CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 24th day of February, 2009, by and between the CITY OF NEWPORT BEACH,
a municipal corporation, (hereinafter referred to as "City") and DOTY BROS.
CONSTRUCTION COMPANY, a California corporation whose address is 11232 E.
Firestone Blvd., Norwalk, CA 90650 ("Contractor"), and is made with reference to the
following:
RECITALS
A. On September 11 th, 2007, CITY and CONTRACTOR entered into an On -
Call Professional Services Agreement, hereinafter referred to as
"Agreement", for Underground Utility Repair Services. This Agreement is
scheduled to expire on August 31 st, 2008.
B. On July 22, 2008, City and Contractor entered into Amendment No. 1 to
extend the term of the Agreement to December 31 st' 2008.
C. City desires to enter into this Amendment No. 2 to extend the term of the
Agreement to June 30th, 2009.
D. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated December 31, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from January 1, 2009, to June
30, 2009, shall be based on the attached Schedule of Billing Rates
(Exhibit B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 on
the date first above written.
APPROVED AS TO FORM:
By:
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
BY: g44A� �
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corpora(on,,
By:
Edward Sench,
Mayor
for the City of Newport Beach
DOTY BROS. CONSTRUCTION CO.
By: C25�K
Title: President
Print Name: Chri,*s- )Chr is t
I�M
al Officer)
Title: Treasurer
Print Name: Carlos Garcia
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Schedule of Billing Rates
c
December 31, 2008
City of Newport Beach
949 West 16"' Street
Newport Beach, CA 92658
EXHIBIT "A"
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement -"
On -Call Emergency Underground Utility Repairs
Term: 08/31/08 —12/31/08
Subject: Labor Rates and Equipment Rates
Ms. Asher:
Thank you for taking the time to speak with me this morning with regard to our desire to
continue our relationship with the City of Newport Beach. In response to lower fuel costs, we
are pleased to pass along to our Customers revised Equipment Rates in reflection of current
market conditions as applicable to all work performed under the terms of the above referenced
Agreement. As mentioned in our letter dated July 6, 2008, please find enclosed Doty Bros.
Equipment Co.'s ("DBEC") revised effective Equipment Rates. We respectfully request that in
reflection of this event, you amend the Agreement which expires today, December 31, 2008.
Also, as per our conversation, I understand that our Agreement will not lapse.
Please note, these rates shall become effective immediately for work performed on and
after January 1, 2009 through June 30, 2009. We will again be reviewing both the Labor and
Equipment Rates at their respective times of expiration on June 30, 2009 and possibly revising at
that time.
Thank you in advance for your time and consideration. Please know that it remains our
goal to bring our customer professional and quality services for a competitive price. We look
forward to bringing you our quality workmanship and professional services whenever you
contact us for our services. Should you have any questions, please feel free to contact our office.
Sincerely, �Wi
Monac . J. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Binny Patel
contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2008 TO JUNE 30. 2009
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $85.00/day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple
time. Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
in accord@ with
Labor AoreeniW. and
Without
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
PAY
STRAIGHT
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
85.62
121.78
157.93
General Foreman, Appdx. A
OGF
91.63
126.80
161.97
Operating Foreman
COF
80.32
113.82
147.32
Foreman, Appdx. A
OFM
88.29
121.79
155.29
Foreman
CFM
80.62
114.27
147.92
Group 1, Appdx. A - Oiler
OG i
80.13
109.56
138.98
Journeyman
CJM
75.62
106.77
137.92
Group 2, Appdx. A - Oiler
OG2
81.44
111.51
141.58
Shingler
CSJ
75.83
107.09
138.35
Group 8, Appdx. A - Universal
OG8
84.96
116.79
148.62
Apprentice - 8th Period k9O%)
CA8
69.39
97.42
125.46
Group 10, Appdx. A -Mechanic
OGA
85.16
117.(9
149.02
Group 8, Appdx. B - Crane < 25 Tons
OB8
85.44
117.51
149.59
MILLWRIGHTS
Group 9, Appdx. B - Crane > 25 Tons
OB9
85.72
117.94
150.16
General Foreman
CMG
86.46
123.03
159,60
Apprentice, Grp 8, Appdx A - Step 61,900%)
OA6
78.59
107.24
135:89
Foreman
CMF
81.45
115.52
149.59
Journeyman
CMJ
76.45
108.02
139.58
Apprentice - 8th Period (95%)
CM8
66.98
93.81
120.64
UA. PIPEFITTERSAVELDERS
INDUSTRIAL
General Foreman
IGF
94.98
129.68
164.38
CEMENTMASONS
Foreman
IFM
89.09
121.02
152.94
Foreman
MFM
75.86
102.13
128.41
Journeyman - Welder/Fitter
IJM
80.25
108.01
135.78
Journeyman
MJM
72.53
97.13
121.73
Apprentice - Fifth Year
IA5
67.68
92.67
117.65
F&T Machine Operator
MTO
72.94
97.76
122.57
Apprentice - 8th 6 Mos. (90%)
MA8
67.61
89.75
111.89
SHORTLiNE (LOCAL 2501
Foreman
SFM
93.31
129.90
163.68
LABORERS
Journeyman (Welder/Fitter)
SJM
90.31
125.40
157.75
Operator General Foreman
LOG
88.76
123.93
159.10
Welder Helper
SWH
50.30
68.50
85.65
Operator Foreman
LOF
85.43
118.93
152.43
Pre -Helper
SPH
29.96
41.02
52.08
General Foreman
LGF
71.35
97.81
124.28
Foreman
LFM
69.68
95.31
120.94
Group 1 - General
LG1
62.34
84.30
106.26
Group 2 - Wrapper To 6"
LG2
63.26
85.68
108.10
UTILITY
Group 3 - PTOM/rapper > 6"
LG3
64.18
87.05
109.93
Foreman
UFM
63.47
89.04
113.29
Group 4 - Pipe layer, C&S
LG4
66.76
90.93
115.10
Welder
UWD
61.21
82.85
104.48
Group 5 - Blaster
LG5
67.35
91.81
116.27
Joumeyman/Fuser
UJM
52.57
70.31
88.04
Apprentice - 6th Period (85%)
LA6
51.63
72.42
93.22
Pipe Tradesman 11
UP2
40.22
51.89
63.57
TEAMSTERS
ELECTRICIANS /INSIDE WIREMEN
Operator General Foreman
TOG
93.86
129.03
164.20
(Rates subject to project location & employee base
location)
Operator Foreman
TOF
90.53
124.03
157.53
General Foreman
EGF
97.65
136.91
176.17
General Foreman
TGF
72.63
97.18
121.74
Foreman
EFM
90.42
126.06
161.70
Foreman
TFM
70.96
94.68
118.40
Journeyman
EJM
83.18
115.20
147.22
Group 2 - 2 Axle
TG2
67.88
90.05
112.23
Apprentice -10th Period (85%)
EAO
72.07
99.29
126.51
Group 3 - 3 Axle
TG3
68.09
90.38
112.66
Group 5 - Working Truck Driver
TG5
68.46
90.93
113.40
PROJECT MANAGEMENT
Group 6 - 4 or More Axle
TG6
68.51
91.00
113.50
Project Manager
MPM
106.33
145.45
187.85
Group 9 - Lo -Bed
TG9
69.68
92.76
115.83
Superintendent
MSP
95.40
130.02
167.93
Group 12 - WTD BoomTrk Cert
TBT
71.73
95.83
119.94
Project Engineer
MPE
74.04
108.37
142.70
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $85.00/day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple
time. Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
in accord@ with
Labor AoreeniW. and
Without
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
mymmrmix 1
EXHIBIT "B"
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JANUARY 1, 2009 TO JUNE 30, 2009
BACK HOES
ID #
Hourly
Hourly
-
-
Rate
AUGER
#1189
$
20.00
Accessory - COMPACTION WHEEL EXECAVATOR
#1181
$
40.00
Accessory - COMPACT WHEEL F/CASE-JD
#1179
$
20.00
Accessory - HYDRAULIC BREAKER / CASE & JD
#1183
$
50.00
Accessory - VIBRATORY PLATE
#1535
$
40.00
POWER BROOM - TRACTOR MOUNTED
#1085
$
20.00
CC -135A ROCK WHEEL
#1313
$
75.00
CASE 560 /JD 310
ROLLER TRAILER
$
39.88
CASE 590
TILT TRAILER
$
41.88
CAT 300 - TRACK MOUNTED
#4055
$
111.25
CAT 345 - TRACK MOUNTED
#4072
$
141.25
CAT 416
#4147
$
37.88
JD 710
ASPHALT PAVER - LEE BOY 1000D
$
45.88
COMPACTION EQUIPMENT
CEMENT SAW - WALK BEHIND
#1938
$
ARROW (HYDRO HAMMER) / STOMPER
TRUCKS
$
44.00
SHEEPS FOOT - Tow Behind (Vibrating)
#1169
$
16.00
WACKER TAMPER
#1860
$
23.00
COMPRESSORS W/90 LB. BREAKER, CLAY SPADE 8, TAMPER
BACK HOE MOVER TRUCK
COMPRESSOR 125 -185 CFM
19.75
$
21.00
COMPRESSOR -AIR, PORTABLE (PER DAY RATE)
#1808
$
104.00
CRANES
30.75
EQUIPMENT TRAILER - 20,000 LB
BOOM TRUCK - 8 TON
#3647
$
33.75
BOOM TRUCK - 10.- 11 TON
16.00
$
48.75
BOOM TRUCK - 14 TON
21.75
$
52.75
BOOM TRUCK 23 - 25 TON
#3308
$
57.75
CRANE - RT / 15-18 TON (or equivalent)
44.75
$
59.75
DOZERS / SIDEBOOMS
41.75
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
DOZER JD 450
#5078
$
43.13
SIDEBOOM CAT D-6
15.25
$
57.13
SIDEBOOM CAT D-7
#5063
$
66.13
SIDEBOOM CAT 561
#5045
$
63.13
SIDEBOOM CAT 572
#5067
$
78.13
SIDEBOOM JD 450
32.00
$
41.13
FORKLIFTS
22.25
WATER TRUCK - (1,500 - 2,000 GALS.)
FORKLIFT - HYSTER 20,000 LB
#1203
$
34.88
FORKLIFT - LION 6,000 LB
#1204
$
22.88
LOADERS
28.75
MISCELLANEOUS
LOADER - BOBCAT W/ BUCKET
#1184B
$
26.88
LOADER - BOBCAT W1 SWEEPER
#1184S
$
36.88
LOADER - BOBCAT W/ GRINDER
#1184G
$
56.88
RUBBER TIRE LOADER - 544 JD
#5086
$
45.75
RUBBER TIRE LOADER - 930 CAT
#5089
$
47.75
RUBBER TIRE LOADER - 950 CAT
#5087
$
58.75
RUBBER TIRE LOADER - 950E/F CAT
#5099
$
69.75
RUBBER TIRE LOADER - 966 CAT
#5070
$
64.75
SKIPLOADER - CASE 580 / MF 40E / F 445
29.25
$
31.88
ROAD EQUIPMENT
ID #
Hourly
-
Rate
CABLE DOLLY - ONE REEL (Traitor Mounted)
$
12.00
CABLE DOLLY - THREE REEL (Traitor Mounted)
$
25.00
FLASHING ARROWBOARD - (4 HR. MIN.)
$
17.00
GRADER - CAT 140
#R7791
$
81.75
GRINDER / COLD PLANER (BITELLI) - (4 HR. MIN.)
#1187
$
228.00
ROLLER - (RIDE ON)
$
29.00
ROLLER (WALK BEHIND) - 1 TON VIBRATOR
$
23.00
ROLLER TRAILER
$
12.00
TILT TRAILER
#6366
$
12.00
TRENCHER TRAILER
#6481
$
12.00
UTILITY TRAILER
#6452
$
12.00
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
#1800
$
375.00
ASPHALT PAVER - LEE BOY 1000D
#1196
$
113.75
CEMENT SAW - WALK BEHIND
#1938
$
33.00
TRUCKS
2-3 TON LUBE TRUCK
#3450
$
16.25
5 Yard (Flat bed or Bobtail) Dump / 2-3 Ton Utility Truck
$
22.75
BACK HOE MOVER TRUCK
$
19.75
CEMENT TRUCK w/ mixer and compressor
#3338
$
53.75
DUMP TRUCK 10 WHEELER
$
30.75
EQUIPMENT TRAILER - 20,000 LB
$
14.00
EQUIPMENT TRAILER - 40,000 LB
$
16.00
FLAT BED with LIFT
#3693
$
21.75
FLAT BED with MIXER / DUMP
#3392
$
53.75
LOWSED TRAILER w/ tractor & move permit fees
#3456
$
44.75
LOWSIDE END DUMP TRAILER Wl TRACTOR
#3418
$
41.75
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
$
15.25
PICK-UP - RENTAL NUMBER
R7700
$
15.25
SERVICE TRUCK - MISC TOOLS NOT INCLUDED
$
17.25
SERVICE VAN - MISC TOOLS NOT INCLUDED
$
15.25
TEST PUMP TRUCK
#3401
$
78.75
TEST TRAILER (Hyprostatic) (#6549 & 6674)
$
32.00
UTILITY VEHICLE (NON-HWY)
$
22.25
WATER TRUCK - (1,500 - 2,000 GALS.)
$
33.75
WATER TRUCK - (3,500 GALS.)
#3464
$
38.75
WINCH TRUCK
#3395
$
28.75
MISCELLANEOUS
BOARiNG MACHINE HYDRAULIC
#1521
$
25.00
BORE MACHINE TRAILER
#6447
$
10.00
TAP MACHINE (Water lines 3" to 12") (Per inch / per day)
#828
$
30.00
TAP MACHINE (Water lines up to 2") (Per inch / Per day)
#820
$
20.00
WELDERS
200 AMF - TRUCK MOUNTED
$
29.25
200 AMF, SKID MOUNTED or TRAILER
$
16.25
WELDER - RIG RENTAL NUMBER
87704
$
29.25
FABRICATION SHOP & EQUIPMENT
#101
$
90.00
Page 1 of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lie. 273024
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JANUARY 1, 2009 TO JUNE 30, 2009
MISCELLANEOUS
ID #
DAILY
MISCELLANEOUS
ID #DAILY
Rate
-
Rate
ADDITIONAL (1) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH
#3091
$ 50.00
PIPE LOCATOR
#843
$
25.00
AIR HOSE 3/4" X 50'
#870
$ 8.00
PIPE LOCATOR - METROTECH
#1935
$
40.00
AIR SAW
#857
$ 50.00
PIPE PUSHER / GRUNDORAM - HERCULE
#1939
$
600.00
AIR TAMPER
#859
$ 35.00
PLYWOOD 1/3 REPLACEMENT COST
#897
$
3.00
ASPHALT SPREADER BAR
#1193
$ 125.00
PNEUMATIC/HYDRAU TORQUE WRENCH
#3090
$
150.00
BARRICADES
#880
$ 2.50
PORTABLE BAND SAW
#860
$
35.00
BEVELING BAND 14"-20"
#833
$ 75.00
POWER THREADER
#853
$
85.00
BEVELING BAND 24"-42"
#834
$ 100.00
PRESSURE WASHER TRAILER MOUNT.
#6941
$
160.00
BEVELING BAND 4"-12"
#832
$ 50.00
PUMP - SKID MOUNT BENTONITE
#1166
$
107.00
BEVELING MACHINE 14"-20"
#830
$ 75.00
PUMP - SUBMERSIBLE
9861
$
27.00
BEVELING MACHINE 24"-42"
#831
$ 100.00
RIGID ROLL GROOVER
(#873 & #856)
$
30.00
BEVELING MACHINE 4"-12"
#829
$ 42.50
RIVET BUSTER / RIPPING GUN
#869
$
50.00
BORING MACHINE - CASE HYDRA
#1092
$ 160.00
ROCK DRILL (Plus Steel)
#865
$
35.00
BORE MOTOR
#854
$ 10.00
ROCK SEPARATOR - GRIZZLY
#1811
$
85.00
BORING MACHINE 1-1/2" & 1 3/4" (Accu -punch)
#1178
$ 15.00
ROTARY HAMMER (Plus Steel)
#852
$
50.00
BORING MACHINE 4" - 8" (Accu -punch)
#1520
$ 25.00
SANDBLASTER - UNIT (with accessories)
#1175
$
125.00
BORING MACHINE 3-1/2" (Accu -punch)
#1177
$ 20.00
SAWZALL
#874
$
15.00
BUFFER & GRINDER
#836
$ 25.00
SHORING LUMBER 3" X 12"X 14' (113 REPLACEMENT COST) #895
$
3.00
BUILDER LEVEL - AC -2X NIKON
#845
$ 25.00
SHORING LUMBER 8" X 8" X 8' (1!3 REPLACEMENT COST) #896
$
3.00
CEMENT MIXER
$ 43.00
SKILL SAW (INCLUDES BLADES)
#835
$
20.00
CHAIN LINK FENCE PANELS
#846
$ 3.00
TAP MACHINE - T.D. WILLIAMSON (UP TO 3")
#827
$
100.00
CHAIN SAW 16" (INCLUDES BLADES)
#850
$ 50.00
TAR POT
#862
$
50.00
CHIPPING GUN (Plus Steel)
#868
$ 35.00
TEST PLUG
#892
$
10.00
CLAY SPADE (Plus Steel)
#866
$ 35.00
TEST PUMP 200 LB.400 LB. SPRAGUE
#1815
$
125.00
CLEANING BALL
#890
$ 10.00
TEST PUMP 5,000 LB. TRAILER MOUNTED
#6818
$
187.00
COM -A -LONG / CHAIN
#886
$ 15.00
TEST PUMP High Pressure
#1940
$
125.00
CONCRETE FINSHER
#1823
$ 125.00
TEST PUMP Portable 2001b
(#816 & #8
CONCRETE VIBRATOR
#891
$ 40.00
TESTING TABLE
#1834
$
60.00
CONSTRUCTION SIGNS
#882
$ 4.00
TRAFFIC CONES
#881
$
2.50
CROSSING PLATES
#878
$ 6.25
TRANSIT - THEOLITE
#8450
$
35.00
CUT OFF / CHOP SAW (INCLUDES BLADES)
#810
$ 53.00
TRENCH BOX - 6'X 10'
#1910
$
200.00
DEAD WEIGHT TESTER
$ 60.00
TRENCH BOX - 4'X 10'
#1909
$
130.00
DELINEATORS
#879
$ 2.50
TRENCH JACK (SCREW)
#877
$
4.00
DRILL MOTOR 1/2"
#811
$ 20.00
TRENCH JACK (HYDRAULIC)
#876
$
20.00
DRILL MOTOR 3/4"
#812
$ 25.00
TRENCHER
#1160
$
125.00
DRY ROD OVEN - PORTABLE
#813
$ 25.00
TRI -VISE
#884
$
25.00
DUCT ROD
#855
$ 30.00
VIBRATOR PLATE
$
91.00
EMULSION POT SPRAYER
$ 60.00
WALKIE TALKIES (SET OF 2)
#893
$
25.00
FLOODLIGHT TRIALER (MERCURY VAPOR LIGHTS)
$ 125.00
WATER HOSE 1 1/2" X 50'
#871
$
6.00
FLOW LINER
#841
$ 25.00
WATER HOSE 2 1/2" X 50'
#872
$
7.50
FUSION MACHINE 4-12" Macelroy
#3095
$200.00
WATER PUMP 2" Portable
#1831
$
53.00
GENERATOR (3.5 - 5 KW)
#1807
$ 53.00
WATER PUMP 3" Portable
#1832
$
80.00
HEAT TRACER
#814
$ 25.00
WEEDEATER
#116
$
50.00
HEATER
#815
$ 25.00
WHALERS HYDRAULIC
#1894
$
300.00
HOLIDAY DETECTOR
#838
$ 25.00
WINCH 10 TON (GRUNDO)
#6042
$
300.00
HYDRAULIC STAR CUTTER
#889
$ 100.00
IMPACT GUN 1"
#819
$ 25.00
IMPACT GUN 1/2"
#821
$ 15.00
DAILY
IMPACT GUN 3/4"
#822
$ 20.00
SAFETY AND HAZMAT EQUIPMENT
Rate
IMPACT WRENCH 1"
#864
$ 35.00
EXPLOSIMETER
#844
$
50.00
LADDER
#875
$ 10.00
4 WAY GAS MONITOR
#921
$
100.00
LASER LEVEL
#845B
$ 75.00
MULTI -GAS DETECTOR / PID
#914
$
100.00
LEAF BLOWER
#824
$ 25.00
AIR SUPPLY UNIT
#922
$
50.00
LIGHT STAND
#849
$ 15.00
ESCAPE AIR PACK
#918
$
25.00
MANHOLE BLOWER
#840
$ 43.00
H2S MONITOR
#920
$
15.00
PAVEMENT BREAKER / JACKHAMMER
#867
$ 35.00
HAZMAT SUIT - TYVEK
#912
$
8.00
PIPE BENDER 5" GREENLEE
#1885
$ 100.00
HAZMAT TRAILER
#6648
$
20.00
PIPE BENDER MACHINE 6-20" (Plus shoes/freight per day)
#1082
$ 400.00
RESPERATOR - HALF/FULL MASK
#911
$
5.00
PIPE BENDER SHOES / 1082 BENDER
#1190
$1165.00 WEEKLY
SCBA - self contained
#916
$
40.00
PIPE CUTTER - RIDGID SOIL
#885
$ 15.00
SCBA cylinder - extra
#917
$
25.00
PIPE CUTTER LINEUP CLAMP 16"-36"
#839
$ 50.00
TRIPOD WITH WINCH
#913
$
100.00
PIPE CUTTER LINEUP CLAMP 8"-14"
#851
$ 25.00
Page 2 of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
%AI T Vr NEWPOW BEACH
CITY OF NEWPORT BEACH FES?I9
CITY COUNCIL STAFF REPORT
Agenda Item No. 8
February 24, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
George Murdoch, Utilities Director
949-718-3400 or gmurdoch(a city.newport-beach.ca.us
SUBJECT: UNDERGROUND UTILITY SERVICE REPAIRS — APPROVAL OF
AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT
WITH DOTY BROS. CONSTRUCTION CO.
RECOMMENDATION:
Approve Amendment No. 2 to Professional Services Agreement with Doty Bros.
Construction Company, for on-call underground utility repair services and authorize the
Mayor and City Clerk to execute the Amendment.
DISCUSSION:
On September 11, 2007, the City Council approved Professional Services Agreement
with Doty Bros. Construction Company (Doty Bros.), to provide as needed on-call
underground utility repair services on a time and materials basis.
On July 22, 2008, the City Council approved Amendment No. 1 to the PSA which
incorporated a revised equipment rate sheet and extended the contract term an
additional six months. Doty Bros. informed the Department that due to the volatility in
fuel and material prices they would be unable to guarantee prices beyond a 6 month
period.
Amendment No. 2 to the PSA with Doty Bros. incorporates a revised equipment rate
billing sheet in response to lower fuel costs. This amendment extends the term of the
PSA until June 30, 2009, at which time Doty Bros. will then submit a revised labor rate
billing sheet based on their labor union contracts which are renewed annually in June.
Doty Bros. is one of several contractors that the City has on-call agreements with to
provide emergency underground utility repairs. Doty Bros. has assisted the City in the
following recent emergency repairs: repair of the 8" water line on Dover at Westcliff and
the 30" steel reclaimed water main on University Ave. at the 73 Toll Road.
Underground Repair Services — Approval of Amendment No. 2
to PSA with Doty Bros. Construction Co.
February 24, 2000t
Page -2
The scope of work for the on-call professional agreement being amended would include
the following services: underground utilities, storm drains, building and repairing sewer
laterals and mains; building and repairing water services including fire hydrants,
detector checks and backflow devices, street and grading improvements.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding is available in various Maintenance and Operations Water, and Wastewater
accounts. Periodically, a Capital Improvement Account will be utilized, as necessary, to
facilitate project expediency.
Expenditures more than $30,000 for an individual repair project will require a separate
City Council action in accordance with Policy F-14.
Submitted by:
F--e �u�r
e o �r
Utilities Director
Attachments: Amendment No. 2 with Doty Bros. Construction Company
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT
WITH DOTY BROS. CONSTRUCTION, COMPANY
-FOR ON-CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 24th day of February, 2009, by and between the CITY OF NEWPORT BEACH,
a municipal corporation, (hereinafter referred to as "City") and DOTY BROS.
CONSTRUCTION COMPANY, a California corporation whose address is 11232 E.
Firestone Blvd., Norwalk, .CA 90650 ("Contractor"), and is made with reference to the
following:
RECITALS
A. On September 11 th, 2007, CITY and CONTRACTOR entered into an On -
Call Professional Services Agreement, hereinafter referred to as
"Agreement", for Underground Utility Repair Services. This Agreement is
scheduled to expire on August 31St, 2008.
B. On July 22, 2008, City and Contractor entered into Amendment No. 1 to
extend the term of the Agreement to December 31 St, 2008.
C. City desires 'to enter into this Amendment No. 2 to extend the term of the
Agreement to June 30th, 2009.
D. City and Contractormutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to: this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated December 31, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from January 1, 2009, to June
30, 2009, shall be based on the attached Schedule of Billing Rates
(Exhibit B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 on
the date first above written. -
APPROVED AS TO FORM:
By:
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
CITY OF NEWPORT BEACH
A Municipal Corporation
By:
Edward Selich,
Mayor
for the City of Newport Beach
DOTY BROS. CONSTRUCTION CO.
By: By:
Leilani Brown,
City Clerk
Title: President
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B - Schedule of Billing Rates
_ ss�
December 31, 2008
City of Newport Beach
949 West 16th Street
Newport Beach, CA 92658
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Term: 08/31/08 — 12/31/08
Subject: Labor Rates and Equipment Rates
Ms. Asher:
Thank you for taking the time to speak with me this morning with regard to our desire to
continue our relationship with the City of Newport Beach. In response to lower fuel costs, we
are pleased to pass along to our Customers revised Equipment Rates in reflection of current
market conditions as applicable to all work performed under the terms of the above referenced
Agreement. As mentioned in our letter dated July 6, 2008, please find enclosed Doty Bros.
Equipment Co.'s ("DBEC") revised effective Equipment Rates. We respectfully request that in
reflection of this event, you amend the Agreement which expires today, December 31, 2008.
Also, as per our conversation, I understand that our Agreement will not lapse.
Please note, these rates shall become effective immediately for work performed on and
after January 1, 2009 through June 30, 2009. We will again be reviewing both the Labor and
Equipment Rates at their respective times of expiration on June 30, 2009 and possibly revising at
that time.
Thank you in advance for your time and consideration. Please know that it remains our
goal to bring our customer professional and quality services for a competitive price. We look
forward to bringing you our quality workmanship and professional services whenever you
contact us for our services. Should you have any questions, please feel free to contact our office.
Sincerely,
j
Monac J. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Binny Patel
contr act file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www:dotybros.com CA Lic. 273024
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2008 TO JUNE 30, 2009
X11-' x(17
Group 6 - 4 or More Axle TG6 68.51 91.00 113.50 Project Manager MPM 106.33 145.45 187.85
Group 9 - Lo -Bed TG9 69.68 92.76 115.53 Superintendent MSP 95.40 130.02 167.93
Group 12 - WTD BoomTrk Cert TBT 71.73 95.83 119.94 Project Engineer MPE 74.04 108.37 142.70
Apprentice Rates: Apprentice -rates as listed above are the highest classification prior to journey man full sale rate=_. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $85.00/day
Travel Time: Customer will' be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple
time. Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bemardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
County. a
and are s0bi-6Up change with -e. This
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
PAY
STRAIGHT
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CRAFTSMANICLASS
CODE
TIME
TIME
TIME
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
85.62
121.78
157.93
General Foreman, Appdx. A
OGF
91.63
126.80
161.97
Operating Foreman
COF
80.32
113.82
147.32
Foreman, Appdx. A
OFM
88.29
121.79
155.29
Foreman
CFM
80.62
114.27
147.92
Group 1, Appdx. A - Oiler
OG i
80.13
109.56
138.98
Journeyman
CJM
75.62
106.77
137.92
Group 2, Appdx. A - Oiler
OG2
81.44
111.51
141.58
Shingler
CSJ
75.83
107.09
138.35
Group 8, Appdx. A - Universal
OG8
84.96
116.79
148.62
Apprentice - 8th Period (X%)
CAS
69.39
97.42
125.46
Group 10, Appdx. A - Mechanic
OGA
85.16
117.09
149.02
Group 8, Appdx. B - Crane < 25 Tons
OB8
85.44
117.51
149.59
MILLWRIGHTS
Group 9, Appdx. B - Crane > 25 Tons
OB9
85.72
117.94
150.16
General Foreman
CMG
86.46
123.03
159.60
Apprentice, Grp 8, Appdx A - Step 6 (90%)
OA6
78.59
107.24
135.89
Foreman
CMF
81.45
115.52
149.59
Journeyman
CMJ
76.45
108.02
139.58
Apprentice - Sth Period (95%)
CM8
66.98
93.81
120.64
U.A. PIPEFITTERSNVELDERS
INDUSTRIAL
General Foreman
IGF
94.98
129.68
164.38
CEMENT MASONS
Foreman
IFM
89.09
121.02
152.94
Foreman
MFM
75.86
102.13
128.41
Joumeyman - Welder/Fitter
IJM
80.25
108.01
135.78
Joumeyman
MJM
72.53
97.13
121.73
Apprentice- Fifth Year
- IA5
67.68
92.67
117.65
F&T Machine Operator
MTO
72.94
97.76
122.57
Apprentice - 8th 6 Mos. (90%)
MAS
67.61
89.75
111.89
SHORTLINE (LOCAL 250)
Foreman
SFM
93.31
129.90
163.68
LABORERS
Journeyman (Welder/Fitter)
SJM
90.31
125.40
157.75
Operator Genual Foreman
LOG
88.76
123.93
159.10
Welder Helper
SWH
50.30
68.50
85.65
Operator Foreman
LOF
85.43
118.93
152.43
Pre -Helper
SPH
29.96
41.02
52.08
General Foreman
LGF
71.35
97.81
124.28
Foreman
LFM
69.68
95.31
120.94
Group 1 - General
LGI
62.34
84.30
106.26
Group 2 - Wrapper To 6"
LG2
63.26
85.68
108.10
UTILITY
Group 3 - PTO/Wrapper > 6"
LG3
64.18
87.05
109.93
Foreman
UFM
63.47
89.04
113.29
Group 4 - Pipe layer, C&S
LG4
66.76
90.93
115.10
Welder
UWD
61.21
82.85
104.48
Group 5 - Blaster
LG5
67.35
91.81
116.27
Joumeyman/Fuser
UJM
52.57
70.31
88.04
Apprentice - 6th Period (85%)
LA6
51.63
72.42
93.22
Pipe Tradesman 11
UP2
40.22
51.89
63.57
TEAMSTERS
ELECTRICIANS /1NSIDEWIREMEN
Operator General Foreman
TOG
93.86
129.03
164.20
(Rates subject to project location & employee base location)
Operator Foreman
TOF
90.53
124.03
157.53
General Foreman
EGF
97.65
136.91
176.17
General Foreman
TGF
72.63
97.18
121.74
Foreman
EFM
90.42
126.06
161.70
Foreman
TFM
70.96
94.68
118.40
Journeyman
EJM
83.18
115.20
147.22
Group 2 - 2 Axle
TG2
67.88
90.05
112.23
Apprentice -10th Period (85%)
EAO
72.07
99.29
126.51
Group 3 - 3 Axle
TG3
68.09
90.38
112.66
Group 5 - Working Truck Driver
TG5
68.46
90.93
113.40
PROJECT MANAGEMENT
Group 6 - 4 or More Axle TG6 68.51 91.00 113.50 Project Manager MPM 106.33 145.45 187.85
Group 9 - Lo -Bed TG9 69.68 92.76 115.53 Superintendent MSP 95.40 130.02 167.93
Group 12 - WTD BoomTrk Cert TBT 71.73 95.83 119.94 Project Engineer MPE 74.04 108.37 142.70
Apprentice Rates: Apprentice -rates as listed above are the highest classification prior to journey man full sale rate=_. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $85.00/day
Travel Time: Customer will' be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple
time. Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark-up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bemardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
County. a
and are s0bi-6Up change with -e. This
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JANUARY 1. 2009 TO JUNE 30. 2009
BACK HOES
AUGER
Accessory- COMPACTION WHEEL EXECAVATOR
Accessory - COMPACT WHEEL F/CASE-JD
Accessory - HYDRAULIC BREAKER / CASE & JD
Accessory - VIBRATORY PLATE
POWER BROOM - TRACTOR MOUNTED
CC -135A ROCK WHEEL
CASE 580 /JD 310
CASE 590
CAT 300 - TRACK MOUNTED
CAT 345 - TRACK MOUNTED
CAT 416
JD 710
COMPACTION EQUIPMENT
ARROW (HYDRO HAMMER) / STOMPER
SHEEPS FOOT - Tow Behind (Vibrating)
WACKER TAMPER
151,11:53n:
!D #
Hourly_
RDAD EQUIPMENT
ID #
#1808 $
Hourly
CRANES
43.13
Rat
#3647 $
33.75
Rate
#1189
$
20.00
CABLE DOLLY - ONE REEL (Traitor Mounted)
52.75
$
12.00
#1181
$
40.00
CABLE DOLLY - THREE REEL (Trailor Mounted)
SIDEBOOM JD 450
$
25.00
#1179
$
20.00
FLASHING ARROWBOARD - (4 HR. MIN.)
16.00
$
17.00
#1183
$
50.00
GRADER - CAT 140
#R7791
$
81.75
#1535
$
40.00
GRINDER / COLD PLANER (BITELLI) - (4 HR. MIN.)
#1187
$
228.00
#1085
$
20.00
ROLLER - (RIDE ON)
PICK-UP - RENTAL NUMBER
$
29.00
#1313
$
75.00
ROLLER (WALK BEHIND) -1 TON VIBRATOR
17.25
$
23.00
$
$
39.88
ROLLER TRAILER
$
$
12.00
$
41.88
TILT TRAILER
#6366
$
12.00
#4055
$
111.25
TRENCHER TRAILER
#6481
$
12.00
#4072
$
141.25
UTILITY TRAILER
#6452
$
12.00
#4147
$
37.88
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
#1800
$
375.00
#6447
$
45.88
ASPHALT PAVER - LEE BOY 1 OOOD
#1196
$
113.75
TAP MACHINE (Water lines up to 2") (Per inch / Per day)
#820
$
CEMENT SAW - WALK BEHIND
#1938
$
33.00
$ 44.00
#1169 $ 16.00
#1860 $ 23.00
COMPRESSORS W/90 LB. BREAKER, CLAY SPADE & TAMPER
COMPRESSOR 125 - 185 CFM
$
21.00
COMPRESSOR - AIR, PORTABLE (PER DAY RATE)
#1808 $
104.00
CRANES
43.13
SIDEBOOM CAT D-6
BOOM TRUCK - 8 TON
#3647 $
33.75
BOOM TRUCK - 10 -11 TON
$
48.75
BOOM TRUCK - 14 TON
$
52.75
BOOM TRUCK 23 - 25 TON
#3308 $
57.75
CRANE - RT / 15-18 TON (or equivalent)
$
59.75
DOZERS I SIDEBOOMS
LOADER - BOBCAT W/ BUCKET
DOZER JD 450
#5078
$
43.13
SIDEBOOM CAT D-6
LOADER - BOBCAT W1 GRINDER
$
57.13
SIDEBOOM CAT D-7
#5063
$
66.13
SIDEBOOM CAT 561
#5045
$
63.13
SIDEBOOM CAT 572
#5067
$
78.13
SIDEBOOM JD 450
#5070
$
41.13
FORKLIFTS
$ 31.88
$
16.00
FORKLIFT - HYSTER 20,000 LB
#1203
$
34.88
FORKLIFT - LION 6,000 LB
#1204
$
22.88
LOADERS
LOADER - BOBCAT W/ BUCKET
#11846
$ 26.88
LOADER - BOBCAT W/ SWEEPER
#1184S
$ 36.88
LOADER - BOBCAT W1 GRINDER
#11846
$ 56.88
RUBBER TIRE LOADER- 544 JD
#5086
$ 45.75
RUBBER TIRE LOADER - 930 CAT
#5089
$ 47.75
RUBBER TIRE LOADER - 950 CAT
#5087
$ 58.75
RUBBER TIRE LOADER - 950E/F CAT
#5099
$ 69.75
RUBBER TIRE LOADER - 966 CAT
#5070
$ 64.75
SKIPLOADER - CASE 580 / MF 40E / F 445
EQUIPMENT TRAILER - 40,000 LB
$ 31.88
TRUCKS
2-3 TON LUBE TRUCK
#3450
$
16.25
5 Yard (Flat bed or Bobtail) Dump / 2-3 Ton Utility Truck
$
22.75
BACK HOE MOVER TRUCK
$
19.75
CEMENT TRUCK w/ mixer and compressor
93338
$
53.75
DUMP TRUCK 10 WHEELER
$
30.75
EQUIPMENT TRAILER - 20,000 LB
$
14.00
EQUIPMENT TRAILER - 40,000 LB
$
16.00
FLAT BED with LIFT
#3693
$
21.75
FLAT BED with MIXER / DUMP
#3392
$
53.75
LOWBED TRAILER w/ tractor & move permit fees
#3456
$
44.75
LOWSIDE END DUMP TRAILER W/ TRACTOR
#3418
$
41.75
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
$
15.25
PICK-UP - RENTAL NUMBER
R7700
$
15.25
SERVICE TRUCK - MISC TOOLS NOT INCLUDED
$
17.25
SERVICE VAN - MISC TOOLS NOT INCLUDED
$
15.25
TEST PUMP TRUCK
#3401
$
78.75
TEST TRAILER (Hyprostatic) (#6549 & 6674)
$
32.00
UTILITY VEHICLE (NON-HWY)
$
22.25
WATER TRUCK - (1,500 - 2,000 GALS.)
$
33.75
WATER TRUCK - (3,500 GALS.)-
#3464
$
38.75
WINCH TRUCK
#3395
$
28.75
MISCELLANEOUS
BOARING MACHINE HYDRAULIC
#1521
$
25.00
BORE MACHINE TRAILER
#6447
$
10.00
TAP MACHINE (Water lines 3" to 12") (Per inch / per day)
#828
$
30.00
TAP MACHINE (Water lines up to 2") (Per inch / Per day)
#820
$
20.00
WELDERS
200 AMF - TRUCK MOUNTED
$
29.25
200 AMF, SKID MOUNTED or TRAILER
$
16.25
WELDER - RIG RENTAL NUMBER
R7704
$
29.25
FABRICATION SHOP & EQUIPMENT
#101
$
90.00
Page t of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lic. 273024
DOTY BROSE]
Construction Company
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
j COST PLUS RATES EFFECTIVE JANUARY 1, 2009 TO JUNE 30, 2009
MISCELLANEOUS
ID #
DAILY
MISCELLANEOUS
1D#
DAILY
Rate
Rai
ADDITIONAL (1) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH
#3091
$ 50.00
PIPE LOCATOR
#843
$
25.0(
AIR HOSE 314" X 50'
#870
$ 8.00
PIPE LOCATOR - METROTECH
#1935
$
40.0(
AIR SAW
#857
$ 50.00
PIPE PUSHER / GRUNDORAM - HERCULE -
#1939
$
600.0(
AIR TAMPER
#859
$ 35.00
PLYWOOD 1/3 REPLACEMENT COST
#897
$
3.0(
ASPHALT SPREADER BAR
#1193
$ 125.00
PNEUMATIC/HYDRAU TORQUE WRENCH
#3090
$
150.0(
BARRICADES
#880
$ 2.50
PORTABLE BAND SAW
#860
$
35.0(
BEVELING BAND 14"-20"
#833
$ 75.00
POWER THREADER
#853
$
85.0(
BEVELING BAND 24"-42"
#834
$ 100.00
PRESSURE WASHER TRAILER MOUNT. -
#6941
$
160.0(
BEVELING BAND 4"-IZ'
#832
$ 50.00
PUMP - SKID MOUNT BENTONITE
#1166
$
107.0C
BEVELING MACHINE 14"-20"
#830
$ 75.00
PUMP - SUBMERSIBLE
#861
$
27.0(
BEVELING MACHINE 24"-42"
#831
$ 100.00
RIGID ROLL GROOVER
(#873 & #856)
$
30.00
BEVELING MACHINE 4"-12"
#829
$ 42.50
RIVET BUSTER / RIPPING GUN
#869
$
50.00
BORING MACHINE - CASE HYDRA
#1092
$ 160.00
ROCK DRILL (Plus Steel)
#865
$
35.0(
BORE MOTOR
#854
$ 10.00
ROCK SEPARATOR - GRIZZLY
#1811
$
85 -OC
BORING MACHINE 1-112'& 1 3/4" (Accu -punch)
#1178
$ 15.00
ROTARY HAMMER (Plus Steel)
#852
$
5000
BORING MACHINE 4" - 8" (Accu -punch)
#1520
$ 25.00
SANDBLASTER - UNIT (with accessories)
#1175
$
125.00
BORING MACHINE 3-1/2" (Accu -punch)
#1177
$ 20.00
SAWZALL
#874
$
15.00
BUFFER & GRINDER
#836
$ 25.00
SHORING LUMBER 3"X 12"X14' (113 REPLACEMENT COST) #895
$
3.00
BUILDER LEVEL - AC -2X NIKON
#845
$ 25.00
SHORING LUMBER 8" X 8" X 8' (1 i3 REPLACEMENT COST) #896
$
3.00
CEMENT MIXER
$ 43.00
SKILL SAW (INCLUDES BLADES)
#835
$
20.00
CHAIN LINK FENCE PANELS
#846
$ 3.00
TAP MACHINE -T.D. WILLIAMSON (UP TO 3")
#827
$
100.00
CHAIN SAW 16" (INCLUDES BLADES)
#850
$ 50.00
TAR POT
#862
$
50AC
CHIPPING GUN (Plus Steel)
#868
$ 35.00
TEST PLUG
#892
$
10.0(
CLAY SPADE (Plus Steel)
#866
$ 35.00
TEST PUMP 200 LB. -400 LB. SPRAGUE
#1815
$
125.00
CLEANING BALL
#890
$ 10.00
TEST PUMP 5,000 LB. TRAILER MOUNTED
#6818
$
187.0(
COM -A -LONG / CHAIN
#886
$ 15.00
TEST PUMP High Pressure
#1940
$
125.00
CONCRETE FINSHER
#1823
$ 125.00
TEST PUMP Portable 2001b
(9816 & #817)
$
80.00
CONCRETE VIBRATOR
#891
$ 40.00
TESTING TABLE
#1834
$
60.00
CONSTRUCTION SIGNS
#882
$ 4.00
TRAFFIC CONES
#881
$
2.5C
CROSSING PLATES
#878
$ 6.25
TRANSIT - THEOLITE
#845C
$
35.00
CUT OFF / CHOP SAW (INCLUDES BLADES)
#810
$ 53.00
TRENCH BOX - 6'X 10'
#1910
$
200 -OC
DEAD WEIGHT TESTER
$ 60.00
TRENCH BOX - 4'X 10'
#1909
$
130.0C
DELINEATORS
#879
$ 2.50
TRENCH JACK (SCREW)
#877
$
4.00
DRILL MOTOR 112"
#811
$ 20.00
TRENCH JACK (HYDRAULIC)
#876
$
20.00
DRILL MOTOR 3/4"
#812
$ 25.00
TRENCHER
#1160
$
125.00
DRY ROD OVEN - PORTABLE
#813
$ 25.00
TRI -VISE
#884
$
25.00
DUCT ROD
#855
$ 30.00
VIBRATOR PLATE
$
91.00
EMULSION POT SPRAYER
$ 60.00
WALKIE TALKIES (SET OF 2)
#893
$
25.00
FLOODLIGHT TRIALER (MERCURY VAPOR LIGHTS)
$ 125.00
WATER HOSE 1 112" X 50'
#871
$
6.00
FLOW LINER
#841
$ 25.00
WATER HOSE 2 1/2" X 50'
#872
$
7.50
FUSION MACHINE 4-12" Macelroy
#3095
$200.00
WATER PUMP 2" Portable
#1831
$
53.00
GENERATOR (3.5 - 5 KW)
#1807
$ 53.00
WATER PUMP 3" Portable
#1832
$
80.00
HEAT TRACER
#814
$ 25.00
WEEDEATER
#116
$
5001]
HEATER
#815
$ 25.00
WHALERS HYDRAULIC
#1894
$
300.00
HOLIDAY DETECTOR
#838
$ 25.00
WINCH 10 TON (GRUNDO)
#6042
$
300.00
HYDRAULIC STAR CUTTER
#889
$ 100.00
IMPACT GUN 1"
#819
$ 25.00
IMPACT GUN 112"
#821
$ 15.00
DAILY
IMPACT GUN 314"
#822
$ 20.00
SAFETY AND HAZMAT EQUIPMENT
Rate
IMPACT WRENCH 1"
#864
$ 35.00
EXPLOSIMETER
#844
$
50.01]
LADDER
#875
$ 10.00
4 WAY GAS MONITOR
#921
$
100.00
LASER LEVEL
#845B
$ 75.00
MULTI -GAS DETECTOR / FID
#914
$
100.00
LEAF BLOWER
#824
$ 25.00
AIR SUPPLY UNIT
#922
$
50.00
LIGHT STAND
#849
$ 15.00
ESCAPE AIR PACK
#918
$
25.00
MANHOLE BLOWER
#840
$ 43.00
H2S MONITOR
#920
$
15.00
PAVEMENT BREAKER[ JACKHAMMER
#867
$ 35.00
HAZMAT SUIT - TYVEK
#912
$
8.00
PIPE BENDER 5" GREENLEE
#1885
$ 100.00
HAZMAT TRAILER
#6648
$
20.00
PIPE BENDER MACHINE 6-20" (Plus shoestfreight per day)
#1082
$ 400.00
RESPERATOR - HALFIFULL MASK
#911
$
5.00
PIPE BENDER SHOES 11082 BENDER
#1190
$1165.00 WEEKLY
SCBA - self contained
#916
$
40.00
PIPE CUTTER - RIDGID SOIL
#885
$ 15.00
SCBA cylinder - extra
#917
$
25.00
PIPE CUTTER LINEUP CLAMP 16"-36"
#839
$ 50.00
TRIPOD WITH WINCH
#913
$
100.00
PIPE CUTTER LINEUP CLAMP 8"-14"
#851
$ 25.00
Page 2 of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 864-6052 www.dotybros.com CA Lie. 273024
CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 8
September 8, 2009
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Cindy Asher, Administrative Manager
949 - 644 -3010 or casher(a)-newportbeachca.gov
SUBJECT: APPROVAL OF AMENDMENT NO. 3 TO PROFESSIONAL SERVICES
AGREEMENT WITH DOTY EROS. CONSTRUCTION COMPANY,
APPROVAL OF AMENDMENT NO. 3 WITH GCI CONSTRUCTION, INC.
AND APPROVAL OF AMENDMENT NO. 2 WITH VALVERDE
CONSTRUCTION, INC. FOR ON -CALL UNDERGROUND UTILITY
REPAIRS
RECOMMENDATIONS:
1. Approve Amendment No. 3 to Professional Services Agreement (PSA) with Doty Bros.
Construction Company (DBCC) for on -call underground utility repair services and authorize the
Mayor and City Clerk to execute the Amendment.
2. Approve Amendment No. 3 to Professional Services Agreement (PSA) with GCI
Construction, Inc. (GCI) for on -call underground utility repair services and authorize the Mayor
and City Clerk to execute the Amendment.
3. Approve Amendment No. 2 to Professional Services Agreement (PSA) with Valverde
Construction, Inc. (VCI) for on -call underground utility repair services and authorize the Mayor
and City Clerk to execute the Amendment.
DISCUSSION:
On September 11, 2007, the City Council approved a PSA with Doty Bros Construction
Company on September 12, 2006 with GCI Construction, Inc. and on November 13, 2007 with
Valverde Construction, Inc. to provide emergency and as needed on -call underground utility
repair services. The proposed revisions to each PSA are summarized below:
1) Amendment No. 3 to the PSA with DBCC incorporates a revised labor rate billing
sheet which reflects between a 1% and 6% increase, with the average increase at
2.6 %. Due to DBCC being a union shop, new rates are negotiated every July.
There are no cost increases for equipment.
AMENDMENT NO. 3
TO
PROFESSIONAL SERVICES AGREEMENT WITH
DOTY BROS. CONSTRUCTION COMPANY
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 3 TO PROFESSIONAL SERVICES AGREEMENT, is
entered into as of this 8th day of September, 2009, by and between the CITY OF
NEWPORT BEACH, a Municipal Corporation ( "CITY "), and DOTY BROS.
CONSTRUCTION COMPANY, a California Corporation whose address is 11232 E.
Firestone Blvd., Norwalk, California, 90650 ( "CONTRACTOR "), and is made with
reference to the following:
RECITALS:
A. On September 11, 2007, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for
Underground Utility Repair Services.
B. CITY and CONTRACTOR have entered into two separate AMENDMENTS of the
AGREEMENT, the latest dated February 24, 2009.
C. CITY desires to enter into this AMENDMENT NO. 3 to extend the term of the
AGREEMENT to June 30, 2010.
D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. 3," as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of the AGREEMENT shall be extended to June 30, 2010.
2. COMPENSATION
City shall pay Contractor for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and shall be based on the
attached Schedule of Billing Rates (Exhibit A).
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays
and overtime work for each craft or type of workman needed to execute the work
contemplated under the Agreement shall be paid to all workmen employed on the
work to be done according to the Agreement by the Contractor and any
subcontractor. 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
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 3
on the date first above written.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
By:
ynette D. Bea amp,
Assistant City Attorney
ATTEST:
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
in
Edward Selich,
Mayor
CONTRACTOR:
DOTY BROS. CONSTRUCTION CO..
(Corporate Officer)
Title: President
Print Name: Chris Christy
0
(Financial Officer)
Title: Treasurer
Print Name: Carlos Garcia
Attachments: Exhibit A — Schedule of Billing Rates
Exhibit B — Request to Extend On -Call Professional Services Agreement
w2'h `hTY R R 0 S
U U
Construction Company
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2009 TO JUNE 30,
2010
CRAFTSMAN/CLASS
PAY
CORE
STRAIGHT
77ME
OVER
TIME
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
77ME
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
86.82
122.98
159.13
General Foreman, Appdx. A
OGF
95.11
131.58
8
°
Operating Foreman
COF
84.11
118.90
153.69
Foreman, A
16.04
Foremanp
CFM
81.82
115.47
149.12
Group 1, Appdx. A - Oiler
OFM
91.78
126.57
161.37
Journeyman
CJM
76.82
107.97
139.12
Group 2, Appdx. A - Oiler
OGI
83.62
114.34
145.05
Shingier
CSJ
77.03
108.29
139.55
Group 8, Appdx. A - Universal
OG2
OG8
84.92
116.29
147.65
Apprentice - 8th Period (90 %)
CA8
70.59
98.62
126.66
Group 10, Appdx A - Mechanic
88.44
121.57
154.69
OGA
88.64
121.87
155.09
MILLW
RIGHTS
Group 8, Appdx. B - Crane < 25 Tons
OB8
88.92
122.29
155.66
General Foreman
CMG
87.66
Grou p , 9Appdx. B - Crane > 25 Tons
OB9
89.21
122.72
156.23
Foreman
124.23
160.80
Apprentice, Grp 8, Appdx A - Step 6 (90 %)
OA6
81.82
111.63
141.44
CMF
82.65
116.72
150.79
Journeyman
CMJ
77.65
109.22
140.78
U.A. PIPEPITTERSANELDERS
Apprentice - 8th Period (95 %)
CM8
68.18
95.01
121.84
INDUSTRIAL
CEMENT MASONS
General Foreman
IGF
97.71
133.28
168.85
Foreman
MFM
78.46
105.56
132.67
Foreman
Journeyman - Welder /Fitter
IFM
91.69
124.41
157.14
Journeyman
MJM
73.45
98.05
122.66
Apprentice - Fifth Year
IJM
82.63
111.09
139.54
F &T Machine Operator
MTO
1
73.87
98.68
123.49
IA5
69.93
95.54
121.15
Apprentice - 8th 6 Mos. (90 %)
MA8
68.53
90.67
112.82
SHORTLINE (LOCAL 250)
LABORERS
Foreman
SFM
95.42
132.57
166.91
Operator General Foreman
LOG
92.55
129.01
Journeyman (Weider/Fitter)
SJM
90.31
125.40
157.75
Operator Foreman
LOF
89.21
124.01
165.47
158.80
Welder Helper
-
SWH
52.41
71.17
88.88
General Foreman
LGF
72.55
99.01
125.48
Pre Helper
SPH
30.68
42.10
53.51
Foreman
LFM
70.88
96.51
122.14
UTILITY
Group 1 - General
LG1
63.54
85.50
107.46
Operator Foreman
UOF
87.94
122.74
Group 2 - Wrapper To 6"
LG2
64.46
86.88
109.30
Foreman
157.53
Group 3 - PTO/Wrapper> 6"
LG3
65.38
88.25
111.13
Welder
UFM
66.04
89.89
113.73
Group 4 - Pipe layer, C &S
LG4
67.96
92.13
116.30
Joumeyman/Fuser
UWD
64.52
87.61
110.69
Group 5 - Blaster
LG5
68.55
93.01
117.47
Pipe Tradesman II
UJM
55.70
74.79
93.88
Apprentice - 6th Period (85 %)
LA6
52.17
72.96
93.76
UP2
42.29
54.80
67.31
ELECTRICIANSlINSIDE WIREMEN
TEAMSTERS
(Rates subject to project location & employee base location)
Operator General Foreman
TOG
97.59
134.05
170.51
General Foreman
EGF
103.51
144.48
185.45
Operator Foreman
TOF
94 .25
129.05
163.84
Foreman
Journeyman
y
EFM
95.95
133.15
170.35
General Foreman
TGF
73.77
98.32
122.88
Apprentice -10th Period 85%
( )
EJM
EAO
88.40
121.82
155.24
Foreman
TFM
72.10
95.82
119.54
76.64
105.04
133.45
Group 2 - 2 Axie
TG2
69.02
91.19
113.37
PROJECT MANAGEMENT
Group 3 - 3 Axle
Group 5 - Working Truck Driver
TG3
TG5
69.23
91.52
113.80
Project Manager
MPM
111.65
152.73
197.24
Group 6 - 4 or More Aide
TG6
69.60
69.65
92.07
114.54
Superintendent
MSP
100.17
136.52
176.33
Group 9 - Lo -Bed
TG9
70.82
92.14
93.90
114.64
116.97
Project Engineer
MPE
77.75
113.79
149.83
Group 12 - WTD BoomTrk Cert
TBT
72.87
96.97
121.08
Safety Director
SAD
109.73
149.23
193.88
Safety Supervisor
SAS
97.65
133.09
171.86
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $95.001day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -first
four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple time.
Emergency "call out work" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southern California Cost Pius Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kem and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacapa Island, inciuding the Channel Islands Monument. Rate Scale does not include San Diego
County.
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
July 13, 2009
City of Newport Beach
949 Vest 16th Street
Newport Beach, CA 92658
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Term: 09/01/08 — 06/30/09
Subject: Labor Rates and Equipment Rates
Ms. Asher:
Thank you for your fax with regard to the above referenced; it's that time of year again! As
mentioned in our letter dated December 31, 2008, Doty Bros. Equipment Co., ( "DBEC ") is submitting to
you its current effective Labor Rates and Equipment Rates in order to amend the Agreement.
Thank you once again for your patience and understanding as we completed integration of the
labor agreement rate modifications into the current rate schedules. As you are aware, Doty Bros.
Equipment Co. is a union signatory contractor therefore in compliance with its current labor agreements,
these rates are now effective and applicable to us. Therefore, we respectfully request your prompt
acceptance by issuance of a revised Amendment.
In addition, we would like to bring your attention to the fact that this year our Labor and
Equipment Rates are again effective for one year (July 1, 2009 through June 30, 2010). Thank you in
advance for your time and consideration. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
office. If you should have any questions or require further information please do not hesitate to call our
incerely,
Monache .I. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Mike Collins
Contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
via 6UT
m
kb.
`l}
CA 0 IZ5
\
t/
Thank you for your fax with regard to the above referenced; it's that time of year again! As
mentioned in our letter dated December 31, 2008, Doty Bros. Equipment Co., ( "DBEC ") is submitting to
you its current effective Labor Rates and Equipment Rates in order to amend the Agreement.
Thank you once again for your patience and understanding as we completed integration of the
labor agreement rate modifications into the current rate schedules. As you are aware, Doty Bros.
Equipment Co. is a union signatory contractor therefore in compliance with its current labor agreements,
these rates are now effective and applicable to us. Therefore, we respectfully request your prompt
acceptance by issuance of a revised Amendment.
In addition, we would like to bring your attention to the fact that this year our Labor and
Equipment Rates are again effective for one year (July 1, 2009 through June 30, 2010). Thank you in
advance for your time and consideration. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
office. If you should have any questions or require further information please do not hesitate to call our
incerely,
Monache .I. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Mike Collins
Contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
craft, classification, or type of workman or mechanic needed to execute the
Agreement. 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. The Contractor is required to obtain the wage determinations
from the Department of Industrial Relations and post at the job site the prevailing
rate or per diem wages. It shall be the obligation of the Contractor or any
subcontractor under him /her to comply with all State of California labor laws, rules
and regulations and the parties agree that the City shall not be liable for any
violation thereof.
3. SERVICES TO BE PERFORMED
Contractor shall perform various underground utility repair services pursuant to
this Amendment No. 3 and according to the Request to Extend On -Call
Professional Services Agreement dated July 20, 2009, attached hereto as
(Exhibit B).
4. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in AGREEMENT shall remain unchanged and shall be in full force and
effect.
GCI CONSTRUCTIf N Effee iv
71/12009
to 6130110
EQUIPMENT OPERATED PAT- E SCHEDULE
DESCRIPTION
FOREMAN PICK UP TRUCK 19.00
HOUR
CREW TRACK 34.00
HOUR
10 WHEELER DUMP TRUCK
80.00
HOUR
SUPER 10
86.00
HOUR
BOTTOMEMI END DUMP
94.00
HOUR
LOW BED RATE
110.06
HOUR
SKIPLOAD£R
125.00
HOUR
BOBCAT
30.75
HOUR
446D BACKHOEILOADER
150.00
HOUR
555E BACKHOEILOADER
135.00
HOUR
NEW HOLLAND BACKHOEILOADER
135-00
HOUR
938 WHEEL LOADER
145.00
HOUR
CAT 950 LOADER
145.00
HOUR
CAT 050 E LOADER
150.00
HOUR
JD 450 WITH 8OARR
150.00
HOUR
CAT 307 EXCAVATOR
15040
HOUR
CAT 313 EXCAVATOR
170.00
HOUR
CAT 325 EXCAVATOR
192.00
HOUR
CAT 321CLCR7 EXCAVATOR
185.00
HOUR
CAT 235D EXCAVATOR
220.0a
I2
KOBELCO SK340 LC1V EXCAVATOR
200 6tt
HOUR
RING O MATIC POT HOLRI'G MACE{ENE
400.00
DAY
80A0 HR
ASHPHALT ZIPPER
250.00
HOUR
Rtes TeeSt
ARROWB€iARD
98.00
DAY
WATER TRUCK
160.00
DAY
COMPACTION WHEEL
25.Ba
HOUR
COMPRESSOR
152M
RAY
CONtPRE , SOR WiJACKFRA 4MER
228.00
DAY
2000 MULTIQUIP TOWABLE GENERATOR
205.00
DAY
HYDRAULIC BREAKER
48.00
HOUR
20M LOS
LIGHT TOWER
92.00
DAY
WALKER
9ZOO
_.
DAY
Zieman Trailer
Ia. Qik 1HOUR3
C trash PUER- & hoses
0240
day
6x16 Trortch Box
82.50
d
247.50 43Y[c 742 00 [fix
4 x 16 Trench Box
55.00
day 1m0o
Wk 49540 vp
8 x 24 Trench Box
180.00
DAY 54TI.iii
W[t '1 ,Q#$ Rtla
LA8.0R • :
REGULAR
OVERTME GEtL
TIME
I AB R,ER GRADING
4941
6041
LABORER SEWER
50.16
67.30
84 {4
LABORER WATER
PIPELAYER GRADING
PIPSLAYER SEWER
4.44•
53.24
53.24
&:11
719.
72.48
t .64
90
9.34
f£!P €LAYi R WATER
OPERATOR GRADING
52.83
67.92
7136
92
8�
117.77 _
OPERATOR SEWER
OPERATOR WATER
FOREMAN GRAWNG
FOREMAN SEWER
FOREMAN WATER
68+.43
W60
70.43
70.97
71.15
05.60
03.
96.61
9784!
37;67
"8176
119. EB
122,791
123.E
1241tI
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT WITH
VALVERDE CONSTRUCTION, INC.
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is
entered into as of this 8th day of September, 2009, by and between the CITY OF
NEWPORT BEACH, a Municipal Corporation ( "CITY "), and VALVERDE
CONSTRUCTION, INC., a California Corporation whose address is 10918 Shoemaker
Avenue, Santa Fe Springs, California, 90670 ( "CONTRACTOR "), and is made with
reference to the following:
RECITALS:
A. On November 13, 2007, CITY and CONTRACTOR entered into an On -Call
Professional Services Agreement, hereinafter referred to as "AGREEMENT ", for
Underground Utility Repair Services.
B. CITY and CONTRACTOR have entered into one separate AMENDMENT of the
AGREEMENT, dated July 22, 2008.
C. CITY desires to enter into this AMENDMENT NO. 2 to extend the term of the
AGREEMENT to June 30, 2010.
D. CITY and CONTRACTOR mutually desire to amend AGREEMENT, hereinafter
referred to as "AMENDMENT NO. 2," as provided here below.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as
follows:
1. TERM
The term of the AGREEMENT shall be extended to June 30, 2010.
2. COMPENSATION
City shall pay Contractor for the services on a time and expense not -to- exceed
basis in accordance with the provisions of this Section and shall be based on the
attached Schedule of Billing Rates (Exhibit A).
Pursuant to the applicable provisions of the Labor Code of the State of California,
not less than the general prevailing rate of per diem wages including legal holidays
and overtime work for each craft or type of workman needed to execute the work
contemplated under the Agreement shall be paid to all workmen employed on the
work to be done according to the Agreement by the Contractor and any
subcontractor. 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
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT NO. 2
on the date first above written.
APPROVED AS TO FORM:
OFFICE OF THE CITY ATTORNEY:
By:
nette b. Be amp,
Assistant City Attorney
ATTEST:
NM
Leilani Brown,
City Clerk
CITY OF NEWPORT BEACH,
A Municipal Corporation
IN
Edward Selich,
Mayor
CONTRACTOR:
VALVERDE CONSTRUCTION, INC.
IN
(Corporate Officer)
Title: President
Print Name: Edward Valverde
In
(Financial Officer)
Title: Corporate Treasurer
Print Name: Michael Valverde
Attachments: Exhibit A — Schedule of Billing Rates
Exhibit B — Request to Extend On -Call Professional Services Agreement
VALVERDE CONSTRUCTION INC.
Equipment Rates
July 1, 2009 to June 30, 2010
UNIT #
EQUIPMENT DESCRIPTION
Rate
01- Apr -09
AB
ARROWBOARDS
AB0014
WANCO SOLAR ARROWBOARD
9.38
PER HOUR
AB0015
WANCO SOLAR ARROWBOARD
9.38
PER HOUR
AB0016
WANCO SOLAR ARROWBOARD
9.38
PER HOUR
AB0017
WANCO SOLAR ARROWBOARD
9.38
PER HOUR
AB0018
WANCO SOLAR ARROWBOARD
9.38
PER HOUR
AB0019
WANCO SOLAR ARROWBOARD
9.38
PER HOUR
AB0020
NATIONAL SIGNAL MESSAGE BOARD
9.45
PER HOUR
AB0021
NATIONAL SIGNAL MESSAGE BOARD
9.45
PER HOUR
AB0022
NATIONAL SIGNAL MESSAGE BOARD
9.45
PER HOUR
AB0023
NATIONAL SIGNAL MESSAGE BOARD
9.45
PER HOUR
BH
BACKHOES
BH0018
CATERPILLAR 416C BACKHOE
47.30
PER HOUR
BH0019
CASE 590L BACKHOE
51.92
PER HOUR
BH0020
CAT BACKHOE 430D
41.59
PER HOUR
BH0021
CAT BACKHOE 4468
64.96
PER HOUR
BH0022
CAT BACKHOE 446B
64.96
PER HOUR
BH0023
CAT BACKHOE 446B
64.96
PER HOUR
BH0024
CAT BACKHOE 446B
64.96
PER HOUR
BH0025
CAT BACKHOE 420D
47.11
1 PER HOUR
BH0026
CASE 590S BACKHOE
51.921
PER HOUR
CP
COMPRESSORS
CP0001
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0002
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0003
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0004
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0005
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0006
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0007
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0008
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0009
CompAir Q175 COMPRESSOR
19.37
PER HOUR
CP0010
CompAir Q175 COMPRESSOR
19.37
PER HOUR
FL
FORKLIFTS
FL0004
CAT DP40K -D
55.81
PER HOUR
LD
LOADERS
LD0006
JOHN DEERE 544H LOADER
64.77
PER HOUR
LD0008
JOHN DEERE 444H LOADER
54.72
PER HOUR
LD0009
CASE 570 LXT 4WD LOADER
38.37
PER HOUR
LT
LIGHT TOWERS
LT0001
ALLMAND NLPKFMXZ LIGHT TOWER
11.81
PER HOUR
LT0002
ALLMAND NLPKFMXZ LIGHT TOWER
11.81
PER HOUR
LT0003
ALLMAND NLPKFMXZ LIGHT TOWER
11.81
PER HOUR
LT0004
ALLMAND NLPKFMXZ LIGHT TOWER
11.81
PER HOUR
LT0005
ALLMAND NL PRO
11.81
PER HOUR
PU
PUMPS
P00002
GRIFFIN 6" TRASH PUMP
29.69
PER HOUR
P00003
PT3A 3"
21.941
PER HOUR
P00004
MULTIQUIP QP -40TH 4'
25.44
PER HOUR
P00005
GRIFFIN 8" DIESEL PUMP
29.69
PER HOUR
P00006
HYPRO 3/4" 5210C -R TEST PUMP
16.41
PER HOUR
P00007
HYPRO 3/4" 521OC -R TEST PUMP
16.41
PER HOUR
RO
ROLLERS /COMPACTION WHEELS
R00001
CATERPILLAR CB224C ROLLER
33.59
PER HOUR
R00002
CATERPILLAR 214C ROLLER
29.44
PER HOUR
R00003
I/ R SD40FD COMPACTION ROLLER
55.29
PER HOUR
TK
TRUCKS
TK1773
1993 Ford F -250
21.41
PER HOUR
TK3079
2003 Chevy S2500 P.U.
21.41
PER HOUR
TK3790
2003 Dodge 1500
21.41
PER HOUR
TK5855
2007 Ford F -150 XCAB
21.41
PER HOUR
TK5856
2007 Ford F -150 XCAB
21.41
PER HOUR
TK6800
1994 Ford F -250
21.41
PER HOUR
TK7171
1997 Ford F -150
21.41
PER HOUR
TK2437
2008 Dodge Ram 2500 Reg.Cab
24.43
PER HOUR
TK3537
2000 Chevy 2500 PU
24.43
PER HOUR
TK5098
1999 Chevy C2500
24.43
PER HOUR
Plus 15% mark up
V.ALVE`RDE CONSTR UCTION, MC.
General Engineering Conlractars
License Wo. 276469
10918 SHOEMAKER AVE.
SANTA FE SPRINGS, CA 90670
(562) 906 -1826 - FAX: (562) 906 -1918
July 15, 2009
City of Newport Beach
Utilities Department
Attn: Cindy Asher
300 Newport Blvd.
Newport Beach, CA 9265& -8915
Re: Amendment to Professional Services Agreement
Dear Ms. Asher:
Valverde Construction Inc. is requesting to extend the Professional Services
Agreement for another year to commence on July 1, 2009.
New rate sheets are attached.
Sincerely,
VALVERDE CONSTRUCTION, INC.
Edward Valverde
President
Enclosure
Teamsters
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
Operator General Foreman
$93.86
$97.59
$3.73
Operator Foreman
$90.53
$94.25
$3.72
General Foreman
$72.63
$73.77
$1.14
Foreman
$70.96
$72.10
$1.14
Group 2 - 2 Axle
$67.88
$69.02
$1.14
Group 3 - 3 Axle
$68.09
$69.23
$1.14
Group 5 - Working Truck Driver
$68.46
$69.60
$1.14
Group 6 -4 or More Axle
$68.51
$69.65
$1.14
Group 9 - Lo -Bed
$69.68
$70.82
$1.14
Group 12 - WTD Boom Truck Cert
$71.73
$72.87
$1.14
Operating Engineers
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
General Forman, Appdx. A
$91.63
$95.11
$3.48
Forman, Appdx. A
$88.29
$91.78
$3.49
Group 1- Appdx. A - Oiler
$80.13
$83.62
$3.49
Group 2 - Appdx. A - Oiler
$81.44
$84.92
$3.48
Group 8 - Appdx. A - Universal
$84.96
$88.44
$3.48
Group 10- Appdx. A - Mechanic
$85.16
$88.64
$3.48
Group 8, Appdx. B - Crane < 25 tons
$85.44
$88.92
$3.48
Group 9, Appdx. B - Crane >25 tons
$85.72
$89.21
$3.49
Apprentice, GR 8, Appdx A -STEP 6(90 %)
$78.59
$81.82
$3.23
U.A. Pipefitters /Welders (Industrial)
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
General Foreman
$94.98
$97.71
$2.73
Foreman
$89.09
$91.69
$2.60
Journeyman - Welder /Fitter
$80.25
$82.63
$2.38
Apprentice - Fifth Year
$67.68
$69.93
$2.25
SHORLINE (Local 250)
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
Foreman
$93.31
$95.42
$2.11
Journeyman (Welder /Fitter)
$90.31
$90.31
$0
Welder /Helper
$50.30
$52.41
$2.11
Pre - Helper
$29.96
$30.68
$.72
COMPRESSORS w /90 UB. Breaker, Clay Spade
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
Compressor 125 -185 CFM
$21
$21
$0
Compressor - Air, Portable (Per Day Rate)
$104
$104
$0
CRANES
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
Boom Truck - 8 Ton
$33.75
$33.75
$0
Boom Truck -10 -11 Ton
$48.75
$48.75
$0
Boom Truck -14 Ton
$52.75
$52.75
$0
Boom Truck 23 -25 Ton
$57.75
$57.75
$0
Crane - RT / 15 -18 Ton (or equivalent)
$59.75
$59.75
$0
DOZERS / SIDEBOOMS
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
Dozer J D 450
$43.13
$43.13
$0
Sideboom CAT D -6
$57.13
$57.13
$0
Sideboom CAT D -7
$66.13
$66.13
$0
Sideboom CAT 561
$63.13
$63.13
$0
Sideboom CAT 572
$78.13
$78.13
$0
Sideboom JD 450
$41.13
$41.13
$0
FORKLIFTS
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
Forklift - Hyster 20,000 LB
$34.88
$34.88
$0
Forklift - Lion 6,000 LB
$22.88
$22.88
$0
LOADERS
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
Mini Skid Steer- Ditch Witch
N/A
$26.88
N/A
Loader - Bobcat w/ Bucket
$26.88
$26.88
$0
Loader- Bobcat w/ Sweeper
$36.88
$36.88
$0
Loader- Bobcat w/ Grinder
$56.88
$56.88
$0
Rubber Tire Loader - 544 JD
$45.75
$45.75
$0
Rubber Tire Loader- 930 CAT
$47.75
$47.75
$0
Rubber Tire Loader - 950 CAT
$58.75
$58.75
$0
Rubber Tire Loader- 950E /F CAT
$69.75
$69.75
$0
Rubber Tire Loader - 968 CAT
$64.75
$64.75
$0
Skip loader - Case 580 / MF 40E / F
445
$31.88
$31.88
$0
MISCELLANEOUS
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
Boring Machine Hydraulic
$25
$25
$0
Bore Machine Trailer
$10
$10
$0
Tap Machine (Water lines 3 " -12 ") (per inch/ per day)
$30
$30
$0
Tap Machine (Water lines up to 2 "(per inch/ per day)
$20
$20
$0
WELDERS
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate Increase
200 AMF —Truck Mounted
$29.25
$29.25
$0
200 AMF, Skid Mounted or Trailer
$16.25
$16.25
$0
Welder —Rig Rental Number
1 $29.25
$29.25
$0
Fabrication Shop & Equipment 1
$90
1 $90
$0
MISCELLANEOUS
2008 Daily Rates
2009 Daily Rates
Daily Rate Increase
Additional 1 Torque Head for Hydraulic Torque
Wrench
$50
$50
$0
Air Hose 3/ x 50'
$8
$8
$0
Air Saw
$50
$50
$0
Air Tamper
$35
$35
$0
Asphalt Spreader Bar
$125
$125
$0
Barricades
$2.50
$2.50
$0
Beveling Band 14 " -20"
$75
$75
$0
Beveling Band 24 " -42"
$100
$100
$0
Beveling Band 4 " -12"
$50
$50
$0
Beveling Machine 14 " -20"
$75
$75
$0
Beveling Machine 24 " -42"
$100
$100
$0
Beveling Machine 4 " -12"
$42.50
$42.50
$0
Boring Machine — Case Hydra
$160
$160
$0
Bore Motor
$10
$10
$0
Boring Machine 1 -%" & 1 3/" (Accu- punch)
$15
$15
$0
Boring Machine 4 " -8" (Accu- punch)
$25
$25
$0
Boring Machine 3%" (Accu- punch)
$20
$20
$0
Buffer & Grinder
$25
$25
$0
Builder Level —AC -2X Nikon
$25
$25
$0
Cement Mixer
$43
$43
$0
Chain Link Fence Panels
$3
$3
$0
Chain Saw 16" (includes Blades)
$50
$50
$0
Chipping Gun (Plus Steel)
$35
$35
$0
Clay Spade (Plus Steel)
$35
$35
$0
Cleaning Ball
$10
$10
$0
Com -a -long / Chain
$15
$15
$0
MISCELLANEOUS (cont'd)
2008 Daily Rates
2009 Daily Rates
Daily Rate Increase
Pipe Tongs (4 ", 6 ",10 ",12 ",16 ",18 ", 20 ")
N/A
$50
N/A
Plywood % Replacement Cost
$3
$3
$0
Pneumatic /Hydrau Torque Wrench
$150
$150
$0
Portable Band Saw
$35
$35
$0
Power Threader
$85
$85
$0
Pressure Washer Trailer Mount.
$160
$160
$0
Pump —Skid Mount Bentonite
$107
$107
$0
Pump — Submersible
$27
$27
$0
Rigid Roll Groover
$30
$30
$0
Rivet Buster/ Ripping Gun
$50
$50
$0
Rock Drill
$35
$35
$0
Rock Separator — Grizzly
$85
$85
$0
Rotary Hammer (Plus Steel)
$50
$50
$0
Sandblaster — Unit (with accessories)
$125
$125
$0
Sawza I I
$15
$15
$0
Shoring Lumber 3" x 12" x 14"
$3
$3
$0
Shoring Lumber 8" x 8" x 8"
$3
$3
$0
Skill Saw (Includes Blades)
$20
$20
$0
Tap Machine —T. D. Williamson(up to 3 ")
$100
$100
$0
Tar Pot
$50
$50
$0
Test Plug
$10
$10
$0
Test Pump 200LB. -400 LB. Sprague
$125
$125
$0
Test Pump 5,000 LB. Trailer Mounted
$187
$187
$0
Test Pump High Pressure
$125
$125
$0
Test Pump Portable 2001b
$80
$80
$0
Testing Table
$60
$60
$0
Traffic Cones
$2.50
$2.50
$0
Transit — Theolite
$35
$35
$0
Trench Box — 6'x10'
$200
$200
$0
Trench Box - 4'x10'
$130
$130
$0
Trench Jack (Screw)
$4
$4
$0
Trench Jack (Hydraulic)
$20
$20
$0
Trencher
$125
$125
$0
Tri -Vise
$25
$25
$0
Vibrator Plate
$91
$91
$0
Walkie Talkies (Set of 2)
$25
$25
$0
Water Hose 1 %" x 50'
$6
$6
$0
Water Hose 2 %" x 50'
$7.50
$7.50
$0
Water Pump 2" Portable
$53
$53
$0
Water Pump 3" Portable
$80
$80
$0
Equipment - Trucks - (cont'd)
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
1997 Ford F -250
$25.18
$26.44
$1.26
2003 Ford F-350 +welder+ compressor
$34.32
$36.04
$0
2008 Ford F-450 +welder+ compressor
N/A
$40.67
N/A
1997 Ford Super Duty Truck
N/A
$29.95
N/A
2003 Ford F-550 +welder+ compressor
N/A
$43.02
N/A
89' Ford 5 -6 Yard Dump Truck
$42.53
$50.46
$7.93
97' Ford LT9513 10 Whl Dump Truck
$55.71
$64.77
$9.06
87' GMC C7 5 -6 Yard Dump Truck
$42.53
$50.46
$7.93
Trailer 2 Axle - 8 Tire
$15.76
$16.24
$0.48
Equipment - Vibrator Plates
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
Wacker
$8.75
$8.75
$0
Multiquip
$8.75
$8.75
$0
Wacker Diesel
$8.75
$8.75
$0
Equipment - Water Trucks
2008 Hourly Rates
2009 Hourly Rates
Hourly Rate
Increase
Ford 1800 Gallon Water Truck
$40.65
$46.90
$6.25
Independent Wet Bore 2927
$25
$25
$0
I/R Wet Bore 44SL
$25
$25
$0
3 " -12" Hot Tap Machine
$25
$26.25
$1.25
Asphalt Zipper
$80.43
$87.17
$6.74
Dynamation Gas Detector 929A
$18.75
$18.75
$0
Lee Boy Tack Sprayer
$18.75
$19.69
$0.94
Meco 35HP Concrete Saw
$16.14
$17.70
$1.56
AP 25 Ventilation Blower
$9.26
$9.26
$0
AP 12 Ventilation Blower
$7.86
$7.86
$0
Lee Boy L150 Tack Sprayer
$37.50
$39.38
$1.88
Arrow Hammer HJ125OR
$7.03
$7.03
$0
Rivet Buster
$6
$6
$0
Cones /Delineators
$.035 Per Day /Ea
$.035 Per Day /Ea
$0
Powder Puff (60 lbs.)
$4.75
$4.75
$0
Signs
$4 Per Day
$4 Per Day
$0
90# Jackhammer
$4.75
$4.75
$0
60# Jackhammer
$4.75
$4.75
$0
Clay Spade
$6.56
$6.56
$0
High Level Flag Tree
$6
1 $6
$0
AMENDMENT NO. 2
TO
PROFESSIONAL SERVICES AGREEMENT
WITH DOTY BROS. CONSTRUCTION, COMPANY
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 24th day of February, 2009, by and between the CITY OF NEWPORT BEACH,
a municipal corporation, (hereinafter referred to as "City ") and DOTY BROS.
CONSTRUCTION COMPANY, a California corporation whose address is 11232 E.
Firestone Blvd., Norwalk, CA 90650 ( "Contractor "), and is made with reference to the
following:
RECITALS
A. On September 11 th, 2007, CITY and CONTRACTOR entered into an On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement ", for Underground Utility Repair Services. This Agreement is
scheduled to expire on August 31St, 2008.
B. On July 22, 2008, City and Contractor entered into Amendment No. 1 to
extend the term of the Agreement to December 31 st, 2008.
C. City desires to enter into this Amendment No. 2 to extend the term of the
Agreement to June 30th, 2009.
D. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 2 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated December 31, 2008, attached
hereto as Exhibit A.
2. Compensation to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from January 1, 2009, to June
30, 2009, shall be based on the attached Schedule of Billing Rates
(Exhibit B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 2 on
the date first above written.
APPROVED AS TO FORM:
By:
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
ov
a,
By. ' � '� bYVw
Leilani Brown,
City Clerk
CITY OF NEWPORT
A Municipal,C'ojporat
LIM
I
EdwaM Selich,
Mayor
for the City of Newport Beach
DOTY BROS. • • CO.
Title: President
Print Name: Chris Xfiri
By:
(Fingric '0K0fficer)
Title: Treasurer
Print Name: car1e,q rarcia
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Schedule of Billing Rates
P",
}
EXHIBIT "A" -
December 31, 2008
City of Newport Beach
949 West 16th Street
Newport Beach, CA 9268
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Term: 08/31/08 — 12/31/08
Subject: Labor Rates and Equipment Rates
Ms. Asher:
Thank you for taking the time to speak with me this morning with regard to our desire to
continue our relationship with the City of Newport Beach. In response to lower fuel costs, we
are pleased to pass along to our Customers revised Equipment Rates in reflection of current
market conditions as applicable to all work performed under the terms of the above referenced
Agreement. As mentioned in our letter dated July 6, 2008, please find enclosed Doty Bros.
Equipment Co.'s ( "DBEC ") revised effective Equipment Rates. We respectfully request that in
reflection of this event, you amend the Agreement which expires today, December 31, 2008.
Also, as per our conversation, I understand that our Agreement will not lapse.
Please note, these rates shall become effective immediately for work performed on and
after January 1, 2009 through June 30, 2009. We will again be reviewing both the Labor and
Equipment Rates at their respective times of expiration on June 30, 2009 and possibly revising at
that time.
Thank you in advance for your time and consideration. Please know that it remains our
goal to bring our customer professional and quality services for a competitive price. We look
forward to bringing you our quality workmanship and professional services whenever you
contact us for our services. Should you have any questions, please feel free to contact our office.
Sincerely,
A0_11J4 �,—U4
Monad J. Titchenell
Assistant Contracts Administrator
cc: Phil Dennis
Binny Patel
contract file
enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
ygl .
l i
.Okl 11
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2008 TO JUNE 30, 2009
CRAt?SMAN /CLASS
CODE
rv+i-
TIME
vvcrc
TIME
UVUCrLt
TIME
PAY
PAY
STRAIGHT
OVER
DOUBLE
CODE
TIME
TIME
TIME
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
85.62
121.78
157.93
General Foreman, Appdx. A
OGF
91.63
126.80
161.97
Operating Foreman
COF
80.32
113.82
147.32
Foreman, Appdx. A
OFM
88.29
121.79
155.29
Foreman
CFM
80.62
114.27
147.92
Group 1, Appdx. A - Oiler
OG1
80.13
109.56
138.98
Journeyman
CJM
75.62
106.77
137.92
Group 2, Appdx. A - Oiler
OG2
81.44
111.51
141.58
Shingler
CSJ
75.83
107.09
138.35
Group 8, Appdx. A - Universal
OG8
84.96
116.79
148.62
Apprentice - 8th Period (90`X-.)
CAS
69,39
97.42
125.46
Group 10, Appdx. A -mechanic
OGA
85.16
117.09
MILLWRIGHTS
Group 8, Appdx. B - Crane < 25 Tons
OB8
85.44
117.51
149.02
149.59
General Foreman
CMG
86.46
123.03
159.60
Group 9, Appdx. B - Crane > 25 Tons
OB9
85.72
117.94
150.16
Foreman
Apprentice, Grp 8, Appdx A - Step 6 (90 %)
OA6
78.59
107.24
135:89
CMF
81.45
115.52
149.59
Journeyman
CMJ
76.45
108.02
139.58
Apprentice - 8th Period (95%)
CM8
66.98
93.81
120.64
UA. PIPEF(TTERS/WELDERS
INDUSTRIAL
CEMENT MASONS
General Foreman
IGF
94.98
129.68
164.38
Foreman
MFM
75.86
102.13
128.41
Foreman
Journeyman - Welder /Fitter
IFM
IJM
89.09
121.02
152.94
Journeyman
MJM
72.53
97.13
121.73
Apprentice - Fifth Year
IA5
80.25
67.68
108.01
135.78
F &T Machine Operator
MTO
72.94
97.76
122.57
92.67
117.65
Apprentice - 8th 6 Mos. (90 %)
MA8
67.61
89.75
111.89
SHORTLINE (LOCAL 230)
LABORERS
Foreman
SFM
93.31
129.90
163.68
Operator General Foreman
LOG
88.76
123.93
159.10
Journeyman (Welder /Fitter)
Welder Helper
SJM
90.31
125.40
157.75
Operator Foreman
LOF
85.43
118.93
152.43
Pre - Helper
SWH
50.30
68.50
85.65
General Foreman
LGF
71.35
97.81
124.28
SPH
29.96
41.02
52.08
Foreman
LFM
69.68
95.31
120.94
Group 1 - General
LG1
62.34
84.30
10626
Group 2 - Wrapper To 6'
LG2
63.26
85.68
108.10
UTILITY
Group 3- PTONVrapper> 5'
LG3
64.18
87.05
109.93
Foreman
UFM
Group 4 - Pipe layer, C &S
LG4
66.76
90.93
115.10
Weider
63.47
89.04
113.29
Group 5 - Blaster
LG5
67.35
91.81
116.27
Joumeyman/Fuser
UWD
61.21
82.85
104.48
Apprentice - 6th Period (85 %)
LA6
51.63
72.42
93.22
Pipe Tradesman II
UJM
52.57
70.31
88.04
UP2
40.22
51.89
63.57
TEAMSTERS
ELECTRICIANS /INSIDE W(REMEN
Operator General Foreman
TOG
93.86
129.03
164.20
(Rates subject to project location & employee base location)
Operator Foreman
TOF
90.53
124.03
157.53
General Foreman
EGF
97.65
136.91
176.17
General Foreman
TGF
72.63
97.18
121.74
Foreman
EFM
90.42
126.06
161.70
Foreman
Group 2 - 2 Axle
TFM
TG2
70.96
94.68
118.40
Journeyman
EJM
83.18
115.20
147.22
Group 3 3 Axle
67.88
90.05
112.23
Apprentice -10th Period (85 %)
EAO
72.07
99.29
126.51
-
TG3
68.09
90.38
112.66
Group 5 - Working Truck Driver
TG5
68.46
90.93
113.40
PROJECT MANAGEMENT
Group 6 - 4 or More Axle
TG6
68.51
91.00
113.50
Project Manager
MPM
106.33
145.45
187.85
Group 9 - Lo -Bed
TG9
69.68
92.76
115.83
Superintendent
MSP
95.40
130.02
167.93
Group 12 - WTD BoomTrk Cert
TBT
71.73
95.83
119.94
Project Engineer
MPE
74.04
108.37
142.70
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on actual
classification.
Subsistence: $85.00 1day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating Engineers -
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half; all additional hours at double time except holidays which are at triple
time. Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Ventura, Santa Barbara, San Luis Obispo, Kern and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel Island, Santa Barbara island, Santa Rosa Island, Anacapa Island, including the Channel Islands Monument. Rate Scale does not include San Diego
County.
and are fUbb?1A' 1Q_change with0frwfice. This
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 86� -6052 www.dotybros.com �A Lie. 273024
r • c3�I J)
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH DOTY BROS. CONSTRUCTION, COMPANY
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 22nd day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City ") and DOTY BROS.
CONSTRUCTION COMPANY, a California corporation whose address is 11232 E.
Firestone Blvd., Norwalk, CA 90650 ( "Contractor "), and is made with reference to the
following:
RECITALS
A. On September 11"', 2007, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement", for Underground Utility Repair Services. This Agreement is
scheduled to expire on August 3151, 2008.
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to December 31, 2008.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 ", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated July 6, 2008, attached hereto
as Exhibit A.
2. Compenstaiton to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from September 1, 2008, to
December 31, 2008, shall be based on the attached Schedule of Billing
Rates (Exhibit B).
3. The term of the Agreement shall be extended to December 31, 2008.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By. ..
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
B:�o�/1, 4'e'z�
Y
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municip orporatic(nn
In
Eftdrd Selich; '
Mayor
for the City of Newport Beach
DOTY BROS. CON R CTION CO.
By:
Title: -, Treasurer
Print Name: Carlos Garcia
By:
_ iL
Title: Sr. Vice President
Print Name: _Henry- Barber
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Shedule of Billing Rates
f:\users\pbw\shared\agreements\fy 07-08\on-call services\Advanced Survey Amendment.doc
DOTY BROS,
Construction Company
July 6, 2008
City of Newport Beach
949 West 16s' Street
Newport Beach, CA 92658
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Term: 09/11/07-08/31/08
Subject: Labor Rates and Equipment Rates
Term: 09/01/08 — 08/31/09
Dear Cindy:
EXHIEW
Please find enclosed, Doty Bros. Equipment Co.'s Labor Rates and Equipment Rates per our
previous email communications (May 28, 2008 and May 29, 2008). You had requested our current
applicable rates in order to submit to the City Council with the amendment to the above referenced
Agreement, requesting an extension to the current effective term.
Thank you for your patience and understanding as we completed integration of the labor
agreement rate modifications into the current rate schedules. As you are aware, Doty Bros. Equipment
Co. is a union signatory contractor therefore in compliance with its current labor agreements, these rates
are now effective and applicable to us. Therefore, we respectfully request your prompt acceptance by
issuance of a revised Exhibit "A ".
We would like to bring your attention to the fact that this year our Equipment Rates are effective
only through December 31, 2008. In the event that such increases are necessary we will be submitting to
you a revised Equipment Rate sheet at that time. We respectfully request that in such event you amend
the Agreement again at that time. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
Thank you in advance for your time and consideration. If you should have any questions please
do not hesitate to call our office.
Very truly yours, �r
JO-77d X Sandy Dennis
Contracts Manager
cc: Phil Dennis
Binny Patel
contract file
Enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
DOTY BOOS. EXHIBIT "B"
Construction Company
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 7 2008 TO JUNE 30 2009
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to journeyman fug scale rates. Billing rate for Apprentice wig be based on
actual classification.
Subsistence: $85.00/day
Trawl Tim: Customer will be advised If travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one hag. Sundays and holidays shall be paid at double fine. For Operating
Engineers - first four (4) hours outside regular shift, and first twelve (12) tours on Saturday is time and one haft; all additional hours at double time except holidays
which are at triple tune. Emergency "call outwork" -Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (Including fuel costs), will be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Moro, Orange. Poverside, San Bernardino,
Imperial, Venture, Santa Barbara, San Luis Obispo, Kem and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas island, Catalina Island, San
Clemente Island, San Miguel Island, Santa Barham Island, Santa Rosa Island. Anscapa Island, Including the Channel Islands Monument. Rate Scale does not
include San Diego County.
r : to changg without n This
rata sheet is not all Inclusive; additional classifications available N required. (v2.0) CA C.L. 024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 8646052 www.dotybros.coni CALic. 273024
PAY
STRAIGHT
OVER
DOUBLE
PAY
STl%whrr
OVER
DOUBLE
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CRAFTSMAN/CLASS
CODE
TIME
TIME
THE
CARPENTERS
OPERATING ENGINEERS
General Foreman
CGF
85.62
121.78
157.93
General Foreman, Appdx. A
OGF
91.63
126.80
161.97
Operating Foreman
COF
80.32
113.82
147.32
Foreman, AppdK. A
OFM
88.29
121.79
156.29
Foreman
CFM
80.62
114.27
147.92
Group 1, Appdx. A - Oiler
OG1
80.13
109.56
138.98
Journeyman
CJM
76.62
106.77
137.92
Group 2, Appdx. A - Oiler
OW
81.44
111.51
141.56
Shinglar
CSJ
75.83
107.09
138.35
Group 8, Appdx. A - Universal
OG8
84.96
116.79
148.62
Apprentice - 8th Period (90%)
CA8
69.39
97.42
125.46
Group 10, Appdx. A - Mechanic
OGA
85.16
117.09
149.02
Group 8, Appdx. B - Crane < 25 Tans
OB8
85.44
117.51
149.59
MILLWRIGH7S
Group 9, Appmc. B - Crane > 25 Tons
OB9
85.72
117.94
150.16
General Foreman
CMG
86.46
123.03
159.60
Apprentice, Grp 6, Appdx A - Step 6(90%)
OAS
78.59
10724
135.89
Foreman
CMF
81.45
115.52
149.69
Journeyman
CMJ
76.45
108.02
139.58
Apprentice - 81h Period (95%)
CM8
66.98
93.81
120.64
U.A. PBrEFTITERSAVE IAERS
INDUSTRIAL
General Foreman
IGF
94.98
129.68
164.38
CEMENT MASONS
Foreman
IFM
89.09
121.02
15294
Foreman
MFM
75.86
102.13
128.41
Journeyman - WelderlFdter
UM
80.25
108.01
135.78
Journeyman
MJM
72.53
97.13
121.73
Apprentice - Fifth Year
IA5
67.68
92.67
117.65
FST Machine Operator
MTO
72.94
97.76
122.67
Apprentice - 8th 6 Mos. (90%)
MA8
67.61
89.75
111.89
SHORTLINE (LOCAL 280)
Foreman
SFM
93.31
129.90
163.88
LABORERS
Journeymen(Weidw/FBter)
SJM
90.31
125.40
157.75
Operator General Foreman
LOG
88.76
123.93
159.10
Welder Helper
SWH
60.30
68.50
85.65
Operator Foreman
LOF
85.43
11 &93
152.43
Pre- Helper
SPH
29.96
41.02
52.08
General Foreman
LGF
71.35
97.81
124.28
Foreman
LFM
69.68
95.31
120.94
Group 1 - General
LG1
62.34
84.30
106.26
Group 2 - Wrapper To 6'
LG2
63.26
85.68
108.10
UTILITY
Group 3 - PTOMmpper> 6"
LG3
64.18
87.05
109.93
Foreman
UFM
63.47
89.04
113.29
Group 4 - Pipe layer, C&S
LG4
66.76
90.93
115.10
Welder
UWD
61.21
8285
104.48
Group 5- Blaster
LG5
67.35
91.81
116.27
JoumsymanlFuser
UJM
62.57
70.31
88.04
Apprentice .6th Period (85 %)
LA6
51.63
72.42
93.22
Pipe Tradesmen 11
UP2
40.22
51.89
63.57
7E4MSTERS
ELECTRICIANS / INSIDE INMEMEN
Operator General Foreman
TOG
93.86
129.03
164,20
(Rates subject to project location & employee base
location)
Operator Foreman
TOF
90.63
124.03
157.53
General Foreman
EGF
97.65
136,91
176.17
General Foreman
TGF
72.63
97.18
121.74
Foreman
EFM
90.42
126.06
161.70
Foreman
TFM
70.96
94.68
11 &40
Journeyman
EJM
83.18
115.20
147.22
Group 2 - 2 Axle
TG2
67.88
90.06
112.23
Apprentice -10th Period (85 %)
EAO
72.07
99.29
128.61
Group 3 - 3 Axle
TG3
68.09
90.38
112.66
Group 5 - Working Truck Driver
TG5
68.46
90.93
113.40
PROJECT MANAGEMENT
Group 6 - 4 or More Axle
TG6
68.51
91.00
113.50
Project Manager
MPM
106.33
145.46
187.85
Group 9 -Loeed
TG9
69.68
92.76
115.83
Superintendent
MSP
95.40
130.02
167.93
Group 12- WTD BoomTrk Cad
TBT
71.73
95.83
119.94
Project Engineer
MPE
74.04
108.37
142.70
Apprentice Rates: Apprentice rates as listed above are the highest classification prior to journeyman fug scale rates. Billing rate for Apprentice wig be based on
actual classification.
Subsistence: $85.00/day
Trawl Tim: Customer will be advised If travel time is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one hag. Sundays and holidays shall be paid at double fine. For Operating
Engineers - first four (4) hours outside regular shift, and first twelve (12) tours on Saturday is time and one haft; all additional hours at double time except holidays
which are at triple tune. Emergency "call outwork" -Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (Including fuel costs), will be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Moro, Orange. Poverside, San Bernardino,
Imperial, Venture, Santa Barbara, San Luis Obispo, Kem and in addition: Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas island, Catalina Island, San
Clemente Island, San Miguel Island, Santa Barham Island, Santa Rosa Island. Anscapa Island, Including the Channel Islands Monument. Rate Scale does not
include San Diego County.
r : to changg without n This
rata sheet is not all Inclusive; additional classifications available N required. (v2.0) CA C.L. 024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 8646052 www.dotybros.coni CALic. 273024
DOTY BF%S.
Construction Company
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2008 TO DECEMBER 31, 2008
AUGER
Aooassory - COMPACTION WHEEL EXECAVATOR
Accessory - COMPACT WHEEL FICASEJD
Accessory - HYDRAULIC BREAKER/ CASE & JD
Accessory - VIBRATORY PLATE
POWER BROOM - TRACTOR MOUNTED
CC -135A ROCK WHEEL
CASE 680 1J 310
CASE 590
CAT 300 -TRACK MOUNTED
CAT 345 - TRACK MOUNTED
CAT 416
JD 710
COMPACTION EQUIPMENT
ARROW (HYDRO HAMMER) / STOMPER
SHEEPS FOOT - Tow Behind (Vibrating)
WACKERTAMPER
ID#
$
ROAD EQUIPMENT
l2#
COMPRESSOR -AIR PORTABLE (PER DAY RATE)
�
CRANES
BOOM TRUCK - 8 TON
Rate
37.50
BOOM TRUCK - 10 -11 TON
$
52,50
#1189
$ 20.00
CABLE DOLLY - ONE REEL (Trailer Mounted)
BOOM TRUCK 23 - 25 TON
$
12.00
#1181
$ 40.00
CABLE DOLLY - THREE REEL ( Taator Mounted)
FORKLIFTS
FORKLIFT - HYSTER 20,000 LB
$
25.00
#1179
$ 20.00
FLASHING ARROWBOARD - (4 HR. MIN.)
30.60
$
17.00
#1183
$ 50.00
GRADER -CAT 140
#R7791
$
85.60
#1535
$ 40.00
GRINDER I COLD PLANER (BITELLI) - (4 HR. MIN.)
#1187
$
235.00
#1085
$ 20.00
ROLLER - (RIDE ON)
$
30.00
#1313
$ 75.00
ROLLER (WALK BEHIND) -1 TON VIBRATOR
$
24.00
$ 41.75
ROLLER TRAILER
$
12.00
$ 43.75
TILT TRAILER
#6386
$
12.00
#4055
$ 117.60
TRENCHER TRAILER
#6481
$
12.00
#4072
$ 147.50
UTILITY TRAILER
#8452
$
12.00
#4147
$ 39.75
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
#1800
$
375.00
$ 47.75
ASPHALT PAVER - LEE BOY 1000D
91196
$
117.00
CEMENT SAW - WALK BEHIND
#1938
$
34.00
$ 46.00
#1169 $ 16.00
#1860 $ 23.50
COMPRESSORS W190 LB BREAKER, CLAY SPADE & TAMPER
$
21.50
COMPRESSOR 125 -165 CFM
COMPRESSOR -AIR PORTABLE (PER DAY RATE)
#1808 $ 107.00
CRANES
BOOM TRUCK - 8 TON
#3647 $
37.50
BOOM TRUCK - 10 -11 TON
$
52,50
BOOM TRUCK - 14 TON
$
56.50
BOOM TRUCK 23 - 25 TON
#3308 $
61.50
CRANE - FIT / 15-18 TON (or equivalent)
$
63.50
DOZERS I SIDEBOOMS
#11841 $
28.75
DOZER JD 450
#5078 $
46.25
SIDEBOOM CAT D-6
$
60.25
SIDEBOOM CAT D-7
#5063 $
69.25
SIDEBOOM CAT 561
45045 $
66.25
SIDEBOOM CAT 572
#5067 $
81.25
SIDEBOOMJD450
$
4425
FORKLIFTS
FORKLIFT - HYSTER 20,000 LB
#1203 $
36.75
FORKLIFT - LION 6,000 LB
#1204 $
24,75
LOADERS
LOADER - BOBCAT W1 BUCKET
#11841 $
28.75
LOADER - BOBCAT WI SWEEPER
#1184: $
38.75
LOADER - BOBCAT W/ GRINDER
#11641 $
58.75
RUBBER TIRE LOADER -544 JD
#5086 $
49.50
RUBBER TIRE LOADER - 930 CAT
95089 $
51.50
RUBBER TIRE LOADER - 950 CAT
#5087 $
62.50
RUBBER TIRE LOADER - 950E/F CAT
#5099 $
7350
RUBBER TIRE LOADER -966 CAT
#5070 $
68.50
SKIPLOADER - CASE 6801 MF 40E / F 445
$
33.75
2-3 TONL UBE TRUCK
5 Yard (Flat bed or Bobtail) Dump / 2J Ton Utility Truck
BACK HOE MOVER TRUCK
CEMENT TRUCK w/ mixer and compressor
DUMPTRUCK 10WHEELER
EQUIPMENT TRAILER - 20,000 LB
EQUIPMENT TRAILER - 40,000 LB
FLAT BED with LIFT
FLAT BED with MVER / DUMP
LOWBED TRAILER w/ tractor & move permit tees
LOWSIDE END DUMP TRAILER W/ TRACTOR
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
PICK -UP - RENTAL NUMBER
SERVICE TRUCK - MISC TOOLS NOT INCLUDED
SERVICE VAN - MISC TOOLS NOT INCLUDED
TEST PUMP TRUCK
TEST TRAILER (Hyprosta6c) (#6549 & 6674)
UTILITY VEHICLE (NON -HWY)
WATER TRUCK - (1,500 -2,000 GALS.)
WATER TRUCK - (3,500 GALS.)
WINCH TRUCK
#3450 $ 18.50
$ 26.00
S 23.50
#3338 S 52.50
$ 31.50
$ 14.00
$ 16.00
#3693 $ 25.50
#3392 S 52.50
#3456 $ 48.50
#3418 $ 45.50
$ 17.50
R7700 $ 17.50
$ 19.50
$ 17.50
#3401 $ 82.50
$ 32.00
$ 24.50
$ 32.50
#3464 $ 42.50
#3395 $ 32.50
MISCELLANEOUS
BQARING MACHINE HYDRAULIC
#1521
$
25.00
BORE MACHINE TRAILER
#6447
$
10.00
TAP MACHINE (Water lines 3" ro 12 ") (Per inch / par day),
#828
$
30.00
TAP MACHINE (Water lines up to 2") (Per Inch I Per day)
#820
$
20.00
WELDERS
200 AMF -TRUCK MOUNTED
$
30.50
200 AMF, SKID MOUNTED or TRAILER
$
17.50
WELDER - RIG RENTAL NUMBER
R7704
$
30.60
FABRICATION SHOP & EQUIPMENT
#101 $ 91.00
Pg ld2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lie. 273024
DOTY BSS
Construction Company
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2008 TO DECEMBER 31, 2008
MISCELLANEOUS
lu
MISCELLANEOUS
MA
DAILY
DADAILY
ADDITIONAL (1) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH
#3091
$ 50.00
PIPE LOCATOR
#843
$
25.00
AIR HOSE 314'X50'
#870
$ 8.00
PIPE LOCATOR- METROTECH
#1935
$
40.00
AIR SAW
#857
S 50.00
PIPE PUSHER / GRUNDORAM - HERCULE
#1939
$
600.00
AIR TAMPER
#859
$ 35.00
PLYWOOD I/3 REPLACEMENT COST
#897
$
3.00
ASPHALT SPREADER BAR
#1193
$ 125.00
PNEUMATIC/HYDRAU TORQUE WRENCH
#3090
$
150.00
BARRICADES
#880
$ 2.50
PORTABLE BAND SAW
#860
$
35.00
BEVELING BAND I4 " -20'
#833
$ 75.00
POWER THREADER
#853
$
85.00
BEVELING BAND 24 "-42'
#834
$ 100.00
PRESSURE WASHER TRAILER MOUNT.
#6941
$
160.00
BEVELING BAND 4' -12"
#832
$ 50.00
PUMP - SKID MOUNT BENTONITE
#1166
$
107.00
BEVELING MACHINE I4' -20"
#830
$ 75.00
PUMP - SUBMERSIBLE
#861
$
27.00
BEVELING MACHINE 24'-42'
#831
$ 100.00
RIGID ROLL GROOVER
(#873 818561
$
30.00
BEVELING MACHINE 4 " -12"
#829
$ 42.50
RIVET BUSTER RIPPING GUN
#869
$
50.00
BORING MACHINE - CASE HYDRA
#1092
$ 160.00
ROCK DRILL (Plus Steel)
#865
$
35.00
BORE MOTOR
#854
$ 10.00
ROCK SEPARATOR - GRIZZLY
#1811
$
85.00
BORING MACHINE 1-1/2"& 13/4" (Attu - punch)
#1178
$ 15.00
ROTARY HAMMER (Plus Steel)
#852
$
50.00
BORING MACHINE 4 " -8' (AocuHwnch)
01520
$ 25.00
SANDBLASTER - UNIT (with accessories)
#1175
$
125.00
BORING MACHINE 3-1/2" (Aocu- punch)
#1177
$ 20.00
SAWZALL
#874
$
15.00
BUFFER&GRINDER
#836
$ 25.00
SHORING LUMBER 3"X 12"X 14' (In REPLACE NTCOS1I#895
$
3.00
BUILDER LEVEL - AC-2X NIKON
#845
$ 25.00
SHORING LUMBER 9"X 8" X 8' (113 REPLACEFENTC08T1 #896
$
3.00
CEMENT MD(ER
$ 43.00
SKILL SAW (INCLUDES BLADES)
#835
$
20.00
CHAIN LINK FENCE PANELS
#848
$ 3.00
TAP MACHINE- T.D. WILLIAMSON(UP TO 3")
#827
$
100.00
CHAIN SAW 16" (INCLUDES BLADES)
#850
$ 50.00
TAR POT
#862
$
50.00
CHIPPING GUN (Plus Steel)
#868
$ 35.00
TEST PLUG
#892
$
10.00
CLAY SPADE (Plus Steel)
#866
$ 35.00
TEST PUMP 200 LS.-400 LB. SPRAGUE
#1815
$
125.00
CLEANING BALL
#890
$ 10.00
TEST PUMP 5,000 LB. TRAILER MOUNTED
#6818
$
187.00
COM- A-LONG / CHAIN
#886
$ 15.00
TEST PUMP High Pressure
#1940
$
125.00
CONCRETE FINSHER
#1823
$ 125.00
TEST PUMP Portable 200lb
(#816&081,A
$
80.00
CONCRETE VIBRATOR
#891
$ 40.00
TESTING TABLE
#1834
$
60.00
CONSTRUCTION SIGNS
#882
$ 4.00
TRAFFIC CONES
#881
$
2.50
CROSSING PLATES
#878
$ 6.25
TRANSIT - THEOLTTE
#8450
$
35.00
CUT OFF / CHOP SAW (INCLUDES BLADES)
#810
$ 53.00
TRENCH BOX - 6'X 10'
#1910
$
2011.00
DEAD WEIGHT TESTER
$ 60.00
TRENCH BOX - 4' X 10'
#1909
$
130.00
DELINEATORS
#879
$ 2.50
TRENCH JACK (SCREW)
#877
$
4.00
DRILL MOTOR 1/2'
#811
$ 20.00
TRENCH JACK (HYDRAULIC)
#876
$
20.00
DRILL MOTOR 314'
#812
$ 25.00
TRENCHER
#1160
$
125.00
DRY ROD OVEN - PORTABLE
#813
$ 25.00
TRI-VISE
#884
$
25.00
DUCT ROD
#855
S 30.00
VIBRATOR PLATE
$
91.00
EMULSION POT SPRAYER
$ 60.00
WALKIE TALKIES (SET OF 2)
#893
$
25.00
FLOODLIGHT TRAILER (MERCURY VAPOR LIGHTS)
$ 125.00
WATER HOSE 1 1/2"X 50'
071
$
6.00
FLOW LINER
#841
$ 25.00
WATER HOSE 2112'X50'
#872
$
7.50
FUSION MACHINE 4-12" Macelroy
#3095
$200.00
WATER PUMP 2" Portable
#1831
$
53.00
GENERATOR (3.5 -5KW)
#1807
$ 53.00
WATER PUMP 3' Portable
#1832
$
80.00
HEAT TRACER
#814
$ 25.00
WEEDEATER
#116
$
60.00
HEATER
#815
$ 25.00
WHALERS HYDRAULIC
91894
$
300.00
HOLIDAY DETECTOR
#838
$ 25.00
WINCHIOTON(GRUNDO)
#6042
$
300.00
HYDRAULIC STAR CUTTER
#889
$ 100.00
IMPACT GUN 1"
#819
$ 25,00
IMPACT GUN 12"
#821
$ 15.00
DAILY
IMPACT GUN 314'
#822
$ 20.00
SAFETY AND HAZMAT EQUIPMENT
gig
IMPACT WRENCH 1"
#664
$ 35.00
EXPLOSIMETER
#844
$
50.00
LADDER
#875
S 10.00
4 WAY GAS MONITOR
#921
$
100.00
LASER LEVEL
#8458
$ 75.00
MULTI -GAS DETECTOR / PID
#914
$
100.00
LEAF BLOWER
#824
$ 25.00
AIR SUPPLY UNIT
#922
$
50.00
LIGHT STAND
#849
$ 15.00
ESCAPE AIR PACK
#918
$
25.00
MANHOLE BLOWER
#840
$ 43.00
H2S MONITOR
#920
$
15.00
PAVEMENT BREAKER /JACKHAMMER
#867
$ 35.00
HAZMAT SUIT -TYVEK
#912
$
8.00
PIPE BENDER 5' GREENLEE
#1885
$ 100.00
HAZMAT TRAILER
#6648
$
20.00
PIPE BENDER MACHINE 6.20" (Plus shoes/frelpht per day)
#1082
$ 400.00
RESPERATOR - HALF/FULL MASK
#911
$
5.00
PIPE BENDER SHOES /1082 BENDER
#1190
$1165.00WEEKLY
SCBA -self contained
#916
$
40.00
PIPE CUTTER - RIDGID SOIL
#885
$ 15.00
SCBA cylinder - extra
#917
$
25.00
PIPE CUTTER LINEUP CLAMP 16 "-36"
#839
$ 50.00
TRIPOD WITH WINCH
9913
$
100.100
PIPE CUTTER LINEUP CLAMP 8'-14'
#851
$ 25.0D
Pp2d2
11232 E. Firestone Blvd„ Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
0 0
CITY OF NEWPORT BEACH `uu
CITY COUNCIL STAFF REPORT
Agenda Item No. 12 tj
July 22, 200 ?� n
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL '' // 7T
FROM: Utilities Department
Steve Myrter, Utilities Director
949 - 718 -3400 or smvrter citv.newport- beach.ca.us
SUBJECT: APPROVAL OF AMENDMENT NO. 1 TO PROFESSIONAL SERVICES
AGREEMENTS WITH DOTY BROS. CONSTRUCTION COMPANY AND
VALVERDE CONSTRUCTION, INC.
RECOMMENDATIONS:
1. Approve Amendment No. 1 with Doty Bros. Construction Company, for on -call
underground utility repair services and authorize the Mayor and City Clerk to execute
the Amendment.
2. Approve Amendment No. 1 with Valverde Construction, Inc. for on -call underground
utility repair services and authorize the Mayor and City Clerk to execute the
Amendment.
DISCUSSION:
On September 11, 2007, the City Council approved a Professional Services Agreement
(PSA) with Doty Bros. Construction Company (Doty Bros.) and on November 13, 2007,
the City Council approved a PSA with Valverde Construction, Inc. to provide as needed
on -call underground utility repair services. The proposed revisions to each PSA, as
detailed in Amendment No. 1, are summarized below:
Amendment No. 1 to the PSA with Doty Bros. incorporates a revised labor rate
billing sheet based on their current labor union contracts which are renewed
annually in June. This amendment also extends the term of the PSA until December
31, 2008. Doty Bros. has informed the Department that due to the volatility in fuel
and material prices they would be unable to guarantee prices beyond a 6 month
period.
Amendment No. 1 to the PSA with Valverde Construction, Inc. incorporates a
revised labor rate billing sheet based on their current labor union contracts which are
renewed annually in June. This amendment also extends the term of the PSA until
June 30, 2009.
Onderground Repair Services — AppToval of Amendments No. 1
On -Call Professional Service Agreements
July 22, 2008
Page 2
The scope of work for the on -call professional service agreements being amended
include the following services: general underground utility installation and repair,
installing and repairing sewer laterals and mains; installing and repairing water services
including system appurtenances, street repairs, and grading improvements.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding Availability:
Funding is available in various maintenance and operations water and wastewater
accounts. Periodically, a capital improvement account will be utilized, as necessary, to
facilitate project expediency.
Expenditures exceeding $30,000 for an individual repair project will require a separate
City Council action in accordance with Policy F -14.
Prepared by:
ll
Cindy Asher
Administrafiv&Manager
Submitted by:
Steve Myrter
Utilities Director
Attachments: Amendment No. 1 with Doty Bros. Construction Company
Amendment No. 1 with Valverde Construction, Inc.
• 0
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH DOTY BROS. CONSTRUCTION, COMPANY
FOR ON -CALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 22nd day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City ") and DOTY BROS.
CONSTRUCTION COMPANY, a California corporation whose address is 11232 E.
Firestone Blvd., Norwalk, CA 90650 ( "Contractor "), and is made with reference to the
following:
RECITALS
A. On September 11"', 2007, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement ", for Underground Utility Repair Services. This Agreement is
scheduled to expire on August 31St, 2008.
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to December 31, 2008.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1", as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated July 6, 2008, attached hereto
as Exhibit A.
2. Compenstaiton to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from. September 1, 2008, to
December 31, 2008, shall be based on the attached Schedule of Billing
Rates (Exhibit B).
3. The term of the Agreement shall be extended to December 31, 2008.
4. Except as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and.effect.
Ll
E
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By:
Aaron C, Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
LO
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
Edward Selich,
Mayor
for the City of Newport Beach
DOTY BROS. CONSTRUCTION CO.
By:
Title: President .
Print Name:
(Financial Officer)
Title:
Print Name:
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Shedule of Billing Rates
f. \users \pbw\shared\agreements\fy 07 -081on -call services\Advanced Survey Amendment.doc
.®Oil' BROS, '
Construction Company
July 6, 2008
City of Newport Beach
949 West 16'e Street
Newport Beach, CA 92658
Attention: Cindy Asher, Utilities Administration Manager
Reference: Professional Services Agreement
On -Call Emergency Underground Utility Repairs
Term: 09/11/07-08/31/08
Subject: Labor Rates and Equipment Rates
Term: 09/01/08-08/31/09
Dear Cindy:
REM'
Please find enclosed, Doty Bros. Equipment Co.'s Labor Rates and Equipment Rates per our
previous email communications (May 28, 2008 and May 29, 2008). You had requested our current
applicable rates in order to submit to the City Council with the amendment to the above referenced
Agreement, requesting an extension to the current effective term.
Thank you for your patience and understanding as we completed integration of the labor
agreement rate modifications into the current rate schedules. As you are aware, Doty Bros. Equipment
Co. is a union signatory contractor therefore in compliance with its current labor agreements, these rates
are now effective and applicable to us. Therefore, we respectfully request your prompt acceptance by
issuance of a revised Exhibit "A ".
We would like to bring your attention to the fact that this year our Equipment Rates are effective
only through December 31, 2008. In the event that such increases are necessary we will be submitting to
you a revised Equipment Rate sheet at that time. We respectfully request that in such event you amend
the Agreement again at that time. Please know that it remains our goal to bring our customers
professional and quality services for a competitive price.
Thank you in advance for your time and consideration. If you should have any questions please
do not hesitate to call our office.
Very truly yours,
c3�y7c�cL � >z -�-1_Z
Sandy Dennis 1
Contracts Manager
cc: Phil Dennis
Binny Patel
contract file
Enclosures
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 8646052 www.dotybros.com CA Lie. 273024
DOTY B EXHIBIT "B"
Construction Company
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2008 TO JUNE 30, 2009
TEAMSTERS
PAY
STRAIGNT'
OVER
DOUBLE
ELECTRICIANS /INSIDE WIREMEN
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMANICLASS
CODE
TIME
TIME
TIME
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CARPENTERS
90.53
124.03
157.53
General Foreman
OPERATING ENGINEERS
97.65
13&91
176.17
General Foreman
General Foreman
CGF
85.62
121.78
157.93
General Foreman, Appdx. A
OGF
91.63
126.80
'161.97
Foreman Operating
COF
80.32
113.82
147.32
Foreman, Appdx A
OFM
88.29
121.79
15529
Foreman
CFM
80.62
114.27
147.92
Group 1, Appdx. A - Oiler
OG1
80.13
109.56
13&98
Journeyman
CJM
75.62
106.77
137.92
Group 2, Appdx. A - OAW
OG2
81.44
111.51
14158
Shingler
CSJ
75.83
107.09
138.35
Group 8, Appdx. A - Universal
OG8
64.96
116.79
14&62
Apprentice - 8th Period (90%)
CAB
69.39
97.42
125.46
Group 10, Appdx. A - Mechanic
OGA
85.16
117.09
149.02
TG9
69.68
92.76
115.83
Superintendent
Group & Appdx. B - Came c 25 Tons
OB8
85.44
117.51
149.59
MILLWRIGHTS
71.73
95.83
119.94
Project Engineer
Gm up 9, Appdx. B - Crane > 25 Tons
089
85.72
117.94
150.16
General Foreman
CMG
86.46
123.03
159.60
Apprentice Grp 8, Appdx A- Step 6 (90%)
OA6
78.59
107.24
135.89
Foreman
CMF
81.45
11552
149.59
Journeyman
CIA)
76.45
108.02
139.68
ApprenBce - 8th Period (95 %)
CM8
66.98
93.81
120.64
UA. PIPEFITTERSAVELDERS
INDUSTRIAL
General Foreman
IGF
94.98
129.68
164.38
CEMENT MASONS
Foreman
IFM
89.09
121.02
152.94
Foreman
MFM
75.86
10213
128.41
Journeyman - WeklerlFiher
UM
80.25
108,01
135.78
Journeyman
MJM
7253
97.13
121.73
Apprentice - Filth Year
IAS
67.68
92.67
117.65
F &T Machine Operator
MTO
7294
97.76
122.57
Apprentice - 8th 6 Mos. (90%)
MA8
_ 67.61
89.75
111.89
SHORTLINE (LOCAL 250)
Foreman
SFM
93.31
129.90
163.68
LABORERS
Janneyman(WelderlFther)
SJM
90.31
125.40
157.75
Operator General Foreman
LOG
88.76
123.93
159.10
Weider Helper
SWH
50.30
6 &50
85.66
Operator Foreman
LOF
85.43
118.93
15243
pre - Helper
SPH
29.96
41.02
52.08
General Foreman
LGF
71.35
97.81
124.28
Foreman
LFM
69.68
95.31
120.94
Group 1 - General
LG1
.6234
84.30
10626
Grow 2 - Wrapper To 6'
LG2
63.26
85.68
108.10
UTRJTY
Group 3 - PTOIWrapper> 6"
LG3
64.18
87.05
109.93
Foreman
UFM
63.47
89.04
113.29
Group 4- Pipe layer. C&S
LG4
66.76
90.93
115.10
Welder
UWD
6121
82.85
104.48
Group 5 - Blaster
LG5
67.35
91.81
11 &27
JoumeymanlFuser
UJM
52.57
70.31
88.06
Apprentice - 6th Period (85 %)
L46
51.63
72.42
93.22
Pipe Tradesman II
UP2
4022
51.89
6157
TEAMSTERS
ELECTRICIANS /INSIDE WIREMEN
Operator General Foreman
TOG
93,86
129.03
16420
(Rates Subject to Project location 6 employee We
w AtIon)
Operator Foreman
TOF
90.53
124.03
157.53
General Foreman
EGF
97.65
13&91
176.17
General Foreman
TGF
72.63
97.18
121.74
Foreman
EFM
90.42
126,06
161.70
Foreman
TFM
70.96
94.68
11 &4o
.b rrreyman
EJM
83.18
115.20
147.22
Group 2 - 2 Axle
TG2
67.88
90.06
112.23
Apprentice - 10th Period (85 %)
EAO
72.07
99.29
126.51
Group 3 - 3 Axle
TG3
68.09
90.38
11266
Group 5 - Working Truck Drhmr
TG5
68.46
90.93
113.40
PROJECT MANAGEMENT
Group 6 - 4 or More Axle
TG6
68.51
91.00
113.50
Project Manager
MPM
106.33
145.45
187.85
Group 9 - Lo-Bed
TG9
69.68
92.76
115.83
Superintendent
MSP
95.49
130.02
167.93
Group 12 - WTD BoomTrk Can
TBT
71.73
95.83
119.94
Project Engineer
MPE
74.04
10&37
142.70
Apprentice Rates: Apprentice rotes as fisted above are the highest classification prior to journeyman full scale rates. Billing rate for Apprentice will be based on
actual classification.
Subsistence: $85.001day
Travel' Time: Customer will be advised A travel lime is applicable
Overtime Rates: All hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. For Operating
Engineers -first four (4) hours outside regular shill, and first twelve (12) hours on Saturday is time and one hall, all additional hours at double time except holidays
which are at triple time. Emergency "call out work" - Four (4) hour minimum for labor and equipment.
Markup: Material, subcontractors, subsistence, and outside rentals (Including fuel costs), VA) be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southom California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino,
Imperial, Venture. Santa Barbara, San Luis Obispo. Kern and In addition: Richardson Rock, Santa Cm¢ island, Arch Rock San Nicholas Island, Catalina Island, San
Clemente Island, San Miguel Island, Santa Barbara [Wand, Santa Rosa Island, Anacapa Wand including the Channel Islands Monument. Rata Scale does not
Include San Diego County.
T ea
change without noftlL.This
rate sheet is not all inclusive; additional classlficatlons available if required. (v2.0) CA C.L. 273024
11232 E. Firestone B)V(L, Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.coln CALic. 273024
DOTY B s® !
Construction Company
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1 2008 TO DECEMBER 31 2008
BACK HOES
AUGER
Acoessory- COMPACTION WHEEL EXECAVATOR
Accessory - COMPACT WHEEL F /CASEJD
Accessory - HYDRAULIC BREAKER / CASE d JD
Accessory - VIBRATORY PLATE
POWER BROOM - TRACTOR MOUNTED
CC -135A ROCK WHEEL
CASE 680 /JD 310
CASE 590
CAT 300 -TRACK MOUNTED
CAT 345 - TRACK MOUNTED
CAT 416
JD 710
COMPACTION EQUIPMENT
ARROW (HYDRO HAMMER) / STOMPER
SHEEPS FOOT- Tow Befdnd Mrafpg)
WACKER TAMPER
ID #
�
ROAD EQUIPMENT
lu
Hourly
21.50
COMPRESSOR - AIR PORTABLE (PER DAY RATE)
#1808 $
107.00
CRANES
BOOM TRUCK - 8 TON
#3647 $
#1189
$ 20.00
CABLE DOLLY - ONE REEL (Tractor Mounted)
52,50
$
12.00
#1181
$ 40.00
CABLE DOLLY - THREE REEL (Trailor Mounted)
61.50
$
25.00
#1179
$ 20.00
FLASHING ARROWBOARD - (4 HR. MIN.)
24.75
$
17.00
#1183
$ 50.00
GRADER- CAT140
#87791
$
85.50
#1535
$ 40.00
GRINDER l COLD PLANER (BRELLI) - (4 HR. MIN.)
#1187
$
235.00
#1085
$ 20.00
ROLLER - (RIDE ON)
$
30.00
#1313
$ 75.00
ROLLER (WALK BEHIND) -1 TON VIBRATOR
$
24.00
$ 41.75
ROLLER TRAILER
$
12.00
$ 43.75
TILT TRAILER
46366
$
12.00
#4055
$ 117.50
TRENCHER TRAILER
#8481
$
12.00
#4072
$ 147.50
UrLRYTRALER
#6452
$
12.00
94147
$ 39.75
ZIPPER PAVEMENT GRINDER (PER DAY RATE)
#1800
$
375.00
$ 47.75
ASPHALT PAVER -LEE BOY 1000D
#1196
$
117.00
CEMENT SAW -WALK BEHIND
#1938
$
34.00
$ 46.00
91169 $ 16.00
91860 $ 23.50
COMPRESSORS WI90 LB BRF_erccR CI aY SPAOE d TAMPER
#11841 $
28.75
COMPRESSOR 125 -185 CFM
$
21.50
COMPRESSOR - AIR PORTABLE (PER DAY RATE)
#1808 $
107.00
CRANES
BOOM TRUCK - 8 TON
#3647 $
37.50
BOOM TRUCK - 10 -11 TON
$
52,50
BOOM TRUCK - 14 TON
$
56.50
BOOM TRUCK 23 - 25 TON
#3308 $
61.50
CRANE -RT 115-18 TON (or equivalent)
$
63.50
DOZERS I SIDEBOOMS
#11841 $
28.75
DOZER JD 450
#8078 $
4625
SIDEBOOM CAT D£
$
60.25
SIDEBOOM CAT 0-7
#5063 $
69.25
SIDEBOOM GAT 561
#5045 $
6625
SIDEBOOM GAT 572
#5067 $
8125
StOEBOOM JD 450
$
4425
FORKL�TS
FORKLIFT - HYSTER 20,000 LS
#1203 $
36.75
FORKLIFT - LION 6,000 LB
#1204 $
24.75
LOADERS
LOADER - BOBCAT Wt BUCKET
#11841 $
28.75
LOADER - BOBCAT WI SWEEPER
#1180.$
38.75
LOADER - BOBCAT WI GRINDER
91184( $
58.75
RUBBER TIRE LOADER - 544 JD
#5088 $
49.50
RUBBER TIRE LOADER -930 CAT
#5089 $
51.50
RUBBER TIRE LOADER -950 CAT
#5087 $
62.50
RUBBER TIRE LOADER - 9WEIF CAT
#6099 $
73.50
RUBBER TIRE LOADER - 966 CAT
#5070 $
68.50
SKIPLOADER - CASE 580 / MF 40E I F 445
$
33.75
22-33 TONS LUBE TRUCK
5 Yard (Flat bed or Bobtail) Dump 12-3 Ton Utility Truck
BACK HOE MOVER TRUCK
CEMENT TRUCK vd mixer and compressor
DUMP TRUCK 10 WHEELER
EQUIPMENT TRAILER - 20;000 LS
EQUIPMENT TRAILER - 40,000 LB
FLAT BED with LIT
FLAT BED with MIXER / DUMP
LOWBED TRAILER w/ tractor d move pemdt fees
LOWSIDE END DUMP TRAILER W/ TRACTOR
PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED
PICK -UP - RENTAL NUMBER
SERVICE TRUCK - MISC TOOLS NOT INCLUDED
SERVICE VAN - MISC TOOLS NOT INCLUDED
TEST PUMP TRUCK
TEST TRAILER (Hyprostaltc) (#6549 d 6674)
UTILITY VEHICLE (NONdHWY)
WATER TRUCK - (1,500 -2,000 GALS.)
WATER TRUCK - (3,50(1 GALS.)
WINCH TRUCK
#3450 $ 18.50
$ 26.00
$ 23.50
#3338 $ 52.50
$ 31.50
$ 14.00
$ 16.00
#3693 $ 25.50
#3392. $ 52.50
#3456 $ 48.50
#3418 $ 45.50
$ 17.50
R7700 $ 17.50
$ 19.50
$ 17.50
#3401 $ 82.50
$ 32.00
$ 24.50
$ 32.50
#3464 $ 42.50
#3395 $ 32.50
MISCELLANEOUS
BOARING MACHINE HYDRAULIC
#1521
$
25.00
BORE MACHINE TRAILER
#6417
$
10.00
TAP MACHINE (Water fines 3" lo tY) (Per inch 1 per day)
#828
$
30.00
TAP MACHINE (Water lines up to 2') (Per inch 1 Per day)
#820
$
20.00
WELDERS
200 AMF- TRUCK MOUNTED
$
30.50
200 AMF, SKID MOUNTED or TRAILER
$
17.50
WELDER - RIG RENTAL NUMBER
R7704
$
30.50
FABRICATION SHOP d EQUIPMENT
#101 $ 91.00
P"I f2
11232E.. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 8646566 Fax: (562) 864 -6052 www.dotybros.com CA Lie. 273024
DOTY D Sm '
Construction Company
MASTER EQUIPMENT LIST AND RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1 2008 TO DECEMBER 31 2008
MISCELLANEOUS
ID#
DAILY
MISCELLANEOUS
DAILY
ADDfnONAL0) TORQUE HEAD FOR HYDRAULIC TORQUE WRENCH
#3091
$
50.00
PIPE LOCATOR
#843
$X25.00
AIR HOSE 3/4"X50'
#870
$
8.00
PIPE LOCATOR - METROTECH
#1935
$
40.00
AIR SAW
AIR TAMPER
#867
$
50.00
PIPE PUSHER / GRUNDORAM - HERCULE
#1939
$
600.00
ASPHALT SPREADER BAR
9859
$
35.00
PLYWOOD 113 REPLACEMENT COST
#897
$
3.00
BARRICADES
#1193
$
125.00
PNEUMATICIHYDRAU TORQUE WRENCH
#3090
$
150.00
BEVELING BAND I4' -20'
#880
$
250
PORTABLE BAND SAW
#880
$
36,00
BEVELING BAND 24'42'
#833
$
75.00
POWER THREADER
#853
$
85,00
BEVELING BAND
#834
$
100,00
PRESSURE WASHER TRAILER MOUNT.
#6941
$
160,00
BEVELING MACHINE
MACHINE 1 "-20'
#832
$
50.00
PUMP - SKID MOUNT SENTON7TE
#1166
$
107.00
BEVELING MACHINE 24
#830
$
75.00
PUMP - SUBMERSIBLE
#861
$
27.00
4* -12"
BEVELING MACHINE 4' -12'
#831
$
100.00
RIGID ROLL GROOVER
1#873 & Ill
$
30.00
BORING MACHINE - CASE HYDRA
#829
$
42.50
RIVET BUSTER /RIPPING GUN
#869
$
50,00
BORE MOTOR
#1092
$
160.00
ROCK DRILL (Plus Steel)
#865
$
35.00
BORING MACHINE 1 -112" & 1 314' (Accu- punch)
#854
41178
$
$
10.00
15.00
ROCK SEPARATOR- GRIZZLY
ROTARY HAMMER (Plus Stee)
#1811
#SU
$
$
85.00
BORING MACHINE 4' -8" (Aeeu- punch)
#1520
$
25.00
SANDBLASTER - UNIT accessories)
#1175
$
50.00
125.00
BORING MACHINE 3-111' (Aecujyu )
#1177
$
20.00
SAWZALL
#874
$
15.00
BUFFER & GRINDER
BUILDER LEVEL -AG2X NIKON
#836
$
25,00
SHORING LUMBER 3"X 12' X 14' fw REPLACEuENrcosn #895
$
3.00
CEMENT
CEMENT MDfER
#845
$
25.00
SHORING LUMBER W X 8" X 8' - rtlJ REFIAcElz f COsn #896
$
3.00
CHAIN LINK FENCE PANELS
$
43,00
SKILL SAW (INCLUDES BLADES)
#835
$
20.00
CHAIN SAW 16" (INCLUDES BLADES)
#846
$
3.00
TAP MACHINE -T.D. WILLIAMSON (UP TO 3-)
#827
$
100.00
CHIPPING GUN (Plus Steel)
#850
#868
$
$
50.00
35.00
TAR POT
TEST PLUG
#862
#892
$
$
50.00
10.00
CLAY SPADE (Plus Steel)
CLEANING BALL
#866
$
35.00
TEST PUMP 200 LB.400 LB. SPRAGUE
#1815
$
125.00
COM- A4_ONG /CHAIN
#890
$
10.00
TEST PUMP 5,000 LB. TRAILER MOUNTED
#6818
$
187.00
CONCRETE FINSHER
#886
$
15.00
TEST PUMP High Pressure
#1940
$
125.00
CONCRETE VIBRATOR
#1823
$
125.00
TEST PUMP Portable 20011)
0816 & #81T
$
80.00
CONSTRUCTION SIGNS
#891
#882
$
40,00
TESTING TABLE
#1834
$
60.00
CROSSING PLATES
#878
$
$
4.00
625
TRAFFIC CONES
TRANSIT - THEOLITE
#881
#8450
$
$
2.50
35,00
CUT OFF / CHOP SAW (INCLUDES BLADES)
#810
$
53,00
TRENCH BOX - 6'X 10'
91410
$
200.00
DEAD WEIGHT TESTER
DELINEATORS
$
60.00
TRENCH BOX- 4' X 10'
#1909
$
130 -00
DRILL MOTOR 1/2'
#879
$
2.50
TRENCH JACK (SCREW)
#877
$
4.00
DRILL MOTOR 3(4'
#811
$
20.00
TRENCH JACK (HYDRAULIC)
#876
$
20,00
DRY ROD OVEN - PORTABLE
#812
#813
$
$
25,00
25.00
TRENCHER
TRI
#1160
$
125.00
DUCT ROD
#855
$
30.00
-VISE
VIBRATOR PLATE
#884
$
$
25,00
91.00
EMULSION POT SPRAYER
$
6040
WALKIE TALKIES (SET OF 2)
#893
$
25.00
FLOODLIGHT TRAALER (MERCURY VAPOR UGNTS)
$ 125.00
WATER HOSE 1 1/2" X 50'
#871
$
6.00
FLOW LINER
FUSION MACHINE 4-12" Macelmy
#841
$ 25.00
WATERHOSE 21fYX50'
#872
$
7.50
GENERATOR (3.5 - 5 KIN)
#3095
$200.00
WATER PUMP 2" Portable
#1831
$
53.00
HEAT TRACER
#1807
$
5300
WATER PUMP 3' Portable
#1832
$
80.00
HEATER
#814
$
25.00
WEEDEATER
#116
$
50.00
HOLIDAY DETECTOR
#816
$
25.00
WHALERS HYDRAULIC
#1894
$
300.00
HYDRAULIC STAR CUTTER
#838
$
25,00
WINCH 10 TON (GRUNDO)
#6042
$
300.00
#889
$
10000
IMPACT GUN 1"
#819
$
25.00
IMPACT GUN 112"
#821
$
15.00
DAILY
IMPACT GUN 314'
#822
$
20,00
SAFETY AND HAZMAT EQUIPMENT
au
IMPACT WRENCH 1'
#864
$
35.00
EXPLOSIMETER
844
#w
$
50.00
LASER LEVEL
#875
$
10.00
4WAY GAS MONITOR
9921
$
100.00
LEAF BLOWER
#8456
$
75.00
MULTIGAS DETECTOR /PID
#914
$
100.00
LIGHT STAB
#824
$
25.00
AIR SUPPLY UNIT
#922
$
50,00
MA
MANHOLE BLOWER
#849
$
15.00
ESCAPE AIR PACK
#918
$
25.00
PAVEMENT BREAKER
E N JACKHAMMER
#840
#867
$
$
43.00
35.00
H2S MONITOR
#920
$
moo
IP E
PIPE BENDER 5' GREENLEE
E " GREE
#1885
$ 100.00
HAZMAT SUIT - TYVEK
HAZMAT TRAILER
#912
#6648
$
$
8.00
20,00
PIPE BENDER MACHINE 8.20' (Plus shoesRreipht per day)
#1082
$ 400.00
RESPERATOR - HALFIFULL MASK
#911
$
5.00
PIPE BENDER. SHOES 11082 BENDER
#1190
$1165.80 WEEKLY
SCBA -sell contained
#916
$
40.00
PPE CUTTER - RIDGID SOIL
#885
$
15.00
SCBA cylinder - wdra
#917
$
25.00
PPE CUTTER LINEUP CLAMP 16' -36"
#839
$
50,00
TRIPOD WITH WINCH
9913
$
100:00
PIPE CUTTER LINEUP CLAMP 8' -14"
#851
$
2500
P" 2a2
11232E. Firestone Blvd., Norwak CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
0 9
AMENDMENT NO. 1
TO
PROFESSIONAL SERVICES AGREEMENT
WITH VALVERDE CONSTRUCTION, INC.
FOR OWCALL UNDERGROUND UTILITY REPAIR SERVICES
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, entered
into this 22nd day of July, 2008, by and between the CITY OF NEWPORT BEACH, a
municipal corporation, (hereinafter referred to as "City") and VALVERDE
CONSTRUCTION, INC., a California corporation whose address is 10918 Shoemaker
Avenue, Santa Fe Springs, California 90670 ( "Contractor"), and is made with reference
to the following:
RECITALS
A. On November 13th, 2007, CITY and CONTRACTOR entered into a On-
Call Professional Services Agreement, hereinafter referred to as
"Agreement", for Underground Utility Repair Services. This Agreement is
scheduled to expire on June 30, 2008.
B. City desires to enter into this Amendment No. 1 to extend the term of the
Agreement to June 30, 2009.
C. City and Contractor mutually desire to amend Agreement, hereinafter
referred to as "Amendment No. 1 °, as provided here below.
NOW, THEREFORE, the parties hereto agree as follows:
1. Contractor shall perform various underground utility repair services
pursuant to this Amendment No. 1 and according to the Request to
Extend On -Call Services Agreement dated May 29, 2008, attached hereto
as Exhibit.A.
2. Compenstaiton to the Contractor for services performed pursuant to this
Amendment No. 1 for all work performed from July 1, 2008, to June 30,
2009, shall be based on the attached Schedule of Billing Rates (Exhibit
B).
3. The term of the Agreement shall be extended to June 30, 2009.
4. Except. as expressly modified herein, all other provisions, terms, and
covenants set forth in Agreement shall remain unchanged and shall be in
full force and effect.
0 0
IN WITNESS WHEREOF, the parties hereto have executed this Amendment No. 1 on
the date first above written.
APPROVED AS TO FORM:
By: c
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By:
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
Edward Selich,
Mayor
for the City of Newport Beach
VALVERDE CONSTRUCTION, INC.
am
Title: President
Print Name:
in
(Financial Officer)
Title:
Print Name:
Attachment: Exhibit A — Request to Extend On -Call Services Agreement
Exhibit B — Shedule of Billing Rates
f . \users\pbw\shared\agreements \fy 07 -o8bn -call services\Advanced Survey Amendment.doc
12:24 VRL DE CONNSTRLICTION 4 19496465204 •
VALVERDE CONSTRUCTION, INC.
Gewra! Engineering Conr<aerars
Lipanee No_ ZM40
10818 SHOEMAKER AVE.
SANTA FE SPRINGS, CA 80670
(562) 906-1826 • FAX: (562) 906 -1918
May 29, 2008
Mr. Steve Myrter
Utilities Director
City of Newport Beach
3300 Newport Blvd.
P.O. Box 1768
Newport Beach, CA 92656
Re_ Professional Service Agreement — Utility Repair Services
Dear Mr. Myrter:
1 �
)I
1\
Valverde Construction, Inc. is requesting to extend the Professional Service Agreement for
another year to commence on July 1, 2008. New rate sheets are attached.
Yours Tndy,
VALVERDE CONSTRUCTION, INC.
Edward Valverde
President
Enclosure
VALVERDE CONSTRUCTION INC.
LABOR RATES
711108-6130109
Rate
®
CARP
CMF
LAPt
tAP2
LAPS
LCF2
1A
LGF1
LGF3
LG1
CARPENTER
n1en1 Masons
LA 0 RAPPR ICEISTPERIOD
BORERAPPRENTICE 2N PER OD
BORER PRE CE 3R0 PERIOD
BO ER APPR CE 4TH PERI00
LABORER APPRENTICE 57H PERIOD
ORER APPR APPRENTICE 61'Fi PERIOD
LabarerFomman a la
borer FOREMAN 1A ORTIZ CARREO
rer FOREMAN 1 VINA
FORE N 3 J.R. MONO
GEN. LABORER GROUP 1
GE LABORER GROUP 2
GROUP 2A J. n' tea
PiPELAYER GROUP 4
P PELAYER GROUP 5
GROUP 10C Mike Valverde
GROUP 1Oft Ahmn Valverde
GROUPS
G OUP 8
GROUP 9 We !awls
GEN. FOR San Diego - R.Ro I
F (Wayne '
F R N(B.DOSEH7
Teamster TRUCK DR R SPECIAL
7eamstarTRUCK DRIVER
BASE
PAY
37,35
29.0
14.67
16.13
17.
20.53
23.48
24.93
28.72
34.48
27.29
38.73
26.33
28.88
28.33
28.98
29.33
38.88
38.88
38.06
38.17
39.81
30.84
0.40
28.40
2&94
26.94
VAC
PAY
3.30
8.7
2.52
2.52
2.52
2.52
2.52
2.52
3.60
3.60
3.60
3.60
3.80
3.B0
3.60
3.60
3.8
282
282
2.82
282
2.82
3.39
2.60
2.80
2.60
2.60
EMPEE
PAY
RATE
40.65
35.29
17.19
18.85
29.12
23.05
25.98
27.45
32.3
3808
30.89
40.33
29.99
30A8
31.93
3258
3293
41.70
41.70
40.88
40.99
42.63
34.15
3100
31.54
29.54
kLINA
.3.52
3.60
3.80
4.48
5.27
4.28
559
4.15
4.71
4.42
4.51
4.58
5.76
5.78
5.68
5.68
5.90
4.73
4.57
4.29
4.37
4.09
'L .
R
S
.52
.52
.52
.52
3.52
3.b2
3.52
3.52
3.52
3.52
3.52
3,52
3.52
3.52
3.52
3.52
3.52
3.52
3.52
3.52
3.52
3.52
3.
3.52
3.52
3.52
WKRS
P. INS.
7.6196
309
2.68
1.31
1.42
1.53
1.75
1.98
2.04
2.48
2.90
2.35
3.07
2.28
232
2.d3
2 -48
2.51
3.17
3.17
3.11
3.12
3.24
280
ff225
ENSIO
1.91
4.50
1.0
1.05
1.05
1.05
1.06
1.OS
5.25
525
525
525
5.25
5.25
5.25
5.Z5
5.25
505
5.05
5.05
5.05
505
3.45
5.00
5.00
5.00
5.00
HLT
AND OTHER
WEL FRINGE
3.96
5.72
298
2.98
2.88
2.88
298
2,88
4.2
4.26
4.28
4.28
4.26
478
d.28
b26
4.28
7.95
7.96
7.95
7.95
7.95
d.16
9.57
9.57
9.57
9.57
0.74
1.89
0.91
0.81
0.91
0.91
0.91
0.91
0.98
0.98
6.98
0.96
0.88
0.98
0.98
0.98
0.9
0.82
0.82
0.82
0.82
0.82
0.62
1.54
1.54
184
1.54
TOTAL
FRINGE
22.14
28.42
14.87
14.98
15.30
15.93
16.56
18.67
24.85
25.78
2424
26.28
24.03
24.15
24.40
24.80
24.88
29.11
29.11
28.93
28.96
29.31
2238
. 1
28.88
29.00
2 8.57
G
COST
RATE
59.49
57.92
29.34
31.17
32
38.48
d0.02
41.80
5&27
60.26
51.53
6259
50:38
51.03
52.79
53.58
84;01
67.99
57.99
88:89
67.13
69.12
53.23
58.71
8/.28
57:94
55.51
DAILY
C087
RATE
475.95
183.36
234.71
248.90
283.18
291.65
320.72
334.d1
426.13
48210
472.23
506.96
402.80
408.25
42294
428.65
43205
543.91
543.91
535-94
531.01
552.95
425.83
477 -fig
458 - 267108
463.51
444.07
jRA
7
7
7
5
0
2
5
54.27
87.83
71'50
85.17
81.56
63.53
64.47
66.96
68.97.
8 &67
BT.43;
67.43
e6.02
8621.
8902.
68.66
74:91
72.4.t
68.98
DR
COST
RATE
96.84
87.42
44.01
47.24
50.50
58.98
63.48
66.73
81.99
94.74
78-82
99 -72
78.89
77:91
81.12
8256
83.34
106 87
� 105.8?
f05A5
105.30
10&93
84.
LG2
LG2A
LCbt
LG5
O10C
OFOR
OG8
OG8
0VTF1
.9D -11
65,68
88.88
8245
S
Rates Goad Through June 30 2008
T77J2008
•
•
0 C -3 (6b l(A-)
PROFESSIONAL SERVICES AGREEMENT WITH
DOTY BROS. CONSTRUCTION COMPANY FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIRS
THIS AGREEMENT is made and entered into as of this 11th day of September,
2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation
( "City "), and DOTY BROS. CONSTRUCTION COMPANY, a California corporation
whose address is 11232 E. Firestone Blvd., Norwalk, California, 90650 ( "Contractor "),
and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City has a need for on -call assistance for underground utilities services in
regards to City infrastructure.
C. City desires to engage Contractor to perform on -call underground utilities
services in various locations and for various City infrastructure.
D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Contractor for purposes of Project shall be Phil Dennis.
F. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor, and desires to
retain Contractor to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
Parties as follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31st day of August, 2008, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall provide "On -Call' underground utilities services as described in
the Statement of Qualifications attached as Exhibit "A." Upon verbal or written
request from the Project Administrator, Contractor shall provide a letter proposal
for services requested by the City (hereinafter referred to as the "Letter
Proposal'). The Letter Proposal shall include the following:
0 9
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services, and
the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
No services shall be provided until the Project Administrator has provided written
acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Contractor to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Contractor shall not be responsible for delays due
to causes beyond Contractor's reasonable control. However, in the case of any
such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Contractor's control.
3.2 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Contractor for the services on a time and expense not -to- exceed
basis, in accordance with the provisions of this Section and the Schedule of
Billing rates attached hereto as Exhibit "B" and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Contractor's compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Utilities Department. Any Letter Proposal that sets forth fees in
excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council
Policy F -14.
2
0 9
4.1 Contractor shall submit monthly invoices to City describing the work
performed the preceding month. Contractor's bills shall include the name
of the person and /or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal to which it relates, the date the services were performed,
the number of hours spent on all work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Contractor
no later than thirty (30) days after approval of the monthly invoice by City
staff.
4.2 City shall reimburse Contractor only for those costs or expenses
specifically approved in the Letter Proposal. Unless otherwise approved,
such costs shall be limited and include nothing more than the following
costs incurred by Contractor:
A. The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this
Agreement and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
4.3 Contractor shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of the Project, but which is not included within the Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Phil Dennis to be
its Project Manager. Contractor shall not remove or reassign the Project
Manager or any personnel listed in Exhibit A or assign any new or replacement
personnel to the Project without the prior written consent of City. City's approval
shall not be unreasonably withheld with respect to the removal or assignment of
non -key personnel.
Contractor, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
3
Q
7.
J
E
ADMINISTRATION
This Agreement will be administered by
shall be the Project Administrator and
under this Agreement. The Project
representative shall represent City in all
rendered pursuant to this Agreement.
CITY'S RESPONSIBILITIES
9
the Utilities Department. Steve Myrter
shall have the authority to act for City
Administrator or his/her authorized
matters pertaining to the services to be
In order to assist Contractor in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Contractor, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Contractor's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Contractor will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Contractor and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
STANDARD OF CARE
8.1 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced personnel who are not
employed by City, nor have any contractual relationship with City.
8.2 Contractor represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Contractor to practice its profession.
Contractor further represents and warrants to City that Contractor shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Contractor to practice its profession.
Contractor shall maintain a City of Newport Beach business license during
the term of this Agreement.
8.3 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by
4
9 0
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Contractor's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
9. HOLD HARMLESS
To the fullest extent permitted by law, Contractor shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties ") from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work performed or
services provided under this Agreement (including, without limitation, defects in
workmanship or materials and /or design defects [if the design originated with
Contractor]) or Contractor's presence or activities conducted on the Project
(including the negligent and /or willful acts, errors and/or omissions of Contractor,
its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Contractor.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of
conducting the work are under the control of Contractor, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Contractor or any of Contractor's employees or agents, to be the agents or
employees of City. Contractor shall have the responsibility for and control over
the means of performing the work, provided that Contractor is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Contractor as to the details of the performance or to
exercise a measure of control over Contractor shall mean only that Contractor
shall follow the desires of City with respect to the results of the services.
5
0 0
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Contractor on the Project.
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Contractor is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of work. Contractor shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. 5ipnature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
D. Coverage Requirements.
O
0 0
1. Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) days prior to such change. The insurer shall agree to
waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Contractor for City.
2. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
3. Automobile Liability Coverage. Contractor shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. Professional Errors and Omissions Insurance. Contractor shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of One Million Dollars
($1,000,000).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
i. The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Contractor.
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
7
• •
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claim made or suit instituted arising out of or resulting from Contractor's
performance under this Agreement.
B. Additional Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Contractor, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Contractor is a partnership or joint - venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint- venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Contractor. Assignments of any or all rights, duties or obligations of the
2
0 0
Contractor under this Agreement will be permitted only with the express written
consent of City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Contractor, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Contractor or any other party. Contractor shall, at Contractor's
expense, provide such Documents to City upon written request.
Documents, including drawings and specifications, prepared by Contractor
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed documents
for other projects and any use of incomplete documents without specific written
authorization from Contractor will be at City's sole risk and without liability to
Contractor. Further, any and all liability arising out of changes made to
Contractor's deliverables under this Agreement by City or persons other than
Contractor is waived against Contractor and City assumes full responsibility for
such changes unless City has given Contractor prior notice and has received
from Contractor written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Contractor
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Contractor. By acceptance of CADD data, City agrees to indemnify
Contractor for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file for City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes the release of information.
0
01 s
20. INTELLECTUAL PROPERTY INDEMNITY
The Contractor shall defend and indemnify City, its agents, officers,
representatives and employees against liability, including costs, for infringement
of any United States' letters patent, trademark, or copyright infringement,
including costs, contained in Contractor's drawings and specifications provided
under this Agreement.
21. RECORDS
Contractor shall keep records and invoices in connection with the work to be
performed under this Agreement. Contractor shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Contractor to this Agreement. All such records shall be
clearly identifiable. Contractor shall allow a representative of City to examine,
audit and make transcripts or copies of such records during regular business
hours. Contractor shall allow inspection of all work, data, documents,
proceedings and activities related to the Agreement for a period of three (3)
years from the date of final payment under this Agreement.
22. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor
shall not discontinue work as a result of such withholding. Contractor shall have
an immediate right to appeal to the City Manager or his designee with respect to
such disputed sums. Contractor shall be entitled to receive interest on any
withheld sums at the rate of return that City earned on its investments during the
time period, from the date of withholding of any amounts found to have been
improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Contractor which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Contractor, the additional design, construction and /or
restoration expense shall be borne by Contractor. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other Contractors in connection with the Project.
10
0 0
25. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Contractor shall indemnify and hold harmless City for
any and all claims for damages resulting from Contractors violation of this
Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Contractor to City shall be addressed to City at:
Utilities Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949 - 644 -3011
Fax: 949 - 646 -5204
All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Doty Bros. Construction Company
11232 E. Firestone Blvd.
Norwalk, CA 90650
Phone: 562- 864 -6566
Fax: 562 - 864 -6052
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
11
• •
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days' prior written notice to Contractor. In the event of
termination under this Section, City shall pay Contractor for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination,
Contractor shall deliver to City all reports and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. COMPLIANCE WITH ALL LAWS
Contractor shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Contractor shall conform to applicable City,
county, state and federal laws, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the Parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
32. AMENDMENTS
This Agreement may be modified or amended only by a written document
executed by both Contractor and City and approved as to form by the City
Attorney.
12
0 0
33. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
34. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
35. EQUAL OPPORTUNITY EMPLOYMENT
Contractor represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
36. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
13
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By: e— C Z:yL
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By. tnl"c o J .
LaVonne Harkless,
City Clerk
e
r. !�•c`eZyjA
CITY OF NEWPORT BEACH
A Municipal Corporation
ayQ-Ln,w� )
Steven 116sansk
Mayor 6
for the City of Newport Beach
CONSULTANT:
By:
(Corporate Officer)
Title: President
Print Name: chri hristy
By:
_ 6
(F(naVial Officer)
Title: c . F . o .
Print Name: Carlos Garcia
Attachments: On -Call Professional Services Agreement
Exhibit A — Statement of Qualifications
Exhibit B — Schedule of Billing Rates
14
•
DOT's BROS.
Construction -Company
August 3, 2007
FAX COMMUNICATION: 949 - 646 -5204
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Attention: Cindy Asher
Reference: Statement of Qualification
Dear Ms. Asher:
0 EXHIBIT "A'
Doty Bros. Equipment Co. ( "DBEC) is a general contractor, and has been in business .
for over 70 years. DBEC has current active California contractor's licenses as follows, A-
General Engineering, C-10 Electrical, C- 12 Earthwork and Paving, C -16 Fire Protection and C-
42 Sanitation Systems. We also maintain current active licensee in the State of Arizona as
follows, A- General Engineering, L-11 Commercial Electrical and L -16 Fire Protection.
DBEC is primarily a pipeline contractor, with its expertise represented in four distinct
divisions as follows: Water and Wastewater, Electrical/Underground (dry utilities), Oil/Gas and
Electrical Instrumentation and Controls; the later primarily performing work on water treatment
plants and power plants.
Our Division Managers individually bring industry knowledge, specialty experience and
training, forming the firm foundation of our company's strength. Collectively, they.bring their
expertise with decades of solid professional relationships in each of their respective specialties
with customers, subcontractors and material suppliers to DBEC. Such knowledge and
relationships are key to building the foundation of cooperation and teamwork that it takes in
order to successfully bring a project to a timely and profitable completion.
DBEC performs approximately 65M in revenue annually. Its customer base is broad and
encompasses customers ranging from small, time and material jobs for a broad scope of
customers (work in the $5k - $50k range), to large negotiated lump sum contracts and public
works bid jobs ranging from $50k - $10M and up. Our customer base is inclusive of some
Fortune 500 companies, and includes publicly held companies as well as private industry. We
are an approved contractor for Southern California Edison as well as Southern California Gas
Company (Sempra) and it affiliated companies.
We support our customers as a general contractor, as well as bringing specialized support
to projects as a subcontractor for many of Southern California's large established general
11232 R Firestone Blvd, Norwalk, CA 90650 Phone: (562) 96445" Fax: (562) 864 -6052 www.dotybros.com CA Me- 273024
0 0
contractors. The list of blanket contract customers and project specific projects by division,
attached, will serve to display some of our successful jobs and relationships and should provide
you with a substantial overview of our abilities.
DBEC is a certified MBE company. We have obtained certification from the Southern
California Minority Business Development Council, Inc. and the Supplier Clearinghouse for the
Utility Supplier Diversity Program of the CPUC, and copies of our certificates are attached for
your files and records.
DBEC is a union signatory contractor, and maintains current labor agreements with the
Carpenters, Laborers, Cement Masons, UA District Council 16 (plumbers and fitters), UA Local
250 (Shortline Agreement, product pipelines), Operating Engineers and Teamsters.
DBEC's bonding capability is strong, with $20,000,000 available for any one single
project, with a program aggregate of $50,000,000. We have a long term established relationship
with our surety company.
Known throughout Southern California as a dependable and professional company, who
brings quality workmanship to every project, we take particular pride in the strength of our
Safety Program. DBEC's Safety Policy has equal Wiportauace with our policies of providing the
best quality and most productive construction services in the industry. It is our goal to
completely eliminate accidents and injuries. Because of the many different hazards in the
construction industry, we must maintain a constant safety awareness to achieve this goal. The
success of the DBEC Safety and Health Program depends on the sincere, constant, and
cooperative effort of all company officials, management, and employees and those of each
subcontractor. Active participation by all of its personnel serve to make it a consistent success.
Our crews have extensive experience working safely and efficiently in highly congested areas
(urban and suburban) and rural cross - country environments.
We look forward to the opportunity to bring our professional services and quality
workmanship to the City of Newport Beach. if you should have any questions or require further
information please do not hesitate to call our office at 562 -864 -6566.
Sincerely,
O
Kelley Scott
Contract Administration
Attachments
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dOtybr0s.com
D O�
ItoS. EXHIBIT V
Construction Company
COST PLUS RATES
SOUTHERN CALIFORNIA - CITY OF NEWPORT BEACH
COST PLUS RATES EFFECTIVE JULY 31, 2007 TO AUGUST 31, 2008
TEAMSTERS
Cenaal Foramen
PAY
STRAIGHT
OVER
DOUBLE
ELECTRICIANS /AWSW HTRI39EN
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMAN/CLASS
CODE
7MIE
TMIE
TMfE
CAAF SMAN/CL1SS
CODE
TMIE
TIME
TIME
CARPENTERS
117.58
149.29
General Foreman
EGF
OPERATING ENGINEERS
135.57
174.71
Foreman
TFM
General Foramen
CGF
8202
118.64
151.28
General Foreman, Appdx. A
OGF
86.42
119.40
152.38
Operating Foremen
COF
7623
107.96
139.68
Foreman, Apprbc A
OFM
83.92
115.85
147.37
Foremen
CFM
77.02
109.13
141.25
Group 1, Appek A -Oiler
GGt
76.60
104.68
132.73
Journeyman
CJM
72.01
101.63
131.24
Group 2, Appck A - Oiler
OG2
77.90
106.62
135.33
Shingler
CSJ
72.23
101.95
131.68
Group 8, Appdv. A- Waimea!
OGS
81.42
111.89
14237
Apprentice -8tin Period (90%)
CAB
6 &09
92.74
119.40
Group 10, Appdx. A - Mechanic
OGA
51.62
11220
14277
50.32
64.92
79.51
Superintendent
M8P
Group 8, App6L B - Crane <25 Tan
OB8
81.90
112.62
143.34
AKLyVRFGHTS
92.19
115.46
Project ErVinsar
MPE
Group 9, Appdu. B - Cram > 25 Tons
059
82.19
113.05
143.90
General Foramen
CMG
82.85
117.89
152.93
Apprentice, Grp 8, AppdxA - Step 6 (90%)
OA6
75.33
102.75
130.18
Foreman
CMF
77.85
110.39
142.92
Journeyman
CMJ
72.85
102.88
132.91
Apprentice - 8th Period (95 %)
CM8
65.60
91.13
116.64
U.A. PIPEATTERSAVELDF.RS
INDUSTRIAL
General Forman
IGF
90.72
123.55
156.39
CAHE/TMASONS
Fireman
IFM
85.12
115.33
145.53
Foreman
MFM
7223
9725
17227
Journeymen - Waidarifter
IJM
76.71
102.98
129.25
Journeymen
MJM
68.89
92.24
115.60
Apprentice - Fft Year
LAS
64.83
8&47
112.11
F &T Machine Operator
MTO
69.31
92.87
11 6L43
Apprentice -8M6 Mos.(90%)
MAS
64.22
85.24
108.25
SHORTLINE(LOCAL 250
Forernm
SFM
87.19
121.66
153.30
LABORERS
Jouneyman(WelderWilhar)
Sim
81.17
112.62
141.34
General Foremen
LGF
67.67
92.72
117.76
Welder Helper
SWH
47.34
64.30
80.72
Operator Forman
LOF
81.03
112.78
144.48
Pre-Helper
SPH
28.30
39.05
49.80
Foreman
LFM
66.00
90.22
114.43
Gawp 1 - General
LGi
58.67
79.21
99.75
Group 2 - Wrapper To 6'
LG2
59.58
80.58
101.68
UTILITY
Group 3- PTO/Wrapper >el
LG3
60.50
81.96
103.42
Foramen
UFM
63.47
89.04
113.29
Group 4 - Ppee layer, C&S
LG4
6309
85.54
106.59
Welder
UWD
58.46
79.47
100.48
Group 5 - Blestar
LG5
83.67
86.71
109.76
Jour eym en Fuser
W M
49.82
66.93
84.03
Apprentice- 8th Period (65%)
LAS
48.61
6&20
87.79
Pipe Tradesmen II
UP2
37.46
48.51
59.57
TEAMSTERS
Cenaal Foramen
TGF
69.82
93.54
117.28
ELECTRICIANS /AWSW HTRI39EN
Operator General Faentaa
TOG
88.34
121.31
154.29
(Rates subject to Project wcatim & employee base locatien)
Operator Foreman
TOF
85.84
117.58
149.29
General Foreman
EGF
96.42
135.57
174.71
Foreman
TFM
08.15
91.04
113.92
Foreman
EFM
8&60
120.33
154.06
Group 2 -2Aide
TG2
65.07
86.41
107.75
Journeyman
EJM
79.75
110.05
140.36
Group 3 - 3 Ards
TG3
65.29
88.74
108.19
Apprentice -10th Period (85 %)
FAO
69.16
54.92
120.68
Group 5 - Working Track Driver
TG5
05.65
87.29
108,92
Group 6 - 4 or More Aide
TGO
65.70
87.36
109.02
PROJECTMANAGEMENT
Group 9 -Lo-Sed
TG9
80.87
89.11
111.36
Project Mmww
MPM
94.94
129.87
167.72
Subjoumeyman- 40016000 Ha.
TA3
50.32
64.92
79.51
Superintendent
M8P
85.18
11 &09
149.94
Group 12- WTD BoomTrk Can
TBT
68.92
92.19
115.46
Project ErVinsar
MPE
66.11
96.76
127.41
Apprentlee Rats: Apprentice rates as listed above are the hghesl cw,,TIWM pri ff jgl_amymen full sale miss. Billing rate for Apprentice will be bawd m aWnl
Subalatmce: S85.00Iday ��212y ?
Travel Time: Customer will be advised ti travel tine is applicable 0^ It
Overtime Rats: AN hours outside regularly cwwmt ftd sdh shall be '
NCO one Su and
four (4) hours outside regular Wilk and first twelve (12) hours on wry is time a le II add,
Emergency "all out work - Four (4) hour artrdmum for labor and Received
Markup: Material. subcontractors, au6eislance, and outside rentals irg fuel apYiR11t10be dined
Boundaries; Of SODUe CRMbn1Ia Cost Plus Rats: crostat of ipvm (11) counties of
Vent", Santa Barbaa, San Luis Obispo, Kenn and in addition: Richarilj4ftok Sella Cruz
Son Miguel Island. Sant Barbara Wall, Santa Rose Wand, Amapa Isle kng the Cho
indushro; additional elaseMeations available N required.
all be paid at double time. For Operating Engineers -fret
at double time alospt holidays which are at triple finis.
seise tax mists applicable, pin mark-up of 15%
' hryo. Mann. OrwW, Riverside, San Berardino, imperial,
Rods, San Nicholas Island, Catalina Island, San Clerrrerlte Island,
Monument Rate Sale does not include Son Diego County.
4Mghiiiaq - - �o^^II., This rate had
CA C.L. 273024 ov
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com CA Lic. 273024
DOT
Y BIROS.
Construction Company
COST PLUS RATES
SOUTHERN CALIFORNIA - CITY OF NEWPORT BEACH
COST PLUS RATES EFFECTIVE JULY 31 2007 TO AUGUST 31 2008
Apprentice Rates: Apprentice rotes as fated above are the high ed cleasi8ca8on prior to journeyman ful aces ra6ee. Edging rata for Apprentice will be based on actual
Subsistence: 665.00fty
Travel Time: Customer will be advised if tmvi time is applicable
OvertYne Rates: Ali hours outside regularly oormtlutad shift shell be time and a s hat. Sundaya and holidays anal be paid at double lime. For Operating Engineers - fast
four (4) hours outside regular shin, and fast twelve (12) hours on Saturday is time and one had, all additional hours at double time except holidays which are at triple time.
Emergency cal out work" - Four (4) hour minimum for lebw and equipment
Markup: Material. subcontractors, subaistanco, and outside rentals (including fuel costa), will be billed cost plus saber tax where applicable, plus mark-up of 160A
BOundartes MBouNarn CaffMrnla Coat Plus Rates: oanaists of the sloven It 1) counties of Los Angeles, Inyo, Maw. Orange, Riverside, Son Samerdfa, imperial,
Venture. Santa Barbara, Son tub Obispo, Kern and In addition: Richardson Rock Santa Cruz Island, Arch Rack, San Nklwlas Island, Catalina Island. San Clemente bland,
San Miguel laland, Santa Barbera Island, Santa Rosa lebnd, Antic" Island, including the Channel Islands Monument Rate Scale does not include San Diego Courdy.
NOTE: TI(Is rrts short
Is not tl Inclusive; additional dassllptioa available N rsqubad. (v2.0) CA C.L. 276024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 wwwAtitybros.com CA Lic. 273024
PAY
S7R416{!!
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAPTSMAA10C ASS
CODE
7M7E
77ME
TIME
CRAF7SMAH/CLASS
CODE
TMTE
TIME
73111IE
CARPF.NTTRS
OPERATINGENGINEIM
General Foreman
CGF
8202
116.64
151.26
General Fasman. AppdL A
OGF
86.42
119.40
15238
Operating Foremen
COF
76.23
107.98
139.68
Foramen, Apprlx. A
OFM
83.92
115,65
147.37
Foremen
CFM
77.02
109.13
141.25
Group 1, Appdx. A -Oiler
OG1
78.60
104.66
132.73
Joumayman
CJM
7201
101.63
131.24
Group 2 Appdrt. A -Oiler
OG2
77.90
108.62
135.33
Shi filer
CSJ
7223
101.95
131.68
Group 8, Appdx A - Unkarsal
OG8
81.42
111.89
142.37
Apprentice - Blh Period W%)
CAB
06.09
92.74
119.40
Group 10, Appdx. A - Medank:
OGA
81.62
112.20
142.77
Group 8, Appdx. B - Crane c 25 Tons
OBB
81.90
112.62
143.34
AGLLWRIGHTS
Group 9, Appdc. B - Crane > 25 Tan
089
82.19
113.05
143.90
General Foreman
CMG
82.85
117.89
15293
Apprentice, Grp 8, Apprlx A -Step 6(90%)
OAS
75.33
102.75
130.18
Foreman
CMF
77.85
110.39
142.92
Journeymen
CMJ
7285
102.88
13291
Apprentice - Bun Period (95 %)
CM8
65.60
91.13
116.64
UA. P/PEhir7ERSANBAERS
INDUSTRIAL
General Foreman
IGF
90.72
123.55
15639
CEN1ENTMASONS
Foreman
IFM
85.12
115.33
145.53
Foreman
MFM
72.23
97.25
122.27
Journeyman - WelderlFdtar
IJM
76.71
102.98
129.25
Journeyman
MJM
68.89
92.24
115.60
Apprentice - Rth Year
IAS
64.83
88.47
112.11
F &T Machine Operator
MTO
69.31
92.87
116.43
Apprentice - Blh 6 Mos. (9g %)
MAS
64.22
85.24
106.25
SHORTLINE (LOCAL 260)
Foramen
SFM
87.19
121.65
153.30
LABORERS
Jounayman (WeldedFider)
SJM
81.17
112.62
141.34
General Foremen
LGF
07.67
92.72
117.76
Weider Helper
SWH
47.34
64.30
80.22
Operator Foremen
LOF
81.03
112.76
144.48
Pre - Helper
SPH
28.30
39.05
49.90
Foreman
LFM
88.00
90.22
114.43
Group 1 - General
LG1
58.67
79.21
99.75
Group 2- Wrapper To 6'
LG2
69.58
80.58
101.56
UTILITY
Group 3 - PTOANrappsr> 6'
LG3
W.50
81.96
103.42
Foremen
UFM
63.47
89.04
113.29
Group 4 -Pipe layer, C&S
LG4
63.09
85.84
108.59
Welder
LFND
58.46
79.47
100.48
Group 5 - Bbeter
LG5
63.67
86.71
109.76
Joumeymerdl` u
UJM
49.82
65.93
84.03
Apprentice - eth Pen od (85 %)
LAB
48.61
68.20
87.79
Pipe Tradeerrmn II
UP2
37.48
48.51
59.57
TEAMSTERS
General Foreman
TGF
69.82
93.54
117.26
ELECTRICIANS /INSIDE N7REMSH
Operator General Foramen
TOG
88.34
121.31
154.29
(Rates subject to project location & employee base lacalion)
Operator Foreman
TOF
85.84
117.56
14929
Gansu Foremen
EGF
96.42
135.57
174.71
Foreman
TFM
68.15
91.04
113.92
Foramen
EFM
86.60
120.33
154.06
Group 2 -2Axle
TG2
65.07
86.41
107.75
Journeyman
FJM
79.75
110.05
140.36
Group 3 -3Nile
TG3
65.25
86.74
108.19
Appren8ce -loth Period (85%)
EAO
69.16
94.92
120.68
Grail 5 - Waking Truck Driver
TG5
65.65
87.29
108.92
Group 6 - 4 or More Axle
TGB
65.70
87.36
108.02
PROJECT MANAGEMENT
Group 9- Lo-Sed
TG9
6687
89.11
111.36
project Manger
MPM
94.94
129.87
187.72
Sublourneyman- 4001.6000 Mrs.
TA3
50.32
64.92
79.51
Superintendent
MSP
85.18
116.09
149.94
Group 12 - WTD BcomTrk Cart
TBT
68.92
92.19
115.46
Project Engineer
MPE
66.11
98.76
127.41
Apprentice Rates: Apprentice rotes as fated above are the high ed cleasi8ca8on prior to journeyman ful aces ra6ee. Edging rata for Apprentice will be based on actual
Subsistence: 665.00fty
Travel Time: Customer will be advised if tmvi time is applicable
OvertYne Rates: Ali hours outside regularly oormtlutad shift shell be time and a s hat. Sundaya and holidays anal be paid at double lime. For Operating Engineers - fast
four (4) hours outside regular shin, and fast twelve (12) hours on Saturday is time and one had, all additional hours at double time except holidays which are at triple time.
Emergency cal out work" - Four (4) hour minimum for lebw and equipment
Markup: Material. subcontractors, subaistanco, and outside rentals (including fuel costa), will be billed cost plus saber tax where applicable, plus mark-up of 160A
BOundartes MBouNarn CaffMrnla Coat Plus Rates: oanaists of the sloven It 1) counties of Los Angeles, Inyo, Maw. Orange, Riverside, Son Samerdfa, imperial,
Venture. Santa Barbara, Son tub Obispo, Kern and In addition: Richardson Rock Santa Cruz Island, Arch Rack, San Nklwlas Island, Catalina Island. San Clemente bland,
San Miguel laland, Santa Barbera Island, Santa Rosa lebnd, Antic" Island, including the Channel Islands Monument Rate Scale does not include San Diego Courdy.
NOTE: TI(Is rrts short
Is not tl Inclusive; additional dassllptioa available N rsqubad. (v2.0) CA C.L. 276024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 wwwAtitybros.com CA Lic. 273024
DO TY BIROS. �
Construction Company
COST PLUS RATES
SOUTHERN CALIFORNIA - CITY OF NEWPORT BEACH
COST PLUS RATES EFFECTIVE JULY 31 2007 TO AUGUST 31, 2008
TEAMSTERS
General Foremen
PAY
STRAIGHT
OVER
DOUBLE
ELECTRICIANS /INSIDE VAP MIEN
PAY
STRAIGHT
OVER
DOUBLE
CROIMSMANCLASS
CODE
TIME
TMRE
77ME
CRAFTSMAN/CLASS
CODE
TIME
ME
TMW
CARPBVn9M
117.56
149.29
General Foreman
EGF
OPERATING ENGMIM
136.57
174.71
Foreman
TFM
General Forenren
CGF
82.02
116.64
151.26
General Foreman, Appdx A
OGF
86.42
119AO
15238
Operating Foreman
COF
76.23
107.96
169.68
Foramen, Apprh. A
OFM
83.92
115.65
147.37
Foramen
CFM
77.02
109.13
141.25
Group 1, Aplxk A - Oiler
OG1
76.60
104.86
132.73
Journeyman
ON
7201
101.63
131.24
Group 2, App&v. A - Oiler
062
77.90
106.62
135.33
Shngler
CSI
72.23
101.95
131.68
Group 8, Apprbc A- Universal
OG8
81.42
111.69
142.37
Apprentice - 8th Period (90%)
CAB
66.09
92.74
119.40
Group 10, Appdx A - Mechanic
OGA
81.62
112.20
14277
50.32
64.92
79.51
Suparintaixlau
MSP
Group S. Appdre 8 - Crane a 25 Torre
088
81.90
112.62
145.34
err rYMCHiS
92.19
115.46
Project Engineer
MPE
Group S. Appdx B - Crime > 25 Tons
089
82.19
113.05
143.90
Cal" Forenoon
CMG
82,85
117.69
15293
Apprentice, Grp 8, AppdxA- Stop 6(90%)
OAS
75.33
10275
130.18
Forman
CMF
77.85
110.69
142.92
Journeymen
CMJ
72.85
102.88
132.91
Apprentice -6th Period (95%)
CMB
55.60
91.13
116.64
U.A. PO'Ei719tSAYE.7ER3
INDUSTRIAL
General Foremen
IGF
90.72
123.55
156.39
CEUSUMASONS
Foreman
IFM
✓ 5.12
115.33
145.63
Foramen
MFM
72,23
97.25
122.27
Journeyman - Weldw Fttsr
IN
76.71
102.98
129.25
Journeyman
Wm
66.89
92,24
115.60
Apprentice -Fft Year
M
64.83
88.47
11211
F &T machine Operator
MTO
49.31
92.87
116.43
Apprentice - 8th 6 Mos. (90%)
MAS
64.22
4524
106.25
SHORTLINE (LOCAL 250)
Foreman
SFM
87.19
121.65
153.30
LABOt1�3
Journeyman (WelderlFitter)
SJM
81.17
112.82
141.34
General Foreman
LGF
67.67
9272
117.76
Welder Helper
SWH
47.34
64.30
8022
Operator foreman
LOF
81.03
112.76
144.48
Pre -Helper
SPH
28.30
39.05
49.80
Foreman
LFM
66.00
90.22
114.43
Group 1 - General
LGt
58.67
79.21
99.75
Group 2- Wrapper To ON
L02
59.58
80.58
101.58
UTILITY
Group 3- PTOfWrspper>6-
LG3
60.50
81.96
103.42
Foremen
UFM
63.47
88.04
113.29
Group 4- Pipe layer. C&S
LG4
63.09
85.84
108.59
Welder
UWD
58.46
79.47
100.48
Group 5 - Blaster
LG5
63.67
86.71
109.76
JounlaymaMFuser
UJM
49.82
66.93
84.03
Apprentice-6th Period (85 %)
LAB
48.61
68.20
87.79
Ppe Tradesman II
UP2
37.46
48.51
59.67
TEAMSTERS
General Foremen
TGF
69.82
93.54
117.28
ELECTRICIANS /INSIDE VAP MIEN
Operator General Foremen
TOG
88.34
121.31
15429
(Rates subject to project location & employee base location)
Operator Fommim
TOF
85.84
117.56
149.29
General Foreman
EGF
96.42
136.57
174.71
Foreman
TFM
68.15
91.04
113.92
Foreman
EFM
86.60
12(1.33
154.06
Group 2 -2Me
TG2
65.07
86.41
107.76
Journeyman
EJM
79.75
110.05
140.36
Group 3 -3 Ate
TG3
65.29
86.74
106.19
Apprentice -10th PwW(85%)
EAO
69.16
94.92
120.88
Group 5 - Waking Truck Driver
TG5
45.45
87.29
10&92
Group 6 - 4 or Mae Me
TM
65.70
87.36
109.02
PROJECT MAMAG6MENT
Group B - Lo-Bed
TG9
66.87
89.11
111.38
Project Manger
MPM
94.94
129.87
167.72
Subjoumeyman - 4001.6000 HM.
TA3
50.32
64.92
79.51
Suparintaixlau
MSP
85.18
116.09
149.94
Grasp 12 - WTD BoomTrk Cort
TST
88.92
92.19
115.46
Project Engineer
MPE
68.11
96.78
127.41
APPren6re Rata: AppranSce rates as I'retod above am the highest classiSeation prig tojoumeymen full scale rates. Billing rata for Apprentice will be based on actual
Subalstence: b45.owft
Travel rims: Customer will be advised If travel time is applicable
OverBma Rates: All hmm outside regularly constituted "shall be time and one half Sundays and holidays sitar be paid at double time. For OPsmMV Engineers - first
four (4) hours outside regular MA and first twelve (12) hours on Saturday is Same and one hat; al additional hours at double time except holidays which are at triple fine.
Emergency "call out work" - Four (4) hour minimum for labor and equipment
Markup: Material, suboommOtOM subsistence, and outside rentals (including furl casts). will her Idled cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of SarMam Callfcmla Cost Mus Rates: corelsts 0f the eleven (11) cou tlas of dos Angeles, Inyo, Mono, Orange, Riverside, San fJmurdino, Imperial,
Ventua, Santa Barbara. Sam LUIS Obispo, Kem and in addition: Rieiardson Rock Santa Cnu Island. Arch Rock, San Nicholas Wand, Catalina Island, San Clemente Island,
Son Miguel Wand, Sate Barbara Island, Santa Roes Island, Anacapa Island, including the Channel Islands Monument Rate Scale does not Include San Diego County.
NOTE: entraatprs Master Lab" Adrasment and sm suhjMjt M chamaa MAdurrt g4e. This rate shoo
Is not an Indusive; adi f lonai cissa81ca6one available N requlrad. (V2.0) CA C.L. 273024 41111111�
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864-6566 Fax: (562) 8646052 www.dotybros.com CA Lic. 273024
0
0
CERTIFIED COPY OF RESOLUTION OF
BOARD OF DIRECTORS OF
DOTY BROS. EQUIPMENT COMPANY
A CALIFORNIA CORPORATION
RESOLVED. the following persons are authorized to execute any all documents
necessary for bidding or contracting work on behalf of Doty Bros. Equipment
Company.
Name
Chris Christy
Luis A. Armona
Carlos Garcia
Henry Barber
I the undersigned do hereby certify:
Dated
Office
President
Secretary / Asst. Treasurer
Treasurer
Sr. Vice President
1. That I Luis A. Armona, am the duly elected Secretary of Doty Bros.
Equipment Company., a California Corporation.
2. That the foregoing is a true and corrected copy of the resolution
adopted by the Board of Directors at a special meeting held on
January 23, 2006.
January 23, 2006 J
Luis A. Armona
0 0
Male Of California
s" CONTRACTORS STATE LICENSE BOARD e,
ACTIVE ACTIVE LICENSE
Cumumcr
ASiairs
273024 CORP
DOTY BROS EQUIPMENT CO
a AC10C12C16C42
This license is not transferrable, and shall be returned to the Registrar
upon demand when suspended, revoked, or invalidated for any reason_
This pocket card is valid through the expiration date only_
If found, drop in any mailbox.
Postage guaranteed by:
Contractors State License Board
P.O. Box 26000
Sacramento, CA 85826
Licensee Signature
0 0
ClionNl• 2GG55 nnTYRRO
ACORD. CERTIFICATE OF LIABILITY
INSURANCE 09114107
cER
US[ Irvine - C4L
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Ltc1F 0351182"'949. 790 9339(SUidrl)
P b Box 53310
ALTER THE COVERRAGE AFFORDED BY THE POLICIES BELOW.
TYPE OF e1S11RANCE
POLICY NUMBER
Irvine, CA 92619.3310
INSURERS AFFORDING COVERAGE
NAIL S
INSURED
INSURER A: National Union Fire of PA
AIG
Doty Bros. Equipment Co.
11232 E. Firestone Blvd.
Norwalk, CA 90650
INSURERB:
10/11/07
INSURERC:
$1,000,000
INSURER D:
INSURER E: •10 day notice nonpay
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBAECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
mQ
TYPE OF e1S11RANCE
POLICY NUMBER
POIJOV fS:fEGIIVE
POLICY
LIMITS
A
GENERAL LIABILITY
GL1791522
10111/06
10/11/07
EACH OCCURRENCE
$1,000,000
x COMMERCIAL GENERAL UARLITY
DAMAGE IRITED
$ 0
CLAIMS MADE O OCCUR
NED EXP Aq one )
$5.000
PERSONA. S AM INJURY
$1006600
x BFPINXCU
X
I Contractual
GEFERALAGGREGATE
s2 9000
GENLAGGRECWTEUMR
APPLIES PER:
PRODUCTS - COMPIOP AEG
32009000
BUPD SIR
$500,000
POLICY
x °R° LOC
A
AUTONOaILl
x
LWBILRY
ANY AUTO
CAS262523
10/11/06
19111/07
COMBINED SINGLE LIMIT
(EeeaHenU
$1,900,000
I
BODILY INJURY
(Perptsmn)
S
ALL OWNED AUTOS
SCHEDULED AUTOS
•
•
BODILYNJURY
(Per"ImAt)
S
HIREDAUTOS
NON OWNED AUTOS
•
PROPERTY AMAGE
(r °r°oaaenD
3
Comp $1,000
Applies to 2003
and newer cars
x
Coll ;1,000
GARAGE
UAS4 TY
AUTOOILY- EAACCIOENT
OTHERTHAN EA ACC
3
ANYAUTO
S
AUTO ONLY: ADD
EXCES &UMBPELLA LULLTILRY
EACH OCCURRENCE
3
OCCUR CLAIMS WOE
AGGREGATE
S
S
3
OEDUCTIBLE
3
RETENTION $
A
wDRiam COMPENSATION ANO
WC3725446
1011106
10111107
x WCSTgT.L °TH"
91PLOYERW LABILrry
ANY PPoPMETORIPARTNE110ECUTR'E
OPRCERMEMBER EXCLUDED?
EL EACH ACCIDENT
$1.000.000
EL. DISEASE -EA EIAPLOYEE
l $1,000,000
If UeSONS WM
E.LDISIASE- POUCYLWIT
I 31000000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS VEIICLESI EXCLUSIONS ADDED BY ENDORSESRNTI SPECUIL PROVISIONS
Re: Annual Agreement for On -Call Emergency Underground Utility Repairs.
The City of Newport: Beach, its elected or appointed officers, officials,
employees, agents and volunteers are named as additional Insured as
respects to General Liability and Automobile Liability policies. Waiver of
(See Attached Descriptions)
City of Newport Beach
Public Works Dept.
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
25(20871081 1 .r% ePAWRIGR
LO ANY OF We ABOYE DESCRIBED POLICIES SE CANCELLED BEFORE THE EXPIRATION
THEREOF, THE ISSUING INSURER WILLxaDxaNAR •4a DAYS WRITTEN
S: TO THE CERTIRCATE HOLDER NAMED TO THE LEFT,pWBBWD000Gtl�x
RAO
0
IMPORTANT
0
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25S (2081!88) 2 of 3 #M388198
r •
DE$CRl F1t3t� tied ge 1
Subrogation applies to General Liability, Automobile Liability and Workers
Compensation policies. (p)
ink
AMS 25.3 (2001108) 3 of 3 #M388138
0 s
Client#: 29955 noTYRRO
ACORD,P CERTIFICATE OF LIABILITY
INSURANCE X1410 °"Y""
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
USI Irvine - CIL
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
LiC# 035116r -949- 790- 9339(SUian)
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P 0 BOX 53310
POLICY E%PIR,LTION
UNITS
Irvine, CA 92619 -3310
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
INSURER A: National Union Fire of PA
AIG
Doty Bros. Equipment Co.
11232 E. Firestone Blvd.
INSURER B:
COMMERCIAL GENERAL LIABILITY
Norwalk, CA 90650
NSURER G
IrsuRERm
5
INSURER E: '10 day notice nonpay
CLAIMS MADE OCCUR
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INS
7
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY E%PIR,LTION
UNITS
GENERAL LIABILITY
EACH OCCURRENCE
S
COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
5
CLAIMS MADE OCCUR
MEO EXP(Aq one perem)
S
PERSOWILSADVINJURY
S
GENERALAGGREGATE
5
GENT AGGREGATE UMiT APPLIES PER
PRODUCTS- OOMPATP AGO
5
f+OUCY PRO- LOC
AUTOMOBILE
LIABILITY
ANYAUTO
COMBINED SINGLE LIMIT
(Es flc Wo
5
BODILY INJURY
(Pm.)
S
ALL O'ANEO AUTOS
SCHEDILEDAUTOS
BODILY INJURY
(Pe -Oct Fnl)
5
HIRED AUTOS
N04-0WNEDAUTOS
PROPERTY DAMAGE
(P-e d-l)
$
GARAGE LUUNUTY
AUTO ONLY -EA ACCIDENT
5
OTHER THAN EA ACC
5
ANYAUO
5
AUTO ONLY: AGO
A
EXCESSIUNDRELLAUAeltm
SE7227554
10111106
10/11107
EACH OCCURRENCE
srhO00,000
X OCCUR CLAIMS MADE
AGGREGATE
h000,000
If
S
5
DEDUCTIBLE
5
X RETENTION $10,000
Y/ORI®i3 COMPENSATION AND
ICI STATLL OTFL
FMMPLOYEiS' LIABILITT
ANYPRDPRIETORPARTNERI ECUTIVE
E.L. EACH ACCIDENT
5
E.L.CSEASE- EAEMPLOYEE
$
OFRCERFMEMBEi EXCLUDED]
W B d.sR ,,War
CW.PROISIONSW.
E.L. DISEASE- PODCYUIMT
IS
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES! EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Re: Annual Agreement for On-Call Emergency Underground Utility Repairs.
The City of Newport Beach, its elected or appointed officers, officials,
employees, agents and volunteers are named as additional insured as
respects to General Liability and Automobile Liability policies. Waiver of
(See Attached Descriptions)
City of Newport Beach
Public Works Dept.
3300 Newport Blvd.
Newport Beach, CA 92658 -8915
ACORD 25 (2001108) i . a RM7eR42R
ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EJIPRATION
EREOF, THE ISSUING INSURER TILL jIfflayBRIM MAIL '4n OAYSWRnrSN
'O THE CERTIFICATE HOLDER NAMED TO THE LEFT,�C
su7
0 ACORD
0
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) 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 endorsement(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.
AWKU zas tzuevee) 2 of 3 #M388188
Subrogation applies to General Liability, Automobile Liability and Workers
Compensation policies. (p)
u't' :�,. .. g: ,.�:`,S =�. ms's:' k, . •i.. � . e °. ,.^✓,Y '.:i
AMS 25.3 (2001108) 3 of 3 #M388188
0
0
POLICY NUMBER: GL1791522 COMMERCULLGENERAL
uaelurY
CG 2010 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED — OWNERS, LESSEES OR
CONTRACTORS — SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILfTY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s):
Locations Of Covered Operations
City of Newport Beach, its elected or appointed
Re: Annual Agreement for 00-Call Emergency
officers, officials, employees, agents and
Underground Utility Repairs.
volunteers
Information required to complete this Schedule, if not shown
above, will be shown in the Declarations.
A. Section It — Who Is An Insured is amended to include as an additional insured the person(s) or organtzation(s)
shown in the Schedule, but only with respect to liability for "bodily iryury', property damage' or 'personal and
advertising injury' caused, in whole or in part, by:
1. Your acts or omissions; or
2. The acts or omissions of those acting on your behalf;
in the performance of your ongoing operators for the additional insured(s) at the location(s) designated above.
B. With respect to the Insurance afforded to these additional insureds, the following additional exclusions apply:
This'arsurence does not apply to 'bodily injury' or "property damage' occurring after.
1. All work, Including materials, park or equipment fumished in connection with such work, on the project (other
than service, maintenance or repairs) to be performed by or on behalf of the additional Insured(s) at the location
of the covered operations has been competed; or
2. That portion of 'your work" out of which the injury a damage arises has been put to its Intended use by any
person or organization other than another contractor or subcontractor engaged in performing operations for a
principal as a part of the same project.
PRIMARY CLAUSE ENDORSEMENT:
U is further agreed that such insurance as is afforded by this policy for the benefit of the Additional Insured
shown shall be primary insurance, but only as respects to any claim, loss or liability arising out of the operations
of the Named Insured and any other iffinrance maintained by said Additional Insured shall be non-contributing.
CG 2010 07 04
0 ISO Properties, Inc., 2000
0 0
POLICY NUMBER:
GL1791522
COMMERCIAL
GENERAL LIABILITY
CG 20 37 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Organization(s);
location And Description Of Completed
O rations
City of Newport Beach, its elected or appointed
Re: Annual Agreement for On -Call Emergency
officers, officials, employees, agents and
Undergrouua UtOiry Repairs.
volunteers
Information required to complete this Schedule if not shown
above, will be shown in the Declarations.
Section 11— Who Is An Insured Is amended to include as an additional Insured the person(s) or
organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or
'property damage" caused, in whole or in part, by "your work" at the location designated and
described in the schedule of this endorsement performed for that additional insured and included
in the "products - completed operations hazard".
PRIMARY CLAUSE ENDORSEMENT:
It is further agreed that such insurance as is afforded by this policy for the benefit of the
Additional Insured shown sha8 be primary insurance, but only as respects to any claim, loss
or liability arising out of the operations of the Named Insured and any other insurance
maintained by said Additional Insured shall be non - contributing.
CG 20 37 07 04
0 ISO Properties, Inc., 2004
•
0
POLICY NUMBER: GL1791522 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST
OTHERS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
The City of Newport Beach, its elected or appointed officers, officials, employees, agents
and volunteers
Re: Annual Agreement for On -Call Emergency Underground Utility Repairs.
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
We waive any right of recovery we may have against the person or organization shown in
the Schedule because of payments we make for injury or damage arising out of "your
work" done under a contract with that person or organization. The waiver applies only to
the person or organization shown in the Schedule.
CG 24 04 11 85 Copyright, Insurance Services Office, Inc., 1984
0
0
POLICY #: CA8262523 COMMERCIAL AUTO
INSURED'S NAME: Doty Bros. Equipment Co.
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - DESIGNATED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
Name of Person or Organization:
The City of Newport Beach, its elected or appointed officers, officials, employees, agents and
volunteers
Re: Annual Agreement for On -Call Emergency Underground Utility Repairs.
PRIMARY CLAUSE ENDORSEMENT:
It is further agreed that such insurance as is afforded by this policy for the benefit of the Additional
Insured shown shall be primary insurance, but only as respects to any claim, loss or liability arising out
of the operations of the Named Insured and any other insurance maintained by said Additional Insured
shall be non - contributing.
WHO IS AN INSURED (section Ii) is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of the ownership,
maintenance, or use of a covered "auto"
C,
POLICY #: CA8262523 COMMERCIAL AUTO
INSURED'S NAME: Doty Bros. Equipment Co.
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - DESIGNATED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
Name of Person or Organization:
The City of Newport Beach, its elected or appointed officers, officials, employees, agents and
volunteers
Re: Annual Agreement for On -Call Emergency Underground Utility Repairs.
We waive any right of recovery we may have against the person or organization shown in the
Schedule because of payment we make for injury or damage arising out of "your work" done
under a contract with that person or organization. The waiver applies only to the person or
organization shown in the Schedule.
WHO IS AN INSURED (section 11) is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of the ownership,
maintenance, or use of a covered "auto"
PRIMARY CLAUSE ENDORSEMENT:
This insurance is primary and any other insurance maintained by such additional insureds is non-
contributing with this insurance as respects claims or liability arising out of or resulting from the acts or
omissions of the named insured, or of others for work performed by or on behalf of the named insured.
0
•
Workers Compensation and Employers Liability Insurance Policy
Policy Number: WC3725446
Policy Period: 10/11/06 to 10/11/07
Insured: Doty Bros. Equipment Co.
The information above is required only when this endorsement is issued subsequently to
preparation of the policy.
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
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.)
You must maintain payroll records accurately segregating the renumeration of your employees while
engaged in the work described in the Schedule.
The additional premium for this endorsement shall be 2 % of the California workers'
compensation premium otherwise due on such renumeration.
Schedule
Person or Organization
The City of Newport Beach, its elected or appointed officers, officials, employees,
agents and volunteers
Re: Annual Agreement for On -Call Emergency Underground Utility Repairs.
This endorsement changes the policy to which it is attached and is effective on the date issued unless
otherwise stated.
PRODUCER: USI of Southern California
WC040306 (Ed. 1-87)
• CITY OF NEWPORT BEACH
CITY COUNCIL STAFF REPORT
Agenda Item No. 12
September 11, 2007
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Steve Myrter, Utilities Director
949 - 718 -3400 or smyrter @city.newport- beach.ca.us
SUBJECT: PROFESSIONAL SERVICE AGREEMENT WITH DOTY BROS.
CONSTRUCTION COMPANY FOR ON -CALL UNDERGROUND UTILITY
REPAIRS
RECOMMENDATION:
• Approve the agreement with Doty Bros. Construction Company for underground utility
repairs on an on -call basis.
DISCUSSION:
A request for qualifications for on -call services was requested of Doty Bros.
Construction Company (Doty Bros.). Due to the nature of an emergency requiring
immediate repair work, staff is recommending approval of an on -call agreement with
Doty Bros. to provide "as needed' underground repair services. Terms for services to
be performed can be further negotiated upon receipt of letter proposals as requested.
This agreement will formalize on -call with Doty Bros. and lock in prices through August
31. 2008.
Doty Bros. is primarily a pipeline contractor, with its expertise in four distinct divisions as
follows: Water and Wastewater, Electrical /Underground (dry utilities), Oil /Gas and
Electrical Instrumentation and Controls; the later primarily performing work on water
treatment plants and power plants.
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
•
0 0
Underground Utility Repairs
Approval of On -Call Professional Service Agreement
September 11, 2007
Page 2
Funding Availability:
Funding is available in various Maintenance and Operations Water,
General Funds (General Services) accounts. Periodically, a Ca
Account will be utilized, as necessary, to facilitate project expediency.
Wastewater and
Cap
Improvement
Expenditures more than $30,000 for an individual repair project will require a separate
City Council action in accordance with Policy F -14.
Prepared by:
Avl
Cindy Asher
Administrative Manager
Submitted by:
Steve TAirter
Utilities Director
Attachments: On -Cali Professional Services Agreement
•
U
•
PROFESSIONAL SERVICES AGREEMENT WITH
• DOTY BROS. CONSTRUCTION COMPANY FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIRS
THIS AGREEMENT is made and entered into as of this 11th day of September,
2007, by and between the CITY OF NEWPORT BEACH, a municipal corporation
( "City"), and DOTY BROS. CONSTRUCTION COMPANY, a California corporation
whose address is 11232 E. Firestone Blvd., Norwalk, California, 90650 ( "Contractor"),
and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City has a need for on -call assistance for underground utilities services in
regards to City infrastructure.
C. City desires to engage Contractor to perform on -call underground utilities
services in various locations and for various City infrastructure.
0 D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Contractor for purposes of Project shall be Phil Dennis.
F. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor, and desires to
retain Contractor to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
Parties as follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 31st day of August, 2008, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall provide "On -Call' underground utilities services as described in
• the Statement of Qualifications attached as Exhibit "A." Upon verbal or written
request from the Project Administrator, Contractor shall provide a letter proposal
for services requested by the City (hereinafter referred to as the "Letter
Proposal'). The Letter Proposal shall include the following:
0 9
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services, and •
the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
No services shall be provided until the Project Administrator has provided written
acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Contractor to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Contractor shall not be responsible for delays due
to causes beyond Contractors reasonable control. However, in the case of any
such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days •
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Contractors control.
3.2 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Contractor for the services on a time and expense not -to- exceed
basis, in accordance with the provisions of this Section and the Schedule of
Billing rates attached hereto as Exhibit 'B" and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Contractors compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Utilities Department. Any Letter Proposal that sets forth fees in
excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council •
Policy F -14.
2
i 40
4.1 Contractor shall submit monthly invoices to City describing the work
• performed the preceding month. Contractor's bills shall include the name
of the person and/or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal to which it relates, the date the services were performed,
the number of hours spent on all work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Contractor
no later than thirty (30) days after approval of the monthly invoice by City
staff.
4.2 City shall reimburse Contractor only for those costs or expenses
specifically approved in the Letter Proposal. Unless otherwise approved,
such costs shall be limited and include nothing more than the following
costs incurred by Contractor:
A. The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this
Agreement and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges..
C. Actual costs and/or other costs and /or payments specifically
authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
4.3 Contractor shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work° means
any work that is determined by City to be necessary for the proper
completion of the Project, but which is not included within the Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Phil Dennis to be
its Project Manager. Contractor shall not remove or reassign the Project
Manager or any personnel listed in Exhibit A or assign any new or replacement
personnel to the Project without the prior written consent of City. City's approval
shall not be unreasonably withheld with respect to the removal or assignment of
non -key personnel.
Contractor, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
0 •
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self- insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
A. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claim made or suit instituted arising out of or resulting from Contractor's
performance under this Agreement.
B. Additional Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Contractor, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Contractor is a partnership or joint- venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more
of the assets of the corporation, partnership or joint- venture.
16. SUBCONTRACTING
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Contractor. Assignments of any or all rights, duties or obligations of the
P
• Contractor under this Agreement will be permitted only with the express written
consent of City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents'), prepared or caused to be prepared by
Contractor, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Contractor or any other party. Contractor shall, at Contractor's
expense, provide such Documents to City upon written request.
Documents, including drawings and specifications, prepared by Contractor
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed documents
for other projects and any use of incomplete documents without specific written
authorization from Contractor will be at City's sole risk and without liability to
Contractor. Further, any and all liability arising out of changes made to
Contractor's deliverables under this Agreement by City or persons other than
Contractor is waived against Contractor and City assumes full responsibility for
such changes unless City has given Contractor prior notice and has received
• from Contractor written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Contractor
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Contractor. By acceptance of CADD data, City agrees to indemnify
Contractor for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file for City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
• All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes the release of information.
41
0
20. INTELLECTUAL PROPERTY INDEMNITY •
The Contractor shall defend and indemnify City, its agents, officers,
representatives and employees against liability, including costs, for infringement
of any United States' letters patent, trademark, or copyright infringement,
including costs, contained in Contractor's drawings and specifications provided
under this Agreement.
21. RECORDS
Contractor shall keep records and invoices in connection with the work to be
performed under this Agreement. Contractor shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Contractor to this Agreement. All such records shall be
clearly identifiable. Contractor shall allow a representative of City to examine,
audit and make transcripts or copies of such records during regular business
hours. Contractor shall allow inspection of all work, data, documents,
proceedings and activities related to the Agreement for a period of three (3)
years from the date of final payment under this Agreement.
22. WITHHOLDINGS 0
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor
shall not discontinue work as a result of such withholding. Contractor shall have
an immediate right to appeal to the City Manager or his designee with respect to
such disputed sums. Contractor shall be entitled to receive interest on any
withheld sums at the rate of return that City earned on its investments during the
time period, from the date of withholding of any amounts found to have been
improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Contractor which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Contractor, the additional design, construction and /or
restoration expense shall be bome by Contractor. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS •
City reserves the right to employ other Contractors in connection with the Project.
10
0
•
U
25. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act "), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so. constitutes a material breach and is grounds for termination of
this Agreement by City. Contractor shall indemnify and hold harmless City for
any and all claims for damages resulting from Contractor's violation of this
Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Contractor to City shall be addressed to City at:
Utilities Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949 -644 -3011
Fax: 949 - 646 -5204
All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Doty Bros. Construction Company
11232 E. Firestone Blvd.
Norwalk, CA 90650
Phone: 562 - 864 -6566
Fax: 562 - 864 -6052
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
ea
0 0
steps necessary to cure such default, the non - defaulting party may terminate the •
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days' prior written notice to Contractor. In the event of
termination under this Section, City shall pay Contractor for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination,
Contractor shall deliver to City all reports and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. COMPLIANCE WITH ALL LAWS
Contractor shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Contractor shall conform to applicable City,
county, state and federal laws, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. WAIVER
A waiver by either party of any breach, of any term, covenant or condition •
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the Parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
32. AMENDMENTS
This Agreement may be modified or amended only by a written document •
executed by both Contractor and City and approved as to form by the City
Attorney.
12
• 33. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
34. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
35. EQUAL OPPORTUNITY EMPLOYMENT
Contractor represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
36. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
• of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
•
44
0
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
Aaron C. Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
LaVonne Hartdess,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
M
Steven Rosansky
Mayor
for the City of Newport Beach
CONSULTANT:
M
(Corporate Officer)
Print Name:
M
(Financial Officer)
Print Name:
Attachments: On -Call Professional Services Agreement
Exhibit A — Statement of Qualifications
Exhibit B — Schedule of Billing Rates
14
•
•
LJ
• • C- 3�lpk
PROFESSIONAL SERVICES AGREEMENT WITH
DOTY BROS. CONSTRUCTION COMPANY FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIRS
THIS AGREEMENT is made and entered into as of this 12th day of September,
2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation
( "City"), and DOTY BROS. CONSTRUCTION COMPANY, a California corporation
whose address is 11232 E. Firestone Blvd., Norwalk, California, 90650 ( "Contractor"),
and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to cant' on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City has a need for on -call assistance for emergency underground utilities
services in regards to City infrastructure.
C. City desires to engage Contractor to perform on -call emergency underground
utilities services in various locations and for various City infrastructure.
D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Contractor for purposes of Project, shall be Dick
Weidman.
F. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor, and desires to
retain Contractor to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
Parties as follows:
1. TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 30th day of June, 2007, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall provide "On -Call" emergency underground utilities services as
described in the Statement of Qualifications attached as Exhibit "A." Upon
verbal or written request from the Project Administrator, Contractor shall provide
0 0
a letter proposal for services requested by the City (hereinafter referred to as the
"Letter Proposal "). The Letter Proposal shall include the following:
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services, and
the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
No services shall be provided until the Project Administrator has provided written
acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Contractor to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Contractor shall not be responsible for delays due
to causes beyond Contractor's reasonable control. However, in the case of any
such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Contractor's control.
3.2 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand - delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Contractor for the services on a time and expense not -to -exceed
basis, in accordance with the provisions of this Section and the Schedule of
Billing rates attached hereto as Exhibit "B" and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Contractor's compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Utilities Department. Any Letter Proposal that sets forth fees in
excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council
Policy F -14.
I
0 0
4.1 Contractor shall submit monthly invoices to City describing the work
performed the preceding month. Contractor's bills shall include the name
of the person and /or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal to which it relates, the date the services were performed,
the number of hours spent on all work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Contractor
no later than thirty (30) days after approval of the monthly invoice by City
staff.
4.2 City shall reimburse Contractor only for those costs or expenses
specifically approved in the Letter Proposal. Unless otherwise approved,
such costs shall be limited and include nothing more than the following
costs incurred by Contractor:
A. The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this
Agreement and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and /or other costs and /or payments specifically
authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
4.3 Contractor shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of the Project, but which is not included within the Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated [insert Contact
Name] to be its Project Manager. Contractor shall not remove or reassign the
Project Manager or any personnel listed in Exhibit A or assign any new or
replacement personnel to the Project without the prior written consent of City.
City's approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Contractor, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
6
0
Contractor warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered b y
shall be the Project Administrator and
under this Agreement. The Project
representative shall represent City in all
rendered pursuant to this Agreement.
7.
8.
CITY'S RESPONSIBILITIES
the Utilities Department. Pete Antista
shall have the authority to act for City
Administrator or his/her authorized
matters pertaining to the services to be
In order to assist Contractor in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Contractor, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Contractor's
work schedule.
B. Provide blueprinting and other services through City's reproduction
company for bid documents. Contractor will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Contractor and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
STANDARD OF CARE
8.1 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced personnel who are not
employed by City, nor have any contractual relationship with City.
8.2 Contractor represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Contractor to practice its profession.
Contractor further represents and warrants to City that Contractor shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Contractor to practice its profession.
Contractor shall maintain a City of Newport Beach business license during
the term of this Agreement.
N
0 0
8.3 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Contractor's work
promptly, or delay or faulty performance by City, contractors, or
governmental agencies.
9. HOLD HARMLESS
To the fullest extent permitted by law, Contractor shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties ") from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work performed or
services provided under this Agreement (including, without limitation, defects in
workmanship or materials and/or design defects [if the design originated with
Contractor]) or Contractor's presence or activities conducted on the Project
(including the negligent and /or willful acts, errors and/or omissions of Contractor,
its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Contractor.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of
conducting the work are under the control of Contractor, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Contractor or any of Contractor's employees or agents, to be the agents or
employees of City. Contractor shall have the responsibility for and control over
the means of performing the work, provided that Contractor is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Contractor as to the details of the performance or to
exercise a measure of control over Contractor shall mean only that Contractor
shall follow the desires of City with respect to the results of the services.
5
0 0
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Contractor on the Project.
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Contractor is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of work. Contractor shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates of Insurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behalf shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
■
0 0
D. Coverage Requirements.
Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) days prior to such change. The insurer shall agree to
waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Contractor for City.
2. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
3. Automobile Liability Coverage. Contractor shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. Professional Errors and Omissions Insurance. Contractor shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of One Million Dollars
($1,000,000).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following speck language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Contractor.
7
0 0
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any .failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claim made or suit instituted arising out of or resulting from Contractor's
performance under this Agreement.
B. Additional Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Contractor, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Contractor is a partnership or joint - venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty -five percent (25 %) or more
of the assets of the corporation, partnership or joint - venture.
16. SUBCONTRACTING
0 0
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Contractor. Assignments of any or all rights, duties or obligations of the
Contractor under this Agreement will be permitted only with the express written
consent of City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Contractor, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Contractor or any other party. Contractor shall, at Contractor's
expense, provide such Documents to City upon written request.
Documents, including drawings and specifications, prepared by Contractor
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed documents
for other projects and any use of incomplete documents without specific written
authorization from Contractor will be at City s sole risk and without liability to
Contractor. Further, any and all liability arising out of changes made to
Contractor's deliverables under this Agreement by City or persons other than
Contractor is waived against Contractor and City assumes full responsibility for
such changes unless City has given Contractor prior notice and has received
from Contractor written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Contractor
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Contractor. By acceptance of CADD data, City agrees to indemnify
Contractor for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file for City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
O
0 0
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
The Contractor shall defend and indemnify City, its agents, officers,
representatives and employees against liability, including costs, for infringement
of any United States' letters patent, trademark, or copyright infringement,
including costs, contained in Contractor's drawings and specifications provided
under this Agreement.
21. RECORDS
Contractor shall keep records and invoices in connection with the work to be
performed under this Agreement. Contractor shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Contractor to this Agreement. All such records shall be
clearly identifiable. Contractor shall allow a representative of City to examine,
audit and make transcripts or copies of such records during regular business
hours. Contractor shall allow inspection of all work, data, documents,
proceedings and activities related to the Agreement for a period of three (3)
years from the date of final payment under this Agreement.
22. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor
shall not discontinue work as a result of such withholding. Contractor shall have
an immediate right to appeal to the City Manager or his designee with respect to
such disputed sums. Contractor shall be entitled to receive interest on any
withheld sums at the rate of return that City earned on its investments during the
time period, from the date of withholding of any amounts found to have been
improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Contractor which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Contractor, the additional design, construction and /or
restoration expense shall be bome by Contractor. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
V
• M
City reserves the right to employ other Contractors in connection with the Project.
25. CONFLICTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act"), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Contractor shall indemnify and hold harmless City for
any and all claims for damages resulting from Contractor's violation of this
Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -class mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Contractor to City shall be addressed to City at:
Utilities Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949 -644 -3011
Fax: 949 -646 -5204
All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
[Insert Name of Consultant]
[Insert Address]
[City and Zip Code]
Phone:
Fax:
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that party shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
11
• •
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days' prior written notice to Contractor. In the event of
termination under this Section, City shall pay Contractor for services satisfactorily
performed and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination,
Contractor shall deliver to City all reports and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. COMPLIANCE WITH ALL LAWS
Contractor shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Contractor shall conform to applicable City,
county, state and federal laws, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the Parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terms
of this Agreement shall govern.
32. AMENDMENTS
12
• 0
This Agreement may be modified or amended only by a written document
executed by both Contractor and City and approved as to form by the City
Attorney.
33. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
34. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
35. EQUAL OPPORTUNITY EMPLOYMENT
Contractor represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
36. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
13
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By: zl'�- ( - !'�
Aaron .Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
By /d% .
kA
LaVonne Harkless,
City Clerk
Attachments:
CITY OF NEWPORT B CH
A Municipal Corporati
By:
Don Webb
Mayor
for the City of Newport Beach
CONSULTANT:
By:
(Corporate O icer)
Title: President
Print Name: Chris hr'sty
By:
_ V
(Finani Officer)
Title: Treasurer
Print Name: Carlos Garcia
Exhibit A — Statement of Qualifications
Exhibit B — Schedule of Billing Rates
F:\users\cat\shared\Ag\On-Call\Template.doc
Fran: • IV14 /2006 16:14 #026 P.0011023
DOTY BROSIN
Construction Company
CA Lie #275024
August 14, 2006
FAX COMMUNICATION: 949.646.5204, 25 pages
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Attention: Cindy Asher
Reference : Request for Information
Dear Ms. Asher.
FMBff IK
Please forgive the delay in my submission of information to you. I hope that the information and
documents that I am submitting will provide you with the information that you are seel®g regarding our
company. Of course, should you have any questions or require further information please do not hesitate
to call our office.
Doty Bros. Equipment Co. ("DBEC ") is a general contractor, and has beea.in business for over
70 years,- DBEC has current active California contractor's licenses as follows, A- General Engineering, C-
10 Electrical, C-12 Earthwork and Paving, C -16Fire Protection and C-42 Sanitation Systems. We also
maintain current active licenses in the State of Arizona as follows, A- General Engineering, LI 1-
Commercial Electrical and L16 Fire Protection.
DBEC is primarily apipeline oonttasdor, wit&... �nitKd, n. o l distinct divisions
as follows: Water and Was6erwater, EIe�ricej,Ua (&y u ; i Ilaleetrioal
Instrumentation and Controls; the later primarily performing work on water treatment plants and power
plants.
Our Division Managers individually bring industry knowledge, specialty experience and training,
forming the firm foundation of our company's strength. Collectively, they bring their expertise with
decades of solid professional relationships in each of their respective specialties with customers,
subcontractors and material suppliers to DBEC. Such knowledge and relationships are key to building
the foundation of cooperation and teamwork that it takes in order to successfully bring a project to a
timely and profitable completion.
DBEC performs approximately 65M in revenue annually. Its customer base is broad and
encompasses customers ranging from small, time and materials jobs for a broad scope of customers (work
in the $5,000 - $50,000 range), to large negotiated lump sum contracts and public works bid jobs ranging
from $50,000 to $10,000,000 and up. Our customer base is inclusive of some Fortune 500 companies,
and includes publicly held companies as well as private industry. We are an approved contractor for
Souther California Edison as well as Southern California Gas Company (Sempra) and its affiliated
companies.
We support our customers as a general contractor, as well as bringing specialized support to
projects'as a subcontractor for many of Souther California's large established general contractors. The
list of our blanket contract customers and project specific projects by division, attached, will serve to
display some of our successful jobs and relationships and should provide you with a substantial overview
of our abilities.
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 8646566 Fax: (562) 864-6052 www.dotybros.com
From: •
City of Newport Beach
Attn: Cindy Asher
August 14, 2606
Page 2 of 2
(4/2006 16:14 #026'.P.002/023
DBEC is a certified MBE company. We have obtained certification from the Southern California
Minority Business Development Council; Inc, and the Supplier Clearinghouse for the Utility Supplier
Diversity Program of the CUPC, and copies of our certificates are attached for your files and records.
DBEC is a union signatory contractor, and maintains current labor agreements with the
Carpenters, Laborers, Cement Masons, UA District Council 16 (plumbers and fitters), UA Local 250
(Shortline Agreement, product pipetine4 Operating Engineers and Teamsters.
DBEC's bonding capability is strong, with $20,000,000 available for any one single project, with
a program aggregate of $50,000,000. We have a long term established relationship with our surety
company.
Known throughout Southern California as a dependable and professional company, who brings
quality workmanship to every project, we take particular pride in the strength of our Safety Program.
DBEC's Safety Policy has equal importance with our policies of providing the best quality and most
productive construction services in the industry. It is our goal to completely eliminate accidents and
injuries. Because of the many different hazards in the construction industry, we must maintain a constant
safety awareness to achieve this goal. no success of the DBEC Safety and Health Program depends on
the sincere, constant, and cooperative effort of all company officials, management, and employees and
those of each subcontractor. Active participation by all of its personnel serve to make it a consistent
success. Our crews have extensive experience working safely and efficiently in highly congested areas
(urban and suburban) and rural cross - country environments.
We thank you for your inquiry, and welcome the opportunity to bring our professional services .
and quality workmanship to the City of Newport Beach. If you should have any questions or require
further information please do not hesitate to call our office. You can call me direct at 562.345.1457, my
fax number is 562.864.3480, and my email address is sdennisQclotvbros.com.
Should you wish to speak to any of our Division Managers direct, their contact information is as
follows:
Water Division
Phil Dennis
562.345.1498
Wastewater Division
Henry Barber
562.345.1462
Oil/Gas Division
Henry Barber
562345.1462
Electrical I &C Division
John Phillips
562.345.1444
Underground (dry utilities)
John Goddard
562.345.1468
Thank you again for your inquiry, we look forward to assisting you with your construction needs.
Verytrul yours,
andy Dennis
Contracts Manager
Attachments
From:
• 04/2006 16:14 #026 P.003/023
DOTY BROS. EQUIPMENT CO., ( "D$EC")
Project References
Electrical Instrumentation and Sontrols Division
DBEC Customer: Filanc / HDR Design Builders
Project Owner. West Basin Municipal Water District
Proj ect Title: Phase IV Expansion
Project Description/location: Provide and install electrical components, instrumentation and controls.
Project located at Hughes Way, El Segundo, CA.
Contract Price: $4,637,650.00
Customer Contact: Vince Diar, Project Manager (760 )941 -7130
Customer Address: 4616 North Avenue, Oceanside, CA 92056
Architect/Engineer: HDR
DBEC Job No: 60354001
DBEC Performance Period: March 2004 — May 2006
DBEC Customer. Griffith Company
Project Owner. City of Los Angeles Department of Public Works
Project Title: Los Angeles / Glendale Nitrogen Removal Conversion Project, Phase 1, W.O.
SZLI1133
Project Description/Location: Provide electrical demolition, electrical installation and instrumentation.
Project located at 4600 Colorado Blvd., Los Angeles, CA .90039.
Contract Price: $1,200,750.00
Customer Contact Walt Hitch, Project Manager (562 )929 -0150
Customer Address: 12200 Bloomfield Avenue, Santa Fe Springs, CA 90670
Architect%ngineer. City of Los Angeles
DBEC Job No: 6035 -4009
DBEC Performance Period: June 2004 —July 6, 2006
DBEC Customer.
Archer Western Contractors, Ltd.
Project Owner:
Eastern Municipal Water District
Project Title,
Hemet Water Filtration Plant
Project Description/Location:
Provide and install electrical and instrumentation including electrical duct
banks complete with excavation, rebar, backfill and concrete, electrical hand
holes, manholes and pull boxes and appurtenant work. Project located at
1283 N. Kirby, Hemet, CA.
Contract Price:
$4,037,289.73
Customer Contact
George Foote (951)537 -5500
Customer Address:
8775 Aero Drive, Suite 335, San Diego, CA 92123
ArchiteWEngineer.
Carollo Enghteers
DBEC Job No:
6035 -4014
DBEC Performance Period:
December 2004 —April 2006
The information provided herein is confidential. By accepting the information, Owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 06/03/06 CA C.L. 273024
Page 1 of 3
From: + C94/2006 16:14 #026 P.004/023
DOTY BROS. EQUIPMENT CO., ( "DBEC")
Project References
Electrical Instrumentation and Controls Division
DBEC Customer:
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact:
Customer Address:
Architeet/Engmeer.
DBEC Job No:
DBEC Performance Period:
DBEC Customer:
Project Owner.
Project Title:
Project Description4A)cation:
Contract Price:
Customer Contact:
Customer Address:
Architeet(Engineer:
DBEC Job No:
DBEC Performance Period:
DBEC Customer.
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact:
Customer Address:
ArchitecNEngineer:
DBEC Job No:
DBEC Performance Period:
Kiewit Pacific Co.
City of Los Angeles
D.C. Tillman Water Reclamation Plant — Nitrogen Removal Conversion W.O.
SZD11127 & SZD11152
Provide demolition, furnish and istall electrical and instrumentation
including fiunish, setting and testing of large VFD's and equipment
enclosures, motors; installation of in -line instruments; three equipment
enclosures, connection and testing and other appurtenant work.. Project
located at 6100 Woodley Avenue, Van Nuys, CA 91406.
$5,948,837.00
Thomas Baulisch (562)946.1816
10704 Shoemaker Avenue, Santa Fe Springs, CA 90670
City of Los Angeles
6035 -4004
May 2004 —June 2005
City of Los Angeles Department of Public Works
Same
Los Angeles / Glendale Water Reclamation Plant (LAGWRP) Backup Power
(C1P -4114)
Installation of a 2000 kw emergency backup generator with backup
switchgear including slructuralleivil work. Project located at 4600 Colorado
Blvd., Los Angeles, CA 90039
$909,000.00
Alfred Mata, Project Manager (310)648-6112
200 N. Spring Street, Rm. 335, City Hall, Los Angeles, CA 90012
City of Los Angeles Department of Public Works
6035 -4007
April 2004 — January 2005
J.R Filanc Construction Company, Inc.
San Bernardino Valley Municipal Water District
Foothill Pump Station
Provide and install electrical and instrumentation. Project located 30447
Cone Camp Road, Highland CA 92346
$1,146,170.00
Mike.Monden, Project Manager (760)941 -7130
4616 North Avenue, Oceanside, CA 92056
Black and Veatch
6035 -4006
April 2004 — November 2004
The information provided herein is confidential. By accepting the information, Owner /Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confid=M and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 06105106 CA C.L. 273024
Page 2 of 3
Fran: • 004/2006 16:15 #026 P.005/023
DOTY BROS. EQUIPMENT CO., ( "DBEC')
Project References
Electrical Instrumentation and Controls Division
DBEC Customer:
City of Los Angeles Board of Public Works
Project Owner
Same
Project Title:
Construction of the Terminal Island Treatment Plant MTP) Emergency
Backup Power (CIP -5136) W.O. SZT11164
Project Description&ocation:
The Terminal Island Treatment Plant is the site of one of the world's most
technologically advanced water reclamation treatment systems. Over the past
10 years construction has been ongoing in order to develop a facility that
would include microfiltration followed by reverse osmosis technology. The
23M project is now completed, and provides the most advanced, new,
conventional deep -water ocean outfall to discharge Terminal Island's
secondary effluent The facility is now fully operational and is capable of
processing 4.5 MGD. DBEC bid and was awarded the installation of the
Emergency Backup Power portion of the project DBEC's work included
replacing the existing single generator with two (2) generators providing 1500
KW of backup power each at 4160 volts. This work consisted of integrating
temporary backup power to facilitate the removal of the existing generator in
order to perform the upgrade. Backup power was maintained during all
constriction ensuring that treatment of both domestic and industrial sewage
continued without interruption, requiring the use of temporary generation that
DBEC provided. Project located at 445 Perry Street, San Pedro, CA.
Contract Price:
$2,142,505.00
Customer Contact:
Karen Dupree (213)580 -5013
Customer Address:
200 N. Spring Street, Room 355, City Hall, Los Angeles, CA 90012
Architect(Engineen
City. of Los Angeles
DBEC Job No:
6035 -3002
DBEC Performance Period:
December 2003 — November 2004
The information provided herein is confidential By accepting the information, Owner /Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros Equipment Co., (2) hold tbe.information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 06/05106 CA C.L. 273024
Page 3 of 3
From: • 0 4/2006 16:15 #026 P.006 /023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Oil / Gas Division
DBEC Customer.
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
Architect(Eagineer:
DBEC Job No:
DBEC Performance Period:
DBEC Customer.
Project Owner.
Project Title:
Project D&scription/Location:
Contract Price.
Customer Contact
Customer Address:
ArchitecUEngineer.
DBEC Job No:
D13EC Performance Period:
DBEC Customer:
Project Owner:
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
ArchitectlEngineer:
DBEC Job No:
DBEC Performance Period:
City of Long Beach
Same
P.O. POEN05000006, Req. RQEN05000021, Abandon Line
Abandon section of 12" natural gas main and inaccessible 12" natural gas
valve under Ocean Blvd. between Pico Ave. and the Gerald Desmond Bridge,
and install a replacement section of natural gas main, west of the Los Angeles
River.
$52,650.00
Stephen Bateman (562)570 -2000
2400 East Spring Street, Long Beach, CA
City of Long Beach
2050 -5008
June 2005
ChevronTexaco
Same
Hawthorne Relocation Project, Service Order 4557862
Relocate and remove pipelines along Rosecrans Blvd. in El Segundo and
Hawthorne. Work included installation of pipeline's for storm drain, offsets,
routing of lines over storm drain, run construction pigs prior to tie -ins, remove'
storm drain and piping interfering with route of lines and tie -ins.
$2,913,82100
KeithHolfus (281)596 -3513
2811 Hayes Road, Houston, Texas 77082
ChevronTertaeo
207014155
July 2004 — April 2005
Advanced Engine Technologies Corp. (AETC)
Orange County Sanitation District
Turbocharger Modification and Emission Reduction Project, OCSD Contract
J -79
Install piping from basement to turbo charge, insert flanged balancing valve
into pipe, insert flanged balancing valve in JW header before the piping split
and after turbo charger inlet supply take off, install coupling on new piping to
prevent vibration, re- install instrtntentatioh as needed in compliance with
OCSD specs, and Cooper off engine piping specs. Project located at OCSD,
Fountain Valley, CA.
$168,944.00
Joel Howerton (510)614 -6340
1655 Alvarado Street, San Leandro, CA 94577
Orange County Sanitation District
2077-4001
October 2004 — November 2004
The information provided herein is confidential. By accepting the information, Owner /Contractor agrees to (1) use the infommEtion.Only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest conhdencc, and (3) not
use or disclose the infbrniation in any way adverse to Doty Bros. BViprnad Co., except as may be required by law.
Rev. 08114106 CA C.L. 273024
Page 1 of 7
From: • (f4/2006 16:15 #026 P.007/023
DOTY BROS. EQUIPMENT CO., ( "DBEC')
Project References
Oil / Gas Division
DBEC Customer: Southern California Gas Company
Project Owner. Same
Project Title: Retrofit Various Pipelines, Release Order No. 5500001535 (under BIanket
Pipeline Transmission Agreement)
Project DescriptionQ.ocarion: Retrofit operations on various transmission pipeline systems requiring demo
work, excavation, out and remove lines and header piping, purging lines, seal
weld abandoned lines, fabricate and hydrutest and install lauilcher and
receiver valve assemblies and distribution valves with assoc. piping and
fittings and all appurtenant work. Project located various sites, Los Angeles.
Contract Price: $870,112.00
Customer Contact: Gary Rohrer (818) 701 -3223
Customer Address: 9400 Oakdale Avenue, Chatsworth, CA 91311
Architect/Engineer: Southern California Gas Company
DBEC Job No: 2050 -4047
DBEC Performance Period: May 2004 — October 2004
DBEC Customer:
Southern California Gas Company ( "SCG')
Project Owner.
Same
Project Title:
Retrofit Line 2000, 2002 and 2003, Release Order 5500001491 (under
Blanket Pipeline Transmission Agreement)
Project Description/Location:
SCG needed to retrofit their existing lines in several locations to receive a
smart pig. (A smart pig is an instrument that is pushed by the product of the
line; gas, at approx. 2 — 4 mph.) This allows SCG to examine the line for
internal and external damage. The smart pig takes a reading of the wall
thickness and pinpoints the location of any possible damage to the line. The
retrofit project was necessary because the existing lines had fittings that were
too short of a radius for the smart pig instrument to go through; in addition
there were valves that required replacement. The work included upgrading
stations where transmission and distribution lines intersected. This requited
sensitive and accurate coordination so that no customer receiving gas would
be interrupted of their service. The tie -in's for the new installations were
done as hot tie -in's (gas pressure dropped and maintained at a controlled
pressure, and the lines cut and welded in a "hot" condition.) The welding was
100% x -rayed and the lines were brought up to working pressure. DBEC then
backfilled, restored the street, sidewalk, curbing, etc. back to original
condition. Project located at various sites, in Pico Rivera, Montebello, CA.
Contract Price:
$879,298.82
Customer Contact
Gary Rohrer (818)701 -4547
Customer Address:
9400 Oakdale Avenue, Chatsworth, CA 91311
Architect/Engineer:
Southern California Gas Company
DBEC Job No:
2050 -4035
DBEC Performance Period:
April 2004 — September 2004
The information provided herein is confidential. By accepting the information, Owner /Contractor agrees to (1) use the infomation only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14 /06 CA C.L. 273024
Page 2 of 7
From: • (154/2006 16:15 #026 P.008/023
DOTY BROS. EQUIPMENT CO., FI)BEC )
Project References
Oil / Gas Division
DBEC Customer. Weston Solutions, Inc.
Project Owner. Air Force Cuter for. Environmental Excellence ( AFCEE)
Project Tide. Installation of Pipeline Loops
Project Description /Location: Install insulating flanges and loop lines on aviation fuel pipeline system. A
challenge for this project included the necessary dewatering of the ditch.
during high tide in order to continue performance and meet the project
schedule. Hydrotested 4-000 If line running ac nogg the bay. Project located in
San Pedro, CA.
Contract Price: $502,124.00
Customer Contact: Brian Randall, Contract Administrator. (610)701 -7312
Customer Address: 1400 Weston Way, West Chester, PA 19380
Architect/Engineer: AFCEE
DBEC Job No: 20704003
DBEC Performance Period: February 2004 — September 2004
DBEC Customer.
The Port of Long Beach
Project Owner:
Same
Project Title:
Cerritos Channel Dike Oil Well Re•Abandonment, Pier S, Specification HD-
92191, Contract HD -6698
Project Description&4cation:
Reabandon, cut and remove casings and piping from twenty -eight (28)
previously abandoned oil wells located along the Cerritos Channel Dike.
Project included change order work required due to previously undocumented
and unknown site conditions including deteriorated and misplaced 'casings,
and inaccurate plans. DBEC designed a custom fabricated "wash over" tool
for use to remove cement from a steel casing that was discovered was
cemented at a depth of 1851. This tool was also used to extract well casings
and pipe to a depth of approx. 130 feet. During extraction, PGM -3 was
pumped through the pipe and casings for compaction of casing and pipe void.
Project located at Pier S, Berths S102 — S 110, Long Be" CA.
Contract Price:
$9,309,882.00
Customer Contact:
D.A. Thiessen, Chief Harbor Engineer (562)437 -0041
Customer Address:
P.O. Box 570, Long Beach, CA 90801
Architect/Engineer:
The City of Long Beach
DBEC Job No:
2070 -3036
DBEC Performance Period
May 2003 —June 2004
The information provided herein is confidential. By accepting the information, Owner /Contractor agrees to (1) use the infbiwazion only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Itev. os /14/06 CA C.L. 273024
Page 3 of 7
From: • (f4/2006 16:15 #026 P.009/023
DOTY BROS. EQUIPMENT CO., ( "DBEC')
Project References
Oil / Gas Division
DBEC Customer.
Lomita Rail Terminal, LLC
Project Owner.
Same
Project Title:
Construction of Lomita Rail Terminal Ethanol Unloading Station
Project Description/Location:
DBEC built and timely completed the construction of the first Ethanol
Railroad Unloading Station on the west coast, in Lomita, California, for
Lomita Rail Terminal, LLC. With the change from MTBE additive to
Ethanol in gasoline, there was a need to bring Ethanol into the Los Angeles
basin is large quantities. The product is manufactured in the Midwest and
brought in on rail. DBEC constructed the new terminal that has the capacity
to unload 96. rail ears in a 24 hour period. The product is unloaded into two
turbine pumps . and sent to Shell Terminal in Carson, CA to be stored in tanks
as the new additive for gasoline. DBEC was instrumental in assisting the
owner and architect/engineer in developing the scope changes necessary in
order to meet the code requirements of the city, which was accomplished
during construction, yet there was no delay to the completion of the project.
The project incorporated civil, process mechanical and electrical work.
Contract Price:
$12,500,000.00
Customer Contact:
Michael R. Curry (28I )291 -0510, (816)5245774
Customer Address:
5100 Underwood Road, Pasadena, Texas 77507
Ar+chibectTinginees:
Spec Services
DBEC Job No:
2070 -3023
DBEC Performance Period:
March 2003 — June 2004
D13EC Customer. Southern California Gas Company
Project Owner. Same
Project Title: Transmission Piping, Release Order 5500001268 (under Blanket Pipeline
Transmission Agreement)
Project Description: Project bid and 'awarded originally for the installation of approx. 360' of 30"
casing, and 340' of 20" pipe, and abandon old pipeline. Due to unforeseen
changes in the scope of work, change orders included jack-bore in Ventura
under the freeway, and umnticipated directional drilling obstructions.
Contract Price: $1,061,109.00
Customer Contact Jim Reed, Project Manager (818)700 -3892
Customer Address: 9400 Oakdale Avenue, Chatsworth, CA 91311
Architect/Engineer. Southern California Gas Company
DBEC Job No: 2050 -3065
DBEC Performance Period: September 2003 — April 2004
The information provided herein is confidential. By accepting the information, Owner/Contracwr agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14106 CA C.L. 273024
Page 4 of 7
From:
0 C04/2006 16:16 #026 P.010/023
DOTY BROS. EQUIPMENT CO., ("DBEC ")
Project References
Oil / Gas Division
DBEC Customer:
Shaw Environmental, Inc.
Project Owner.
United States Army Corps of Engineers ("USACF )
Project Title:
Prime Contract No. DACA45 -98 -D -0003, General Construction Services for
Pipeline Repair, Defense Fuel Supply Point, Point Loma Fleet Industrial
Supply Center; P.O. 218406 OP
Project Description/Loeation:
Complete pipeline and site preparation for removal and replacement of valves
at various vaults of the 8" fuel line connecting the Point Loma and Miramar
fuel farms; including abandonment of valve, rework piping to raise valve to
Project Title:
above ground status in order to return the pipeline to operation for deliver of
Project Description:
fuel to MCAS Miramar and Point Loma fuel farms, San Diego, CA.
Contract Price:
$325,778.67
Customer Contact:
Frank Magaro (619)533 -7307 (corporate (412)380-4288)
Customer Address:
1230 Columbia Street, San Diego, CA 92101 (corporate, 2790 Mosside Blvd.,
Monroeville, PA 15146)
Architect/Engineer:
MACE
DBEC Job No:
2070 -3079 and 2070 -3064
DBEC Performance Period:
July 2003 — November 2003
DBEC Customer:
Varee (formerly Endress & Hauser Systems & Gauging, Inc.)
Project Owner:
Subcontract with customer represents terms and conditions applicable for
work performed under two owner contracts between Varec and its customer,
the federal government, under GSA Contract GS -lOF -0364 BPA SP0600-02-
A- 5210; and BPA - 5210 -09. These contracts support work that DBEC has
performed at the Point Loma Defense Energy Support Center (DESC); DESC
Travis Air Force Base; DESC MCAS Miramar, Defense Fuel Supply Point
(DFSP) San Pedro.
Project Title:
Various, see below
Project Description:
DBEC has performed various tasks via Purchase Orders issued for work bid
and awarded; at the various above listed locations. The work has included,
but is not limited to the following projects: (i) Install Velcom Pressure Vessel
on DFM Pipeline; (ii) Repair High Speed Fueling Pit #1 at MCAS; (iii) Install
Valves and Electrical at DFSP San Pedro; (iv) FS11 Tank Repairs and
Upgrades Point Loma
Contract Price:
DBEC has contracted and performed work during the term of its agreement
totaling approx. $2,000,000.00
Customer Contact:
Marty Favero (contract administration) (770)810 -9336
Customer Address:
5834 Peachtree Corners East, Norcross, Georgia 30092
ArchiteedEngineer:
Various
DBEC Job Nos:
Multiple, various
DBEC Performance Period:
Performance from contact effective date of September 27, 2002 through
December, 2004
The information provided herein is confidential. By accepting the information, Own&Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 5 of 7
From: i *4/2006 16:16 #026 P.011/023
DOTY BROS. EQUIPMENT CO., ("DBEC").
Project References
Oil / Cyas Division
DBEC Customer.
Roberts & Schaffer
Project Owner:
Oxbow Carbon and Minerals LLC
Project Title:
Petroleum Coke Storage Facility
Project Description:
Oxbow Carbon is the nation's leading exporter of petroleum coke through the
Port of Long Beach, moving over 2M tons annually, and the Los Angeles
Export Terminal (LAXT) is the leaseholder operating this facility on Terminal
Island in San Pedro, CA. DBEC as a subcontractor to Roberts and Schaffer
constructed 65% of the Petroleum Coke Storage Facility, providing the
concrete foundations for the petcoke storage building, concrete foundations
for the truck dump, reclaim feeder, conveyor transfer towers, conveyor bent
foundations, conveyor 5 transfer station footings construct the truck dump
retaining wall, MCC equipment pads, install underdrain piping including
HDPE piping, remove and relocate D.I. water piping and install the 24"
culvert
Contract Price:
$1,625,000.00
Customer Contact:
Brad Babcock (310)519 -1130
Customer Address:
5225 Wiley Post Way, Ste. 300, Salt Lake City, Utah
Architect/Engineer-
Roberts & Schaffer
DBEC Job No:
2010-1004,2010-1005
DBEC Performance Period:
October 2001 —January 2002
DBEC Customer.
Wilbros Engineering
Project Owner:
U.S. Department of Defense, Defense Energy Support Center (DESC)
Project Title:
Automated Fueling Facility
Project Description:
The overall project was awarded to Wilbros for the design, installation,
commissioning, operation and maintenance of one fueling point on the U.S.
Marie installation near 29 Palms, California. The facility has the capacity to
store 475 bbls of bio- diesel fuel, 1,400 bbl of JP -8 fuel for ground vehicle use
and 570 bbls of unleaded gasoline. The site is capable of fueling 50 wheeled
vehicles per hour with tank capacities up to 100 gallons plus eight tracked
vehicles per hour. As subcontractor, DBEC constructed the project consisting
of a loading facility to fill tankers, a control building to house electronic
equipment, air compressor, small workshop and an office, installed double -
walled fiberglass, underground storage tanks that are equipped with leak
detection systems, inventory control measuring equipment and submergible
pumps, four JP -8 dispensers for wheeled vehicles, two biodiesel dispensers
and four unleaded gasoline dispensers and a canopy network covering all
dispensers, bulk loading points and the building. DBEC subcontracted the
backup, alternator and battery backup system portion of the-project.
Contract Price:
$1,650;000.00
Customer Contact:
Jim Ault (918)496-0400
Customer Address:
2087 East 71 Street, Tulsa, Oklahoma 74136
ArchitectTaugineer:
Wilbros Engineering
DBEC Performance Period:
July 1999 — June 2000
The information provided herein is confidential. By accepting the information, owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L 273024
Page 6 of 7
From: • 04/2006 16:16 x'026 P.012/023
DOTY BROS. EQUIPMENT CO., ("DBEC ")
Project References
Oil/ Gas Division
The below two projects were performed under separate contracts with the owners listed, but in conjunction
with each other, as the project specification/description will explain. The performance period for both of these
jobs was from winter of 2000, and completed in 2001; overall performance period of five (5) months
collectively.
DBEG Customer. Tosco
Project Owner: Same
Project Title: 42" Pipeline Relocation
Project Description: Relocate 4800' of 42" crude oil line. The line was relocated and removed to
allow for the future restructure of Pier `S' for container storage. The new
section of line was laid and. tied -in after the existing line was pigged,
removing the product. One new section of the 42" line was concrete coated
after it was laid to prevent floatation when the line became empty. The job
was'preformed on schedule and without any safety incidents.
Contract Price: $2;300,000.00
Customer Contact: Bill Orr (310)326 -7561
Customer Address: 2650 West Lomita Blvd., Torrance, CA
Architect(Engineer: SPEC Services
DBEC Customer:
Southern California Edison
Project Owner.
Same
Project Title:
Pier S Pipeline Relocations
Project Description:
Relocate 2300' of twin 24" crude oil lines and construct mechanical piping
and equipment pads. The 24" relocation was also done to accommodate the
Pier 'S' restructure. The 24 "line, after it was laid, was tied -in to the Edison
facility. This required above ground piping and insulation of the piping and
valves. The job was preformed within Southern California Edison's schedule.
Contract Price:
$1,300,000.00
Customer Contact:
Dave Nicholson (310)223 -1918
Customer Address;
2500 E. Victoria St., Compton, CA
Architect/Engineer:
Southern California Edison
The information provided herein is confidential. By accepting the information, Owner/Contractor agrees to (1) use the information only
for purposes of evabiano the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information m any way adverse to Doty Bros Equipment Co., except as may be requited by law.
Rev. 08/14/06 CA C.L. 273024
Page 7 of 7
From: 0 1/2006 16:16 4026 P.013/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Underground Division
The Underground (utility) Division of DBEC performs a significant portion of its work for customers with
which it maintains blanket or term contracts. The first three of the below listings represent just such contracts.
Work for each of these customers is bid, and if award is made, it is performed under the terms of the current
contract. The contract price listed represents an average of the value of the work performed on an annual
basis.
DBEC Customer:
City of Los Angeles Department of General Services
Project Owner.
Same
Project Title:
Supply Contract Number 57452, Installation of PVC Conduits
Project Description/Location:
Various, Los. Angeles
Contract Price:
$1,300,000 annually
Customer Contact:
Jackie G. Antonio, Procurement Analyst (213)847 -0723
Customer Address:
Room 110, City Hall South, 111 East First Street, Los Angeles, CA 90012
Architect/Engineer:
City of Los Angeles
DBEC Job No:
Various
DBEC Performance Period:
1994 - Current
DBEC Customer.
SBC
Project Owner:
Same
Project Title:
Outside Plant Labor/Engineering Services, Contract 1058PB
Project Description/Location:
Various, Southern California
Contract Price: .
$2,000,000 annually
Customer Contact:
LJC (Lana) Bess, Technical Manager (9117972 -3771
Customer Address:
3707 Rings Way, Room C33A, Sacramento, CA 95851
Architect/Fmgineer.
SBC
DBEC Job No:
Various
DBEC Performance Period: August 1988 — Current
DBEC Customer:
Verizon
Project Owner:
Same
Project Title:
Outside Plant Services
Project Descnption/Location:
Various, Southern California
Contract Price:
$1,000,000 annually
Customer Contact:
Bill Warren, Contract Administration
Customer Address:
11 S. 0 Street, Redlands, CA
Architect/Engineer:
Verizon
DBEC Job No:
Various
DBEC Performance Period:
1988 - current
The information provided herein is confidential. By accepting the reformation. Owne r/Omm -attar agrees to (1) use the information only
for purposes of evaluating the bid submittal by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) cot
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08114106 CA C.L. 273024
Page i of
From: 0 081/2006 16:16 M P.014/023
DOTY BROS. EQUIPMENT CO., ( "DBEC
Project References
Underground Division
DBEC Customer: Palp, Inc., dba Excel Paving Company
Project Owner: City of Los Angeles Board of Public Works
Project Title: EDA Chandler Blvd. and Lankershim Blvd. Widening, W.O. E1904193
Project Description/Location: Installation of underground conduit and vaults including trenching, casing
conduits, provide and install manholes. Project located in the City of Los
Angeles, on Chandler Blvd. between Vineland and Lankershim Blvd.
Contract Price: $711,883.00
Customer Contact: Bob Pace (562)599 -5841
Customer Address: 2230 Lemon Avenue, Long Beach, CA 90806
Architect/Engineer: City of Los Angeles
DBEC Job No:. 4030 -5084
DBEC Performance Period: July 2005 — December 2005
DBEC Customer.
Webcor Builders
Project Owner.
Beverly Hills Luxury Hotels, LLC
Project Title:
Montage Hotel, Public Gardens, Residences and Parking Development,
Project Description/Location:
Subcontract No. 64502002600A
"Oct DescaiptiowLocation:
Install all power (SCE), telephone (SBC) and CATV relocation including
Customer Contact:
conduit banks, vaults, manholes, handholes, lids and materials. Project
Customer Address:
located in Beverly Hills, CA.
Contract Price:
$475,540.00
Customer Contact:
Tim Maxwell (213)239 -2800
Customer Address:
951 Mariners Island Blvd., 7fh Floor, San Mateo, CA 94404
Architect/Engineer.
Hill Glazier Architects
DBEC Job No:
4030 -5088
DBEC Performance Period:
July 2005 — March 2006
DBEC Customer:
City of Laguna Beach
Project Owner.
Same
Project Title:
Underground Utility Assessment Districts 99 -02 and 99-04
Project Description/Location:
Install underground utilities. Project located in Laguna Beach, CA
Contract Price:
$2,750,000.00
Customer Contact:
Joe Chiquete, Project Manager (949)497 -3311
Customer Address:
505 Forest Avenue, Laguna Beach, CA 92651
Architect/Engiuea•
City of Laguna Beach
DBEC Job No:
Various
DBEC Performance Period:
April 2003 — Current
The information provided herein is confidential. By accepting the information, OwnedContractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 2 of 3
From: 0 001/2 16:17 #026 P.015/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Undergryund Division
DBBC Customer.
Rudolph and Sletien, Inc.
Project Owner.
CIM / Pico, L.P.
Project Title:
Midtown Crossing Project (multiple phases), R&S Job 2894
Project Descriptiona- ocation:
DBEC is providing subcontract support, contracted separately for each phase
Project Description/Locatiow
of construction of the Midtown Crossing Project. Project is a commercial
development including the construction of an MTA bus terminal facility.
DBEC is providing site utilities and installing 4000 if of pipeline; manhole
structures and catch basin. Project located in Los Angeles, CA.
Contract Price.
$1;000.000.00 (two subcontracts)
Customer Contact:
Thomas Gibbons (323)857 -6337 Oobsite phone)
Customer Address:
989 East Hillsdale 131vd., Ste. 100, Foster City, CA 94404
Architeet/Engineer:
Perkowitz & Ruth Architects
DBEC Job Nos:
50904017,5075-5003
DBEC Performance Period:
November 2004 — January 2006
DBEC Customer.
ABB, Inc.
Project Owner.
City of Burbank
Project Title:
(i) Hollywood Way Off Ramp and Switching Station, (ii) Verdugo (Capon)
Switching Station
Project Description/Locatiow
DBEC supported both of these projects as a subcontractor for each providing
all structutai concrete work, conduit, duct banks, cable trench and vaults for
new switching stations, and on project (i), re-routed the freeway offiamp and
built retaining wall. Projects located in Los Angeles at project title locations.
Contract Price:
$5,616,251.00 combined
Customer Contact:
Robert McCorkle, Project Manager (919)856 -3930
Customer Address:
940 Main Campus Drive, Suite 400, Raleigh, North Carolina
Architect/Engineer.
Duke Engineering Services
DBEC Job Nos:
5030 -1036, 5010-4003,5010 -2046,5010-2038,4030-2214,4030-1018,4020-
2138
DBEC Performance Period:
January 2003 — July, 2004
DBEC Customer: CH2M Hill
Project Owner. United States Environmental Protection Agency (USE PA)
Project Title. Whittier Narrows Ground Water Treatment Facilities
Project Description/Location: . Multi - Divisional project, DBEC's scope of work included civil, process
mechanical and electrical work including 5 mi. of 24" pipeline, installation of
electrical/telemetry systems, well conditioning and appurtenant work for a
total subcontract price of 1 LSM. DBEC's -work was - performed.over. a three
year period, from 2001 to 2003. This project was contracted by the USEPA,
therefore required compliance with strict federal guidelines.
Contract Price: $11,000,000.00
Customer Contact: Leliani Tedeski, Leilani.Tedeski@ch2m.com
Customer Address: 3 Hutton Centre Drive, Santa. Ana, CA
Architect/Engineer: CH2M Hill
DBEC Job No: 5090 -1014, 5075 -2029, 5075 -1035, 4030 -1083, 4030 -1079
DBEC Performance Period: 2001 — 2003
The information provided herein is confidential. By accepting the mfomaatior6 Owner /Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bans. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information m any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 3 of 3
Fran: •
01/2006 16:17 #026 P.016M
DOTX EROS. EQUIPMENT CO., ( "DDEC ")
Project References
Water / Wastewater Divisions
DBEC Customer:
Atlas Underground, Inc.
Project Owner:
City of Los Angeles
Project Title:
Pipe Burst Sewer Line
Project Description/Location:
Replace 80' of 8" sewer with 10" HDPE in the parkway under the railroad
tracks by pipe bursting method with static-pull, using a hydraulic 'Vermeer
125 machine. Project located on 1098 Street, Compton, CA.
Contract Price.
$18,000.00
Customer Contact
Hector Loya (909)622 -7174
Customer Address:
1295 S. East End Street Pomona, CA 91766
Architect/Engineer:
City of Los Angeles.
DBEC Job No:
1075 -5064
DBEC Performance Period:
July 2, 2005. — July 13, 2005
DBEC Customer: City of San Juan Capistrano
Project Owner: Some
Project Title: Well Site No. 5 — Creek Crossing
Project Description/Location: Emergency dnwftonal bore under the creek crossing, installing 1100 If of 16"
O.D. I1DPE, 30' in depth. Challenges sktllfully met in order to perform the
project were due to the location of the work, in the wetlands, and parallel to
horse stables. A temporary sound wall was required to be constricted in
order to avoid disturbing the horses. Contractual performance was established
at 90 days, and DBEC completed the project in. 60. DBEC provided
coordinated as- bunts to assist the City in producing the final drawings.
Contract Price: $497,500.00.
Customer Contact Eric Bauman, Water Engineering Manager (949)493 -1171
Customer Address: 32400 Paseo Adelauto, San Juan Capistrano, CA 92675
Architect/Engineer. City of San Juan Capistrano
DBEC Job No: 1075 -5017
DBEC Performance Period February 2005 — March 2005
DBEC Customer:
Rudolph and Sletten, Inc.
Project Owner:
CIM / Pico, L.P.
Project Title:
Midtown Crossing Project (multiple phases), R&S Job 2894
Project Description/Location:
DBEC is providing subcontract support, contracted separately for each phase
of construction of the Midtown Crossing Project Project is a commercial
development including the construction of an MIA bus terminal facility.
DBEC is providing site utilities and installing 4000 If of pipeline, manhole
structures and catch. basin. Project located .in7xisAngeles,.CA -... ._._.
Contract Price:
$1,000.000.00 (two subcontracts)
Customer Contact:
Thomas Gibbons (323)857 -6337 Gobsite phone)
Customer Address:
989 East Hillsdale Blvd., Ste. 100, Foster City, CA 94404
Architect/Engineer:
Perkowitz & Ruth Architects
DBEC Job Nos:
50904017,5075-5003
D13EC Performance Period:
November 2004 — January 2006
The Mormation provided herein is confidential. By accepting the information, Owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidenm and (3) not
use or disclose the information in anyway adverse to Doty Bros. Equipment Co., except as maybe required bylaw.
Rev. 004/06 CA Cl- . 273024
Page 1 of 7
From: • 01W/2016 16:17 #026 P.017/023
DOTY BROS. EQUIPMENT CO., ( "DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer:
South Coast Water District
Project Owner.
Same
Project Title:
San Juan Creek Property — Phase I Site Improvements
Project Description/Location:
Site preparation for desalinization plant including introduction of prototype
method for the installation of 800 stone columns, implemented for this project
for the fast time in the United States. Columns were installed to produce soil
densification, and mitigate risks associated with liquefaction. A particular
Contract Price:
challenge during performance of this project was the necessity to move over
Customer Contact:
100,000 c.y. of dirt onsite, and perform a significant portion of the work
Customer Address:
during off-season and unexpected bad weather, at minimal cost to the client
Architect/Engineer.
while maintaining the project schedule. Project located in Dana Point and
DBEC Job No:
Laguna Beach, CA.
Contract Price:
$3,648,804.00
Customer Contact:
Robert W. Clark, P.E., Construction Manager (949)199 -4555
Customer Address:
31592 West Street, Laguna Beach, CA 92651
Architect/Engineer:
Tetra Tech, Inc.
DBEC Job No:
M804030
DBEC Performance Period:
October 2004 — June 2006
DBEC Customer:
California American Water
Project Owner
Same
Project Title:
LA -0-104 Mt. Vernon Gradient Pressure Improvements
Project Doscription/Looetion:
Installation of approx. 6,000 if of 8" — 12" pipe for relocation of water and
sanitary sewer lines, including valve abandonment and installation, main
connections, paving, and installation of pressure regulators and meter boxes.
Project located in Southern Division, Los Angeles County
Contract Price:
$718,502.70
Customer Contact:
Raul Saenz, Operations Manager (626)614 -2535
Customer Address:
8657 Grand Avenue, Rosemead, CA 91770
Architect/Engineer.
California American Water
DBEC Job No:
1075 -4915
DBEC Performance Period:
December 2004 — June 2005
DBEC Customer:
Project Owner:
Project Title:
Project Descriptionl ocation:
Contract Price:
Customer Contact:
Customer Address:
Architect/Engineer:
DBEC Job No:
DBEC Performance Period:
Walnut Valley Water District
Same
Replacement of Portion ofNo. Side Line (Phase 1), W.O. 03-2784
Install 24" main. Project located in the City of Industry, CA.
$332,451.00
Erik lEtchman, General Manager (909)595 -1268
271 S. Brea Canyon Road, Walnut, CA 91789
Walnut Valley Water District
1075 =4895
September 2004 — November 2004
The information provided herein is confidential. By accepting the information, Owner /Contractor agrees to (1) use the mfonoation only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 2 of 7
From: •
112006 16:17 #026 P.018/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer: South Coast Water District
Project Owner: Same
Project Title: Dohney Park Road Fire Flow Protection
Project Description/Location: Install approx. 1,600 If of 6" — 8" PVC C900 Class pipe, and 100 If of DI
pipe; jack in place ppe, install 19 wedge gate valves, fire hydrant, I" — 2"
copper water service, 20' of CML&C pipe, meter vault, and appurtenant
work. Project located in Dana Point and San Juan Capistrano, CA
Contract Price: $757,471.00
Customer Contact: Robert W. Clark, Project Engineer/Construction Mgr. (949)499.4256
Customer Address: 31592 West Street, Laguna Beach, CA 92651
Architect/Engineer: South Coast Water District
DBEC Job No:. 10754899
DBEC Performance Period: September 2004 — April 2005
DBEC Customer.
Moulton Niguel Water District
Project Owner:
Same
Project Title:
Recycled Water Moratorium Pipelines, Contract 2003.035
Project Description /Location:
Furnish and install approx. 5,000 If PVC C -Class recycled water pipelines and
all appurtenant work. Project located in Aliso Viejo and Laguna Niguel, CA
Contract Price:
$635,746.00
Customer Contact:
All Caperton, Engineering Assistant (949 )425 -3532
Customer Address:
27500 La Paz Road, Laguna Niguel, CA 92677 -3489
Arcbitect/Engineer:
CGvL Engineers
DBEC Job No:
1075 -4682
DBEC Performance Period:
June 2004 — September 2004
DBEC Customer.
Black & Veatch Construction, Inc.
Project Owner.
Inland Empire Utilities Agency, ("IAUA')
Project Title:
IEUA Regional Plant No. 4 Pipeline Inspection Modifications
Project Description/Location:
IEUA needed t have several of the existing 42" outfall pipeline joints welded
because they were structural joints subject to expansion and movement.
DBEC located existing manholes, and excavated and evacuated the line of
water. We then entered the 42" line using recovery equipment and air
blowers. The concrete at the existing joints was removed and the joint was
welded. After the welding, the joint was cement coated to the existing
condition. The manholes were reinstalled, backfilled and paved. Project
located in Rancho Cucamonga, CA.
Contract Price..
$45,777.00
Customer Contact:
Frank Spiezio (913)158 -2000
Customer Address:
11401 Lamar Avenue, Overland Park, Kansas 66211
Architecfi/Bnginew:
IAUA
DBEC Job No:
2070 -4010
DBEC Performance Period: February 2004 — April 2004
The information provided herein is conndemlal. By accepting the information, Owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273021
Page 3 of 7
From: • 0 !/2006 16:18 4026 P.019/023
DOTY BROS. EQUIPMENT CO., ( "DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer.
City of Azusa Light and Power
Project Owner.
Same
Project Title:
Gladstone Street 20" Water Linc/Slip Line
Project Description/Location:
Installation of 11,000 If of 20" DSR- II -HDPE water main. Project located on
Project Description/Location:
Gladstone St., Azusa, CA -
Contract Price:
$1,200,000.00
Customer Contact:
Chet Anderson (626)812 -5208
Customer Address:
729 N. Azusa Ave, Azusa, CA
Architect/Engineer:
City of Azusa
DBEC Job Nos:
1075 -3504, 1075 -3715, 1075 -3939
DBEC Performance Period:
May 2003 — January 2004
DBEC Customer:
South Coast Water District
Project Owner.
Same
Project Title:
Pacific Coast Highway Sewer Force Main and Gravity Sewer Main
Rehabilitation
Project Description/Location:
Install 10" PVC gravity sewer by jack and bore, install DI pipe, abandon
sewer main, abandon main, install PVC liner, install manholes, excavation,
backfill, removelieplace concrete/asphalt, potholing, landscaping, traffic
control. Project located in Laguna Beach, CA.
Contact Price:
$480,278.00
Customer Contact:
Joseph L. Boyle, Project Engineer
Customer Address:
31592 West Street, Laguna Beach, CA 92651
Archite6UEngineer:
South Coast Water District
DBEC Job No:
5080 -3012
DBEC Performance Period:
April 2003 — October 2003
DBEC Customer. Suburban Water Systems
Project Owner. Sam e
Project Title: Construction of a Domestic Water Well Equipment Building, SWS WO 02-
1208
Project Description/Location: Contact pump equipment bldg., including concrete, electrical, plumbing,
etc., pump base, onsite instrumentation and electrical, well discharge pipe,
landscaping. Project located at Plant 142, 1331 W. Vine Ave., West Covina,
CA.
Contract Price: $398,447.00
Customer Contact: Michael E. DeGheto, P.E. (626)543 -2500
Customer Address: 121,1, E. Center Court Drive, Covina, CA 917243603
Architect(Eagineer: Suburban Water Systems
DBEC Job No: 1075 -3316
DBEC Performance Period: April 2003 — February 2004
The information provided herein is confidential. By accepting the information, OwnedCootfwwr agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, end (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14106 CA C.L. 273024
Page 4 of 7
From: • 00/20G6 16:18 #026 P.020/023
DOTY BROS. EQUIPMENT CO., ("DBEC ")
Project References
Water / Wastewater Divisions
DBEC Customer:
Boeing Realty Corporation, (`BRC ")
Project Owner.
Same
Project Title:
Project 050260 -01, Huntington Beach — McDonnell Business Center
Project Description/Location:
Gravity and forced sewer lines and lift station installation. Project located at
Project Description/Location:
Boeing, Huntington Beach, CA
Contract Price:
$1,219,250.00
Customer Contact:
Mario Stavale, BRC Project Manager (562)593 -8143
Customer Contact:
(C.M.. Blair Fickett, Project Dimemsions, Inc., (949)176 -2246)
Customer Address:
15480 Laguna Canyon Road, Ste. 200, Irvine, CA 92618
Architect/Engineer.
Boeing Realty. Corporation
DBEC Job No:
5080 -3021
DBBC Performance Period:
February 2003 — September 2004
DBEC Customer.
Vintage Petroleum
Project Owner.
Same
Project Title:
8" West Gas Line
-Project Description/Location:
Installed 10,000 If of 8" wet SDR 32.5 gas line with HDPE, light fit, using
Project Description/Location:
subline method in accordance with DBEC's Subterra license. Project located
on South Mountain and Torrey, Piru, CA.
Contract Price:
$528,376.00
Customer Contact:
Lyn Fees (918)878 -5494.
Customer Address:
110 West Seventh Street, Tulsa, OK
Architect/Engineer
Vintage Petroleum
DBEC Job No:
1050 -3001
DBEC Performance Period:
February 2003 — May 2003
DBEC Customer:
ABB, Inc.
Project Owner. ,
City of Burbank
Project Title:
(i) Hollywood Way Off Ramp and Switching Station, (ii) Verdugo (Capon)
Switching Station
Project Description/Location:
DBEC supported both of these projects as a subcontractor for each providing
all structural concrete work, and on project (i), re -routed the freeway offramp
and built retaining wall. Projects located in Los Angeles at project title
locations.
Contract Price:
$5,616,251.00 combined
Customer Contact:
Robert McCorkle; Project Manager (919)856 -3930
Customer Address:
940 Main Campus Drive, Suite 400, Raleigh, North Carolina .
Architect/Engineer:
Duke Engineering Services
DBEC Job Nos:
5030 -1036, 5010- 4003, 5010-2046, 5010 -2038, 4030 -2214, 4030 4018, 4020-
2138
DBEC Performance Period:
January 2003 —July, 2004
The information provided herein is confidential. By accepting the_roformatioo, Owner /Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Bquonent Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 5 of 7
From: • 0 !/2006 16:18 #026 P.021/023
DOT'Y BRO& EQUIPMENT CO., ("DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer: PCL Construction Services, Inc.
Project Owner. General Mills Operations, Inc.
Project Title: Project SHAQ
Project Description/Location: Installed site utilities including fire water, domestic water, sanitary sewer,
storm drainage and process sewer systems. Project located at 1055 East
Contract Price:
Customer Contact
Customer Address.
ArchitectMzigineer.
DBEC Job No:
DBEC Performance Period:
DBEC Customer:
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
ArchiteWF,ugineer..
DBEC Job No:
DBEC Performance Period
DBEC Customer.
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
AmhitectlEngineer.
DBEC Job No:
DBEC Performance Period:
Sandhili Road, Carson, CA 90746.
$1,905,966.00
Paul Kruger, Project Manager (952)882 -9600
12200 Nicollett Avenue South, Burnsviffe, MN 55337
Washington Group International
5075 -3005
January 2003 — July 2004
City of Ontario
Same
Compressed Natural Gas (CNG) Fueling Facility at the Public Works Agency
Service Center, Contract No. UT 0102 -03
Install one 300 scfin gas compressor, one 250 kw natural gas driven engine
generator, 1,704 If of 1" compressed natural gas piping, 10 dual hose slow fill
bank at school site, modify existing on -site slow fill bank, modify existing
CNG. dispensing islands, modify electrical controls, remove and restore
existing pavement and all other appurtenant work. Project located at Public
Works. Agency Service Center, San Bernardino County, CA.
$1,019,976.00
Fernando E. Cobos, Utilities Project Manager (909)395 -2600
1425 S. Bon View Avenue, Ontario, CA 91761 -4406
CGvL Engineers
5050 -2028
May 2002 —July 2003
CH2M Hill
United States Environmental Protection Agency (USEPA)
Whittier Narrows Ground Water Treatment Facilities
Multi- Divisional project; DBEC's scope of work included civil, process
mechanical and electrical work including 5 mi. of 24" pipeline, installation of
electricalltelemetry systems, well conditioning and appurtenant work for a
total subcontract price of 11.5M. DBEC's work was performed over a three
year period, from 2001 to 2003. This project was contracteTiKthe, USEPA,_-
therefore required compliance with strict federal guidelines.
$11,000,000.00
Leliani Tedeski, LeilaM.Tedeski @ch2m.com
3 Hutton Centre Drive, Santa Ana, CA
CH2M Hill
5090 - 1014,5075. 2029,5075 - 1035,4030- 1083,4030 -1079
2001 — 2003
The information provided herein is confidentiaL By accepting the information, Owner /Contractor agrees to (1) we the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required-by law.
Rev. 08/14/06 CA C.L. 273024
Page 6 of 7
From: 0 014/2006 16:18 #026 P.022/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer. Califomia American Water — L.A. Division
Project Owner. Same
Project Title: Mount Vernon Gradient 11 Streets in Baldwin Hills
Project Description/Location: Installation of water mains in various Iocations in Baldwin Hills
Contract Price: $718,502.70
Customer Contact: Jay Burnett, (626) 614 -2535 ext. 27
Customer Address: P.O. Box 5087, Mt. Laurel, NJ 08054 -1108
Architect/Engineer.
DBEC Job No.: 1075 -4915
DBEC Performance Period: January, 2005 — November 2005.
DBEC Customer:
Southern California Edison
Project Owner.
Same
Project Title:
MVL — Wastewater Pipeline Rehabilitation
Project Description/Location:
Rehabilitation and Repair of 12" Wastewater Line. Mountainview
Power Plant, San Bernardino, CA
Contract Price:
$1,533,480.01
Customer Contact:
Jerry Evelyn, (626) 302 -5278
Customer Address:
P.O. Box 800, 8631 Rush Street Rosemead, CA 91770
Architect/Engineer.
DBEC Job No:
1075 4903
DBEC Performance Period:
9/7104 — 5118/05 .
The information provided herein is confidential. By accepting the information, Owner/Contractor agrees to (i) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Bgttipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros, Equipment Co., except as may be required by law.
Rev. 08/14106 CAC.L.273024
Page 7 of 7
From: , (4/2006 16:18 #026 P.023/023
Doty Bros. Equipment Co., . ("DBEC) maintains blanket or term contracts with many
municipalities and private customers, including some projects involving federal government
contract work. These contracts are established for the convenience of the customer, and allows
the customer to contact us for responses and provision of our service without the additional
burden of evaluation and negotiation of terms, which are pre - established and in place. Some of
these contracts are for the provision of emergency services, and our customers depend on a
timely response. Some of those companies are listed below.
Apple Valley Ranchos Water Co.
AT &T Corporation
BP West Coast Products LLC
California Water Service Co.
Cape Environmental, Inc.
Chino Hills; City of
Cucamonga County Water District
Disneyland Resort
Egailon Enterprises, LLC (SHELL)
Global Crossing Telecommunications, rnc.
Kerr -McGee Corporation
Kinder Morgan (SFPP, LP/SPPL)
Knott's Berry Farm, A Cedar Fait' L.P. Park
Laguna Beach County Water District
Los Angeles, City of Department of General Services
MCI Piuchasing, LLC
Mesa Consolidated Water District
Norwalk City of
Orange County Water District
Santa Ana, City of
Santa Clanta, City of
SBC West
Sempra Energy
Southern California Water Company
Sprint United Management Co.
STC Netcom, Inc.
Suburban Water Systems
Tidelands Oil Production Co.
Vintage Petroleum, Ind,
Walnut Valley Water District
The information provided herein-is conadeadal. By accepting the information, Owner/Contractor agrees to (1) we the Information only
for purposes of waluadag the bid submitted by Doty area. Equipment Co., (2) hold the information in strictest confident, and (3) not
use or disclose the information in anyway adverse to Doty Bros. Equipment Co., e:ceptas may be required bylaw. (11".0WIM 0
CA C.L. 273024
DOTY B S ® N
Construction Company
XHIBff Ir
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2066 TO JUNE 30, 2067
Apprentice Rates: Apprentice rates as fisted above are the highest classification prior to journeyman furl scale rates. BMng rata for Apprentice will be based an actual
classification.
Subsistence: $65.00fday
Travel Time: Customer will be advised ttravel time is applicable
Overtime Rates: Ad hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. Far Operating Engineers-
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple
time. Emergency "call outwork" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel cosh), will be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Venture, Santa Barbara, San Luis Obispo, Kem and In addition Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas band, Catalina Island, Sat Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacepa Island, including the Channel Islands Monument Rate Scale does not include Sat Diego
County.
NOTE: Wage scales are in accordance with Associated General Contractors Master Labor Agreement, and are subject to change without notice. This rate
sheet is not all Inclusive; additional classifications available If required. (v20) CA C.L. 273024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com
PAY
STRAIGHT
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMANICLASS
CODE
TIME
TIME
TIME
CRAPTSMANXLASS
CODE
77ME
TIME
TIME
CARPENTERS
OPERA77NG ENGINEERS
General Foreman
CGF
74.24
104.03
133.81
General Foreman, Appd L A
OGF
81.80
111.81
141.83
Foreman
CFM
70.91
99.02
127.14
Foreman, Appck A
OFM
79.29
106.08
136.82
Journeyman
CJM
67.57
94.02
120.47
Group 1, Appdx. A- Oder
001
71.97
97.08
122.18
Shingler
CSJ
67.79
94.34
120.80
Group 2, At prix. A - Oder
OG2
73.28
99.03
124.79
Apprentice - 8th Period (90 %)
CAB
6228
86.09
108.88
Group 8, AppcbL A - Universal
008
76.80
104.31
131.82
Group 10, Appd L A - Mechanic
OGA
77.00
104.61
132.23
Group 8, Appdx. B - Crane < 25 Tons
088
77.28
105.03
13279
MILLWRIGHTS
Group 9, Appdx S- Crane >25 Tons
089
77.57
105,47
138.35
General Foreman
CMG
75,08
105.27
135.48
Apprentice, Grp 6, Appdx A- Step 6 (90%)
OA6
72.36
98.37
124.36
Foreman
CMF
71.75
100.27
128.61
Journeyman
CMJ
66.41
9527
12213
Apprentice - 8th Period (95 %)
CM8
65.60
91.13
116.64
U.A. PIPERTTERSANELDERS
INDUSTRIAL
General Foramen
IGF
85.43
119.54
150.60
CEMENTMASONS
Foreman
IFM
80.13
111.59
140.17
Foreman
MFM
67.50
89.60
111.69
Journeyman - Welder/Fi ter
UM
72.12
99.58
124.44
Journeyman
MJM
64.89
65.85
100.69
Apprentice - Fifth Year
Vt5
57.96
80.27
100.62
F &T Machine Operator
MTO
65.41
86.47
107.53
Apprentice - SM 6 Mos. (90 %)
MAS
80.83
79.59
98.35
SHORTLINE (LOCAL 250)
Foreman
SFM
84.81
118.87
14 8.98
Journeyman (Welder/Fitter)
Sim
79.07
109.75
137.67
LABORERS
Welder Helper
SWH
44.99
.61.69
77.28
General Foreman
LGF
63.31
85.32
107.33
Pre - Helper
SPH
26.88
37.11
47.34
Foreman
LFM
61.64
82.81
103.99
Group 1 - General
LG1
54.72
72.43
90.14
Group 2- Wrapper> 6'
LG2
55.63
73.81
91.98
LrrxfrY
Group 3 - PTOANrapper < 6'
LG3
56.55
75.18
93.8-1
Foreman
UFM
63.47
69.04
113.29
Group 4 - Pipe layer, CBS
LG4
59.13
79.05
98.89
Welder
UWJ
56.91
79.19
100.15
Group 5- Blaster
LG5'
59.72
79.93
100.15
Jomeyman/Fuser
UFJ
47.84
65.56
82.45
Apprentice -6th Period (85 %)
LAG
48.12
65.30
82.49
Pipe Tradesman 0
UP2
34.99
46.57
57.07
TEAMSTERS
ELECTRICIANS /INSIDE 144REMEN
General Foreman
TGF
68.57
88.63
110.70
(Rates subject to project location & employee base location)
Foreman
TFM
64.91
88.13
107.36
General foreman
EGF
96.42
135.57
174.71
Group 2 -2A1de
TG2
61.97
81.73
101.46
Foremen
EFM
85.84
119.69
153.54
Group 3 - 3 Atie
TG3
. 62.18
82.05
101.91
Journeyman
EJM
78.96
109.38
139.79
Group 5 - Working Truck Driver
TG5
62.40
82.38
102.36
Apprentice -10th Period (85 %)
FAO
68.55
94.42
120.28
Group 6.4 or More Aide
TG6
8260
82.68
102.75
'
Group 9 - Lo-Bed
TG9
63.77
84.43
105.08
PROJECT MANAGEMENT
Subjotaneyman- 4001.60DOHrs.
TA3
46.59
60.16
73.73
Project Manager
MPM
94.94
129.87
167.72
Group 12- WED Bo=Trk Carl
TBT
85.66
68.17
110.70
Superintendent
MSP
86.18
116.09
149.94
Project Engineer
MPE
66.11
96.78
127.41
Apprentice Rates: Apprentice rates as fisted above are the highest classification prior to journeyman furl scale rates. BMng rata for Apprentice will be based an actual
classification.
Subsistence: $65.00fday
Travel Time: Customer will be advised ttravel time is applicable
Overtime Rates: Ad hours outside regularly constituted shift shall be time and one half. Sundays and holidays shall be paid at double time. Far Operating Engineers-
first four (4) hours outside regular shift, and first twelve (12) hours on Saturday is time and one half, all additional hours at double time except holidays which are at triple
time. Emergency "call outwork" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel cosh), will be billed cost plus sales tax where applicable, plus mark -up of 15%
Boundaries of Southern California Cost Plus Rates: consists of the eleven (11) counties of Los Angeles, Inyo, Mono, Orange, Riverside, San Bernardino, Imperial,
Venture, Santa Barbara, San Luis Obispo, Kem and In addition Richardson Rock, Santa Cruz Island, Arch Rock, San Nicholas band, Catalina Island, Sat Clemente
Island, San Miguel Island, Santa Barbara Island, Santa Rosa Island, Anacepa Island, including the Channel Islands Monument Rate Scale does not include Sat Diego
County.
NOTE: Wage scales are in accordance with Associated General Contractors Master Labor Agreement, and are subject to change without notice. This rate
sheet is not all Inclusive; additional classifications available If required. (v20) CA C.L. 273024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com
DOTY B90S.
Construction Company
COST PLUS RATES - EQUIPMENT
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTIVE JULY 1, 2006 TO JUNE 30,2007
HOURLY HOURL
BACKHOES RATE TRUCKS RATE
CASE 560 /JD 310 $ 38.00 PICKUP TRUCKS - MISC. TOOLS NOT INCLUDED $ 13.0
JD 710 $ 44.00 SERVICE TRUCK I4WD PICKUP - MISC TOOLS NOT INCLUDED $ 15.0
CAT 235 -TRACK MOUNTED $ 110.00 2 -3 TON - FLATBED, A- FRAME, UTILITY, HOE MOVER $ 19.0
CAT 300 -TRACK MOUNTED g 105.00 HIGHWAY TRACTOR WI4RAILER (LOWBED) + MOVE PERMIT FEES $ 41.0
CAT 345 - EXCAVATOR $ 135.00 DUMP TRUCK - 5 YARD (BOBTAIL OR FLAT BED) $ 19.0
DUMP TRUCK - 6 YARD $ 25.0
COMPACTIONEQUIPMEM 40,000 LB. TRAILER $ 16.0
ARROW (HYDRO HAMMER) $ 43.00 DUMP TRUCK - 10 YARD (10 WHEEL) .$ 27.0
54" SINGLE DRUM VIBRATING SHEEPS FOOT $ 44.00 LOWSIDE END DUMP TRAILER WITH TRACTOR $ 38.0
WATER TRUCK - (1,500 -2,006 GALS.) $ 30.0
COMPRESSORS WI90 LB. BREAKER, CLAYSPADE 6 TAMPER WATER TRUCK - (3,500 GALS.) $ 35.0
125 - 185 CFM $ 20.00
CRANES
WELDERS
BOOM TRUCK - UP TO 8 TONS
$
30.00
200 AMF, TRAILER OR SKID MOUNTED
$
15.0
BOOM TRUCK - 10 TO 11 TON
$
45.00
200 AMF, TRUCK MOUNTED
$
28.0
BOOM TRUCK - 14 TON
$
49.00
WELDING SKID - QTY. 4
$
11.0
BOOM TRUCK -23 TO 25 TON
$
54.00
GROVE CRANE - 15 -18 TON RT (OR EQUIVALENT)
$
56.00
GROVE CRANE - 28 TON
$
65.00
MISCELLANEOUS
FORKLfF75
#1178 BORING MACHINE 1 314" (PER DAY)
$
15.0
6,000 LB
$
21.00
#1177 BORING MACHINE 3112" (PER DAY)
$
20.0
20,000 LB
$
33.00
*1520 BORING MACHINE 4"-8" (PER DAY)
$
25.0
#864 BORE MOTOR (PER DAY)
$
10.0
CEMENT SAW - SMALL (PER DAY)
$
20.0
LOADERS
CEMENT SAW - MEDIUM (PER DAY)
$
25.0
SKIPLOADER - CASE 580fMF40E
$
30.00
- CEMENT SAW -LARGE (PER DAY)
$
30.0
930 CAT RUBBER TIRE LOADER
$
44.00
#846 CHAIN LINK FENCE PANELS (/ EACH / PER JOB)
$
24.0
950 CAT RUBBER TIRE LOADER
$
55.00
#847 CHAIN LINK FENCE (I FOOT/ JOB)
$
2.0
950E CAT RUBBER TIRE LOADER
$
66.00
#1085 POWER BROOM - TRACTOR MOUNTED (PER HR)
$
20.0
966C CAT RUBBER TIRE LOADER
$
61.00
#82(1 TAPPING MACHINE (WATER LINES UP TO 2" XPER INCH/PER DAY)
$
20.01
#828 TAPPING MACHINE (WATER LINES 3" TO 12") (PER INCHIPER DAY)
$
26.01
#1062 BENDING MACHINE W TO 20" PLUS SHOES & FREIGHT (PER DAY)
$
400.01
DAILY
ROAD EQUIPMEM
MfSCELLANE0U5
RATE
CAT MODEL 140 GRADER
$
78.00
#879 BARRICADES / DELINEATORS I CONES
$
1.01
VIBRATOR ROLLER, 1 TON HAND (WALK BEHIND)
$
22.00
PLYWOOD 113 REPLACEMENT COST
ROLLER - (RIDE ON)
$
28.00
SHORING LUMBER S" X, 8" X 8' 1/3 REPLACEMENT COST
FLASHING ARROW - (4 HR. MIN.)
$
17.00
SHORING LUMBER 3"X 12" X 14' 1/3 REPLACEMENT COST
TILT TRAILER I CABLE DOLLY
$ '12.00
#851 BEVELING MACH. OR EXT. LINEUP CLAMP & CUTTERS 8" -14"
$
25.01
BITELLI COLD. PLANER.-44 HR. MIN.)
$ 220.00
#839 BEVELING MACH. OR EXT. LINEUP CLAMP' CUTTERS I6" -36"
$
50.04
ZIPPER GRINDER (RATE PER DAY + MOVE -ON)
$ 350.00
#836 BUFFERS & GRINDERS
$
25.01
#6886 CEMENT MIXER
$
40.01
SIDEBOOMS I DOZERS
#650 CHAIN SAW (INCLUDES BLADES)
$
50.01
JD 450 SIDEBOOM
$
36.00
#890 CLEANING BALL
$
10.01
CAT D-6 SIDEBOOM
$
54.00
#1535 COMPACTOR (NERVOUS TURTLE)
$
150.0(
CAT 561 SIDEBOOM
$
60.00
#891 CONCRETE VIBRATOR
'$
40.0(
CAT D-7 SIDEBOOM
$
63.00
9882 CONSTRUCTION SIGNS
$
4.0(
CAT 572 SIDEBOOM
$
75.00
#878 CROSSING PLATES
$
6.21
CAT D-4 / JD 450 DOZER
$
40.00
#810 CUT -OFF SAW (INCLUDES BLADES)
$
50.01
CAT D-6 DOZER
$
74.00
#837 DEAD WEIGHT TESTER
$
60.01
EMULSION POT SPRAYER-
$
60.01
Page 1 of 2
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com
11OTY BROS.
Construction Company
FLOODLIGHT TRAALER (MERCURY VAPOR LIGHTS)
#841 FLOW LINER
#1807 GENERATOR (3.5 - 5 KW)
#842 HILTI GUN
#B38 HOLIDAY DETECTOR
#875 LADDER
LIGHT STAND
#840 MANHOLE BLOWER
#843 PIPE LOCATOR
#1834 TESTING TABLE
#853 POWER THREADER
#835 SKILL SAW (INCLUDES BLADES)
#827 TAP MACHINE -T.D. WILLIAMSON (UPT03 ")
#862 TAR POT
#892 TEST PLUG
TEST PUMP - 200 LB.
#1815 TEST PUMP 200 LB. 400 LB. SPRAGUE
#6818 TEST PUMP 5,000 LB. TRAILER MOUNTED
#845A TRANSIT - LEVEL
#8458 TRANSIT - LASER
#845C TRANSIT - THEOLITE
#877 TRENCH JACK (SCREW)
UTILITY VEHICLE (NON -HWY)
#1861 VIBRATOR PLATE (24 ")
#1860 WACKER TAMPER
#893 WALKIE TALKIES (SET OF 2)
#871 WATER HOSE 1 12" X 50'
#672 WATER HOSE 212" X 50'
#1831 WATER PUMP 7' PORTABLE
01832 WATER PUMP 3" PORTABLE
SANDBLASTER W /ACCESSORIES
WEED WACKER
DAILY
RATE
r126 00
$ 25.00
$ 50.00
$ 50.00
$ 25.00
$ 10.00
$ 15.00
$ 40.00
$ 25.00
$ 60.00
$ 85.00
$ 20.00
$ 100.00
$ 50.00
$ 10.00
$ 80.00
$ 125.00
$ 175.00
$ 25.00
$ 75.00
$ 35.00
$ 4.00
$ 50.00
$ 85.00
$ 85.00
$ 25.00
$ 6.00
$ 7.50
$ 50.00
$ 75.00
$ 125.00
$ 50.00
0
#844 EXPLOSIMETER
$
DAILY
AIR TOOLS
$
RATE
#870 AIR HOSE $14" X 50'
$
$
8.(
#868 CHIPPING GUN
(PLUS STEEL)
$
35.(
#866 CLAY SPADE
(PLUS STEEL)
$
35.(
#864 IMPACT WRENCH 1"
$
$
35.(
#858 JACKHAMMER
(PLUS STEEL)
$
351
#887 PAVEMENT BREAKER
(PLUS STEEL)
$
351
#869 RIPPING GUN
$
351
#865 ROCK JACK
(PLUS STEEL)
$
35.0
#852 ROTARY HAMMER
(PLUS STEEL)
$
50.0
#859 TAMPER
$
35.0
#880 PORTA BAND SAW
$
35.0
#844 EXPLOSIMETER
$
50.0
#914 MULTI -GAS DETECTOR I PID
$
100.0
H2S MONITOR
$
15.0
#913 TRIPOD W/HARNESS
$
100.0
4916 SCBA
$
40.0
#918 ESCAPE AIR PACK
$
25.0
RESPERATOR - HALFIFULL MASK
$
5.0
RESPERATOR CARTRIDGES (PAIR)
- $
15.0
SAFETY HARNESS
$
5.0
Page 2 of 2
11232 E. Firestone Bled., No>walk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864-6052 www.dotybros.com
FUG-09-200G 11:10 From:USI SOUTH CQpST
9493410321 To:949 6465204
P.2�10
29m
DOTY0110
ACORDS CERTIFICATE OF LIABILITY INSURANCE
U81 Imine • CIL
THIS C TE 19199UED A9 A NIA OF IONLYAND CONFERS NO RtGHT9 UPON THE
LICS 0351162"'949- 7806339(S=n)
HOLOER. TIM CERTIFICATE DOES NOTAMEND,
P O BOx 53310
ALTER THE COVERAGE AFFOROEO BY THE POLIIrvine,
CA 62619 7310
r0A
INSURED
INSURERS AFFORDING COVERAOE
Doty Bros. Equipment Co.
NsuaFaw me1lcan I a S I
11232 E. Flreslone Blvd,
NserHmB National Union Fire of PA
Norwalk, CA 90650
r�rleca American Home Assurance
�GL1558860 10/1,105 70/11/06 V+�acuc GaOW LsAmm
nG00M
B A1iTwkoftELmu+n' F�1�
X AHTATU
X Au 0r4a40 ABIOS
1C WMAUpS
X NGNOWlEOAUTOZ
x Comp $1000
AM IMOUCY
AWAaro
oxGN I, J aAHrcMAOE
omuCTMM
aerENTNM i
C TMmo W01347153 110111105
L eretlons. The City of Ne [cfals, elnptnsured as slidesai UabBRy end Workerc Compensation policies (py
CRY of Newport Beach
Public Works Dept
3300 Newport Blvd.
Newport Beach. CA 92650.8918
25 (2001(08) 1 of 2 Itn220227
ry,000,000
9
THE AMMEDESCR6%D POLM10 BE CANCELLED BEFM THE EPWA7M
TYteresuuOelsuaERWMMN Wa1MM" *,qD. BATSMTMH
CJCJC ID
11:10 From:LISIWTH COAST 9493410321
IMPORTANT
If the certificate holder is an ADOnIoNAL INSURED. the poficy(ies) must be aromed. A satement
on this cerafirate dam not confer fgma to the certgoste hoiden in am of such endorsama it(s).
If SUBROGATION IS WAIVED, "Ort to the tears and conditions or the policy, certain poaoies my
require an endofsenw-nL A statement on this certificate does not confer rights to the certificate
holder in rreu of such aka),
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not consgWte a cwftd between
the issuing msorer(sy autwrimd mPmentattve or pmdwar, and the wilificate holder. nor does it
aft mtaavety or negafively emend, extend or at" the oovemge afforded by the policies fisted urereon.
ACORD 25S ROOM) 2 of 2 au -11au e
AM -08 -2006 11:10 From:USI COAST
9493410321 0 To:949 6465204 P.4/10
ACORDK, CERTIFICATE OF LIABILITY INSURANCE OWM06 ^^n
MUM=
USI Irvine - C& TIM CERTIFICATE IS LSSUED AS A MATTER OF wmitw tmom
ONLY AND CONFERS MO RIMM UPON THE CERY R"TE
"a 0351162"49-7904339(Suzan) HOLDER. THIS CERTIFICATE DOES NCTAKEND, EXTEND OR
P O Box 63310 ALTER IM COVERAGE AFFORDED BY THE POLICIEs BELOW.
Irvine, CA 926193310
MsN2EO DISURERS AFFORDING COVERAGE NAICO
Doty Bros. Equipment Co. mmmirnk National Union Firs of AA AIG
11232 E. Firestone Blvd NSL"R m
Norwalk, CA 90650 94BURMa
MV AM
N.LOWMAUP08
OC EDMEDAUros
IW.= Is I
s
unAro
OTIERrNIN CAAW S
AUTO ONLY: f
A ufflany BEi227t26 10!11165 1W1/!06 EACN000L WNCE $600 00
• L ClArA9 yApBE x s 10 000 =
w KM o0VjgM AT$0H WC8TA
EYPLOVEWLIAMOV
Re: All O -- --_�__. _... __�
Operations. The CIry of Newport Beach. Its elected qr apiwinoad ...
art, offctafs, eieployees, agents and volunteers are named as
additional insured as respeoto to General Llablllty and Automobile
Uabitity Pollcles. Waiver of Subrogation applies to General Uability,
Automobile Liability and Workers Compansadon pollcisa. (p)
City of Newport Beach
Public Works Dept
3300 Newport Blvd.
Newport Beach, CA 92639 -9916
) BEFORETiM MOM"M
*, answmmm
1 Of 2 SM320213 _ CJCJ0 0 ACORD
ALPO= O'3 --RWG 11:11 From:USI COAST 9493410321 •To:949 6465204 P.5/10
IMPORTANT
If the oerUkata hWderis an ADDITIONAL INSURED. the pofwy(iss)must be endorsed. Astatement
oh " W11110ete does not confer rights to the oertftate holder in qeu of such endomemerd(s).
If SUBROGATION IS WANED. suh)ed to the terms and conditions of the pdi* certain males may
require. an endorsement. A statement on this oaWkate does not corder eights to the mWicate
holder in Aer of such endorsement(s).
DISCLAIMER
The Ce ificate of Insurance on the reverse" of this for rn does rot constitute a contract between
the Issuing insurer(s), aufhod and represemetivo or producer, and the certificate holder. nor does it
OWMI edvely w negstNety amend. extend or alter the coverage afforded by the policies listed thereon.
ACORD 2tiS (2vQ uMf 7 M* xu.......
FLIG -08- 2,006.11:11 From:tlSI CWST
POLICY NUMBER GLISS866o
9493410321 • To:949 6465204 P.6/10
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
A.DDMONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS
(FORM B)
na �asemmt aMirys memano, Pro�idM tolls Ihv AAbxin�
COMMERCIAL GENERAL LIABILITY COVERAGE PART
Name of Person or Organization: SCHEDULE
The City of Newport Boach, its elected or appointed off'iem, officials, employees, agents and
volunteets
RE: All Operations
(hf no entry appears above information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
WRO IS AN INSURED (Section 13) is amended to include as an insured the person or
organization shown in the Schedule, but only with respect to liability arising out of "your
work" for that insured by or for you,
PRIMARY CLAUSE ENDORSEMENT:
It is further agreed that such insurance as is afforded by this policy for the benefit of the
Additional Insored shown shall be primary hnsurance, but only as respells to any claim, toss
or liability arising out of the operations of the Named Insured and any other insurance
maintained by said Additional Insured shall be non - contributing,
CG 20 10 11 85 Copyright Insurance Semces Office, Inc. 1984
"A -08 72006 11:11 From:USI COAST
POLICY NUMBER: GLISM660
9493410321 • To:949 6465204 P.7/10
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANG13S THE POLICY. PLEASE READ IT CAREFULLY.
WAVER OF TRANSFER RIGHTS OF RECOVERY AGAINST
OTHERS
This endorsement modifies insurance provided under the following.
COMMERCIAL GENERAL LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE PART
SCHLDULE
Name of Person or Organization:
The City of Newport Beach, its elm or appointed afficas, officials, employees, ages and
volunteers
RE: All Operations
(If no entry appears above, information required to complete this endorsement will be
shown in the Declarations as applicable to this endorsement.)
We waive any right of teoovcry we may have against the person or organization shown in
the Schedule because of payments we make for injury or damage arising out of "your
work" done under a contract with that person or organisation. 'Ilse waiver applies only to
the person or organi7auon shown in the Schedule.
CG 24 04 1185 Copyright, Insurance Services Office, Ina, 1984
p.fa- 08 -2W6 51.:11 From:USWTI' CORST 9493410321 0 To:949 6465294 P.S /le
POLICY M C:A8262183
INSURED'S NAME. Doty Bros. Equipment Co.
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - DESIGNATED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCE IEDULE
Name of Person or Organization:
The City of Newport Deach, its elected or appointed offm s, officials, employees, agents and volunteers
RE: All Operations
PRIMARY CLAUSE LrNDORSEMErNT:
It is farther agreed that such insurance as is afforded by this policy for the benefit of the Additional
!neared shown shalt be primary lnsuraacc, but only as respects to any claim, loss or tiabultyarising out
of theoperatioas of the Named lmurcd and any othertasamuce maintained bya dd Addidonallnsured
shall be non - contributing
WHO 1S AN INSURED (section 11) is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of the ownership,
maintenance, or use of a covered "auto"
RUG - 08-2006 11:11 From :USI CORST 9493410321 •To:949 6465204 P.W10
POLICY A' CA9262183 C014DURCfAL AUTO
INSURED'S NAME: Doty Bros. Equipment Co.
THIS ENDORSEMENT CHANGES 7M POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - DESIGNATED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
SCHEDULE
Name of person or Organization:
The City of Newport Beach, its elected or appointed officers, officials, employees, agents and volunteers
RE. All Operations
Wo waive any right of recovery we may have against the person or organization shown in the
Schedule because of payment we make for Injury or damage arising out of "your work" done
under a contract with that person or organization. The waiver applies Only to the person or
organization shown in the Schedule.
WHO IS AN INSURED (section 11) is amended to include as an insured the person of
orpniration shown in the Schedule but only with respect to liability arising out of the ownership;
maintenance, or use of a covered "auto"
PRIMARY CLAUSE ENDORSEMENT:
This insurance is primary and any other insurance maintained by such additional insureds is non-
contributing with this insurance as respects daimsoriiabilityarising outoforresuitingfrom the acts or
omissions of the named insured, or of others for work performed by or on behalf of the.named insured.
t
"708,- 2W06,11:11 From:USI CORST 9493410321 �To:949 6465204 P.IW10
Workers Compensation and Employers Liability Insurance Policy
Policy Number. WC1347163
Pollcy Perlod: 10/11/06 to 10/11/06
Insured: Doty Bros. Equipment Co.
The Information above is required only when this endorsement is issued subsequently to
Preparation of the policy.
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT -
CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this poky. We wi
(This agreement ll
net enforce our right agalrst the person or organization named in the Schedule. ement applies
only to the Wdent that you perform work under a mitten contract that requires you to obtain this agreement
from us.)
You mus<maontsin payrotl records accurately segregating the renumerakri of your empiayees white
engaged in the work described in the Schedule.
The additional premium for this erMaraement shall be ns %of the Cal'damia makers'
compensation premium otherwise due on such renumeattion.
Schedule
Parson or organization
The Qty of Newport Beach, its elected or appointed officers, officials, employees, agents
and volunteers
RE: All Operations
Thb
endo changes the policy to which It Is atfachod and is etfeciNs on the date issued un less
011Mwis stated.
PRODUCER. USI of Southern odfbmla
WC040306 (Ed. 1-87)
CITY OF NEWPORT BEACH
roRne��
ari �nn6 CITY COUNCIL STAFF REPORT
-u I Agenda Item No. 7
September 12, 2006
TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL
FROM: Utilities Department
Pete Antista, Utilities Director
949 - 718 -3400 or pantista @city.newport- beach.ca.us
SUBJECT: PROFESSIONAL SERVICES AGREEMENT WITH DOTY BROS.
CONSTRUCTION COMPANY FOR ON -CALL EMERGENCY
UNDERGROUND UTILITY REPAIRS
ISSUES:
Should the City execute a Professional Services Agreement with Doty Bros.
Construction Company for on -call emergency underground utility repairs?
RECOMMENDATION:
Authorize the Mayor to approve an agreement with Doty Bros. Construction Company
for emergency underground utility repairs on an on -call basis.
DISCUSSION:
A request for qualifications for on -call services was requested of Doty Bros.
Construction Company (Doty Bros.). Due to the nature of an emergency requiring
immediate repair work, staff is recommending approval of an on -call agreement with
Doty Bros. to provide "as needed" emergency underground repair services. Services
will be performed and billed on a time and materials basis, based on the rate sheet
shown as Exhibit B. This agreement will formalize on -call emergency services with
Doty Bros. and lock in prices through June 30, 2007.
Doty Bros. is primarily a pipeline contractor, with its expertise in four distinct divisions as
follows: Water and Wastewater, Electrical /Underground (dry utilities), Oil/Gas and
Electrical Instrumentation and Controls; the latter primarily performing work on water
treatment plants and power plants.
0 0
Emergency Underground Utility Repairs
Approval of On -Call Professional Service Agreement
September 12, 2006
Page 2
Environmental Review:
This action requires no environmental review, as it is not a project pursuant to CEQA.
Funding Availability:
Funds for emergency repairs are available as follows:
Water — 5500 -8160 & 7501 C- 5500074
Wastewater — 5600 -8160 & 7531 C5600292
Expenditures more than $30,000 for an individual repair project will require a separate
City Council action in accordance with Policy F -14.
Prepared by:
sz
Cindy Ash6r
Administrative Manager
Submitted by:
Pete Antista
Utilities Director
Attachments: On -Call Professional Services Agreement
0 0
PROFESSIONAL SERVICES AGREEMENT WITH
DOTY BROS. CONSTRUCTION COMPANY FOR ON -CALL
EMERGENCY UNDERGROUND UTILITY REPAIRS
THIS AGREEMENT is made and entered into as of this 12th day of September,
2006, by and between the CITY OF NEWPORT BEACH, a municipal corporation
( "City"), and DOTY BROS. CONSTRUCTION COMPANY, a California corporation
whose address is 11232 E. Firestone Blvd., Norwalk, California, 90650 ( "Contractor "),
and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now
being conducted under the statutes of the State of California and the Charter of
City.
B. City has a need for on -call assistance for emergency underground utilities
services in regards to City infrastructure.
C. City desires to engage Contractor to perform on -call emergency underground
utilities services in various locations and for various City infrastructure.
D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the services described in this Agreement.
E. The principal member of Contractor for purposes of Project, shall be Dick
Freidman.
F. City has solicited and received a proposal from Contractor, has reviewed the
previous experience and evaluated the expertise of Contractor, and desires to
retain Contractor to render professional services under the terms and conditions
set forth in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned
Parties as follows:
TERM
The term of this Agreement shall commence on the above written date, and shall
terminate on the 30th day of June, 2007, unless terminated earlier as set forth
herein.
2. SERVICES TO BE PERFORMED
Contractor shall provide "On -Call" emergency underground utilities services as
described in the Statement of Qualifications attached as Exhibit "A." Upon
verbal or written request from the Project Administrator, Contractor shall provide
0 •
a letter proposal for services requested by the City (hereinafter referred to as the
"Letter Proposal "). The Letter Proposal shall include the following:
(a) A detailed description of the services to be provided;
(b) The position of each person to be assigned to perform the services, and
the name of the individuals to be assigned, if available;
(c) The estimated number of hours and cost to complete the services;
(d) The time needed to finish the project.
No services shall be provided until the Project Administrator has provided written
acceptance of the Letter Proposal. Once authorized to proceed, Contractor shall
diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
Time is of the essence in the performance of services under this Agreement and
the services shall be performed to completion in a diligent and timely manner.
The failure by Contractor to perform the services in a diligent and timely manner
may result in termination of this Agreement by City.
Notwithstanding the foregoing, Contractor shall not be responsible for delays due
to causes beyond Contractor's reasonable control. However, in the case of any
such delay in the services to be provided for the Project, each party hereby
agrees to provide notice to the other party so that all delays can be addressed.
3.1 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator not later than ten (10) calendar days
after the start of the condition that purportedly causes a delay. The
Project Administrator shall review all such requests and may grant
reasonable time extensions for unforeseeable delays that are beyond
Contractor's control.
3.2 For all time periods not specifically set forth herein, Contractor shall
respond in the most expedient and appropriate manner under the
circumstances, by telephone, fax, hand-delivery or mail.
4. COMPENSATION TO CONSULTANT
City shall pay Contractor for the services on a time and expense not -to- exceed
basis, in accordance with the provisions of this Section and the Schedule of
Billing rates attached hereto as Exhibit `B" and incorporated herein by reference.
No rate changes shall be made during the term of this Agreement without the prior
written approval of the City. Contractor's compensation for services performed in
accordance with this Agreement, including all reimbursable items and
subcontractor fees, shall not exceed the fees identified in the Letter Proposal, as
approved by the Utilities Department. Any Letter Proposal that sets forth fees in
excess of Thirty Thousand Dollars and No Cents ($30,000.00) shall require a
separate Professional Service Agreement approved by City Council per Council
Policy F -14.
11
• •
4.1 Contractor shall submit monthly invoices to City describing the work
performed the preceding month. Contractor's bills shall include the name
of the person and /or classification of employee who performed the work, a
brief description of the services performed and /or the specific task in the
letter proposal to which it relates, the date the services were performed,
the number of hours spent on all work billed on an hourly basis, and a
description of any reimbursable expenditures. City shall pay Contractor
no later than thirty (30) days after approval of the monthly invoice by City
staff.
4.2 City shall reimburse Contractor only for those costs or expenses
specifically approved in the Letter Proposal. Unless otherwise approved,
such costs shall be limited and include nothing more than the following
costs incurred by Contractor.
A. The actual costs of subcontractors for performance of any of the
services that Contractor agrees to render pursuant to this
Agreement and the Letter Proposal, which have been approved in
advance by City and awarded in accordance with this Agreement.
B. Approved reproduction charges.
C. Actual costs and/or other costs and /or payments specifically
authorized in advance in writing and incurred by Contractor in the
performance of this Agreement.
4.3 Contractor shall not receive any compensation for Extra Work without the
prior written authorization of City. As used herein, "Extra Work" means
any work that is determined by City to be necessary for the proper
completion of the Project, but which is not included within the Letter
Proposal and which the parties did not reasonably anticipate would be
necessary. Compensation for any authorized Extra Work shall be paid in
accordance with the Schedule of Billing Rates set forth in Exhibit B.
5. PROJECT MANAGER
Contractor shall designate a Project Manager, who shall coordinate all phases of
the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated [Insert Contact
Name] to be its Project Manager. Contractor shall not remove or reassign the
Project Manager or any personnel listed in Exhibit A or assign any new or
replacement personnel to the Project without the prior written consent of City.
CKYs approval shall not be unreasonably withheld with respect to the removal or
assignment of non -key personnel.
Contractor, at the sole discretion of City, shall remove from the Project any of its
personnel assigned to the performance of services upon written request of City.
5
0 0
Contractor warrants that it will continuously furnish the necessary personnel to
complete the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Utilities Department. Pete Antista
shall be the Project Administrator and shall have the authority to act for City
under this Agreement. The Project Administrator or his/her authorized
representative shall represent City in all matters pertaining to the services to be
rendered pursuant to this Agreement.
7.
8.
CITY'S RESPONSIBILITIES
In order to assist Contractor in the execution of its responsibilities under this
Agreement, City agrees to, where applicable:
A. Provide access to, and upon request of Contractor, one copy of all
existing relevant information on file at City. City will provide all such
materials in a timely manner so as not to cause delays in Contractor's
work schedule.
B. Provide blueprinting and other services through City s reproduction
company for bid documents. Contractor will be required to coordinate the
required bid documents with City's reproduction company. All other
reproduction will be the responsibility of Contractor and as defined above.
C. Provide usable life of facilities criteria and information with regards to new
facilities or facilities to be rehabilitated.
STANDARD OF CARE
8.1 All of the services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the professional and
technical personnel required to perform the services required by this
Agreement, and that it will perform all services in a manner
commensurate with community professional standards. All services shall
be performed by qualified and experienced personnel who are not
employed by City, nor have any contractual relationship with City.
8.2 Contractor represents and warrants to City that it has or shall obtain all
licenses, permits, qualifications, insurance and approvals of whatsoever
nature that are legally required of Contractor to practice its profession.
Contractor further represents and warrants to City that Contractor shall, at
its sole cost and expense, keep in effect or obtain at all times during the
term of this Agreement, any and all licenses, permits, insurance and other
approvals that are legally required of Contractor to practice its profession.
Contractor shall maintain a City of Newport Beach business license during
the term of this Agreement.
1
9 0
8.3 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by
reason of strikes, lockouts, accidents, or acts of God, or the failure of City
to furnish timely information or to approve or disapprove Contractor's work
promptly, or delay or faulty performance by City, . contractors, or
governmental agencies.
9. HOLD HARMLESS
To the fullest extent permitted by law, Contractor shall indemnify, defend and
hold harmless City, its City Council, boards and commissions, officers, agents
and employees (collectively, the "Indemnified Parties ") from and against any and
all claims (including, without limitation, claims for bodily injury, death or damage
to property), demands, obligations, damages, actions, causes of action, suits,
losses, judgments, fines, penalties, liabilities, costs and expenses (including,
Without limitation, attorney's fees, disbursements and court costs) of every kind
and nature whatsoever (individually, a Claim; collectively, "Claims "), which may
arise from or in any manner relate (directly or indirectly) to any work performed or
services provided under this Agreement (including, without limitation, defects in
workmanship or materials and/or design defects [if the design originated with
Contractor]) or Contractor's presence or activities conducted on the Project
(including the negligent and /or willful acts, errors and/or omissions of Contractor,
its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for
whose acts they may be liable or any or all of them).
Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the
sole negligence or willful misconduct of the Indemnified Parties. Nothing in this
indemnity shall be construed as authorizing any award of attorney's fees in any
action on or to enforce the terms of this Agreement. This indemnity shall apply
to all claims and liability regardless of whether any insurance policies are
applicable. The policy limits do not act as a limitation upon the amount of
indemnification to be provided by the Contractor.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of
conducting the work are under the control of Contractor, except to the extent
they are limited by statute, rule or regulation and the expressed terms of this
Agreement. Nothing in this Agreement shall be deemed to constitute approval
for Contractor or any of Contractor's employees or agents, to be the agents or
employees of City. Contractor shall have the responsibility for and control over
the means of performing the work, provided that Contractor is in compliance with
the terms of this Agreement. Anything in this Agreement that may appear to give
City the right to direct Contractor as to the details of the performance or to
exercise a measure of control over Contractor shall mean only that Contractor
shall follow the desires of City with respect to the results of the services.
0 0
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or
interest in the work to be performed. City agrees to cooperate with the
Contractor on the Project.
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and project
direction with City's Project Administrator in advance of all critical decision points
in order to ensure the Project proceeds in a manner consistent with City goals
and policies.
13. PROGRESS
Contractor is responsible for keeping the Project Administrator and /or his/her
duly authorized designee informed on a regular basis regarding the status and
progress of the work, activities performed and planned, and any meetings that
have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of work. Contractor shall obtain, provide and maintain at its own expense during
the term of this Agreement, a policy or policies of liability insurance of the type
and amounts described below and in a form satisfactory to City.
A. Certificates . of Insurance. Contractor shall provide certificates of
insurance with original endorsements to City as evidence of the insurance
coverage required herein. Insurance certificates must be approved by
City's Risk Manager prior to commencement of performance or issuance
of any permit. Current certification of insurance shall be kept on file with
City at all times during the term of this Agreement.
B. Signature. A person authorized by the insurer to bind coverage on its
behaff shall sign certification of all required policies.
C. Acceptable Insurers. All insurance policies shall be issued by an
insurance company currently authorized by the Insurance Commissioner
to transact business of insurance in the State of California, with an
assigned policyholders' Rating of A (or higher) and Financial Size
Category Class VII (or larger) in accordance with the latest edition of
Best's Key Rating Guide, unless otherwise approved by the City's Risk
Manager.
Q
• •
D. Coverage Requirements.
Workers' Compensation Coverage. Contractor shall maintain
Workers' Compensation Insurance and Employer's Liability
Insurance for his or her employees in accordance with the laws of
the State of California. In addition, Contractor shall require each
subcontractor to similarly maintain Workers' Compensation
Insurance and Employer's Liability Insurance in accordance with
the laws of the State of California for all of the subcontractor's
employees. Any notice of cancellation or non - renewal of all
Workers' Compensation policies must be received by City at least
thirty (30) days prior to such change. The insurer shall agree to
waive all rights of subrogation against City, its officers, agents,
employees and volunteers for losses arising from work performed
by Contractor for City.
2. General Liability Coverage. Contractor shall maintain commercial
general liability insurance in an amount not less than Two Million
Dollars ($2,000,000) per occurrence for bodily injury, personal
injury, and property damage, including without limitation,
contractual liability. If commercial general liability insurance or
other form with a general aggregate limit is used, either the general
aggregate limit shall apply separately to the work to be performed
under this Agreement, or the general aggregate limit shall be at
least twice the required occurrence limit.
3. Automobile Liability Coverage. Contractor shall maintain
automobile insurance covering bodily injury and property damage
for all activities of the Contractor arising out of or in connection with
work to be performed under this Agreement, including coverage for
any owned, hired, non -owned or rented vehicles, in an amount not
less than One Million Dollars ($1,000,000) combined single limit for
each occurrence.
4. Professional Errors and Omissions Insurance. Contractor shall
maintain professional errors and omissions insurance, which
covers the services to be performed in connection with this
Agreement in the minimum amount of One Million Dollar;
($1,000,000).
D. Endorsements. Each general liability and automobile liability insurance
policy shall be endorsed with the following specific language:
The City, its elected or appointed officers, officials, employees,
agents and volunteers are to be covered as additional insureds with
respect to liability arising out of work performed by or on behalf of
the Contractor.
9
• •
ii. This policy shall be considered primary insurance as respects to
City, its elected or appointed officers, officials, employees, agents
and volunteers as respects to all claims, losses, or liability arising
directly or indirectly from the Contractor's operations or services
provided to City. Any insurance maintained by City, including any
self - insured retention City may have, shall be considered excess
insurance only and not contributory with the insurance provided
hereunder.
iii. This insurance shall act for each insured and additional insured as
though a separate policy had been written for each, except with
respect to the limits of liability of the insuring company.
iv. The insurer waives all rights of subrogation against City, its elected
or appointed officers, officials, employees, agents and volunteers.
V. Any failure to comply with reporting provisions of the policies shall
not affect coverage provided to City, its elected or appointed
officers, officials, employees, agents or volunteers.
vi. The insurance provided by this policy shall not be suspended,
voided, canceled, or reduced in coverage or in limits, by either
party except after thirty (30) days written notice has been received
by City.
A. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claim made or suit instituted arising out of or resulting from Contractors
performance under this Agreement.
B. Additional Insurance. Contractor shall also procure and maintain, at its own
cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
work.
15. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following
shall be construed as an assignment: The sale, assignment, transfer or other
disposition of any of the issued and outstanding capital stock of Contractor, or of
the interest of any general partner or joint venturer or syndicate member or
cotenant if Contractor is a partnership or joint-venture or syndicate or cotenancy,
which shall result in changing the control of Consultant. Control means fifty
percent (50 %) or more of the voting power, or twenty-five percent (25 %) or more
of the assets of the corporation, partnership or joint - venture.
16. SUBCONTRACTING
ID
i •
The parties recognize that a substantial inducement to City for entering into this
Agreement is the professional reputation, experience and competence of
Contractor. Assignments of any or all rights, duties or obligations of the
Contractor under this Agreement will be permitted only with the express written
consent of City. Contractor shall not subcontract any portion of the work to be
performed under this Agreement without the written authorization of City.
17. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents "), prepared or caused to be prepared by
Contractor, its officers, employees, agents and subcontractors, in the course of
implementing this Agreement, shall become the exclusive property of City, and
City shall have the sole right to use such materials in its discretion without further
compensation to Contractor or any other party. Contractor shall, at Contractor's
expense, provide such Documents to City upon written request.
Documents, including drawings and specifications, prepared by Contractor
pursuant to this Agreement are not intended or represented to be suitable for
reuse by City or others on any other project. Any use of completed documents
for other projects and any use of incomplete documents without specific written
authorization from Contractor will be at City's sole risk and without liability to
Contractor. Further, any and all liability arising out of changes made to
Contractor's deliverables under this Agreement by City or persons other than
Contractor is waived against Contractor and City assumes full responsibility for
such changes unless City has given Contractor prior notice and has received
from Contractor written consent for such changes.
18. COMPUTER DELIVERABLES
CADD data delivered to City shall include the professional stamp of the engineer
or architect in charge of or responsible for the work. City agrees that Contractor
shall not be liable for claims, liabilities or losses arising out of, or connected with
(a) the modification or misuse by City, or anyone authorized by City, of CADD
data; (b) the decline of accuracy or readability of CADD data due to inappropriate
storage conditions or duration; or (c) any use by City, or anyone authorized by
City, of CADD data for additions to this Project, for the completion of this Project
by others, or for any other Project, excepting only such use as is authorized, in
writing, by Contractor. By acceptance of CADD data, City agrees to indemnify
Contractor for damages and liability resulting from the modification or misuse of
such CADD data. All original drawings shall be submitted to City in the version
of AutoCAD used by City in ".dwg" file format on a CD, and should comply with
the City's digital submission requirements for Improvement Plans. The City will
provide AutoCAD file for City Title Sheets. All written documents shall be
transmitted to City in the City's latest adopted version of Microsoft Word and
Excel.
19. CONFIDENTIALITY
0 0
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the services in this Agreement, shall be kept
confidential unless City authorizes the release of information.
20. INTELLECTUAL PROPERTY INDEMNITY
The Contractor shall defend and indemnify City, its agents, officers,
representatives and employees against liability, including costs, for infringement
of any United States' letters patent, trademark, or copyright infringement,
including costs, contained in Contractor's drawings and specifications provided
under this Agreement.
21. RECORDS
Contractor shall keep records and invoices in connection with the work to be
performed under this Agreement. Contractor shall maintain complete and
accurate records with respect to the costs incurred under this Agreement and
any services, expenditures and disbursements charged to City, for a minimum
period of three (3) years, or for any longer period required by law, from the date
of final payment to Contractor to this Agreement. All such records shall be
clearly identifiable. Contractor shall allow a representative of City to examine,
audit and make transcripts or copies of such records during regular business
hours. Contractor shall allow inspection of all work, data, documents,
proceedings and activities related to the Agreement for a period of three (3)
years from the date of final payment under this Agreement.
22. WITHHOLDINGS
City may withhold payment of any disputed sums until satisfaction of the dispute
with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor
shall not discontinue work as a result of such withholding. Contractor shall have
an immediate right to appeal to the City Manager or his designee with respect to
such disputed sums. Contractor shall be entitled to receive interest on any
withheld sums at the rate of return that City earned on its investments during the
time period, from the date of withholding of any amounts found to have been
improperly withheld.
23. ERRORS AND OMISSIONS
In the event of errors or omissions that are due to the negligence or professional
inexperience of Contractor which result in expense to City greater than what
would have resulted if there were not errors or omissions in the work
accomplished by Contractor, the additional design, construction and /or
restoration expense shall be bome by Contractor. Nothing in this paragraph is
intended to limit City's rights under any other sections of this Agreement.
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
i�
City reserves the right to employ other Contractors in connection with the Project.
25. CONFUCTS OF INTEREST
The Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act'), which (1) requires such
persons to disclose any financial interest that may foreseeably be materially
affected by the work performed under this Agreement, and (2) prohibits such
persons from making, or participating in making, decisions that will foreseeably
financially affect such interest.
If subject to the Act, Contractor shall conform to all requirements of the Act.
Failure to do so constitutes a material breach and is grounds for termination of
this Agreement by City. Contractor shall indemnify and hold harmless City for
any and all claims for damages resulting from Contractor's violation of this
Section.
26. NOTICES
All notices, demands, requests or approvals to be given under the terms of this
Agreement shall be given in writing, and conclusively shall be deemed served
when delivered personally, or on the third business day after the deposit thereof
in the United States mail, postage prepaid, first -Gass mail, addressed as
hereinafter provided. All notices, demands, requests or approvals from
Contractor to City shall be addressed to City at:
Utilities Department
City of Newport Beach
3300 Newport Boulevard
Newport Beach, CA, 92658 -8915
Phone: 949 -644 -3011
Fax: 949 - 646 -5204
All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
[Insert Name of Consultant]
[Insert Address]
[City and Zip Code]
Phone:
Fax:
27. TERMINATION
In the event that either party fails or refuses to perform any of the provisions of
this Agreement at the time and in the manner required, that parry shall be
deemed in default in the performance of this Agreement. If such default is not
cured within a period of two (2) calendar days, or if more than two (2) calendar
13
0 0
days are reasonably required to cure the default and the defaulting party fails to
give adequate assurance of due performance within two (2) calendar days after
receipt of written notice of default, specifying the nature of such default and the
steps necessary to cure such default, the non - defaulting party may terminate the
Agreement forthwith by giving to the defaulting party written notice thereof.
Notwithstanding the above provision, City shall have the right, at its sole
discretion and without cause, of terminating this Agreement at any time by giving
seven (7) calendar days' prior written notice to Contractor. In the event of
termination under this Section, City shall pay Contractor for services satisfactorily
perforrned and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination,
Contractor shall deliver to City all reports and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
28. COMPLIANCE WITH ALL LAWS
Contractor shall at its own cost and expense comply with all statutes,
ordinances, regulations and requirements of all governmental entities, including
federal, state, county or municipal, whether now in force or hereinafter enacted.
In addition, all work prepared by Contractor shall conform to applicable City,
county, state and federal laws, regulations and permit requirements and be
subject to approval of the Project Administrator and City.
29. WAIVER
A waiver by either party of any breach, of any term, covenant or condition
contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether
of the same or a different character.
30. INTEGRATED CONTRACT
This Agreement represents the full and complete understanding of every kind or
nature whatsoever between the Parties hereto, and all preliminary negotiations
and agreements of whatsoever kind or nature are merged herein. No verbal
agreement or implied covenant shall be held to vary the provisions herein.
31. CONFLICTS OR INCONSISTENCIES
In the event there are any conflicts or inconsistencies between this Agreement
and the Scope of Services or any other attachments attached hereto, the terns
of this Agreement shall govern.
32. AMENDMENTS
i
P
This Agreement may be modified or amended only by a written document
executed by both Contractor and City and approved as to form by the City
Attorney.
33. SEVERABILITY
If any term or portion of this Agreement is held to be invalid, illegal, or otherwise
unenforceable by a court of competent jurisdiction, the remaining provisions of
this Agreement shall continue in full force and effect.
34. CONTROLLING LAW AND VENUE
The laws of the State of California shall govern this Agreement and all matters
relating to it and any action brought relating to this Agreement shall be
adjudicated in a court of competent jurisdiction in the County of Orange.
35. EQUAL OPPORTUNITY EMPLOYMENT
Contractor represents that it is an equal opportunity employer and it shall not
discriminate against any subcontractor, employee or applicant for employment
because of race, religion, color, national origin, handicap, ancestry, sex or age.
36. INTERPRETATION
The terms of this Agreement shall be construed in accordance with the meaning
of the language used and shall not be construed for or against either party by
reason of the authorship of the Agreement or any other rule of construction
which might otherwise apply.
15
E
IN WITNESS WHEREOF, the Parties have caused this Agreement to be executed on
the day and year first written above.
APPROVED AS TO FORM:
By: ,, ( � L",
Aaron . Harp,
Assistant City Attorney
for the City of Newport Beach
ATTEST:
a
LaVonne Harkless,
City Clerk
CITY OF NEWPORT BEACH
A Municipal Corporation
Don Webb
Mayor
for the City of Newport Beach
CONSULTANT:
By:
(Corporate Officer)
Title:
Print Name:
By:
(Financial Officer)
Title:
Print Name:
Attachments: Exhibit A — Statement of Qualifications
Exhibit B — Schedule of Billing Rates
F:\ users\ cat \sharedWg\On- Cail\Template.doc
!lo
1d
From: 0 0&/2006 16:14 #026 P.001/023
DOTY .BR .SM
Construction Company
CA Lic #273024
August 14, 2006
FAX COMMUNICATION: 949.646.5204, 25 pages
City of Newport Beach
3300 Newport Blvd.
Newport Beach, CA 92663
Attention. Cindy Asher
Reference: Request for Information
Dear M. Asher.
EMff NK
Please forgive the delay in my submission of information to you. I hope that the information and
documents that I am submitting will provide you with the information that you are seeking regarding our
company. Of course, should you have any questions or require further information please do not hesitate
to call our office.
Doty Bros. Equipment Co ("DBEC') is a general contractor, and bas be=.in business for over
70 yearn. DBEC has current active California contractor's licenses as follows, A- General Engineering, C-
10 Electrical, C-12 Earthwork and Paving, G1617ire Protection and C-42 Sanitation Systems. We also .
maintain current active licenses in the State ofAr=na as follows, A- General Engineering, LI1-
Commercial Electrical and L16Fire Protection.
DBEC is primarily a pipeline oonuaotor, vr9Wit$ .ropmMVd,?>� for?!' distinct divisions
as.fbilovr Water and Wastewaterti Elee�tiesi Taller tnuuYd = {tlry } >+C2i17 ' 1ec tical
Instrumentation and Controls, the later primarily performing work on water treatment plants and power
plari
Our Division Maoegers individually bring industry knowledge, specialty experience and training,
forming the firm foundation of our company's sftmgdr. Collectively, they bring their expertise with
decades of solid professional relationships in each of their respective specialties with customers,
subcontractors and material suppliers to DBBC. Such knowledge and relationships are key to building
the foundation of cooperation and teamwork that it takes in order to successfully bring a project to a
timely and profitable completion.
DBEC performs approximately 65M in revenue annually. Its customer base is broad and
encompasses customers ranging from small, time and materials jobs for a broad scope of customers (work
in the $5,000 - $50,000 range), to large negotiated lump sum contracts and public works bid jobs ranging
from $50,000 to $10,000,000 and up. Our customer base is inclusive of some Fortune 500 companies,
and includes publicly held companies as well as private industry. We are an approved contractor for
Southern California Edison as well as Southern Califomia Gas Company (Sempra) and its affiliated
companies.
We support our customers as a general contractor, as well as bringing specialized support to
projects as a subcontractor for many of Southern California's large established general contractors. The
list of our blanket contract customers and project specific projects by division, attached, will serve to
display some of our successful jobs and relationships and should provide you with a substantial overview
of our abilities.
f7
17717 17 TT:..nM --DU.A TT..--T. nA nnc[n Oi.....s. fcc1N 44A LCLC V.. . icini OGA rnC7 ».......A-. A7...,... ....�
From: 0
City ofNewport Beach
Attn: Cindy Asher
August 14, 2006
Page 2 of 2
(04/2006 16:14 #026 P.002/023
DBEC is a certified MBE company. We have obtained certification from the Southern California
Minority Business Development Council; Ino., and the Supplier Clearinghouse for the Utility Supplier
Diversity Program of the CUPC, and copies of our certificates are attached for your files and records.
DBBC is a union signatory contractor, and maintains cuaent labor agreements with the
Carpenters, Laborers, Cement Masons, UA District Council 16 (plumbers and fitters), UA Local 250
(Shortlme, Agreement, product pipelines), Operating Engineers and Teamsters.
DBEC's bonding capability is strong, with $20,000,000 available for any one single project, with
a program aggregate of $50,000,000. We have a long term established relationship with our surety
company.
Ynown throughout Southern California: as a dependable and professional company, who brings
quality workmanship to every project, we take particular pride in the strength of our Safety Program,
DBEC's Safety Policy has equal importance with our policies of providing the best quality and most
productive construction services in the industry. It is our goal to completely eliminate accidents and
injuries. Because of the many different hazards in the construction industry, we must maintain a constant
safety awareness to achieve this goal. The success of the DBEC Safety and Health Program depends on
the sincere, constant, and cooperative effort of all company officials, management, and employees and
those of each subcontractor. Active participation by all of its personnel serve to make it a consistent
success. Our crews have extensive experience working safely and efficiently in highly congested areas
(urban and suburban) and rural cross- country environments.
We thank you for your inquiry, and welcome the opportunity to bring our professional services .
and quality workmanship to the City of Newport Beach If you should have any questions or require
further information please do not hesitate to can our office. You can call me direct at 562.345.1457, my
fax number is 562.8643480, and my email address is sdenni s.com.
Should you wish to speak to any of our Division Managers direct, their contact information is as
follows:
Water Division
Phil Dennis
562.345.1448
Wastewater Division
Henry Barber
562.345.I462
Oil/Gas Division
Henry Barber
562.345.1462
ElectricalI &C Division
John Phillips
5621345.1444
Underground (dry utilities)
John Goddard
562.345.1468
Thank you again for your inquiry, we look forward to assisting you with your construction needs.
Very tell yours,
dy Dennis
Contracts Manager
Attachments
h
From: 0 08 /02006 16:14 #026 P.003/023
DOTY BROS. EQUIPMENT CO., ( "DBEC ")
Project References
Electrical Instrumentation and Controls Division
DBEC Customer.
Project Owner.
Project Tit) e:
Project Description/Location:
Contract Price:
Customer Contact:
Customer Address:
Architect/Engineer.
DBEC Job No:
DBEC Performance Period:
DBEC Customer
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
DBEC Job No:
DBEC Performance Period:
Filano / HDR Design Builders
West Basin Municipal Water District
Phase IV Expansion
Provide and install electrical components, instrumentation and controls.
Project located at Hughes Way, El Segundo, CA.
$4,637,650.00
Vince Dial', Project Manager (760 )941 -7130
4616 North Avenue, Oceanside, CA 92056
HDR
6035 -4001
March 2004 — May 2006
Griffith Company
City of Los Angeles Department of Public Works
Los Angeles { Glendale Nitrogen Removal Conversion Project, Phase 1, W.O.
SZLI1133
Provide electrical demolition, electrical installation and instrumentation.
Project located at 4600 Colorado Blvd., Los Angeles, CA .90039.
51,200,750.00
Walt Hitch, Project Manager (562)929 -0150
12200 Bloomfield Avenue, Santa Fe Springs, CA 90670
City of Los Angeles
6035 -4009
June 2004 —July 6, 2006
DBEC Customer.
Archer Western Contractors, Ltd.
Project Owner:
Eastern Municipal Water District
Project Title:
Hemet Water Filtration Plant
Project Description/Location:
Provide and install electrical and instrumentation including electrical duct
banks complete with excavation, rebar, backCill and concrete, electrical hand
holes, manholes and pull boxes and appurtenant work. Project located at
1283 N, Kirby, Hemet, CA.
Contract Price:
$4,037,289.73
Customer Contact.
George Foote (951)537 -5500
Customer Address:
8775 Am Drive, Suite 335, San Diego, CA 92123
Arcbitect/Engineer
Carollo Engineers
DBEC Job No:
6035 -4014
DBEC Performance Period:
December 2004 —April 2006
The information provided herein is confidential. By secepting the information. Owner/Cnntracta agrees to (r) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be requited by lave.
Rim 06/05/06 CA C.L. 273024
Page I of 3 19
From: 0 004/2006 16:14 !1026 P.004/023
DOTY BROS. EQUIPMENT CO., ( "DBEC')
Project References
Electrical Instrumentation and Controls Division
DBEC Customer.
Project Owner.
Project Title:
Contract Price:
Customer Conti
Customer Address:
DBEC Job No:
D13EC Performance Period:
DBEC Customer.
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact:
Customer Address:
ArchitectlEnginmr.
DBEC Job No:
DBEC Performance Period:
Kiewit Pacific Co.
City of Los Angeles
D.C. Tillman Water Reclamation Plant — Nitrogen Removal Conversion W.O.
SZD11127 & SZD11152
Provide demolition, furnish and `install electrical and instrumentation
including furnish, setting and testing of Iarge VFD's and equipment
enclosures, motors; installation of in -lime instruments; three equipment
enclosures, connection and testing and other appurtenant work . Project
located at 6100 Woodley Avenue, Van Nuys, CA 91 406.
$5,948,837.00
Thomas BauILzGh (562)946 -1816
10704 Shoemaker Avenue, Santa Fe Springs, CA 90670
City of Los Angeles
6035 -4004
May 2004 —June 2005
City of Los Angeles Department of Public Works
Same
Los Angeles / Glendale Water Reclamation Plant (LAGWRP) Backup Power
(CIP-41I4)
Installation of a. 2000 kw emergency backup generator with backup
switchgear including structuraUcivil work. Project located at 4600 Colorado
Blvd, Los Angeles, CA 90039
$909,000.00
Alfred Mata, Project Manager (310)648 -6112
200 N. Spring Street, Rm. 335, City Hall, Los Angeles, CA 90012
City of Los Angeles Department of Public Works
6035 -4007
April 2004 —January 2005
DBEC Customer.
J.R Filanc Construction Company, Inc.
Project Owner.
San Bernardino Valley Municipal Water District
Project Title:
Foothill Pump Station
Project Description/Location:
Provide and install electrical and instrumentation. Project located 30447
Cone Camp Road, Highland CA 92346
Contract Price:
$1,146,170.00
Customer Contact:
Mike.Monden, Project Manager (760)941 -7130
Customer Address:
4616 North Avenue, Oceanside, CA 92056
Architect(Erigineer:
Black and Veatch
DBEC Job No:
6035-4006
DBEC Performance Period:
April 2004 — November 2004
The information provided herein is confidential. By accepting the information, OwnedContractor agrees to (1) use the information only
for purposes of eyaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or discIose the information in my way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 06/05106 CA C.L. 273024
Page 2of 3
ao
From: 08/*2006 16:16 #026 P.005/023
DOTY OROS. EQUIPMENT CO., ( "DBEC ")
Project References
Electrical Instrumentation and Controls Division
DBEC Customer.
City of Los Angeles Board of Public Works
Project Owner.
Same
Project Title:
Construction of the Terminal Island Treatment Plant (ITM Emergency
Backup Power (CIP— 5136) W.O. SZT11164
Project DescriptionA ocation:
The Terminal Island Treatment Plant is the site of one of the world's most
technologically advanced water reclamation treatment systems. Over the past
10 years construction has been ongoing in order to develop a facility that
would include microfiltraation followed by reverse osmosis technology. The
23M project is now completed, and provides the most advanced, new,
conventional deep -water ocean outfall to discharge Terminal Island's
secondary effluent The facility is now fully operational and is capable of
processing 4.5 MGD. DBEC bid and was awarded the installation of the
Emergency Backup Power portion of the project DBEC's work included
replacing the existing single generator with two (2) generators providing 1500
KW of backup power each at 4160 volts. This work consisted of integrating
temporary backup power to facilitate the removal of the existing generator in
order to perform the upgrade. Backup power was maintained during all
construction ensuring that treatment of both domestic and industrial sewage '
continued without.intemrption, requiring the use of temporary generation that
DBEC provided Project located at 445 Perry Street, San Pedro, CA.
Contract Price:
$2,142,505.00
Customer Contact
Karen Dupree (213)580 -5013
Customer Address:
200 N. Spring Street, Room 355, City Hall, Los Angeles, CA 90012
Architect/Engineer:
City. of Los Angeles
DBEC Job No:
6035 -3002
DBEC Performance Period:
December 2003 — November 2004
The information provided herein is confidential. By accepting the information, Owwr/Conttactor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold thOnformation in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., e=ept as may be required by law.
Rev. 06105M CA C.L. 273024
Page 3 of 3
ati
From: 0 00412006 16:15 #'026 P.006 /023
DOTX BROS. EQUIPMENT CO., ("DBEC")
Project References
Oil / Gas Division
DBEC Customer: City of Long Beach
Project Owner: Same
Project Title: P.O. POEN05000006, Req. RQEN05000021, Abandon Line
Project Description/Location: Abandon section of 12" natural gas main and inaccessible 12" natural gas
valve under Ocean Blvd. between Pico Ave. and the Gerald Desmond Bridge,
and install a replacement section of natural gas main, west of the Los Angeles
River.
Contract Price. $52,650.00
Customer Contact; Stephen Bateman (562)570 -2000
Customer Address: 2400 East Spring Street, Long Beach, CA
ArchitoWEngineer: City of Long Beach
DBEC Job No: 2050 -5008
DBEC Performance Period: June 2005
DBEC Customer. ChevronTexaco
Project Owner. Same -
Project Title: Hawthorne Relocation Project, Service Order 4557862
Project Description/Location: Relocate and remove pipelines along Rosecrans Blvd. in El Segundo and
Hawthorne. Work included installation of pipelines for storm drain, offsets,
routing of lines over storm drain, run construction pigs prior to tie -ins, remove'
storm drain and piping interfering with route of lines and tie -ins.
Contract Price: $2,913,823.00
Customer Contact Keith Holf is (281)596 -3513
Customer Address: 2811 Hayes Road, Houston, Texas 77082
AmhiftVEnginew.. ChevronTexaco
DBEC Job No: 2070 -4055
DBEC Performance Period: July 2004 — April 2005
DBEC Customer.
Advanced Engine Technologies Corp. (AETC)
Project Owner.
Orange County Sanitation District
Project Title:
Turbocharger Modification and Emission Reduction Project, OCSD Contract
J -79
Project Description/Location-
Install piping from basement to turbo charge, insert flanged balancing valve
into pipe, insert flanged balancing valve in SW header before the piping split
and after turbo charger inlet supply take off install coupling on new piping to
prevent vibration, re- install instrumentation as needed in compliance with
OCSD specs, and Cooper off engine piping specs. Project located at OCSD,
Fountain Valley, CA.
Cont=act Price:
$168,944.00
Customer Contact
Joel Howerton (510)614 -6340
Customer Address':
1655 Alvarado Street, San Leandro, CA 94577
ArrhiWeVEngineer.
Orange County Sanitation District
DBEC Job No:
20774001
DBEC Performance Period: October 2004 — November 2004
The information provided herein is confidential. By accepting the mfornuMou, Owner /Contractor agrees to (1) use the infonmtion.only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., =zpt as may be required by law.
Rev. 08/14/06 CA CL. 273024
Page 1 of 7
as
From:
66,2066 16:15 #026 P.007/023
DOTV BROS. EQUIPMENT CO., ( "DBEC ")
Project References
Oil / Gas Division
DBEC Customer.
Southern California Gas Company
Project Owner.
Same
Project Title:
Retrofit Various Pipelines, Release Order No. 5500001535 (under Blanket
Pipeline Transmission Agreement)
Project Description/Location:
Retrofit operations on various transmission pipeline systems requiring demo
work, excavation, cut and remove lines and header piping, purging lines, seal
weld abandoned lines, fabricate and hydrotest and install launcher and
receiver valve assemblies and distribution valves with assoc. piping and
fittings and all appurtenant work. Project located various sites, Los Angeles.
Contract Price:
$870,112.00
Customer Contact
Gary Rohrer (818) 701 -3223
Customer Address:
9400 Oakdale Avenue, Chatsworth, CA 91311
ArchkectlEngineer:
Southern California Gas Company
DBEC Job No:
2050 -4047
DBEC Performance Period:
May 2004 — October 2004
DBEC Customer.
Southem California Gas Company ( "SCG")
Project Owner.
Same
Project Title:
Retrofit Line 2000, 2002 and 2003, Release Order 5500001491 (under
Blanket Pipeline Transmission Agreement)
Project Description/Location:
SCG needed to retrofit their existing Iines in several locations to receive a
smart pig. (A smart pig is an instrument that is pushed by the product of the
line, gas, at approx. 2 — 4 mph.) This allows SCG to examine the line for
internal and external damage. The smart pig takes a reading of the wall
thickness and pinpoints the location of any possible damage to the line. The
retrofit project was necessary because the existing lines had fittings that were
too short of a radius for the smart pig instrument to go through; in addition
there were valves that required replacement. The work included upgrading
stations where transmission and distribution lines intersected. This required
sensitive and accurate coordination so that no customer receiving gas would
be interrupted of their Service. The tie-in's fbr the new installations were
done as hot tie-in's (gas pressure dropped and maintained at a controlled
pressure, and the limes cut and welded in a "lot" condition.) The welding was
100% x -rayed and the lines were brought up to working pressure. DBEC then
backfrlled, restored the street, sidewalk, curbing, etc. back to original
condition. Project located at various sites, in Pico Rivera, Montebello, CA.
Contract Price:
$879,298.82
Customer Contact
Gary Rohrer (818)701 -4547
Customer Address:
9400 Oakdale Avenue, Chatsworth, CA 91311
Arc-hitect/Engineff:
Southern California Gras Company
DBEC Job No:
2050 -4035
DBEC Performance Period:
April 2004 — September 2004
The information provided herein is confidential. By accepting the information. Owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co.; except as may be required by law.
Rev. 08/14/06 CA C3.. 273024
Page 2 of 7
a-s
From: A4/2006 16:15 #026 P.008/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Oil / Gas Division
DBEC Customer:
Weston Solutions, Inc.
Project Owner.
Air Force Center for Environmental Excellence ( AFCEE)
Project Title:
Installation of Pipeline Loops
Project Description/Location:
Install insulating flanges and loop lines on aviation fuel pipeline system. A
Project Description/ Location:
challenge for this project . included the necessary dewatering of the ditch.
during high tide in order to continue performance and meet the project
schedule. Hyddtotested 4000 If lint rm ining across the bay. Project locatzl in
San Pedro, CA.
Contract Price:
$502,124.00
Customer Contact:
Brian Randall, Contract Administrator, (610)701 -7312
Customer Address:
1400 Weston Way, West Chester, PA 19380
Architect/Engineer.
AFCEE
DBEC Job No:
207011003
DBEC Performance Period:
February 2004 — September 2004
DBEC Customer:
The Part of Long Beach
Project Owner:
Same
Project Title:
Cerritos Channel Dike Oil Well Re-Abandonment, Pier S, Specification HD-
92191, Contract HID -6698
Project Description/ Location:
Reabandon, cut and remove casings and piping from twenty -eight (28)
previously abandoned oil wells located along .the Cerritos Channel Dike.
Project included change order work required due to previously undocumented
and wilmown site conditions including deteriorated and misplaced casings,
and inaccurate plans. DBEC designed a custom fabricated "wash over" tool
for use to remove cement from a steel casing that was discovered was
cemented at a depth of 185'. This tool was also used to extract well casings
and pipe to a depth of approx. 130 feet. During extraction, PGM 3 was
pumped through the pipe and casings for compaction of casing and pipe void.
Project located at Pier S, Berths S 102 — S 110, Long Beach, CA.
Contract Price.
$9,309,882.00
Customer Contact;
DA. Thiessen, Chief Harbor Engineer (562)437 -0041
Customer Address:
P.O. Box 570, Long Beach, CA 90801
ArchitectTagineer:
The City of Long Beach
DBEC Job No:
2070 -3036
DBEC Performance Period
May 2003 — June 2004
The Information provided herein is confidential. By accepting the information, Owneo Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., ercept as may be required by law.
Rev. 08114/06 CA C.L. 273024
Page 3 of 7
a�+
Fran: 0 08,&2006 16:15 #026 P.009/023
DOT•Y BROS. EQUIPMENT CO., ("DBEC")
Project References
OR / Gas Division
DBEC Customer.
Lomita Rail Terminal, LLC
Project Owner:
Same
Project Title:
Construction of Lomita Rail Terminal Ethanol Unloading Station
Project Description 4=atiow
DBEC built and timely completed the construction of the first Ethanol
Railroad Unloading Station on the west coast, in Lomita, California, for
Lomita Rail Terminal, LLC. With the change from MTBE additive to
Ethanol in gasoline, there was a need to bring Ethanol into the Los Angeles
basin in large quantities. The product is manufactured in the Midwest and
brought in on rail. DBEC constructed the new terminal that has the capacity
to unload 96_ rail ears in a 24 hour period. The product is unloaded into two
turbine pumps . and sent to. Shell Terminal in Carson, CA to be stored in tanks
as the new additive for gasoline. DBEC was instrumental in assisting the
owner and architect/engineer in developing the scope changes necessary in
order to meet the code requirements of the city, which was accomplished
during construction, yet there was no delay to the completion of the project.
The project incorporated civil, process mechanical and electrical work.
Contract Price:
$12,500,000.00
Customer Contact
Michael R Curry (291)291-0510,(816)524-5774
Customer Address:
5100 Underwood Road, Pasadena, Texas 77507
ArchitecbEngineer:
Spec Services
DBEC Job No:
2070 -3023
DBEC Performnance Period:
March 2003 — June 2004
DBEC Customer. Southern California Gas Company
Project Owner. Same
Project Title. Transmission Piping, Release Order 5500001268 (under Blanket Pipeline
Transmission Agreement)
Project Description: Project bid and awarded originally for the installation of approx. 360' of 30"
casing, and 340' of 20" pipe, and abandon old pipeline. Due to unforeseen
changes in the scope of work, change orders included jack -bore in Ventura
under the freeway, and unanticipated directorial drilling obstructions.
Contract Price: $1,061,109.00
Customer Contact Jim Reed, Project Manager (818)700 -3892
Customer Address: 9400 Oakdale Avenue, Chatsworth, CA 91311
Architect/Engineer. Southern California Gas Company
DBEC Job No: 2050 -3065
DBEC Performance Period: September 2003 — April 2004
The in€onnation provided heron is confidential. By accepting the bfoxmation, OwnedContraator agrees to (1) use the mformation only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) bold flu information in strictest confidence, and (3) not
use or disclose the information in any way advcm to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 4 of 7
• o.J
From: 16 0*4/2006 16:16 #026 P.010M
DOTY BROS. EQUIPMENT CO., ( "DBEC")
Project References
Oil / Gas Division
DBEC Customer:
Shaw Environmental, Inc.
Project Owner:
United States Army Corps of Engineers ("USACE")
Project Title:
Prime Contract No. DACA45 -98 -D -0003, General Construction Services for
Pipeline Repair, Defense Fuel Supply Point, Point Loma Fleet Industrial
Supply Center; P.O. 218406 OP
Project 13escription/1.0-gion:
Complete pipeline and site preparation for removal and replacement of valves
at various vaults of the 8" fuel line connecting the Point Loma and Miramar
fuel farms; including abandonment of valve, rework piping to raise valve to
Project Title:
above ground status in order to return the pipeline to operation for deliver of
Project Description:
fuel to MCAS Miramar and Point Loma fuel farms, San Diego, CA.
Contract Price:
$325,778.67
Customer Contact:
Frank Magaro (619)533 -7307 (corporate (412)380-4288)
Customer Address:
1230 Columbia Street, San Diego, CA 92101 (corporate, 2790 Mosside Blvd.,
Monroeville, PA 15 146)
Arebitect/Engineer.
USACE
DBEC Job No:
2070 -3079 and 2070 -3064
DBEC Performance Period:
July 2003 — November 2003
DBEC Customer:
Vareo (formerly Endress & Hauser Systems & Gauging Inc.)
Project Owner:
Subcontract with customer represents terms and conditions applicable for
work performed under two Owner contracts between Varee and its customer,
the federal government, under GSA Contract GS- 10F -0364 BPA SP0600-02-
A- 5210; and BPA - 5210 -09. These contracts support work that DBEC has
performed at the Point Loma Defense Energy Support Center (DESC); DESC
Travis Air Force Base; DESC MCAS Miramar, Defense Fuel Supply. Point
(DFSP) San Pedro.
Project Title:
Various, see below
Project Description:
DBEC has performed various tasks via Purchase Orders issued for work bid
and awarded; at the various above listed locations. The work has included,
but is not limited to the following projects: (i) Install Velcom Pressure Vessel
on DIM Pipeline; (ii) Repair High Speed Fueling Pit #1 at MCAS; (iii) Install
Valves and Electrical at DFSP San Pedro; (iv) FS1I Tank Repairs and
Upgrades Point Loma
Contract Price:
DBEC has contracted and performed work during the term of its agreement
totaling approx. $2,000,000.00
Customer Contact:
Marty Favero (contract administration) (770)810 -9336
Customer Address:
5834 Peachtree Corners East, Norcross, Georgia 30092
Architect/Engineer.
Various
DBEC Job Nos:
Multiple, various
DBEC Performance Period:
Performance from contract effective date of September 27, 2002 through
December, 2004
TLe information provided herein is confidentiaL By accepting the information, Owner /Contractor agrees to (1) use the inthrmetion only
for purposes of evaluating the bid submittal by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co- except as may be required by law.
Rev. 08114106 CA C.L. 273024
Page 5 of 7
U+10
From: 0 08,'2006 16:16 #026 P.011/023
DOTY BROS. EQUIPMENT CO., ( "DBEC'),
Project References
OH /Gas Division
DBEC Customer. Roberts & Schaffer
Project Owner. Oxbow Carbon and Minerals LLC
Project Title: Petroleum Coke Storage Facility
Project Description: Oxbow Carbon is the nation's leading exporter of petroleum coke through the
Port of Long Beach, moving over 2M tons annually, and the Los Angeles
Export Terminal (LAA'T) is the leaseholder operating this facility on Terminal
Island in San Pedro, CA. DBEC as a subcontractor to Roberts and Schaffer
constructed 65% of the Petroleum Coke Storage Facility, providing the-
concrete foundations for the petooke storage building, concrete foundations
for the truck dump, reclaim feeder, conveyor transfer towers, conveyor bent
foundations, conveyor 5 transfer station footings construct the truck dump
retaining' wall, MCC equipment pads, install underdrain piping including
HDPE piping, remove and relocate D.I. water piping and install the 24"
culvert
Contract Price: $1,625,000.00
Customer Contact: Brad Babcock (310)519 -1130
Customer Address: 5225 Wiley Post Way, Ste. 300, Salt Lake City, Utah
ArchitecttEngineer: Roberts & Schaffer
DBEC Job No: 2010-1004,2010-1005
DBEC Performance Period: October 2001— January 2002
DBEC Customer.
Wilbros Engineering
Project Owner:
U.S. Department of Defense, Defense Energy Support Center (DESC)
Project Title:
Automated Fueling Facility
Project Description:
The overall project was awarded to Wilbros for the design, installation,
commissioning, operation and maintenance of one fueling point on the U.S.
Marie installation near 29 Palms, California. The facility has the capacity to
store 475 bbls of bio- diesel fuel, 1,400 bbl of JP -8 fuel for ground vehicle use
and 570 bbls of unleaded gasoline. The site is capable of fueling 50 wheeled
vehicles per hour with tank capacities up to 100 gallons plus eight tracked
vehicles per hour. As subcontractor, DBEC constructed the project consisting
of a loading facility to fill tankers, a control building to house electronic
equipment, air compressor, small workshop and an office, installed double.-
walled fiberglass, underground storage tanks that are equipped with leak
detection systems, inventory control measuring equipment and submergible
pumps, four JP -8 dispensers for wheeled vehicles, two bio - diesel dispensers
and four unleaded gasoline dispensers and a canopy network covering all
dispensers, bulk loading points and the building. DBEC subcontracted the
backup alternator and battery backup system portion of thp.project
Contract Price:
$1,650;000.00
Customer Contact:
Jim Ault (918)496-0400
Customer Address:
2087 East 71 Street, Tulsa, Oklahoma 74136
ArchiteebTagineer:
Wilbros Engineering
DBEC Performance Period:
July 1999 — June 2000
Tbc information provided herein is confidential. By accepting the ioformation, Owrie/Conttacto r agrees to (1) use the infomuation only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest con$denoe, and (3) not
use or disclose the information in any way adverse to Doty Bros. Egnipma:0 Co., except as may be requited by law.
Rev_ 08/14/06 CA C.I." 273024
Page 6 of 7
a�
From: 0 *4/2006 16:16 #026 P.012/023
DOTY BROS. EQUIPMENT CO., ( "DBEC")
Project References
Oil / Gas Division
The below two projects were performed under separate contracts with the owners listed, but m conjunction
with each other, as the project specification/description will explain The performance period for both of these
jobs was from winter of 2000, and completed in 2001; overall performance period of five (5) months
collectively.
DBEC Customer.
Project Owner.
Project Title:
Project Description:
Contract Price:
Customer Contact:
Customer Address:
ArchitBoYEttgineea:
DBEC Customer.
Project Owner.
Project Title:
Project Description:
Contract Price:
Customer Contact:
Customer Address:
Architect/Engineer.
Tosco
Same
42" Pipeline Relocation
Relocate 4800' of 42" crude oil line. The line was relocated and removed to
allow for the future restructure of Pier `S' for container storage. The new
section of line was laid and. tied -in after the existing line was pigged,
removing the product. One new section of the 42" line was concrete coated
after it was laid to prevent floatation when the line became empty. The job
was preformed on schedule and without any safety incidents.
$2,300,000.00
Bill Otr (310)326 -7561
2650 West Lomita Blvd., Torrance, CA
SPEC Services
Southern California Edison
Same
Pier S Pipeline Relocations
Relocate 2300' of twin 24" crude oil lines and construct mechanical piping
and equipment pads. The 24" relocation was also done to accommodate the
Pier `S' restructure. The 24 "Iine, after it was laid, was tied -in to the Edison
facility. This required above ground piping and insulation of the piping and
valves. The job was preformed within Southern California Edison's schedule.
$1,300,000.00
Dave Nicholson (310)223 -1918
2500 E. Victoria St., Compton, CA
Southern California Edison
The information provided herein is confidentiaL By accepting the information, Ova m /Contactor agrees to (1) use the irfonoation only
for purposes of evaluating the bid submitted by Doty Bros - Equipment Co., (2) hold the information in strictest ooufidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14116 CA C.L. 273024
_Page 7 of 7
o�&
From: 9 0802006 16:16 #026 P.013/023
OOTY EROS. EQUIPMENT CO., ("DBEC")
Project References
Underground Division
The Underground (utility) Division of DBEC performs a significant portion of its work for customers with
which it maintains blanket or term contracts. The first three of the below listings represent just such contracts.
Work for each of these customers is bid, and if award is made, it is performed under the terms of the current
contract. The contract price listed represents an average of the value of the work performed on an annual
basis.
DBEC Customer.
City of Los Angeles Department of General Services
Project Owner.
Same
Project Tide:
Supply Contract Number 57452, Installation of PVC Conduits
Project Description/Location:
Various, Los. Angeles
Contract Price:
$1,300,000 annually
Customer Contact
Jackie G. Antonio, Procurement Analyst (213)847 -0723
Customer Address:
Room 110, City Hall South, 111 East First Street, Los Angeles, CA 90012
Architect/Ragineer.
City of Los Angeles
DBEC Job No:
Various
DBEC Performance Period:
1994 - Current
DBEC Customer:
Project Owner:
Project Title:
Project Description/Location:
Contract Price: .
Customer Contact
Customer Address:
DBEC Job No:
DBEC Performance Period:
DBEC Customer.
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
Architect/Engineer:
DBEC Job No:
DBEC Performance Period:
SBC
Same
Outside Plant Labor/Engineering Services, Contract 1058PB
Various, Southern California
$2,000,000 annually
L.K. (Lana) Hess, Technical Manager (916)972-3771
3707 Kings Way, Room C33A, Sacramento, CA 95851
SEC
Various
August 1988 — Current
Verizon
Same
Outside Plant Services
Various, Southern California
$1,000,000 annually
Bill Warren, Contract Administration
11 S. 4e Street, Redlands, CA
Verizon
Various
I988 - current
The information provided herein is confidential. By accepting the rt fomiation, owner /Contractor agrees to (1) use the information onb+
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14 /06 CA C.L. 273024
Page I of3
i
a
From: 0 04/2006 16:16 #026 P.014/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Underground Division
DBEC Customer. Pulp, Inc., &a Excel Paving Company
Project Owner. City of Los Angeles Board of Public Works
Project Title: EDA Chandler Blvd. and Lankershvm Blvd. Widening, W.O. E1904193
Project Description /Location.: Installation of underground conduit and vaults including trenching, casing
conduits, provide and install manholes. Project located in the City of Los
Angeles, on Chandler Blvd. between Vineland and Lankershim Blvd.
Contract Price: $711,883.00
Customer Contact Bob Pace (562)599 -5841
Customer Address: 2250 Lemon Avenue, Long Beach, CA 90806
Atchite&JFmgineer: City of Los Angeles
DBEC Job No:. 4030 -5084
DBEC Performance Period July 2005 — December 2005
DBEC Customer.
WebcoiBuilders
Project Owner.
Beverly Hills Luxury Hotels, LLC
Project Title:
Montage Hotel, Public Gardens, Residences and Parking Development,
Project Description/ Location:
Subcontract No. 64502002600A
Project Description/Location:
Install all power (SCE), telephone (SBC) and CATV relocation including
Customer Contact:
conduit banks, vaults, manholes, handholes, lids and materials. Project
Customer Address:
located in Beverly frills, CA.
Contract Price:
$475,540.00
Customer Contact
Tim Maxwell (213)239 -2800
Customer Address:
951 Mariners Island Blvd., -16 Floor, San Mateo, CA 94404
ArchitecVFAlgineer.
Hill Glazier Architects
DBEC Job No:
4030 -5088
DBEC Performance Period_ July 2005 — March 2006
DBEC Customer.
City of Laguna Beach
Project Owner.
Same
Project Title:
Underground Utility Assessment Districts 99 -02 and 99-04
Project Description/ Location:
Install underground utilities. Project located in Laguna Beach, CA
Contract Price:
$2,750,000.00
Customer Contact:
Joe Chiquete, Project Manager (949)497 -3311
Customer Address:
505 Forest Avenue, Laguna Beach, CA 92651
Architect/Engineer:
City of Laguna Beach
DBEC Job No:
Various
DBEC Performance Period:
April 2003 — Current
the information provided herein is confidential. By accepting am information, owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 004106 CA C.L. 273024
Page 2 of 3 30
From: 080M 16:17 4026 P.015/M
DOTY BROS. EQUIPM)4NT CO., ("DBEC ")
Project References
Underground Division
DBEC Customer.
Rudolph and Sletten, Inc.
Project Owner.
CJM / Pico, L.P.
Project Title:
Midtown Crossing Project (multiple phases), R&S Job 2894
Project Description2 ocimon:
DBEC is providing subcontract support, contracted separately for each phase
Project Description/Locadow
of construction of the Midtown Crossing Project Project is a commercial
development including the construction of an MTA bus terminal facility.
DBEC is providing site utilities and installing 4000 If of pipeline, manhole
structures and catch basin. Project located in Los Angeles, CA.
Contract Price:
$1;000.000.00 (two subcontracts)
Customer Contact:
Thomas Gibbons (323)857 -6337 Oobsite phone)
Customer Address:
989 East Hillsdale Blvd., Ste. 100, Foster City, CA 94404
Architect/Engineer.
Perkowitz & Ruth Architects
DBEC Job Nos:
5090-0017, 5075 -5003
DBEC Performance Period:
November 2004 — January 2006
DBEC Customer.
ABB, Ine.
Project Owner.
City of Burbank
Project Title:
(i) Hollywood Way Off Ramp and Switching Station, (ii) Verdugo (Capon)
Switching Station
Project Description/Locadow
DBEC supported both of these projects as a subcontractor for each providing
all structural concrete work conduit, duct banks, cable trench and vaults for
new switching stations, and on project (i), re -routed the fieeway o$ramp and
built retaining wall. Projects located in Los Angeles at project title locations.
Contract Price:
$5,616,251.00 combined
Customer Contact;
Robert McCorkle, Project Manager (919)856 -3930
Customer Address:
940 Main Campus Drive, Suite 400, Raleigh, North Carolina
Architect/Engineer:
Duke Engineering Services
DBEC Job Nos: "
5030-1036,50104003, 5010 -2046, 5010-2038,4030-2214,4030-1018,4020-
2138
DBEC Performance Period:
January 2003 — July, 2004
DBEC Customer: CH2M Hill
Project Owner. United States Environmental Protection Agency (USEPA)
Project Title: Whittier Narrows Ground Water Treatment Facilities
Project Description/Location: . Multi- Divisional project; DBEC's scope of work included civil, process
mechanical and electrical work including 5 mi. of 24" pipeline, installation of
electrical/telemetry systems, well conditioning and appurtenant work for a
total-subcontract price of 11.5M. DBEC's -work was performed over a. three
year period, from 2001 to 2003. This project was contracted by the USEPA,
therefore required compliance with strict federal guidelines.
Contract Price: $11,000,000.00
Customer Contact: Leliani Tedeski, Leilani.Tedeski@ch2m.com
Customer Address: 3 Hutton Centre Drive, Santa Ana, CA
Architect/Engineer: CH2M Hill
DBEC Job No: 5090 -1014, 5075 -2029, 5075 -1035, 4030 -1083, 4030 -1079
DBEC Performance Period: 2001 — 2003
The information provided herein Fs confidential. By accepting the infornuthon, OwnedContracter agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros Equipment Co., (2) hold the information in arietest confidence, and (3) not
use or disclose the information in any way adverse to Doty Rros. Equipment Co", =cep! as may be required by law.
Rev. 08/14106 CA C.L. 273024
NO 3 of 3
3�
From: 0
004/20 16:17 #026 P.016/023
DOTY BROS. EQUIPMENT CO., ( "DBEC')
Project References
Water / Wastewater Divisions
DBEC Customer.
Atlas Underground, Inc.
Project Owner.
City of Los Angeles
Project Title:
Pipe Burst Sewer Line
Project Description/Location:
Replace 80' of 8" sewer with 10" HDPE in the parkway under the railroad
tracks by pipe bursting method with static-pull, using a hydraulic Vermeer
125 machine. Project located on 109'b Street, Compton, CA.
Contract Price:
$18,000.00
Customer Contact:
Elector Loya (909)622 -7174
Customer Address:
1295 S. East End Street, Pomona, CA 91766
Architect/Engineer:
City of Los Angeles.
DBEC Job No:
1075 -5064
DBEC Performance Period:
July 2, 2005 — July 13, 2005
DBEC Customer:
City of San Juan Capistrano
Project Owner.
Some
Project Title:
Well Site No. 5 — Creek Crossing
Project Description/L.ocanom
Emergency directional bore under the creek crossing, installing 1100 If of 16"
O.D. HDPE, 30' in depth. Challenges skillfully met in order to perform the
project were due to the location of the work, in the wetlands, and parallel to
horse stables. A temporary sound wall was required to be constructed in
order to avoid disturbing the horses. Contractual performance was established
at 90 days, and DBEC completed the .project in 60. DBEC provided
coordinated as- builts to assist the City in producing the final drawings.
Contract Price:
$497,500,00.
Customer Contact:
Eric Bauman, Water Engineering Manager (949)493 -1171
Customer Address:
32400 Paseo Adelanto, San Juan Capistrano, CA 92675
Arehitedt/Engineer.
City of San Juan Capistrano
DBEC Job No:
1075 -5017
DBEC Performance Period:
February 2005 — Mauch 2005
DBEC Customer.
Rudolph and Sletten, Inc.
Project Owner:
CIM / Pico, L.P.
Project Title:
Midtown Crossing Project (multiple pbases� R&S Job 2894
Project Description/Location:
DBEC is providing subcontract support, contracted separately for each phase
of construction of the Midtown Crossing Project. Project is a commercial
development including the construction of an MTA bus terminal facility.
DBEC is providing site utilities and installing 4000 If of pipeline, manhole
- structures and catch. basin. Project located in Los Angeles, CA.
Contract Price:
$1,000.000.00 (two subcouttacts)
Customer Contact:
Thomas Gibbons (323)857 -6337 0obske phone)
Customer Address:
989 East ilillsdale Blvd., Ste. 100, Foster City, CA 94404
Architect/Engiuee :
Perkowitz 8c Ruth Architects
DBEC Job Nos:
5090-4017,5075-5003
DBEC Performance Period:
November 2004 — January 2006
The information provided herein is confidential. By accepting the information, Owneerotmactor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, ami (3) not
use or disclose the information many way advease to Doty Bros. Equipment Co., except as maybe requited bylaw.
Rev. 00006 CA C.L. 213024
Pago 1 of 7
39,
Fran: 0 W*2006 16:17 #026 P.017/023
DOTY BROS. EQUIPMENT CO., ( "DBE471
Project References
Water / Wastewater Divisions
DBEC Customer.
South Coast Water District
Project Owner.
Same
Project Title:
San Juan Creek Property —Phase I Site Improvements
Project Description/Location:
Site preparation for desalinization plant including introduction of prototype
method for the installation of 800 stone columns, implemented for this project
for the first time in the United States. Columns were installed to produce soil
densification, and mitigate risks associated with liquefaction. A particular
challenge during performance of this project was the necessity to move over
1 00,0.00 c.y. of dirt onsite, and perform a significant portion of the work
during off - season and unexpected bad weather, at minimal cost to the client
while maintaining the project schedule. Project located in Dana Point and
Laguna Beach, CA.
Contract Price:
$3,648,804.00
Customer Contact
Robert W. Clark, P.E., Construction Manager (949)499 -4555
Customer Address:
31592 West Street, Laguna Beach, CA 92651
Arch iteabTaigineer.
Tetra Tech, Inc.
DBEC Job No:
5080 -4030
DBEC Performance Period:
October 2004 — June 2006
DBEC Customer: California American Water
Project Owner: Same
Project Title: LA -0-104 Mt. Vernon Gradient Pressure Improvements
Project Description/Lo=tion: Installation of approx. 6,000 If of 8" — 12" pipe for relocation of water and'
sanitary lines, including valve abandonment and installation, main
connections, paving, and installation of pressure regulators and meter boxes.
Project located in Southern Division, Los Angeles County
Contract Price: $718,502:70
Customer Contact. Raul Saenz, Operations Manager (626)6142535
Customer Address: 8657 Grand Avenue, Rosemead, CA 91770
ArchitectMngineer. California American Water
DBEC Job No: 1075 -4915
DB$C Performance Period: December 2004 — June 2005
DBEC Customer: Walnut Valley Water District
Project Owner. Same
Project Title: Replacement of Portion ofNo. Side Line (Phase 1), W.O. 03 -2784
Project Description/Location: Install 24" main. Project located in the City of Industry, CA.
Contract_Price :. _ _ . $332,451.00
Customer Contact En"k ITitchman, General Manager (909)595 -1268
Customer Address: 271 S. Brea Canyon Road, Walnut, CA 91789
Architect/Engineer: Walnut Valley Water District
DBEC Job No: 1075 -4895
DBEC Performance Period: September 2004 — November 2004
The infamaation provided herein is confidential. By accepting the information, Owner(Conuactor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Fquipment Co., (2) hold the information in strictest confidence, sod (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as may be required by law.
Rev. 08/14/06 CA C.L. 273024
Page 2 of 7
3�
From: 0 0*4/2006 16:17 #026 P.018/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer. South Coast Water District
Project Owner. Same
Project Title: Dohney Park Road Fire Flow Protection
Project Description/Location: Install approx. 1,600 if of 6" — 8" PVC C900 Class pipe, and 100 If of DI
pips jack in place ppe, install 19 wedge gate valves, fire hydrant, 1" — 2"
copper water service, 20' of CML&C pipe, meter vault, and appurtenant
work. Project located in Dana Point and San Juan Capistrano, CA
Contract Price: $757,471.00
Customer Contact: Robert W. CIark, Project Engineer/Construction Mgr. (949)499 -4256
Customer Address: 31592 West Street, Laguna Beach, CA 92651
Archibect/Engineer. South Coast Water District
DBEC Job No:. 1075.4899
DBEC Performance Period: September 2004 — April 2005
DBEC Customer.
Moulton Niguel Water District
Projectowner
Same
Project Title:
Recycled Water Moratorium Pipelines, Contract 2003.035
Project Description/location:
Furnish and install approx. 5,000 If PVC C -Class recycled water pipelines and
all appurtenant work. Project located in Aliso Viejo end Laguna Niguel, CA
Contract Price.
$635,746.00
Customer Contact
Jill Caperton, Engineering Assistant (949)425 -3532
Customer Address:
27500 La Paz Road, Laguna Niguel, CA 92677 -3489
Arcbitect/Engineer
CGvL Engineers
DBEC Job No:
1075 -4682
DBEC Performance Period:
June 2004 — September 2004
DBEC Customer. Black & Veatch Construction, Inc.
Project Owner. Inland Empire Utilities Agency, ("IAUA')
Project Title: IEUA Regional Plant No. 4 Pipeline Inspection Modifications
Project Description /Location: lEUA needed t have several of the existing 42" outfall pipeline joints welded
because they were structural joints subject to expansion and movement.
DBEC located existing manholes, and excavated and evacuated the line of
water, We then entered the- 42" line using recovery equipment and air
blowers. The concrete at the existing joints was removed and the joint was
welded. After the welding, the joint was cement coated to the existing
condition. The manholes were reinstalled, backfilled and paved. Project
located in Rancho Cucamonga, CA.
Contract Pric:e:, . $45,777.00
Customer Contact Frank Spiezio (913)458 -2000
Customer Address: 11401 Lamar Avenue, Overland Park, Kansas 66211
Architect/Fngineer. IAUA
DBEC Job No: 2070-4010
DBEC Performance Period: February 2004 — April 2004
The mfomtation provided herein is confidential. By accepting the information, Ownea/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co., (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Dorf Bros. Equipment Co., except as Wray be required by law.
Rev_ 08/14/06 CA C.1.. 273024
Page 3 of 7
34
Fran: 082006 16:18 #(P26 P.019/023
DOTY BROS. EQUIPMENT CO., ("DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer,
City of Azusa Light and Power
Project Owner.
Same
Project Title:
Gladstone Street 20" Water Line /Slip Line
Project Descriptiowl oeation:
installation of 11,000 if of 20" DSR -I I -HDPE water main. Project located on
Project Description/Location:
Gladstone St., Azusa, CA
Contract Price:
$1,200,000.00
Customer Contact:
Chet Anderson (626)812 -5208
Customer Address:
729 N. Azusa Ave, Azusa, CA
Architect/6agineer:
City of Azusa
DBEC Job Nos:
1075 -3504, 1075 -3715, 1075 -3939
DBEC Performance Period:
May 2003 —January 2004
DBEC Customer:
South Coast Water District
Project Owner.
Same
Project Title:
Pacific Coast Highway Sewer Force Main and Gravity Sewer Main
Rehabilitation
Project Description/Location:
Install 10" PVC gravity sewer by jack and bore, install DI pipe, abandon
sewer main, abandon main, install PVC liner, install manholes, excavation,
backfrll, remove/replaoe concreWasphal% potholing, landscaping, traffic
control. Project located in Laguna Beach, CA.
Contract Price:
$480,278.00
Customer Contact:
Joseph L. Boyle, Project Engineer
Customer Address:
31592 West Street, Laguna Beach, CA 92651
Architecl/Engineer:
South Coast Water District
DBEC Job No:
5080 -3012
DBEC Performance Period: April 2003 _ October 2003
DBEC Customer:
Suburban Water Systems
Project Owner, . '
Same
Project Title:
Construction of a Domestic Water Well Equipment Building, SWS WO 02-
1208
Project Description/Location:
Construct pump equipment bldg., including concrete, electrical, plumbing,
etc., pump base, onsite instrumentation and electrical, well discharge pipe,
landscaping. Project located at Plant 142, 1331 W. Vine Ave„ West Covina,
CA.
Contract Price:
$398,447.00
Customer Contact
Michael E. DeGhetd, P.E. (626)543 -2500
Customer Address:..
1211 E. Center Court Drive, Covin�_CA 919243603,
ArchitectlEn eer:
Suburban Water Systems
DBEC Job No:
1075 -3316
DBEC Performance Period:
April 2003 — February 2004
The information provided herein is confidential. By accepting the kibm ation, OwnerfContraetor ogees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros Equipment Co., (2) hold the information in strictest confid®cq and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co., except as tray be required by law,
Rev. 08/14/06 CA C.L. 273024
Pap 4 of 7
35
From: 0 04/2()06 16:18 tf026 P.020/023
DOTY BROS. EQUIPMENT CO., ( "DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer.
Project Owner.
Project Tide:
Project Desmiption/L.ocation:
Contract Price:
Customer Contact
Customer Address:
Architect/Engineer.
DBEC Job No:
DBEC Performance Period:
DBEC Customer:
Project Owner.
Project Title:
Project Description/Location:
Contract Price:
Customer Contact:
Customer Address:
Architeet/Engineer
DBEC Job No:
DBEC Performance Period:
DBEC Customer.
Project Owner..
Project Title:
I' ti .. vin,- , nl a , / .... :., .
Contract Price:
Customer Contact:
Customer Address:
Architect/Engineer:
DBEC Job Nos:
DBEC Performance Period:
Boeing Realty Corporation, ("BRC')
Same
Project 050260-01, Huntington Beach — McDonnell Business Canter
Gravity and forced sewer lines and lift station installation. Project located at
Boeing, Huntington Beach, CA
$1,219,250.00
Mario Stavale, BRC Project Manager (562)593 -8143'
(C.M.. Blair Fickett, Project Dimemsions, Inc., (949)476 -2246)
15480 Laguna Canyon Road, Ste. 200, Irvine, CA 92618
Boeing Realty Corporation
5080 -3021
Febnwy 2003 —September 2004 '
Vintage Petroleum
Same
8" West Gas Line .
Installed 10,000 If of 8" wet SDR 32.5 gas line with HDPE, tight fit, using
subline method in accordance with DBEC's Subterra license. Project located
on Son& Mountain and Torrey, Piru, CA.
$528,376.06
Lyn Fees (918)87-9-5494.
110 West Seventh Street, Tulsa, OR
Vintage Petroleum
1050 -3001
February 2003 —May 2003
ABB, Inc.
City of Burbank
(i) Hollywood Way Off Ramp and Switching Station, (ii) Verdugo (Capon)
Switching Station
DBEC supported both of these projects as a subcontractor for each providing
all structural concrete work, and on project (i), re- routed the freeway offramp
and built retaining wall. Projects located in Los Angeles at project title
locations.
$5,616,251.00 combined
Robert McCorkle.PmjectManager (9I9)856 -3930
940 Main Campus Drive, Suite 400, Raleigh, North Carolina .
I)uke.YAgineering Services. .._
5030- 1036,501011003,5010 - 2046,5010 - 2038,4030 - 2214,4039- 1018,4020-
2138
January 2003 —July, 2004
The information provided herein is confidentiaL By accepting the ioformatioa, Owner/Contractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co, except as may be required by taw.
Rev. 08/14106 CA C.L. 273024
Page 5 of 7
?(0
Fran: 08 */20(16 16:18 #026 P.021/023
DOTY BROS. EQUIPMENT CO., ( "DBEC ")
Project References
Water / Wastewater Divisions
DBEC Customer: PCL Construction Services, Inc.
Project Owner. General Mills Operations, Inc.
Project Title: Project SHAQ
Project Description/Location: Installed site utilities including fire water, domestic water, sanitary sewer,
storm drainage and process sewer systems. Project located at 1055 East
Contract Price:
-Customer Contact:
Customer Address:
Architect/Enginee
DBEC Job No:
DBEC Performance Period:
DBEC Customer:
Project Owner.
Project Tide:
Project Description/Location:
Contract Price:
Customer Contact:
Customer Address:
ArchitectT4gineer. .
DBEC Job No:
DBEC Performance Period:
SandhIII Road, Carson, CA 90746.
$1,905,966.00
Paul Kruger, Project Manager (952)882 -9600
12200 Nicollett Avenue South, Burnsville, MN 55337
Washington Group International
5075 -3005
January 2003 — July 2004
City of Ontario
Same
Compressed Natural Gas (CNG} Fueling Facility at the Public Works Agency
Service Center, Contract No. UT 0102-03
Install one 300 scfin gas compressor, one 250 kw natural gas driven engine
generator, 1,704 If of 1" compressed natural gas piping, 10 dual hose slow fill
bank at school site, modify existing on -site slow fill bank, modify existing
CNG. dispensing islands, modify electrical controls, remove and restore
existing pavement and all other appur tenant work. Project located at Public
Works. Agency Service Center, San Bernardino County, CA.
$1,019,976.00
Fernando E. Cobos, Utilities Project Manager (909)395 -2600
1425 S. Bon View Avenue, Ontario, CA 91761 -4406
CGvL Engineers
5050 -2028
May 2002 —July 2003
DBEC Customer.
CH2M Hill
Project Owner:
United States Environmental Protection Agency (USEPA)
Project Title:
Whittier Narrows Ground Water Treatment Facilities
Project Desmiption/Location:
Multi- Divisional project; DBEC's scope of work included civil, process
mechanical and electrical work including 5 mi. of 24" pipeline, installation of
electrical/telemetry systems, well conditioning and appurtenant work for a
total subcontract price of 11.5M. DBEC's work was performed over a three
year period, from,.2001 to 2003. This project was contracted.by.the USIIPA,
therefore required compliance with strict federal guidelines.
Contract Price:
$11,000,000.00
Customer Contact:
Leliani Tedwki, Leilani.Tedeski @ch2m.com
Customer Address:
3 Hutton Centre Drive, Santa Ana, CA
Architect/Engineer:
CH2M Hill
DBEC Job No:
5090 -1014, 5075 -2029, 5075- 1035, 4030 -1083, 4030 -1079
DBEC Performance Period:
2001 — 2003
The information provided berein is confidential. By accepting the information, OwnedContractor agrees to (1) use the information only
for purposes of evaluating the bid submitted by Doty Bros. Equpmmt Co, (2) hold the information in strictest confidence, and (3) not
use or disclose the information in any way adverse to Doty Bros. Equipment Co_, except as may be required'by law.
Rev_ 08/14/06 CA CL 273024
Page 6 of 7 x
J
Fran: • C04/2006 16:18 1ii026 P.022/023
DOTY BROS. EQUIPMENT CO-, ( "DBEC")
Project References
Water / Wastewater Divisions
DBEC Customer.
Project Owner:
Project Title:
Project Description/Location:
Contract Price:
Customer Contact
Customer Address:
ArchitecbEnginec:
DBEC Job No.:
DBEC Performance Period:
DBEC Customer.
Project Owner:
Project Title:
Project DescriptiontLocation:
Contract Price:
Customer Contact
Customer Address:
AmhiteoVEngineer.
DBEC Job No:
DBEC Performance Period:
California American Water — LA. Division
Same
Mount Vernon Gradient 11 Streets in Baldwin Hills
rnstalMon of water mains in various locations in Baldwin hills
$718,502.70
Jay Burnett, (626) 614 -2535 ext 27
P.O. Box 5087, Mt. Laurel, NJ 08054 -1108
1075-4915
January, 2005 — November 2005,
Southern California Edison
Same
MVL — Wastewater Pipeline Rehabilitation
Rehabilitation and Repair of 12" 'Wastewater Line. Mountainview
Power Plant, San Bernardino, CA
$1,533,480.01
Jerry Evelyn, (626) 302 =5278
P.O. Box 800, 8631 Rush Street Rosemead, CA 91770
1075-4903
9/7104 — 5/18/05 .
'Me mf ration provided heron is confidential. By accepting are mfotation, OwnedCm&wtor agrees to (i) use the information only
for purposes of evahmating the bid submitted by Doty Bros Equipment Co, (2) hold the information in strictest confidence, and (3) not
use or disdose the information in any way adverse to Doty Bros Equipment Co., except as may be required by law.
Rev. 0&/14/06 CA CZ. 273024
Page 7 of 7 - n
Fran:
080M 16:18 #026 P.023/023
•• :.• . 1 •
Doty Bros. Equipment Co., . C DBEC'� maintains blanket or term contracts with many
municipalities and private customers, including some projects involving federal government
contract work. These contracts are established for the convenience of the customer, and allows
the customer to contact us for responses and provision of our service without the additional
burden of evaluation and negotiation of terms, which are pre - established and in place'. Some of
these contracts are for the provision of emergency services, and our customers depend on a
timely response. Some of those companies are listed below.
Apple Valley Ranchos Water Co.
AT &T Corporation
BP West Coast Products LLC
California Water Service Co.
Cape$ Environmental, Inc.
Chino Sills; City of
Cucamonga County Water District
Disneyland Resort
Etpuilon Enterprises, LLC (SHELL)
Global Crossing Telecommunications, Inc.
Kerr -McGee Corporation
Kinder Morgan (SFPP, LPISPPL)
Knott's Berry Farm, A Cedar Fair, L.P. Park
Laguna Beach County Water District
Los Angeles, City of Department of General Services
MCI Purchasing, LLC
Mesa Consolidated Water District
Norwak City of
Orange County Water District
Santa Ana, City of
Santa Clarita, City of
sac west
Sempra Energy
Southern California Water Company
Sprint United Management Co.
STC Netcom, Inc.
Suburban Water Systems
Tidelands Oil Production Co.
Vintage Petroleum, Inc.
Walnut Valley water District
The Wfor &Wn provided bervin is wffidennal. By acapdag the information, Owner /Contractor agrees to (1) use the ioformatiah only
for purposes of evalaaang the bid submitted by Doty Bros. Equipment Co., (2) hold the information in shietest wnfidwa, and (3) not
use or disdose the information in anyway adyesse to Doty Bros. Equipment Co., exaptas may be required by law. (Rev. "114A6
CA CL, 273024 N
COST PLUS RATES
SOUTHERN CALIFORNIA
COST PLUS RATES EFFECTWE JULY 1, 2006 TO JUNE 30, 2007
Apprentice Rates: Apprentice rates as listed above are the highest dassi5eation priorto journeyman full scale rates. Billing rate for Apprentice will be based on actual
dasstloalmn.
Subsistence: S65.DD/day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constibded shift shall be time and one hall. Sundays and holidays shall be pakf at double time. For Operating Engineers -
fim four (4) hours outside regular shin, and fuss twelve (12) hours on Saturday is time and one hall; all additional hours at double time except holidays which are at triple
time. Emergency "call outwork" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, Plus mark -up of 15%
Boundaries of Southern Catifonda Cost Pius Rates: comets of the eleven (11) counties of Los Angeles, Wo, Mono, Orange, Riverside, San Bernardino, imperial,
VenhM Santa Barbara, San Luis Obispo, Kem and in addlton: Richardson Rock Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel island, Santo Barbara Island, Santa Rosa Island, Anacaps Island, including the Channel Islands Monument Ram Scale does not Oxhrde San Diego
County.
NOTE: Wage scales are in accordance with Associated General Contractors Master Labor Agreement, and are subjectto change without notice. This rate
sheet Is not all Inclusive; additional classifications available If required. (v2.0) CA C.L. 273024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com Ho
PAY
STRAIGHT
OVER
DOUBLE
PAY
STRAIGHT
OVER
DOUBLE
CRAFTSMAN,VASS
CODE
TIME
TIME
TIME
CRAFTSMAN/CLASS
CODE
TIME
TIME
TIME
CARPEN76W
OPERATING ENGINEERS
General Foreman
CGF
74.24
104.03
133.81
General Foreman, Appdx A
OGF
81.80
111.81
141.63
Foreman
OFM
70.91
99.02
127.14
Foreman, Appdx A
OFM
7929
108.06
136.82
Journeyman
CJM
67.57
94.02
120.47
Group 1, Appdx. A - Offer -
001
71.97
97.66
12218
Shinglar
CSJ
67.79
94.34
120.90
Group 2, Appd c A - Oler
OG2
7328
99.03
124.79
Apprentice - still Period (90 %)
CAS
62.28
86.09
109.88
Group 8, Appdx. A- Universal
OGS
76.8D
104.31
131.82
Group 10, Appdx A- Mecha to
OGA
77.00
104.61
132.23
Group 8, AppcbL 8 - Crane < 25 Tons
OB6
77.28
105.03
13279
MILLWRIGHTS
-
Group 9, AppcbL B - Crane 125 Tons
089
77.57
105.47
138.35
General Foreman
CMG
75.06
105.27
135.48
Apprentice, Grp S. Appdx A- Step 6 (90%)
OAS
7236
96.37
124.36
Foreman
OMF
71.75
10027
128.81
Journeyman
CMJ
66.41
9527
12213
Apprentice - 8tn Period (95 %)
CM8
65.60
91.13
116.64
U.A. PIPERTTERS/WELDERS
'
INDUSTRIAL
General Foreman
IGF
65.43
119.54
150.60
CE7KENTMASONS
Foreman
IFM
80.13
111.59
140.17
Foremen
MFM
67.50
89.60
111.69
Journeyman - Welder/Fdter
!JM
72.12
99.58
124.44
Journeyman
MJM
64.99
85.85
106.69
Apprentice - Fi<tr Yew
Vt5
57.96
80.27
100.62
F &T Machine Operator
MTO
65.41
86.47
107.53
Apprerdice - Shin 6 Mos. (90 %)
MAS
60.63
79.59
9 8.35
SHORTLWE(LOCAL 250)
Foreman
SFM
84.81
116.37
148.98
. Journeymen (Weidar/Flttu)
SJM
78.07
1D9.75
137.57
LABORERS
Welder Helper .
SWH
44.99
61.69
7726
General Foreman
LGF
63.31
85.32
107.33
Pre - Helper
SPH
28.88
37.11
47.34
Foreman
LFM
61.64
8281
103.99
Croup 1 - Gartered
LGi
54.72
72.43
90.14
Group 2- Wrapper >6"
LG2
55.63
73.81
91.98
UT9JTY
Group S- PTON/rapper<6'
LG3
58.55
75.18
93.81
Ferman
UFM
63.47
59.04
11329
Croup 4 - Pipe layer, C&S
LG4
59.13
79.05
98.99
Welder
UWJ
56.91
79.19
100.15
Group 5 - Blaster
LG5"
$9.72
79.93
100.15
JourneymaN -user
UFJ
47.84
65.66
82.45
Apprentice - ft Period (85 %)
LA6
48.12
65.30
82.49
Pipe Tradesman 0
UP2
34.99
46.57
57.07
TEAMSTERS -
ELECTRICIANS /INSIDE WREMEN
General Foreman
TGF
66.57
88.63
110.70
(Rates subject to project location & employee base hKaftn)
Foreman
TFM
64.91
86.13
107.36
GeneralForeman
EGF
96.42
135.57
174.71
Group 2 - 2 Pode
TG2
61.97
81.73
101.48
Foreman
EFM
85.84
119.69
153.54
Group 3 - 3 Axle
TG3
6218
8205
101.91
Jouneyman
EJM
78.96
109.38
139.79
Group 5 - Waddng Truck Driver
TG5
6240
8238
10236
Apprentice -10th Period (85 %)
FAO
68.55
94.42
120.28
Group 6 - 4 m More Ards
TGS
6260
8268
102.75
'
Group 9 - Lo-Bed
TG9
63.77
84.43
105.08
PROJECT MANAGEMENT
Subjoumeyman -4001 -6000 Fire.
TA3
46.59
60.16
73.73
Project Manager
MPM
94.94
129 -87
167.72
Group 12 - WTD BoomTrk Cart
TBT
65.68
68.17
110.70
Superintendent
MSP
85.18
116.09
149.94
Project Engineer
MPE
66 -11
96.76
127.41
Apprentice Rates: Apprentice rates as listed above are the highest dassi5eation priorto journeyman full scale rates. Billing rate for Apprentice will be based on actual
dasstloalmn.
Subsistence: S65.DD/day
Travel Time: Customer will be advised if travel time is applicable
Overtime Rates: All hours outside regularly constibded shift shall be time and one hall. Sundays and holidays shall be pakf at double time. For Operating Engineers -
fim four (4) hours outside regular shin, and fuss twelve (12) hours on Saturday is time and one hall; all additional hours at double time except holidays which are at triple
time. Emergency "call outwork" - Four (4) hour minimum for labor and equipment
Markup: Material, subcontractors, subsistence, and outside rentals (including fuel costs), will be billed cost plus sales tax where applicable, Plus mark -up of 15%
Boundaries of Southern Catifonda Cost Pius Rates: comets of the eleven (11) counties of Los Angeles, Wo, Mono, Orange, Riverside, San Bernardino, imperial,
VenhM Santa Barbara, San Luis Obispo, Kem and in addlton: Richardson Rock Santa Cruz Island, Arch Rock, San Nicholas Island, Catalina Island, San Clemente
Island, San Miguel island, Santo Barbara Island, Santa Rosa Island, Anacaps Island, including the Channel Islands Monument Ram Scale does not Oxhrde San Diego
County.
NOTE: Wage scales are in accordance with Associated General Contractors Master Labor Agreement, and are subjectto change without notice. This rate
sheet Is not all Inclusive; additional classifications available If required. (v2.0) CA C.L. 273024
11232 E. Firestone Blvd., Norwalk, CA 90650 Phone: (562) 864 -6566 Fax: (562) 864 -6052 www.dotybros.com Ho
BOOM TRUCK - UP TO 8 TONS
BOOM TRUCK - 10 TO 11 TON
BOOM TRUCK - 14 TON
BOOM TRUCK - 23 TO 25 TON
GROVE CRANE - 15 -18 TON RT (OR EQUIVALENT)
GROVE CRANE - 28 TON
FORKUF7S
6,000 LB
20,000 LB
LOADERS.
3KIPLOADER - CASE 5BOIMF40E
330 CAT RUBBER TIRE LOADER
350 CAT RUBBER TIRE LOADER
350E CAT RUBBER TIRE LOADER
MBC CAT RUBBER TIRE LOADER
xOAD EfJUlP64ENT
AT MODEL 140 GRADER
TBRATOR ROLLER, FR 1 TON HAND (WALK BEHIND)
'OLLER - (RIDE ON)
LASHING ARROW - (4 HR. MIN.)
iLT TRAILER / CABLE DOLLY
TTEL.0 COLD P.lANER.. (A HR. MIN.)
IPPER GRINDER (RATE PER DAY+ MOVE -0N)
0 450 SIDEBOOM
AT D-6 SIDESOOM
AT 561 SIDEBOOM
AT D-7 SIDEBOOM
AT 572 SIDEBOOM
AT D-4/ JD 450 DOZER
AT D-6 DOZER
11917 F. Firwctnna RhiA Nnrcvatl- rA
HOUR
RA77
$ 13
$ 15
$ 19
$ 41
$ 19.
$ 25.
$ 16.
.$ 27.
$ 38.
$ 30.
$ 35.
WELDERS
MISCELLANEOUS
DOTY
BROS,,
$ 30.00
Construction
Company
$
15.
COST PLUS RATES - EQUIPMENT
200 AMF, TRUCK MOUNTED
SOUTHERN CALIFORNIA
$
COST PLUS RATES EFFECTIVE JULY 1, 2006 TO JUNE 30,2007
$ 49.0D
HOURLY
#851 BEVELING MACH. OR EXT. LINEUP CLAMP & GLITTERS V -14"
BACK HOES
RATE
TR /
CASE 580 /JD 310
$ 36.00
PICKUP TRUCKS - MIX. TOOLS NOT INCLUDED
JD 710
$ 44.00
SERVICE TRUCK I4WD PICKUP - MISC TOOLS NOT INCLUDED
CAT 235 -TRACK MOUNTED
$ 110.OD
2-3 TON - FLATBED, A- FRAME, UTILITY, HOE MOVER
CAT 300 -TRACK MOUNTED
$ 105.00
HIGHWAY TRACTOR W/1RAILER (LOWBED)+ MOVE PERMIT FEES
CAT 345 - EXCAVATOR
$ 135.00
DUMP TRUCK - 5 YARD (BOBTAIL OR FLAT BED)
#1176 BORING MACHINE 1314"
(PER DAY)
DUMP TRUCK - B YARD
COMPACTION EQU/PMENT
$ 21.00
40,000 LB. TRAILER
ARROW (HYDRO HAMMER)
$ 43.00
DUMP TRUCK - 10 YARD (10 WHEEL)
54" SINGLE DRUM VIBRATING SHEEPS FOOT $ 44.00
LOWSIDE END DUMP TRAILER WITH TRACTOR
(PER DAY)
$
WATER TRUCK. - (1,500 -2,000 GALS.)
COMPRESSORS WM LB. BREAKER. CLAY SPADE & TAMPER
WATER TRUCK - (3,500 GALS.)
125 -185 CFM
$ 20,00
10.
BOOM TRUCK - UP TO 8 TONS
BOOM TRUCK - 10 TO 11 TON
BOOM TRUCK - 14 TON
BOOM TRUCK - 23 TO 25 TON
GROVE CRANE - 15 -18 TON RT (OR EQUIVALENT)
GROVE CRANE - 28 TON
FORKUF7S
6,000 LB
20,000 LB
LOADERS.
3KIPLOADER - CASE 5BOIMF40E
330 CAT RUBBER TIRE LOADER
350 CAT RUBBER TIRE LOADER
350E CAT RUBBER TIRE LOADER
MBC CAT RUBBER TIRE LOADER
xOAD EfJUlP64ENT
AT MODEL 140 GRADER
TBRATOR ROLLER, FR 1 TON HAND (WALK BEHIND)
'OLLER - (RIDE ON)
LASHING ARROW - (4 HR. MIN.)
iLT TRAILER / CABLE DOLLY
TTEL.0 COLD P.lANER.. (A HR. MIN.)
IPPER GRINDER (RATE PER DAY+ MOVE -0N)
0 450 SIDEBOOM
AT D-6 SIDESOOM
AT 561 SIDEBOOM
AT D-7 SIDEBOOM
AT 572 SIDEBOOM
AT D-4/ JD 450 DOZER
AT D-6 DOZER
11917 F. Firwctnna RhiA Nnrcvatl- rA
HOUR
RA77
$ 13
$ 15
$ 19
$ 41
$ 19.
$ 25.
$ 16.
.$ 27.
$ 38.
$ 30.
$ 35.
$ 38.00 #890 CLEANING BALL
$ 54.00
WELDERS
MISCELLANEOUS
$
78.00
$ 30.00
200 AMF, TRAILER OR SKID MOUNTED
2200
$
15.
$ 45.00
200 AMF, TRUCK MOUNTED
$
$
28.
$ 49.0D
WELDING SKID - QTY. 4
#851 BEVELING MACH. OR EXT. LINEUP CLAMP & GLITTERS V -14"
$
11.
$ 54.00
#836 BUFFERS & GRINDERS
#6866 CEMENT MIXER
$ 56.OD
*850 CHAIN SAW (INCLUDES BLADES)
$ 65.00
MISCELLANEOCS
#1176 BORING MACHINE 1314"
(PER DAY)
$
15.
$ 21.00
#1177 BORING MACHINE 3 V2"
(PER DAY)
$
20.
$ 33.00
#1520 BORING MACHINE 4" - B"
(PER DAY)
$
25.
#654 BORE MOTOR
.(PER DAY)
$
10.
CEMENT SAW - SMALL
(PER DAY)
$
20.
CEMENT SAW - MEDIUM
(PER DAY)
$
25.
$ 30.00
. CEMENT SAW - LARGE
(PER DAY)
$
30.
$ 44.00
#848 CHAIN LINK FENCE PANELS
(/EACH/ PER JOB)
$
24.
$ 55.00
#647 CHAIN LINK FENCE
(/ FOOT / JOB)
$
2
$ 66.00
*1085 POWER BROOM - TRACTOR MOUNTED
(PER HR)
$
20.
$ 51.00
#820 TAPPING MACHINE (WATER LINES UP TO 2")(PER INCHIPER DAY)
$
20.
#828 TAPPING MACHINE (WATER LINES 3" TO
12") (PER INCHIPER DAY)
$
20.
#1082 BENDING MACHINE 6" TO 20" PLUS SHOES & FREIGHT (PER DAY)
$
400.
$ 38.00 #890 CLEANING BALL
$ 54.00
#1535 COMPACTOR (NERVOUS TURTLE)
MISCELLANEOUS
$
78.00
#879 BARRICADES 1 DELINEATORS I CONES
$
2200
PLYWOOD 113 REPLACEMENT COST
$
28.00
SHORING LUMBER B" X B" X 8' 113 REPLACEMENT COST
$
17.00
SHORING LUMBER 3"X 12'X 14' 113 REPLACEMENT COST
$
' 12.00
#851 BEVELING MACH. OR EXT. LINEUP CLAMP & GLITTERS V -14"
$ 220.00
#839 BEVELING MACH. OR EXT. LINEUP CLAMP ` CUTTERS 16"y?6"
$ 350.00
#836 BUFFERS & GRINDERS
#6866 CEMENT MIXER
*850 CHAIN SAW (INCLUDES BLADES)
$ 38.00 #890 CLEANING BALL
$ 54.00
#1535 COMPACTOR (NERVOUS TURTLE)
$ 60.00
#691 CONCRETE VIBRATOR
$ 83.00
#882 CONSTRUCTION SIGNS
$ 75.00
*878 CROSSING PLATES
$ 40.00
#810 CUT -OFF SAW (INCLUDES BLADES)
$ 74.00
#837 DEAD WEIGHT TESTER
EMULSION POT SPRAYER
Page 1 of 2
Plxnno• (SF91 RrA_A,;A.A. 17, (CA.')\ AA6_4011 xxn:..x. rinfx.l.rno
DAILY
RATE
$ 1,
$ 25,1
_.... .$ 504
$ 25.1
$ 40.1
$ 50.1
$ 10.1
$ 150.(
$ 40.1
$ 4.1
$ 6.:
$ 50A
$ 60.1
$ 60.1
41
AWCELLANEOUS
FLOODLIGHT TRIALER (MERCURY VAPOR LIGHTS)
9841 FLOW LINER
#1807 GENERATOR (3.5 - 5 KW)
#842 HILT) GUN
#836 HOLIDAY DETECTOR
#875 LADDER
LIGHT STAND
#840'MANHOLE BLOWER
#843 PIPE LOCATOR
61834 TESTING TABLE
9853 POWER THREADER
9835 SKILL SAW (INCLUDES BLADES)
9827 TAP MACHINE - T.D. WILLIAMSON (UP TQ 3')
#882 TAR POT
#892 TEST PLUG
TEST PUMP - 200 LB.
01815 TEST PUMP 2DD LB.-400 LB. SPRAGUE
98818 TEST PUMP $,ODD LB. TRAILER MOUNTED
#845A TRANSIT - LEVEL
98456 TRANSIT - LASER
#8450 TRANSIT - THEOLITE
9877 TRENCH JACK (SCREW)
UTILITY VEHICLE (NON -HWY)
#1861 VIBRATOR PLATE (24')
91860 WACKER TAMPER
9893 WALKIE TALKIES (SET OF 2)
9871 WATER HOSE 11/2"X50'
9872 WATER HOSE 2 1rZ X 50'
91831 WATER PUMP r PORTABLE
01832 WATER PUMP 3- PORTABLE
SANDBLASTER W /ACCESSORIES
WEED WACKER
DAILY
RATE
$ 125.00
$ 25.00
$ 50.00
$ 50.00
$ 25.00
$ 10.00
$ 15.OD
$ 40.00
$ 25.00
$ 60.00
$ 65.00
$ 20.00
$ 100.00
$ 50.01)
$ 10.00
$ BD.DD
$ 125.00
$ 175.00
$ 25.00
$ 75.00
$ 35.00
$ 4.00
$ 50.00
$ 85.00
$ 85.00
$ 25.00
$ 6.00
$ 7.50
$ 50.00
$ 75.00
$ 125.00
$ 50.00
0
AIR TOOLS
#670 AIR HOSE 3.W" X 50'
9868 CHIPPING GUN
#666 CLAY SPADE
98641MPACTWRENCH 1'
#856 JACKHAMMER
#867 PAVEMENT BREAKER
9869 RIPPING GUN
9865 ROCK JACK
#852 ROTARY HAMMER
2859 TAMPER
9860 PORTA BAND SAW
SAFETYAND NAZMAT EOIIlPMF.M
9844 EXPLOSIMETER
9914 MULTI -GAS DETECTOR I PID
H2S MONITOR
9913 TRIPOD W/HARNESS
9916 SCBA
9918 ESCAPE AIR PACK
RESPERATOR - HALFIFULL MASK
RESPERATOR CARTRIDGES (PAIR)
SAFETY HARNESS .
Page 2 of 2
(PLUS STEEL)
(PLUS STEEL)
(PLUS STEEL)
(PLUS STEEL)
(PLUS STEEL)
(PLUS STEEL)
11232 E. Firestone Blvd. Norwalk- CA 90650 Phone: (562) 864 -6566 Fax: (567) 964 =6057 ix mv r1ofvhrnc
DAILY
RATE
$ E
$ 35
$ 35
$ 35
$ 35
$ 35
$ 35
$ 35
$ 50
$ 35
$ 35
50.
1 D0.
15.
100.
40.
25.
5.
15.
ua
Al-p- 08-2006 11:10 From:USI COAST 9493410321 o:949 6465204 P.2/10
TFIE POUCICS OF MlSLIRANCE USTED BELOW HAVE SEEN MSUEO TUTHE WWREO NA MABOVE FOR THE POUCYPEMOP INDICATED. WM MSTANDM
ANYmOuFadac TERM oR cmomm oFANYCoNTRACroR OTHBt6=mA?rrWITHRESPECT To WWCH TNSOER71 mm IAAYae MIED OR
MAYPERTAIN. THEBi UVACEPFFORAEO _BYTHEPOLICIESDESMMMMERBH IS % MAWTOALL7FETEWM3 .9=LUSIONSANb GOMnONSCFSUCH
POLOES. ACGWEGATE L M M SHOWHM4Y ME BEEN REDUCED BY PAP GLMM3.
TYPE OF IMOLMRANCE
POIt:YMBMeER
am
70111105
1oHi/06
LYM
A uABmj^'
x urKAPaaAte�tAtLrAactrr
r1fYAS IrADE QOCCUR
BFPD/xCU
x Contractual
GCRLAGGW,G+TEUMAPPUESPEre
Poucr Fxl PA M Loc
GL1SSWW
FACHOOCUMMXG
s1000
¢ osmarm
$50,060
&MOEXP(Aw9mPmn
93
PmsomlAwwwxr
si 000
Ge*F LAa'MMOXTE
000
FROMM- CM.PXPAW
000000
BM SIR
00 00
B tnrxou"Iummm
x ARYAUro
x (AWNED A=
VCKMUsnarms
z MREDAMOS
x "mxV +mmyrm
x Camp $1,000
x CWI St,000
CAS202193
ass to 2003
and newer cars
10111/05
only
10111/06
oqw��aar�I®®sarocEUwr
t1000,p00
��
:
s
tP ocBRTroAMncs
s
GARAGE U40dY
AWANO
AUm&&Y- PAA0QtWT
s
OTRERrrm EAAoC
A MOPILY. AM
s
A9 MUZA UAatLnY
DOOM 13LlAe UAGE
GEMnTt"
we"OCCtMMOMME.
SOMPICOATE
EON—'000
C wortmMCOMW%ATIOWam
EapL°vena�uAmury
A� Y7>+EBtlIXECVTNE
M o plol -m a• a
WC13dTi63
Mims
10111/06
FL DMEAX' -EA
0:1 ADNOW
EL.MmK- PM=LMr 1611,001000
"Hat
oESCamTaawoPatATwasrLOCAnan rvornsarEULUaaaAOOmarnHPORSwreMTrixau .weovewns
Re: All Operations. The City of Newpor7 Beach, its elected or appointed
,mlimm. o clels, ernployoos, agents and volunteerwam tmnwd as
additional insured as respects to General Liability and Automobile
Uability Policies. Waiver of Subrogation appliim to General Uubirdy,
Automobile Uabiilty and Workers Compensation policies. (p)
City of Newport Beach
Pubgo Works Dapt.
3300 Newport Blvd.
Newport Beach, CA 925584915
7 of 7 SAd:t7m77
AWn DeaCtMrm POLM. E99ECANCBL ED UVOMIKEG (AUM
IeawaaarsrLrs�ruLt 70raAA 0 D&TSWRMEx
r IGIe
X1
RUG - 08;2006 11:10 From:USI CORST 9493410321 • To:949 6965204 P.3z10
IMPORTANT
If the cerlikate holder is an ADDITIONAL INSURED. the WCy(ies) must be endorsed. A sfinement
on this ceNficate does not cattier rigors to the Certificate hDWe( in fieu of suoh endorsernent(s).
If SUBROGATION IS WAIVER, "ea to the lama and conditions of the policy. certain polioies may
require an endorsement. A slatement.on this certificate does not confer rights to the certificate
holder in Iteu of such andorsemengs),
DISCLAIMER
The Certificate of insurance on dw retrarse aide of this form does not constmo a oongract between
the. issuing k=VCAG), authorized represerdetwo or produwr and the oer4firsta Calder, nor does fl
aifintle @vely or nogaiiyey errterrd, extend a alter the coverage WWod by the pofdes fated inom tm
ACORD 2ss (toolfoa) z of l
us(
FW -08 -2006 11:10 From:USI S* COAST 9493410321 :949 6465204 P.4/10
YV I 6r{V
ACORD., CERTIFICATE OF LtA81L[TY INSURANCEmp°"""
USI Irvine - C/L ONLYANO CONFERS NO RiGM UPON IME CERTIACATE
1-14 03511B2"49•i9o.9339(S=n) HOLDER. THIS CERTIFICATE DOES NOTAMENO, EXTEND OR I
p 0 Box 53410 ii ALTER THE COVERAGE AFFORDED BY THE POGCIE'ST BELOW.
Irvine, CA 926193310 1..._..__._ I ...._ _ I
Doty Bros. Equipment Co.
11232 E. Firestone Blvd
Norwalk, CA 90550
ANYAUTO
ALL OwrMO AUTOS
SPIEVfA.BDAUTOS
HuiFOAUT0S
NOWOWII®AUTOS
WW ABOVE rOR THE POUCY FOWD WOICATM NOTWITterAR 4
r WRH RESPEGTTo WHICH THIS CERTIFICATE MAY BE ISSUED OR
SUM= TO ALL THE TVMS. EXCLUSIONS AND COf• MON$OF SUCH
=�DA MOE Is
•NYAr1T0 OTHd3 tNA1r CAA= f
AUrOONLH AM f
JAI w ,,,rr 10H1ro5 1011106 EAMOO� NE s 2 sc
5 D0000 0 00000 0
000 n M (XAW A9E Te
DEN M E
NXRETENTION
S10,000
s
wOR1SR09OWHISAMN AND w'CBTA O
0moviRru arY
F1. EApl AOdD@IT f
or+xamPoETOFWM�
Re: All Operations. The City of Newport Beach, Its eieded or appointed .
MUM, ofliculs. employees, agenkS and-vol u-nt-e-s-r-s are named as
additional insured as respects to General Liability and Automobile
Uablltty policies. Waiver of Subrogation applies to General Uability,
Automobile Liability and Workers Compensation policies. {p}
SNOOILANY OFYNE ABOVE DESCRIOED POUMO 9E9ANCILLW aEMM TIM EMRATION
City of Newport Beach DAT81H9tEoF,TNeISawl wwnE iNLLnoo4Oik uAJw —= w&TSwwrrEu
PDblle Works Capt. YoTHeoaTltTCATCHOIDe rsNAYFOTOTHELEFT QUO p0eO8CiSRx
3300 Newport BWd. rmmaUODUUamsoBOOc
Newport Beach, CA 92638.9915
1 of 2 CM320213
CJCJC m
q5
AWW 08 =2W 11:11 From:LISI CORST 9493410321 To: 949 6465204 P.5/10
IMPORTANT
If the oet860ate Polder is an ADDtTIONAL INSURED. the poucy((es) must be endorsed. A statement
on this certBct" dogs not confer rights to the Certfcaie hold" in freu of such WWOrsememt(s).
If "ROGA"C)N IS WAWW- subject to the teens amd wn(Wons of the policy. oeftn pDWes may
require an endorsement. A statemerd on this cerfifcate does mgt Confer rights to the certificate
holder Gh fieu of such endorserneng4.
DISCLAIMER
The CettfioaM of lnsurence on the reverse skis of this form does rot consdiate a contract between
the bwkW insurar(s), authorized represeritafW or producer, and the certificate holder, nor does it
affim's6my or newively amend. extend or altar tie coverage afforded by the policies Ilsted thereon.
ACORD 2bS P20011M o ..r n
ri
fU.9 -08- 2096.11:11 From:USI W COHST 9493410321 W949 6465204 P.6/10
POLICY NUMBER: CLISS8660 COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
ADDMONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS
(FORM B)
71&e*W=w wmark.8=t Vmv*d eodcr4w Mbwka:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
The City of Newport Beach, its elected or appointed officers, officialS, employees, agents and
volunteers
RE: All Operations
(If no entry appears above information required to complete this endorsement Will be
shown in the Declarations as applicable to this endorsement.)
WHO IS AN INSURED (Section R) is amended to include as an insured the person or
organization shown in the Schedule, but only with rasped to liability arising out of "your
work" for that insured by or for you.
PRIMARY CLAUSE ENDORSEMENT:
It is further agreed that such insurance as is afforded by this policy for the benefit of the
Additional Insured shown shall be primary insurance, but only as respects to airy Cl" loss
or liability arising out of the operations of the Named Inaurcd and any other insurance
maintained by said Additional Insured shall be non- contributing.
CG 20 10 11 85 Copyright Insurance Services Office, Lao, 1984
U7
AL16-08-2006 11:11 From:USI4r COAST 9493410321 • To: 949 6465204 P.7/10
POLICY NUMBER: GLISS9660
COMMERCIAL GENERAL LIABILITY
THIS ENDOgS) mFNT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST
OTHERS
This endorsement modi fees insurance providod under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
OWNERS AND CONTRACTORS PROTECTf VE LIABII,ITY COVERAGE PART
SCHEDULE
Name of Person or Organization:
The City of Newport Beach, its elected or appointed officem, officials, employees, agents and
volunteers
RE: All Operations
(If no entry appears above, information required to complete this endorsernent will he
shown in the Declarations as applicable to this endorsement.)
We waive any right of recovery we may have against the person or organization shown in
the Schedule because of payments we make for injury or damage arising out of "your
work" done undcr a contract with that person or organization. The waiver applies only to
the person or organization shown in the Schedule.
CG 24 04 11 85 Copyright, Insm== Services Officc, Inc:, 1984
M,
"-08 72Q06 11.:11 From:USI W COAST 9493410321
POLICY M CAS262193
iNSi nws NAI - Doty Bros. Equipment Co.
•o:949 6465204
COMM 11CLAL AUTO
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - DESIGNATED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following,
BUSYNESS AUTO COVERAGE FORM
SCHEDULE
Name of Person or Organization:
P. W10
I'lte City of Newport Beach, its elected or appointed officers, officials, employees, agents and Yolunteers
RE: All Operations
PR1 MARY CLAUSE RNI)ORSFIMM:
It is farther agreed that such insurance as is afforded by this policy for the benefit of the Additional
Insured shown shall be primary insumncF but only as respects to any claim, loss or liability arising oat
of the operations of the Named Insured and any other Insurance maintained by said Addldona Insured
shall be non - contributing.
WHO IS AN INSURED (section In is amended to include as an insured the person or
organization shown in the Schedule but only with respect to liability arising out of the ownership,
maintenance, or use ofa covered "auto"
q
AI7 08-2006 11:11 From:LSI COAST 9493410321 OT o:949 64G5204 P.9/10
POLICY #: CA8262183
INSUREDS NAME. Doty Bros. Equipment Co.
COMMERCIAL AUTO
THIS ENDORSEMENT CHANGES THE pOLICy, PLEASE READ IT CAREFULLY
ADDITIONAL INSURED - DES[CNATED PERSON OR
ORGANTZATION
T1tis endorsement modifies insuranco provided under the following:
BUSINESS AUTO- COVERAGE FORM
SCHEDULE
Name of Person or Organization:
The City of Newport Beach. its elected or appointed officers, officials, employees, agents and volunteers
Ii& All Operations
We waive any right of recovery we may have against the person or organization shown in the
Schedule because of payment we make for injury or damage arising out of "your work" done
under a contract with that person or Organization. The waiver applies only to the person or
organization shown in the Schedule,
WHO IS AN INSURED (section 11) is amended to include as an insu -cd the person or
organisation shown in the Schedule but only with respect to liability arising out of the ownership,
maintenance, or use of a covered "auto"
PRIMARY CLAUW WiDOPMEMENT:
this lmmnce is Primary and any other insurance maintained by such additional insureds is non -
Contributing with this insurance as respects claims or liability arising out ofer resulting from the ads or
omissions of the named insured, or Of others for work performed by or on behalf of thenamed insured.
a
AUG- 0B,- 2006,11:11 From:IJSI cr� CORST 9493410321 :949 6465204
Workers Compensation and Employers Liability Insurance Policy
Policy Number: WC1347163
Pollcy Period: 10/11/05 to 10/11/06
Insured: Doty Bros. Equipment Co.
The information above is required only when this endorsement is issued subsequently to
preparation of the policy,
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT —
CALIFORNIA
We have the right to recover our payments from anyone liable for an injury coverall by this policy. We will
not enforce our right against the person or organization named to the Schelde. (This agreement applies
only to the extent that you perform work under a written contract that requires you to obtain this agreement
from us.)
You must maintain payroll records a0wrately segregating tlhe renumeradon or your employees while
engaged in the work described in the Schedule.
The additional premium for this endorsement shah be no % of the California workers'
compensation premium otherwise due on such renumeration,
Schedule
Person or Oraank9m
The City of Newport Beach, its elected or appointed officers, officials, employees, agents
and volunteers
RE: All Operations
7Trs endorset last charges the policy to which it is attached and Is effective on the date Issued unless
otherwise stated.
PRODUCER, USI of scuthem California
W0040306 (Ed. 1-67)
P. 10e10
51