Loading...
HomeMy WebLinkAboutC-5498 - Eastbluff Drive / Ford Road Bike Lane Improvement Project Contract Widening ProjectCITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC October 14, 2015 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Ave., Suite B Tustin, CA 92780 Subject: Eastbluff Drive/Ford Road Bike Lane Improvement Project — C-5498 Dear GMC Engineering, Inc.: On October 14, 2014, the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 23, 2014. Reference No. 2014000430579. The Surety for the contract is Western Surety Company and the bond number is 58713365. Enclosed is the Faithful Performance Bond. Sincerely Leilani I. Brown, MMC City Clerk Enclosure 100 Civic Center Drive • Post Oft -ice Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXHIBIT B CITY OF NEWPORT BEACH BOND NO. 58713365 FAITHFUL PERFORMANCE BOND The premium charges on this Bond is $ 3208.00 , being at the rate of $ 1.08 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the 'Principal," a Contract for the work necessary for the completion of this contract consists of installation of bike lanes on Eastbluff Drive and Ford Road from Mar Vista Drive to MacArthur Boulevard, including widening the south shoulder of Eastbluff Drive from Mar Vista Drive to Jamboree Road, an approximate distance 520 feet. The work includes removing concrete sidewalk, curb and gutter, slough wall, curb access ramps, street trees, striping, clearing and grubbing the existing site, grading, constructing sidewalk, curb access ramps, curb and gutters, asphalt concrete pavement, slough wall, traffic striping, relocating streetlights, signage, pull boxes, water meters, installing street trees, modifying existing traffic signal, and providing traffic control. Other items of work or details not mentioned above that are required by the Plans (Drawing No. R -6038-S), Standard Specifications (as further defined herein), or these Special Provisions (as further defined herein), shall be performed, placed, constructed, or installed. It is CONTRACTOR's responsibility to verify all controlling field dimensions before ordering or fabricating any material in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Ninety Seven Thousand Dollars ($297,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to GMC Engineering, Inc_ Page B-1 indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the Pace amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only In the event City is required to bring an action In law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an Individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7th day of August __,2414 GMC Engineering, Inc. Name of Contractor (Principal) Authoriz d Sigqnat ITi#le Genna y Chiz 'k, President Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3550 Telephone A he rized Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARYACKNOWLEDOMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page B-2 Vvestem Surety Company POWER OF ATTORNEY APPOINTINC INDIVIDUAL ATTORNEY-IN-FACT Kana An Men By These Pruents,'[hat W ESTERN SURETY COMPANY, a South Dakota corporation, is a duly organised and existing corporation havi g its principal office in the City of Sioax Falls, and State of South Dakota, and that it does by virtue of The signature and seal herein affixed hereby make.coastinne and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its mhe and lawful Atomey(s)tin-Fact with full power and authority hereby conferred m sign, seal and execak for and on its behalf bonds, umdetMmhgs and other obligatory instrumrnal of similar mine - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such bustruments wxre pignut by a dily aathoriud offcar of the corporation and all ow acts of said Attorney, purseont to the authority hereby given, are hereby ratified and wn inured. This Power of Anomey is made And executed pussuam rn and by authority of the By-law printed on the reverse hereof; duly adopted, as indicated. by the shareholders of the empomion. In Witaea Whereof: WESTERN SURETY COMPANY has cased these presenls to be signed by its Vice President and its corporate net to be hereto affix d m fiis Itth day ofOaoher, 2612. WESTERN SURETY COMPANY 8g1,�J� l T. Bnrtat, Via President State Of South Dakota Conary of Minnehaha On this I Sth day of October, 2012, before me personally came Paul T. Dmta, to me known, who, being by me duly swan, did depose and say: thal he resides in the City of Sioux Falls, Stale of South Dakota; that he is The Vice Pres idem of WESTERN SURETY OOMPANY described in and which executed the above imtram:nt that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate eeal; that it was so affixed pursuant to authority given by the Board of Direcmo, of said eorposation and that he signed his name thereto pmauent to like authority, and acknowledges senna to be The ad and deed of said corporation. My commission expires sem"'"""` E J. 2a0HR ]roe 23.2015 rtwic �-1_- B.�YV✓ J. Mohr, Novy Public CEBTHICATE [, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in fora, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof] hate hereuntosubscribed my now adaffixed The scaloftheaid corporation this 7th day or August 2014 `R WESTERN SURETY COMPANY ` - ' off' "/ L. Nelson, Assistant Secretary Forum Fe28t-9.201 i CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On August 7, 2014 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 2 P. ZEIS WITNESS my hand and official seal. b V cot. m. #1974059 z �.":»�;: Notary Public California Z ± Orange County M Comm. Expires Apr. 29, 2016 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or desctip[ivn of arruhed document) ('title or descrgnirm ofatucli document continued) Number of Pages _ _ Document Date _ (Addition Pl mfi+rmation) I CAPACITY CLATMED EIY THE SIGNER C Indniduai (.s} C Corporate OYTwer {Istel i. L Partner(o I E Artorney-in-Fact I I ❑ 'lustee(s) 13 Other INSTRUCTIONS FOR CON PL TING THIS FORM Ann acknowfedp^mtnf comRifflei in Cat)vroia Must Vnntarn verbiage ezaerly w appears abort in the mourn teeian or a separate arirnosrledgneni farm must be pr6pn'1c omplered aad ana.•hed m that tfotvnrenr. rhe oelly e-re'emon is if a document is 1a be recorded r saside gfCafyo ona, in srscPt inzruxce,. any alremwiee aekaowte0riew oerhurge as mw be printed on such o dxetamar so long at ahe verbiage dors nor mquirr Me tmrory to do something ehax is iib gai jot a nomrr in Cdiforn,a Ox certifying the uvdreirtz" capacity (rhe signer)- Please check the dor'ument carehdts' for proper nowmd wording and antreh this mm y required. • State and County information mut be der Slate and Camtty where dw decmnpq siptr(s) personally appeared before the notary public fur atkrinaledyment. • Date of notarization "sam be the date than the signevis) persanaiiy appmred which must also he the Ame dice the ackacwledgmcnt is-zompleted. • the notary public meat prior his or her time as a appears within bis or her commission follo.,d by a comma avd then your tirle(ttpnroy puhlic)" • Prior the eame(x) of docwacmt ssgntaia) who perecasally Appear at the time of • Indicate the correct singular or plum bens by oriosiq off ritut as foram (sc- hasbcfthvs r ss fen) or circ ling dst wrseu forms. I A lure br correctly indicate this information may Iced to ttl0:fiaatdf dswnlnrnl recoding. • fbc notary sea; ianpreraicm ions[ be clear and photographically repraducible. b ipreasisn mus[ not cover teat or knee. if =1 impression nu ii i;,, re -stat If a snrrtcicnr area prmtil . ©lhe ise complatr a ditreri aeknnwledgillem form, • Signature of the nolary pohlic ril"t match the vgnaturt no On with Use office of the otomy clerk. 1J ,Addtttuval infhrmation is not req rml hill L`tntkl help 10 eu urt this acgaowledgment is peri misused or ahachrd to a ehlfere a ducuo cot ndiCaPo title or type of atucbed document, number of t ii t and date, 'a indicate the capacity claimed by the signer If the claimed capacity is a owlvrate orlicer. indicate the tale(I.e CEO, CFO, Secreraty). • Vir-urely anach this document to the signed &k aiomi CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of 1Z� C A On f- l—j7 Date personally appeared CIVIL CODE 4 1189 plll • 20T0229 MltLly FV6k . i8 MAP MJ02 Z018� who proved to me on the basis of satisfactory evidence to be the person whose name' is/ subscribed to the within instrument and acknowledged to me that he/sheAhey executed the same in his/her/their authorized capacity(it*,, and that by his/IasFN,,eir signatureA on the instrument the person, or the entity upon behalf of which the persori,4) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: 0i 4 a_l,- Place Notary Seal AboveOPTIONAL ature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached ,+DocutA P � &W6 Title or Type of Document: f 6L/ ��%tUF,^.'�`' Document Date: ( Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Sign Signer's Name: /Lrte'11^ t - "Corporate Officer — Title(s : rLXdJl�/ ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: • 7 -800 -US NOTARY( Item #5907 CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani Brown, CMC January 5, 2015 GMC Engineering, Inc. Attn: Gennady Chizhik 1401 Warner Ave., Suite B Tustin, CA 92780 Subject: Eastbluff Drive/Ford Road Bike Lane Improvement Project - C-5498 Dear GMC Engineering, Inc.: On October 14, 2014 the City Council of Newport Beach accepted the work for the subject project and authorized the City Clerk to file a Notice of Completion, to release the Labor & Materials Bond 65 days after the Notice of Completion had been recorded in accordance with applicable portions of the Civil Code, and to release the Faithful Performance Bond one year after Council acceptance. The Notice of Completion was recorded by the Orange County Recorder on October 2 3, 2014, Reference No. 2014000430579. The Surety for the bond is Western Surety Company and the bond number is 58713365. Enclosed is the Labor & Materials Payment Bond. Sincerely, Leilani I. Brown, C City Clerk Enclosure 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 • Fax: (949) 644-3039 • www.newportbeachca.gov EXHIBIT A CITY OF NEWPORT BEACH BOND NO. 58713365 LABOR AND MATERIALS PAYMENT BOND Premium: Included in Perfromance Bond WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of installation of bike lanes on Eastbluff Drive and Ford Road from Mar Vista Drive to MacArthur Boulevard, including widening the south shoulder of Eastbluff Drive from Mar Vista Drive to Jamboree Road, an approximate distance 520 feet. The work includes removing concrete sidewalk, curb and gutter, slough wall, curb access ramps, street trees, striping, clearing and grubbing the existing site, grading, constructing sidewalk, curb access ramps, curb and gutters, asphalt concrete pavement, slough wall, traffic striping, relocating streetlights, signage, pull boxes, water meters, installing street trees, modifying existing traffic signal, and providing traffic control. Other items of work or details not mentioned above that are required by the Plans (Drawing No. R -6038-S), Standard Specifications (as further defined herein), or these Special Provisions (as further defined herein), shall be performed, placed, constructed, or installed. It is CONTRACTORS responsibility to verify all controlling field dimensions before ordering or fabricating any material in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Ninety Seven Thousand Dollars ($297,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and GMC Engineering, Inc. Page A-1 subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seg. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an individual, R is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 71h day of August , 2014 . GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3550 Telephone Authorized 5ignatur itle Gennady Chizhik, President i Gi�IiCilli - : 4a 1! 1 , . l7 Jeffrey R. Gryde, Attorney -in -Fact Print Name and Ttle NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page A-2 Vvestem Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -@f -FACT Klan Aft Men By These Presents, That WESTERN SURETY COMPAW, a South Doikota corporation, is a duly organized and existuig wRoredon having its princkW office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seat herein axed hereby make. constittae and appoint Jeffrey R Gryde, Individually of LagunaNiguel, CA, its true and lawful Anomey(s)-i -Fact with full power and authority hereby conf ored m, sign, seal and execute for and on its behalf bonds, undertakings and other obligawry insbumunas of similar nature - In Unlimited Amounts - and Unbind it thereby as fully and to rhe same extent K if such instruments were signed by a lily authorized officer of the corporation and all Ike acts of said Attorney, pursuant to the authority hereby given, are hereby ratifiedand corifirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -1,w printed an the reverse bercA duly adopted, as indicated, by dic shareholders of the corpension. In WhIam W hereot WLSTERN SURETY COMPANY has caused these presents to be signed by its Vi« President and its corporate seal to be heretoaffixedonfns Igtttdaycf0daber,2012. WESTERN SURETY COMPANY 1 T. BruBat, Vice President State of South Dakota ss County of Mkurchaha On Ibis IM day of October, 2012, before me personalty came Pani T, BruHaC to me (mown, who, being by me duly sworn, did depose and say: that he reside in the City of Sioux Falls, State of South Dakota that he is the Vice Resident of WESTERN SURETY COMPANY described in and which executed the above instrument; shat he knows the seat of said corporation; Out the seal axed to the said instrument is suds corporate seal; that it was so affixed putmaos to authority given by the Board of Directors of said corposalion and that be signed his name thereto ptaauant to like authority, and acknowledges lama to be the net and dwd of said corporation. MycommssimeapiresdMOHR Jim 23,20154�Na PUBLIC Cru fffrj�+nr+�.+.r J. Mohr, Notay Public CFBTIFTCATF I, l.. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set Lotti is still in force, and further certify that the By.Law of the corporation printed on dee me= hereof is still inform, to testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 7th day of August 2014 WESTERN SURETY COMPANY L. Nelson. AssistastSeeroury Form 1`42W7 _dl? CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On August 7, 2014 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature a%:�` COMM. #1974059 z -�.� �� Nofa Oranblic California o `a` ge County M Comm. ExPnes Apr. 29, 2i)16 (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title Of descrtpexrn ol'atsaohed dicumeni) 1-1 isle or duscriptiun of attached document cont owed) Number or Pages Document Date (Addiricatl anformata n) CAPACITY CLAIMED BY THE SIGNER G Individual (s) 1Z Corporate Officer t Titkl l.7 Partner(!) �J Ano ney-in-Fact ❑ Ttus'[ee(s) ❑ Other INSTRUCTIONS FOR C0MPLE77NG THIS F0R1W Am aeknowledgnrtnt completed in Califara(a mtce[ ronoun verbiage sweet} as appears alcove in Ar notary sm iaru ar a wpa'ae acknouderfgment form mus: be pmperis eornpleted and attacked tri drat dovitnrent. rhe only exceprion is rf a document is to be recordsd otasfde of Califanda_ In such insmncea. am aitemw e a ikw%-ledgmenr verbiage a3 mew Le printed on such a docion wr,so long tis Air Linhfage dives not aquirr eke notary to do samerhing aw os arvri far a notary in Cedifi+mna (icecertifying the audrortzed capado of the signer)- Please check the darameni carefutivfor proper mwnal hording and attach thisfarm ifMuM. • Sure and County rnfonratim mail be the Slate and County where the document signes(sl personally appeared Wort the notary public Foracknowledement- • Date of nevariretion mut[ be the date that the signca(53 personalty appeased which mull also he the same dale the acknowledgment is completed. • The notary public must &at his or her name it a appears wahirt his or her commigiioa followed by a entrain and then your title I ronary public) • Prion the name(!;) of dncurnem suipums) who personally appear al the tinnc of notarization • Indicate One corrw singular or plural forms by cnigging off itswrrmi famna (Lt. irerbbNAuryr is Awe I or circling the coerce s fsana. Failure w correctly indicnle this information array lead to rcicetion ofdtrcunhani rvc"ding- • The notary seal impression must be Clem and photepaphically reproducible. Impression nw.sn OM Cacp rent or lines. If seat impresskm Mudges. Msed0 if a. sufficient arca pemvts, olhetwiss xomplett a diffcrnu aeknowtedgmetl retia. + Signature of the notary public must math the sipatme on file with the office of the county ckek. 'b ,Additiceal information is not reefaind but could help to ensure chis acknowledgrhtrnt is not masused oranached to a dtlferent Boca ucnl. Indicale lick or qpe of-Aaached document, aumherorpages and date. 0 indtcme the capacity claimed by the signer If the claimed capacity is a corlson tt officer, indicate the tote (i.e. CEO, CFO, Secretary). • Securely ansch this document to qhe signed dixararnt CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of 01" Ji On d I � / 9 before me, Dare personally appeared 111 1 ---- CML CODE 9 1189 who proved to me on the basis of satisfactory evidence to be the personal whose name(a) is/9& subscribed to the within instrument and acknowledged to me that he/sp ttVy executed the same in his/VrAWir authorized capacity(iea), and that by his/ r/ Mir signature(s) on the instrument the persono, or the entity upon behalf of which the persona acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: 0r pw�a4,_) Place Notary Seal Above OPTIONAL SV`ae of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached D, Title or Type of Document Document Date: Signer(s) Other Than Named Above: Capacity(les) Claimedby Si ne (s) Signer's Name: 6W& Corporate Officer — Title(s): ❑ Individual ❑ Panner — 7 Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: M Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — 7 Limited ❑ General ❑ Attorney in Fact ❑ Trustee 7 Guardian or Conservator 7 Other: Signer Is Representing: org • 1 -800 -US NOTARY (1-800-876-6827) Item #5907 RFCF1 \r/Eded in Official Records, Orange County RECORDING REQUESTED BY AND Hugh Nguyen, Clerk -Recorder WHEN RECORDED RETURN1i:P --SI NO FEE City Clerk $ R O o 0 7 a 4 9 4 2 4$ �'� } 0f' 2014000430579 8:19 am 10/23114 City of Newport Beach 406 N12 1 100 Civic Center Drive Oyu'' 0.00 o.®o 0.00 0.00 0.00 0.00 0.00 Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc. of Tustin, CA, as Contractor, entered into a Contract on August 13, 2014. Said Contract set forth certain improvements, as follows: Eastbluff Drive/Ford Road Bike Lane Improvement Project (C-5498) Work on said Contract was completed, and was found to be acceptable on October 14, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. BY Z4 , 4 1 zo Pu lic WoRs Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. Aw- , 0, City Clerk \kORNi CITY OF NEWPORT BEACH OFFICE OF THE CITY CLERK Leilani I. Brown, MMC October 15, 2014 Orange County Recorder P.O. Box 238 Santa Ana, CA 92702 RE: Notice of Completion for the following projects: • Eastbluff Drive/Ford Road Bike Lane Improvement Project (Contract No. 5498) • 2013-2014 Citywide Slurry Seal Program (Contract No. 5522) Please record the enclosed documents and return to the City Clerk's Office. Thank you. Sincceejrpell UuVV` Leilani I. Brown, MMC City Clerk Enclosures 100 Civic Center Drive • Post Office Box 1768 • Newport Beach, California 92658-8915 Telephone: (949) 644-3005 9 Fax: (949) 644-3039 • www.newportbeachca.gov RECORDING REQUESTED BY AND WHEN RECORDED RETURN TO: City Clerk City of Newport Beach 100 Civic Center Drive Newport Beach, CA 92660 "Exempt from recording fees pursuant to Government Code Section 27383" NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN that the City of Newport Beach, 100 Civic Center Drive, Newport Beach, California, 92660, as Owner, and GMC Engineering, Inc. of Tustin, CA, as Contractor, entered into a Contract on August 13, 2014. Said Contract set forth certain improvements, as follows: Eastbluff Drive/Ford Road Bike Lane Improvement Project (C-5498) Work on said Contract was completed, and was found to be acceptable on October 14, 2014 by the City Council. Title to said property is vested in the Owner and the Surety for said Contract is Western Surety Company. a` BY Pu lic Works Director City of Newport Beach VERIFICATION I certify, under penalty of perjury, that the foregoing is true and correct to the best of my knowledge. Executed on at Newport Beach, California. M ►� � 1 r� �Jili CITY OF F NEWPORT REACH City Council Staff Report October 14, 2014 Agenda Item No. 6 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer PHONE: (949) 644-3316 TITLE: Eastbluff Drive/Ford Road Bike Lane Improvements — Notice of Completion and Acceptance of Contract No. 5498 (CAP13-0030) ABSTRACT: On August 12, 2014, City Council awarded Contract No. 5498, Eastbluff Drive/Ford Road Bike Lane Improvements to GMC Engineering, Inc. (GMC) for a total contract cost of $297,000.00 plus a 10 percent allowance for contingencies. The required work is now complete and staff requests City Council acceptance and close out of the contract. RECOMMENDATION: a) Accept the completed work and authorize the City Clerk to file a Notice of Completion for the project; b) Authorize the City Clerk to release the Labor and Materials Bond 65 days after the Notice of Completion has been recorded in accordance with applicable portions of the Civil Code; and c) Release the Faithful Performance Bond one year after acceptance by the City Council. FUNDING REQUIREMENTS: Funds for the construction contract were expended from the following accounts Account Description Account Number Amount Bicycle Safety Reserve 7014-C3002021 $ 72,391.99 Grant Contributions 7251-C3002021 $ 235,420.00 Total: $ 307,811.99 rMu DISCUSSION: Overall Contract Cost/Time Summary The contract has now been completed to the satisfaction of the Public Works Department. A summary of the construction contract cost is as follows: Original bid amount $ 297,000.00 Actual cost of bid items constructed $ 295,719.75 Total change orders: $ 12,092.24 Final contract cost: $ 307,811.99 The Eastbluff Drive -Ford Road Bike Lane Improvement Project installed on -street bike lanes along Eastbluff Drive -Ford Road from Vista Del Oro (South) to MacArthur Boulevard. The construction widened the south shoulder on Eastbluff Drive between Mar Vista and Jamboree Road, including landscaping and traffic signal modification. The five-foot widening within this segment was facilitated by a recorded ten -foot wide bike trail and pedestrian easement on the Our Lady Queen of Angels' property (2100 Mar Vista Drive). The creation of a buffered bike lane on Ford Road between Jamboree Road and MacArthur Boulevard was accomplished by modifying the existing striping and signage within the existing roadway. The final construction contract cost was approximately 3.6 percent above the original bid amount. There was one change order, totaling $12,092.24, which included providing additional traffic control and cross hatch striping along the buffered bike lane, installing an expansion joint between the side walk and slough wall, and working around existing utilities. A summary of the project schedule is as follows: Estimated Completion Date per 2014 Baseline Schedule October 7, 2014 Project Awarded for Construction August 12, 2014 Contract Completion Date with Approved Extensions October 15, 2014 Actual Substantial Construction Completion Date September 12, 2014 ENVIRONMENTAL REVIEW: On August 12, 2014, City Council found this to be project exempt from the California Environmental Quality Act ("CEQX) pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Through the required Caltrans NEPA Determination (December 13, 2013), the State of California determined that this project has no significant impacts on the environment as defined by NEPA, and that there are no unusual circumstances as described in 23 CFR 771.117(b). As such, the project is categorically excluded from the requirements to prepare an environmental assessment or environmental impact statement under the National Environmental Policy Act. The State has determined that the project is a Categorical Exclusion under: 23 CFR 771.117(c)(3). A copy of the State's determination is available for review in the Public Works Department. M % Due Awarded Final Cost at Contingency to % Due to Contract Completion Allowance Actual Contract Change Directed Unforeseen Amount Change Change $297,000.00 $307,811.99 10% or less +3.6% +4.1% -0.5% Allowed Contract Time 45 Actual Time Under (-) or 22 (days) Over (+) The contract has now been completed to the satisfaction of the Public Works Department. A summary of the construction contract cost is as follows: Original bid amount $ 297,000.00 Actual cost of bid items constructed $ 295,719.75 Total change orders: $ 12,092.24 Final contract cost: $ 307,811.99 The Eastbluff Drive -Ford Road Bike Lane Improvement Project installed on -street bike lanes along Eastbluff Drive -Ford Road from Vista Del Oro (South) to MacArthur Boulevard. The construction widened the south shoulder on Eastbluff Drive between Mar Vista and Jamboree Road, including landscaping and traffic signal modification. The five-foot widening within this segment was facilitated by a recorded ten -foot wide bike trail and pedestrian easement on the Our Lady Queen of Angels' property (2100 Mar Vista Drive). The creation of a buffered bike lane on Ford Road between Jamboree Road and MacArthur Boulevard was accomplished by modifying the existing striping and signage within the existing roadway. The final construction contract cost was approximately 3.6 percent above the original bid amount. There was one change order, totaling $12,092.24, which included providing additional traffic control and cross hatch striping along the buffered bike lane, installing an expansion joint between the side walk and slough wall, and working around existing utilities. A summary of the project schedule is as follows: Estimated Completion Date per 2014 Baseline Schedule October 7, 2014 Project Awarded for Construction August 12, 2014 Contract Completion Date with Approved Extensions October 15, 2014 Actual Substantial Construction Completion Date September 12, 2014 ENVIRONMENTAL REVIEW: On August 12, 2014, City Council found this to be project exempt from the California Environmental Quality Act ("CEQX) pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Through the required Caltrans NEPA Determination (December 13, 2013), the State of California determined that this project has no significant impacts on the environment as defined by NEPA, and that there are no unusual circumstances as described in 23 CFR 771.117(b). As such, the project is categorically excluded from the requirements to prepare an environmental assessment or environmental impact statement under the National Environmental Policy Act. The State has determined that the project is a Categorical Exclusion under: 23 CFR 771.117(c)(3). A copy of the State's determination is available for review in the Public Works Department. M NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Map 6-3 I NOT TO SCALE Eastbluff Dr/Ford Rd Bike Lane Improvement Project CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5498 1 08/12/2014 M. EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 THIS CONTRACT FOR PUBLIC WORKS ("Contract") is entered into this 13th day of August, 2014 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a California municipal corporation and charter city ("City"), and GMC Engineering, Inc., a California corporation ("Contractor"), whose address is 1401 Warner Ave, Suite B, Tustin, CA 92780, 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 advertised for bids for the following described public work: The work necessary for the completion of this contract consists of installation of bike lanes on Eastbluff Drive and Ford Road from Mar Vista Drive to MacArthur Boulevard, including widening the south shoulder of Eastbluff Drive from Mar Vista Drive to Jamboree Road, an approximate distance 520 feet. The work includes removing concrete sidewalk, curb and gutter, slough wall, curb access ramps, street trees, striping, clearing and grubbing the existing site, grading, constructing sidewalk, curb access ramps, curb and gutters, asphalt concrete pavement, slough wall, traffic striping, relocating streetlights, signage, pull boxes, water meters, installing street trees, modifying existing traffic signal, and providing traffic control. Other items of work or details not mentioned above that are required by the Plans (Drawing No. R -6038-S), Standard Specifications (as further defined herein), or the Special Provisions (as further defined herein), shall be performed, placed, constructed, or installed. It is CONTRACTOR's responsibility to verify all controlling field dimensions before ordering or fabricating any material (the "Project" or "Work"). C. Contractor has been determined by City to be the lowest responsible bidder and Contractor's bid, and the compensation set forth in this Contract, is based upon Contractor's careful examination of all Contract documents, plans and specifications. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. CONTRACT DOCUMENTS The complete Contract for the Project includes all of the following documents: Notice Inviting Bids, Instructions to Bidders, Proposal, Bidder's Bond, Non -Collusion Affidavit, Notice to Successful Bidder, Labor and Materials Payment Bond (Exhibit A), Faithful Performance Bond (Exhibit B), Permits, Standard Special Provisions and Standard Drawings, Plans and Special Provisions for Contract No. C-5498, Standard Specifications for Public Works Construction (current adopted edition and all supplements), and this Contract, and all modifications and amendments thereto (collectively the "Contract Documents"), all of which are incorporated herein by reference. The Contract Documents comprise the sole agreement between the parties as to the subject matter therein. Any representations or agreements not specifically contained in the Contract Documents are null and void. Any amendments must be made in writing, and signed by both parties in the manner specified in the Contract Documents. 2. SCOPE OF WORK Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services required for the Project. All of the Work to be performed and materials to be furnished shall be in strict accordance with the provisions of the Contract Documents. Contractor is required to perform all activities, at no extra cost to City, which are reasonably inferable from the Contract Documents as being necessary to produce the intended results. 3. COMPENSATION 3.1 As full compensation for the performance and completion of the Project as required by the Contract Documents, City shall pay to Contractor and Contractor accepts as full payment the sum of Two Hundred Ninety Seven Thousand Dollars ($297,000.00). 3.2 This compensation includes: 3.2.1 Any loss or damage arising from the nature of the Work; 3.2.2 Any loss or damage arising from any unforeseen difficulties or obstructions in the performance of the Work; and 3.2.3 Any expense incurred as a result of any suspension or discontinuance of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or expense occurs prior to acceptance of the Work by City. 4. 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 term of the Contract. Contractor has designated Gennady Chizhik to be its Project Manager. Contractor shall not remove or reassign the Project Manager without the prior written consent of City. City's approval shall not be unreasonably withheld. GMC Engineering, Inc. Page 2 5. ADMINISTRATION This Contract shall be administered by the Public Works Department City's Public Works Director, or designee, shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or designee shall represent City in all matters pertaining to the Work to be rendered pursuant to this Contract. 6. NOTICE OF CLAIMS Unless a shorter time is specified elsewhere in this Contract, before making its final request for payment under the Contract Documents, Contractor shall submit to City, in writing, all claims for compensation under or arising out of this Contract. Contractor's acceptance of the final payment shall constitute a waiver of all claims for compensation under or arising out of this Contract except those previously made in writing and identified by Contractor in writing as unsettled at the time of its final request for payment. The Contractor and City expressly agree that in addition to all claims filing requirements set forth in the Contract and Contract Documents, Contractor shall be required to file any claim Contractor may have against City in strict conformance with the Government Claims Act (Government Code 900 et seq.). 7. WRITTEN NOTICE 7.1 All notices, demands, requests or approvals, including any change in mailing address, to be given under the terms of this Contract 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. 7.2 All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Public Works Director City of Newport Beach Public Works Department 100 Civic Center Drive P.O. Box 1768 Newport Beach, CA 92658 7.3 All notices, demands, requests or approvals from City to Contractor shall be addressed to Contractor at: Attention: Gennady Chizhik GMC Engineering, Inc. 1401 Warner Ave, Suite B Tustin, CA 92780 GMC Engineering, Inc. Page 3 8. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees 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 express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. 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 Contract. Anything in this Contract 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 Work. 1IIIIIIIEU-IO [c 9.1 Contractor shall obtain, provide and maintain at its own expense during the term of this Contract both of the following: (1) a Faithful Performance Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract in the form attached as Exhibit B and incorporated herein by reference; and (2) a Labor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Contract and in the form attached as Exhibit A and incorporated herein by reference. 9.2 The Faithful Performance Bond and Labor and Materials Payment Bond shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570, and (3) assigned a Policyholders' Rating A- (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -Casualty. 9.3 Contractor shall deliver, concurrently with execution of this Contract, the Faithful Performance Bond and Labor and Materials Payment Bond, and a certified copy of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the State of California. Consultant 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 Consultant on the Project. GMC Engineering, Inc. Page 4 I lPEE[91i3eizl ** Consultant is responsible for keeping the Project Administrator informed on a regular basis regarding the status and progress of the Project, activities performed and planned, and any meetings that have been scheduled or are desired. 12. 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 Contract or for other periods as specified in the Contract Documents, policies of insurance of the type, amounts, terms and conditions described in the Insurance Requirements attached hereto as Exhibit C, and incorporated herein by reference. 13. 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 Consultant, or of the interest of any general partner or joint venturer or syndicate member or cotenant if Consultant is a partnership or joint -venture or syndicate or co -tenancy, 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. 14. PREVAILING WAGES 14.1 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 Contract shall be paid to all workmen employed on the Work to be done according to the Contract 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 Contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774 and requesting one from the Department of Industrial Relations. 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. GMC Engineering, Inc. Page 5 14.2 If both the Davis -Bacon Act and State of California prevailing wage laws apply and the federal and state prevailing rate of per diem wages differ, Contractor and subcontractor, if any, shall pay the higher of the two rates. Said prevailing rate of per diem wages are on file at the City, Office of the City Clerk, 100 Civic Center Drive, Newport Beach, California 92660, and are available to any interested party on request. 15. SUBCONTRACTING The subcontractors authorized by City, if any, to perform the Work on this Project are identified in the Contractor's Proposal and are attached as part of the Contract Documents. Contractor shall be fully responsible to City for all acts and omissions of any subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor, nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. City is an intended beneficiary of any Work performed by the subcontractor for purposes of establishing a duty of care between the subcontractor and City. Except as specifically authorized herein, the Work to be performed under this Contract shall not be otherwise assigned, transferred, contracted or subcontracted out without the prior written approval of City 16.1 City and its elected or appointed officers, agents, officials, employees and volunteers shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the Work required hereunder, or for damage to property from any cause arising from the performance of the Project by Contractor, or its subcontractors, or its workers, or anyone employed by either of them. 16.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's Work on the Project, or the Work of any subcontractor or supplier selected by Contractor. 16.3 To the fullest extent permitted by law, Contractor shall indemnify, defend and hold harmless City, its elected or appointed officers, agents, officials, employees and volunteers (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, attorneys' 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 breach of the terms and conditions of this Contract, any Work performed or Services provided under this Contract including, without limitation, defects in workmanship or materials or Contractor's presence or activities conducted on the Project (including the negligent, reckless, and/or willful acts, errors GMC Engineering, Inc. Page 6 and/or omissions of Contractor, its principals, officers, agents, employees, vendors, suppliers, subconsultants, subcontractors, anyone employed directly or indirectly by any of them or for whose acts they may be liable for any or all of them). 16.4 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 attorneys' fees in any action on or to enforce the terms of this Contract. 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 Contractor. 16.5 Contractor shall perform all Work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project Work. 16.6 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 16.7 Nothing in this Section or any other portion of the Contract Documents shall be construed as authorizing any award of attorneys' fees in any action to enforce the terms of this Contract, except to the extent provided for above. 16.8 The rights and obligations set forth in this Section shall survive the termination of this Contract. 17. CHANGE ORDERS 17.1 This Contract may be amended or modified only by mutual written agreement of the parties. 17.2 The Contractor shall only commence work covered by a change order after the change order is executed and notification to proceed has been provided by the City. 17.3 There shall be no change in the Contractor's members of the project team, as listed in the approved proposal, which is a part of this contract without prior written approval by the City. GMC Engineering, Inc. Page 7 18. CONFLICTS OF INTEREST 18.1 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 Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. 18.2 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 immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 19. TERMINATION 19.1 In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. 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 steps necessary to cure such default, the non -defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. 19.2 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract 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 materials purchased in performance of this Contract. 20. STANDARD PROVISIONS 20.1 Recitals. City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. 20.2 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, rules, regulations and permit requirements and be subject to approval of the Project Administrator. 20.3 Integrated Contract. This Contract 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 GMC Engineering, Inc. Page 8 herein. No verbal agreement or implied covenant shall be held to vary the provisions herein. 20.4 Conflicts or Inconsistencies. In the event there are any conflicts or inconsistencies between this Contract and any other attachments attached hereto, the terms of this Contract shall govern. 20.5 Interpretation. The terms of this Contract 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 Contract or any other rule of construction which might otherwise apply. 20.6 Amendments. This Contract 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. 20.7 Severability. If any term or portion of this Contract is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Contract shall continue in full force and effect. 20.8 Controlling Law and Venue. The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange, State of California. 20.9 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, age or any other impermissible basis under law. 20.10 No Attorney's Fees. In the event of any dispute or legal action arising under this contract, the prevailing party shall not be entitled to attorneys' fees. 20.11 Counterparts. This Contract may be executed in two (2) or more counterparts, each of which shall be deemed an original and all of which together shall constitute one (1) and the same instrument. 21. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract and all other Contract Documents by Contractor is a representation that Contractor has visited the Project site, has become familiar with the local conditions under which the Work is to be performed, and has correlated all relevant observations with the requirements of the Contract Documents. 22. CONFLICT If there is a conflict between provisions of this Contract and any other Contract Document, the provisions of this Contract shall prevail. GMC Engineering, Inc. Page 9 23. WAIVER A waiver by City or any term, covenant, or condition in the Contract Documents shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 24. RECITALS City and Contractor acknowledge that the above Recitals are true and correct and are hereby incorporated by reference into this Contract. [SIGNATURES ON NEXT PAGE] GMC Engineering, Inc. Page 10 IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed on the day and year first written above. APPROVED AS TO FORM: CITY ATTOR EY'S OFFICE Date: I By. V Aaron C. Harp (-AM 1" City Attorney ATTEST: Date: my. Pj- K. f3rown City Clerk Attachments: CITY OF NEWPORT BEACH, a California municipal corporation Date: .13.1 t4 By: .4gpS Rush N. Hill, II Mayor CONTRACTOR: GMC Engineering, Inc., a Califor isor oration Date: 1 By: Gennady Chizh!k President/Secretary [END OF SIGNATURES] Exhibit A -- Labor and Materials Payment Bond Exhibit B -- Faithful Performance Bond Exhibit C -- Insurance Requirements GMC Engineering, Inc. Page 11 LABOR AND MATERIALS PAYMENT BOND Premium: Included in Perfromance Bond WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of installation of bike lanes on Eastbluff Drive and Ford Road from Mar Vista Drive to MacArthur Boulevard, including widening the south shoulder of Eastbluff Drive from Mar Vista Drive to Jamboree Road, an approximate distance 520 feet. The work includes removing concrete sidewalk, curb and gutter, slough wall, curb access ramps, street trees, striping, clearing and grubbing the existing site, grading, constructing sidewalk, curb access ramps, curb and gutters, asphalt concrete pavement, slough wall, traffic striping, relocating streetlights, signage, pull boxes, water meters, installing street trees, modifying existing traffic signal, and providing traffic control. Other items of work or details not mentioned above that are required by the Plans (Drawing No. R -6038-S), Standard Specifications (as further defined herein), or these Special Provisions (as further defined herein), shall be performed, placed, constructed, or installed. It is CONTRACTOR's responsibility to verify all controlling field dimensions before ordering or fabricating any material in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies used in, upon, for, or about the performance of the Work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, We the undersigned Principal, and, Western Surety Company duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Ninety Seven Thousand Dollars ($297,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount payable by the City of Newport Beach under the terms of the Contract; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the Principal's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used in, upon, for, or about the performance of the Work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld and paid over to the Employment Development Department from the wages of employees of the Principal and GMC Engineering, Inc. Page A-1 subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor, then the Surety will pay for the same, in an amount not exceeding the sum specified in this Bond, and also, in case suit Is brought to enforce the obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required by the provisions of Section 9554 of the Civil Code of the State of California. The Bond shall inure to the benefit of any and all persons, companies, and corporations entitled to file Claims under Section 9100 of the California Civil Code so as to give a right of action to them or their assigns in any suit brought upon this Bond, as required by and in accordance with the provisions of Sections 9500 et seq. of the Civil Code of the State of California. And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any wise affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the Work or to the specifications. In the event that any principal above named executed this Bond as an Individual, it is agreed that the death of any such principal shall not exonerate the Surety from its obligations under this Bond, IN WITNESS WHEREOF, this instrument has been duly executed by the above named Principal and Surety, on the 7th day of August , 2014 GMC Engineering, Inc. Name of Contractor (Principal) Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3550 Telephone 1�41 fflIt' Authorized Signatur itle Gennady Chizhik, President gtfforiecl Ag6nfSignature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED GMC Engineering, Inc. Page A-2 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know An hien By These Prosems, That WESTERN SURETY MMPANY, a South Dakota corporation, is a duty organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein axed hereby make, constitute and appoint Jeffrey R Glyde, Individually of Laguna Niguel, CA, its true and lawfal Attomey{s)-in-Fact with full power and authorityhereby conferred roSign, seal and execute for and on its behalf bonds, undertakings and other obliganry instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to die sante extent as if such instruments were signed by a lily authorized offcar of the corporation nd all the acts of said Attorney, pursuant to the authmity hereby given, are hereby raiifiedand ownfirmed. This Power of Atmmey is made and executed pursuant w and by authority of the By -Law printed on the reverse hereof duty adopted, as indicated, by the shareholders of the corporaim. In Wimps Whereof, WESTERN SURETY COMPANY hes caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed an tus 18dn day of Oclnber, 2012. WESTERN SURETY COMPANY 01' still T. Brunt, vice President State of South Dakota ss County of Minnchaha On this 18th day of October, 2012, bcfare me perm alty came Paul T. Bmflak b me known, who, being by me duly swum, did depose and say; that he resides in the City of Sioux Falls, State ofsouth Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above insstrmnmk that he knows the seal of said corporation; that the seal affixed to the said hubmmem is such corporate seal; that it was so affixed purmant to authority given by the Board of Directors of said corporation and that be signed his name thereto ptnsunt to like authority, and acknowledges same to be the act and dad of said corporation. Myconmsissianexpires r�tf ¢ J. MOHR FW Juno 23, 2015 P0111 -11C' saun+pAaura ieAL—_---,/4V�� xis J. Mohr, Notary Public CERTIFICATE 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney bereinabove set forth is still it force, and further certify 'bat the By -Law of die corporation printed on the me= hereof is still in fora, In testimony whereof I have hereunto subscribal my name and affixed the scalofthemid corporation this 7th dp( August 2014 WESTERN SURETY COMPANY •� wpq+k, L. Nelson, Assistant Secrewry Fmm F828C-9•:Pl.' State of California County of Orange On August 7, zoic before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. P. ZEIS -x cO WITNESS my hand and official seal. MM #c 1974 ' Notar Y PubtiOSga z � t - Calbforni Orange Courtly >" My Comm. Expires Apr, P29, 2016 DESCRIPTION OF THE ATTACHED DOCUMENT I rine oz descriptuyn of artamleis iltKaannntb rp'itdcor descnistrwa of attacked document c rominuedi Number of Pages __ Unic-u€®ent Date _____ (Adehume al mfxarmatlost CAPACITY CLAIMED BY THE SICrNER C Individual (s) Corporate Officer LJ Pallnea(s) K A ixuerey-in-Fact ❑ Truatee(s) ❑ Coiter INSTRUCTTONS FOR COMPLETING THIS FORIM Al4v aekanaa4extgiurnt completed in Cahofferia near contain sehiagc esar14 ru it,?somar3 oneo'e in the Me" seennel ax a V)[Wlde racktemehedgnrent jrs.m muse he propealc nemplered and areaeked ro rdrar dnerrment, The cnedp"riWtoa a tj a de rameni is to he reeoxded mexid;, of Cafrfonrra. in stele an.5rtmv^g;;. ak5• erne Majj,v acfxrawFedgraanr syrbaage ars mire, be printed off such a dtu wept sir hong ars the uvr()iage doe., non require roe, wain, to do sowetking Meat is iiegaf for a nuea; is Cnfifimea (i. e. cexrifu£ng the audion-ed cop•lcfry of the sfgnaffs Meaux, check the do,welenr rrvefixfly for proper nwnrw wanting and anach this form dfregteavd. • State and Canmty iniminalon tuns[ he the State and Candy where she dncumea signers) twavnna86y ativeaned before the notary public tie ackanwtspnneat. • Date of noaarkatitm must be the date libel the segneres) rearnmedly appeared which immst also be fin "me date the atAmrnvlcdgmzmt menantetsd. • the notary public must Asim hit for her name as a appears within his or her coma.mixsa'pn lelkwud by a cn€nama and then you+ toleiceitery p ub$ic7. • Peet the vaaneis) of *,ewlient signets) who pexffsCiaatly appear nt the time of. vatArizatiicm. • Indicate the as tevi; singular ar plural wrens by oap5seng qrf inwrrrct burns fce. #ah§na' is fps F or circling Ute crrt'tttcr fortars, Failute to cnarectly ianlieaw Uois in foemation army lead m rogation of dncwt nt MordanE, • The notary seat itnpres6oft mast be Clear and rcluatiuctlale hnpresswn mostacs ars€rtext or fins. If send impression smudges, reseal it a sup4iuicns arca gxxtn3as.,cl4s isz cOntpiely& rdi ¢rsa ackmowdedgtnstn fientt. • Signature of iht notary Imbic mir4t hotel, the, snpatere 6m€pe a'ii11 the et?6GE tlT the Vann n i clerk. + Addimsell inkamatsan is eat €equpred but qunk8 licip to ettFnce this ae&ex+aledgtmed is not hushed or attached to a dipiere p dncuaent. Indicate title sc type efartached doonmeni, nomberofyaiges and datc v indicate the caprecatp Claimed by the sigher. If the ebaimed ealseity is a cnaparaae officer, indicate the tUis (i.e. CEO' Crt), Secretary). • Securely much this dmuortent Indic signed dreinneot State of California County of /ZZ,71 On F I before me, Aq Date personally appeared MNhi pkv w' M who proved to me on the basis of satisfactory evidence to be the person(s) whose narl is/0 subscribed to the within instrument and acknowledged to me that he/sja'e/tVy executed the same in his/Vr/tb6ir authorized capacity(ieA, and that by his/h6r/toir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: 0� _ Place Notary Seal Above OPTIONAL 9 g p}A Sr ayy o of Notary Pubite Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached D urnen }� Title or Type of Document- Document Date: R 'r f t y Signer(s) Other Than Named Above: Capacity(les) Cl imed by S' ne (s) Signer's Name: _ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): _ L' Individual ❑ Partner — fE Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: v ZU 7Z Naoonal tvotary Association - IvationatNotary.org o 7-bUU-Ub NU IAHr f 7-dUU-U/b-bd21) Item #b9UI 10 itnv;imm • :• E The premium charges on this Bond is $ 3208.00 _ , being at the rate of $ 1.08 per thousand of the Contract price. WHEREAS, the City of Newport Beach, State of California, has awarded to GMC Engineering, Inc. hereinafter designated as the "Principal," a contract for the work necessary for the completion of this contract consists of installation of bike lanes on Eastbiuff Drive and Ford Road from Mar Vista Drive to MacArthur Boulevard, including widening the south shoulder of Eastbluff Drive from Mar Vista Drive to Jamboree Road, an approximate distance 520 feet. The work includes removing concrete sidewalk, curb and gutter, slough wall, curb access ramps, street trees, striping, clearing and grubbing the existing site, grading, constructing sidewalk, curb access ramps, curb and gutters, asphalt concrete pavement, slough wall, traffic striping, relocating streetlights, signage, pull boxes, water meters, installing street trees, modifying existing traffic signal, and providing traffic control. Other items of work or details not mentioned above that are required by the Plans (Drawing No. R -6038-S), Standard Specifications (as further defined herein), or these Special Provisions (as further defined herein), shall be performed, placed, constructed, or installed. It is CON.TRACTOR's responsibility to verify all controlling field dimensions before ordering or fabricating any material in the City of Newport Beach, in strict conformity with the Contract on file with the office of the City Clerk of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a Bond for the faithful performance of the Contract. NOW, THEREFORE, we, the Principal, and Western Surety Company , duly authorized to transact business under the laws of the State of California as Surety (hereinafter "Surety'), are held and firmly bound unto the City of Newport Beach, in the sum of Two Hundred Ninety Seven Thousand Dollars ($297,000.00) lawful money of the United States of America, said sum being equal to 100% of the estimated amount of the Contract, to be paid to the City of Newport Beach, its successors, and assigns; for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these present. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and well and truly keep and perform any or all the Work, covenants, conditions, and agreements in the Contract Documents and any alteration thereof made as therein provided on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to its true intent and meaning, or fails to GMC Engineering, Inc. Page B-1 indemnify, defend, and save harmless the City of Newport Beach, its officers, employees and agents, as therein stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the sum specified in this Bond; otherwise this obligation shall become null and void. As a part of the obligation secured hereby, and in addition to the face amount specified in this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by City, only in the event City is required to taring an action in law or equity against Surety to enforce the obligations of this Bond. Surety, for value received, stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligations on this Bond, and it does hereby waive notice of any such change, extension of time, alterations or additions of the Contract or to the Work or to the specifications. This Faithful Performance Bond shall be extended and maintained by the Principal in full force and effect for one (1) year following the date of formal acceptance of the Project by City. In the event that the Principal executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and Surety above named, on the 7th day of Auqus4 ,20 14 . GMC Engineering, Inc. _ Name of Contractor (Principal) Authorized Sipnat elTitle Gennady Chiz ik, President Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 619-682-3550 Telephone Nthoo°ized Agent Signature Jeffrey R. Gryde, Attorney -in -Fact Print Name and Title NOTARYACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BEA TTACHED GMC Engineering, Inc. Page B-2 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IIY-FACT Know Ari Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constinde and appoint Jeffrey R Gryde, Individually of Laguna Ntguel, CA, its true and lawful Attornoy(s)-in-Fact with furl power and authority hereby conferred to sign, scat and execute for and on its behalf bonds, undertakings and otherobligasoryuistrumrnB of similarnatare - In Unlimited Amounts - and to bind it them6y as fully and to die same extent as if such instruments were signed by a duly authorized off"t of the corporaiiat and all the sets of said Alianey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuatn to and by authority of die By-law printed on the reverse hereof duty adopted, as indicated, by the shareholders of the corporation. In Wituaa Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hetero affixed not fits 18th day of October, 2112, WESTERN SURETY COMPANY a aliP cul T. BruBar, Via President State of South Dakota } County ofMianchaha 77 On this I oth day of October, 2012, before me Personalty cure Paul T. Bruflat, to me known, who, being by me duly swum, did depose and say: that be resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument that he knows the seat of said corporation; that the seal of rued to the said instrument is such corporate seal; that it wax so affixed pursuant to authority given by the Board of Direction of said corporation and that he signed his mane thereto pursuant to like authority, and acknowledges sane to be the tet and dad of said corporation. My commission expires >^^^°^'"'" t J. b10HR Inns 23, 2015 t � sourH aware �� i�_VVI �9 J. Mohr, Notary Public CERTIFICATE L L Nelson, Assictaot Secretary of WE' STERN SURETY COMPANY do hereby certify that the Power of Attorney beteinabove set forth is still in form, and further certify that the Uy -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my nacre and affixed the sial of the said corporation this 7th dayor August 2014 WESTERN SURETY COMPANY la'er-rJ.< L. Nelson, Assistant Secrotary Fo a F4280•7-2011 State of California County of Orange On August 7, 2014 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Coa�m`ai974oss z j, Notary Public - California o Orange County My Comm. Expires Apr, 24. 2016 ADDITIONAL OPTIONAL INFORIN lri" JON DESCRIPTION' OF THL ATTACHED D0 C MC -NT € itlz of des' , im nm n ra true& texxonn a; Cl inee r" d auvgoia.n. f dtsebvrt doe .eru,•<aii—,,. 1T Nuan€�v (if Pagcs Docuruent Date ­ CAPACITY CLAIMED (Ei3 B`n "C'FIE :�iCr`'d�I2,--� E Individual ntJ4IJi 6t�ktd. (S) € s}Yr'xpYeFC Oriver d ,layri� Partner(s) AtECmey-ha-Fao7] OttleT- f i C � «tStCC(R� rNS 3 RUCTIONS FOR C€ MILE I INN "f HiS FORNI ,fnv wAflwodt oufnr covnpfewd in cafgoenfu An -V coa,tao, ""hinge ez'arth� e, ay'y+ear� a w'e in n'e notary secuorn A, u.€ep,aa'we .ae`§neu=trdgmtenr dat"xt muse be propene coamfeaed and adached ra r8rar 9n^.rmecret. ihva or y, eacep On 0 j a �kuruteovri a fa £ rYCorYled arxrsidt n(Gef?rao7a- ASuch 'usfatnee .rm akerr+arine actaexfe.ds�nnen: mewhnattf, as may be prated as swch rr don u+r+enr is tvr.,g ru etrr erh ucA arae nor req it ° +he <eo;nna w do isrruatb,nq t1,w rt diegrt rnr a uorairr iA ("di'ta"", (te. eerri ter3 the lathiee"Ziij cateir#p, r3f n" aigorrr Please "heck fee dacvm✓_au rtmrthrtFyA, pfo,^,er n>7tr ed moi "rod Attach rhes fog of regnised. • sta£e and Comply tnE*nnaiati+iat enrsft me da swr and County whore the dreunove signerflnTwirtAurafly aprewtolWore the rnQ1MTpAh5zc P.�ac&nswh gsncrtc • € 399 of rscNxrtr2e#urs MAI be tie' a'IAre bird the slgnrris) perow)cally sppefluad waiA inmse alio be fire zflaue date Ike aI An o ledgsxuot c zompfelydg • iht aumay Plate macs print ks ur Iaer rouse ms it appeevs witlikt k,e =3r t,, wxxmSasa.zn &Ak, d 6p n o,m na and ahno you, caele tfwni y putee,t. TenOf the tratnef') of eEroumicne angn�,sj who pets 121N app:;ar AT the tame of socr:aric;eti++n + Indicm L tnmx t lerunnnir .r plum; ''camas by cn» .0 Art is a rre+a hnu,e in.c Ow-rce %miA i of err ng d9 +ut,,R' 44*nvst rt hra e, a,lnratly irad(r-a3a lhe, me rntmt an mcy !cad to fv c avm ul timu exp miAds u • (he .rows, scar isppuso-tan "mo be clew ON panniniruphicany aepmdacihhl beincssion "ewes an'-n'ej ter" u Itne.. Et'seaf impccssum "Rad#es;. re 11 if a faFEwlcna xfca perrn u: UilieflriS2 U mplc[r a rir5msaae ae ei✓cule'gla 3 O)nO. • SSsgrrsture off She runa:p pataln, tort`s{ 0w3N8h the teen®tm[e bn lie A, tm ran rt$'5ce it the e(nxtt:y (perk. `+ tldalxartnl taorm"I'MM is ON required but oriatia liety, to ensure that ae z,ror3cdr rzxri r5 aur ;olt000a or atamO4 to a uthl000le d tcoin,nt. nih w bike ens type o8 0ndt hell slocuuacn€ eaut.dret rsfr e fn4# dale, '0 ndt air thr eapm,itp clafnned'sy The sjylltet rt the ckannsd rapacity is n .neprorsaso lx,e'ndicalethuft hfillz. CEa)rt) Sovrecaryt_ + k,`ausc¢y anaeh Ihss drearartni is iCi.t asgnrtt �x:utmer=t State of California County of On f-7-ly Date personally appeared who proved to me on the basis of satisfactory evidence to be the person whose name(M i9/ subscribed to the within instrument and acknowledged to me that he/she4ey executed the same in his/her/their authorized capacity(i *, and that by hislfhe4 heir signatureA on the instrument the person, or the entity upon behalf of which the person} acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: �1 Place Notary Seal Above � ature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documentg g , Title or Type of Document: CC 1 ✓pE�rH-�.¢- U/1A t_d Document Date: 'p- 7_1 Signer(s) Other Than Named Above: Capacity(les) Claimed by Signg(s) Signer's Name:_- ;�,Corporate Officer - Title(s : ak C Individual Partner -0- Limited CI General Ej Attorney in Fact ❑ Trustee J Guardian or Conservator 71 Other: Signer Is Representing: Number of Pages: Signer's Name: _ ❑ Corporate Officer - Title(s): Individual 0 Partner - L7 Limited ❑ General 0 Attorney in Fact ❑ Trustee E Guardian or Conservator C, Other: Signer Is Representing: ® NationalNotary.org ® 1 -800 -US NOTARY(1-800-876-6827) Item #5907 1. Provision of 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 Contract, policies of insurance of the type and amounts described below and in a form satisfactory to City. Contractor agrees to provide insurance in accordance with requirements set forth here. If Contractor uses existing coverage to comply and that coverage does not meet these requirements, Contractor agrees to amend, supplement or endorse the existing coverage. 2. 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. 3. Coverage Requirements. A. Workers' Compensation Insurance. Contractor shall maintain Workers' Compensation Insurance providing statutory benefits and Employer's Liability Insurance with limits of at least one million dollars ($1,000,000) each employee for bodily injury by accident and each employee for bodily injury by disease in accordance with the laws of the State of California, Section 3700 of the Labor Code. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with California law for all of the subcontractor's employees. The insurer issuing the Workers' Compensation insurance shall amend its policy by endorsement to waive all rights of subrogation against City, its elected or appointed officers, agents, officials, employees and volunteers. Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its elected or appointed officers, agents, officials, employees and volunteers. B. General Liability Insurance. Contractor shall maintain commercial general liability insurance, and if necessary umbrella liability insurance, with coverage at least as broad as provided by Insurance Services Office form CG 00 01, in an amount not less than five million dollars ($5,000,000) per occurrence, ten million dollars ($10,000,000) general aggregate and ten million dollars ($10,000,000) completed operations aggregate. The policy shall cover liability arising from premises, operations, products -completed operations, personal and advertising injury, and liability assumed under an GMC Engineering, Inc. Page C-1 insured contract (including the tort liability of another assumed in a business contract) with no endorsement or modification limiting the scope of coverage for liability assumed under a contract. C. Automobile Liability Insurance. Contractor shall maintain automobile insurance at least as broad as Insurance Services Office form CA 00 01 covering bodily injury and property damage for all activities of Contractor arising out of or in connection with Work to be performed under this Contract, 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 accident. D. Builder's Risk Insurance. For Contracts with property exposures during construction, Contractor shall maintain Builders Risk insurance or an installation floater as directed by City, covering damages to the Work for "all risk" or special causes of loss form with limits equal to 100% of the completed value of contract, with coverage to continue until final acceptance of the Work by City. At the discretion of City, the requirement for such coverage may include additional protection for Earthquake and/or Flood. City shall be included as an insured on such policy, and Contractor shall provide City with a copy of the policy. 4. Other Insurance Requirements. The policies are to contain, or be endorsed to contain, the following provisions: A. Waiver of Subrogation. All insurance coverage maintained or procured pursuant to this Contract shall be endorsed to waive subrogation against City, its elected or appointed officers, agents, officials employees and volunteers or shall specifically allow Contractor or others providing insurance evidence in compliance with these requirements to waive their right of recovery prior to a loss. Contractor hereby waives its own right of recovery against City, and shall require similar written express waivers and insurance clauses from each of its subcontractors. B. Additional Insured Status. All liability policies including general liability, products and completed operations, excess liability, pollution liability, and automobile liability, if required, shall provide or be endorsed to provide that City, its elected or appointed officers, agents, officials employees and volunteers shall be included as additional insureds under such policies. C. Primary and Non Contributory. Contractor's insurance coverage shall be primary insurance and/or the primary source of recovery with respect to City, its elected or appointed officers, agents, officials, employees and volunteers. Any insurance or self-insurance maintained by City shall be excess of Contractor's insurance and shall not contribute with it. D. Notice of Cancellation. All policies shall provide City with thirty (30) calendar days' notice of cancellation or nonrenewal of coverage (except GMC Engineering, Inc. Page C-2 for nonpayment for which ten (10) calendar days' notice is required) for each required coverage except Builders Risk Insurance, which shall contain an endorsement with said required notices. 5. Additional Agreements Between the Parties. The parties hereby agree to the following: A. Evidence of Insurance. Contractor shall provide certificates of insurance to City as evidence of the insurance coverage required herein, along with a waiver of subrogation endorsement for workers' compensation and other endorsements as specified herein for each coverage. All of the executed documents referenced in this Contract must be returned to City within ten (10) regular City business days after the date on the "Notification of Award". Insurance certificates and endorsements must be approved by City's Risk Manager prior to commencement of performance. Current certification of insurance shall be kept on file with City at all times during the term of this Contract. City reserves the right to require complete, certified copies of all required insurance policies, at any time. B. City's Right to Revise Requirements. The City reserves the right at any time during the term of the Contract to change the amounts and types of insurance required by giving Contractor ninety (90) calendar days advance written notice of such change. If such change results in substantial additional cost to Contractor, City and Contractor may renegotiate Contractor's compensation. C. Right to Review Subcontracts. Contractor agrees that upon request, all agreements with subcontractors or others with whom Contractor enters into contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreements will not impose any liability on City, or its employees. Contractor shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Contractor shall ensure that City is an additional insured on insurance required from subcontractors. For CGL coverage, subcontractors shall provide coverage with a format at least as broad as CG 20 38 04 13. D. Enforcement of Contract Provisions. Contractor acknowledges and agrees that any actual or alleged failure on the part of City to inform Contractor of non-compliance with any requirement imposes no additional obligations on City nor does it waive any rights hereunder. E. Requirements not Limiting. Requirements of specific coverage features or limits contained in this Exhibit C are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a GMC Engineering, Inc. Page C-3 given issue and is not intended by any party or insured to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. If the Contractor maintains higher limits than the minimums shown above, the City requires and shall be entitled to coverage for higher limits maintained by the Contractor. Any available proceeds in excess of specified minimum limits of insurance and coverage shall be available to the City. F. Self -Insured Retentions. Contractor agrees not to self -insure or to use any self-insured retentions on any portion of the insurance required herein and further agrees that it will not allow any indemnifying party to self - insure its obligations to City. If Contractor's existing coverage includes a self-insured retention, the self-insured retention must be declared to City. City may review options with Contractor, which may include reduction or elimination of the self-insured retention, substitution of other coverage, or other solutions. Contractor agrees to be responsible for payment of any deductibles on their policies. G. City Remedies for Non Compliance. If Contractor or any subcontractor fails to provide and maintain insurance as required herein, then City shall have the right but not the obligation, to purchase such insurance, to terminate this Contract, or to suspend Contractor's right to proceed until proper evidence of insurance is provided. Any amounts paid by City shall, at City's sole option, be deducted from amounts payable to Contractor or reimbursed by Contractor upon demand. H. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claims made or suits instituted that arise out of or result from Contractor's performance under this Contract, and that involve or may involve coverage under any of the required liability policies. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. I. Coverage not Limited. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to City or its operations limits the application of such insurance coverage. J. Coverage Renewal. Contractor will renew the coverage required here annually as long as Contractor continues to provide any Work under this or any other Contract or agreement with City. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Contract have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. A coverage binder or letter from Contractor's insurance agent to this effect is acceptable. A certificate of GMC Engineering, Inc. Page C-4 insurance and/or additional insured endorsement as required in these specifications applicable to the renewing or new coverage must be provided to City with five (5) calendar days of the expiration of the coverages. GMC Engineering, Inc. Page C-5 CERTIFICATE OF INSURANCE CHECKLIST This checklist is comprised of requirements as outlined by the City of Newport Beach. * Date Received: 8/8/14 Dept./Contact Received From: Lucie Date Completed: 8/11/14 Sent to: Lucie By: Renee/Chris Company/Person required to have certificate: GMC Engineering, Inc. Type of contract: All Others I. GENERAL LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/14 to 6/25/15 A. INSURANCE COMPANY: Travelers Indemnity Co of CT B. AM BEST RATING (A-: VII or greater): A++, XV C. ADMITTED Company (Must be California Admitted): D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 Is Company admitted in California? N Yes ❑ No D. LIMITS (Must be $1M or greater): What is limit provided? $5,000,000/$10,000,000 E. ADDITIONAL INSURED ENDORSEMENT—please attach Yes ❑ No F. PRODUCTS AND COMPLETED OPERATIONS (Must include): Is it included? (completed Operations status does not apply to Waste Haulers or Recreation) N Yes ❑ No G. ADDITIONAL INSURED FOR PRODUCTS AND ❑ No G. HIRED AND NON -OWNED AUTO ONLY: COMPLETED OPERATIONS ENDORSEMENT (completed ❑ Yes N No Operations status does not apply to Waste Haulers) Yes ❑ No H. ADDITIONAL INSURED WORDING TO INCLUDE (The City its officers, officials, employees and volunteers): Is it included? Yes ❑ No I. PRIMARY & NON-CONTRIBUTORY WORDING (Must be included): Is it included? Yes ❑ No J. CAUTION! (Confirm that loss or liability of the named insured is not limited solely by their negligence) Does endorsement include "solely by negligence' wording? ❑ Yes N No K. ELECTED SCMAF COVERAGE (RECREATION ONLY): N N/A ❑ Yes ❑ No L. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No II. AUTOMOBILE LIABILITY EFFECTIVE/EXPIRATION DATE: 6/25/14 to 6/25/15 A. INSURANCE COMPANY: Travelers Indemnitv Co of CT B. AM BEST RATING (A-: VII or greater) A++, XV C. ADMITTED COMPANY (Must be California Admitted): Is Company admitted in California? N Yes ❑ No D. LIMITS - If Employees (Must be $1 M min. BI & PD and $500,000 UM, $2M min for Waste Haulers): What is limits provided? $1,000,000 E LIMITS Waiver of Auto Insurance / Proof of coverage (if individual) (What is limits provided?) N/A F. PRIMARY & NON-CONTRIBUTORY WORDING (For Waste Haulers only): N N/A ❑ Yes ❑ No G. HIRED AND NON -OWNED AUTO ONLY: ❑ N/A ❑ Yes N No H. NOTICE OF CANCELLATION: ❑ N/A N Yes ❑ No WORKERS' COMPENSATION EFFECTIVE/EXPIRATION DATE: 10/1/13 to 10/1/14 A. INSURANCE COMPANY: State Fund B. AM BEST RATING (A-: VII or greater): NR C. ADMITTED Company (Must be California Admitted): D. WORKERS' COMPENSATION LIMIT: Statutory E. EMPLOYERS' LIABILITY LIMIT (Must be $1 M or greater) F. WAIVER OF SUBROGATION (To include): Is it included? G. SIGNED WORKERS' COMPENSATION EXEMPTION FORM: H. NOTICE OF CANCELLATION: ADDITIONAL COVERAGE'S THAT MAYBE REQUIRED IV. PROFESSIONAL LIABILITY V POLLUTION LIABILITY V BUILDERS RISK Approved: 8/11/14 Agent of Alliant Insurance Services Broker of record for the City of Newport Beach ►1Yes■No .1Yes■ No $1,000,000 Z Yes ■ No ./ ■ Yes ■ No ■ /1 Yes ■ No 1M■IM■IM RISK MANAGEMENT APPROVAL REQUIRED (Non -admitted carrier rated less than _ Self Insured Retention or Deductible greater than $ ) ❑ N/A ❑ Yes ❑ No Reason for Risk Management approval/exception/waiver: Approved: Risk Management Date * Subject to the terms of the contract. GMC ENGINEERING INC AC-OUNT NUMBER: BT30039821 1401 WARNER AVE #B ;T'IR_^X1011!' BATE',: 06/30/2015 TUSTIN, CA 92780 INSTRUCTIONS AND CONDITIONS Welcome to the City of Newport Beach, and thank you for your business tax payment. This business tax certificate is evidence that the named business has paid a tax to conduct the business activity designated, within the City of Newport Beach, until the expiration date shown. Please notify the Revenue Division immediately if any of the information on the certificate changes. This certificate is valid only at the address indicated and must be displayed in a conspicuous location. If your business is not conducted at a permanent location Municipal Code requires that any representative, while transacting business within the city, carry this certificate. This business tax certificate does not authorize the named business to conduct any activities regulated by the City of Newport Beach or other agencies. Authorization for such activities must be obtained from the appropriate departments prior to application for business tax. Certificates are not transferable to any other party or person and are not pro -rated. Refunds are not provided once the certificate has been issued. Your business tax certificate is valid until the expiration date, and must be renewed annually prior to that date. Changes in type of ownership (i.e. from a sole proprietorship to a partnership or LLC), nature of business, or ownership void the current certificate and require filing of and payment for a new application. Additional certificates are required if additional types of business activity are initiated at the same address, or additional locations of the same business are established (Municipal Code sections 5.04 through 5.08). For your convenience, the Revenue Division will mail a courtesy renewal notice, prior to the expiration date, to the billing address of record. Non -receipt of the notice does not alleviate the requirement to renew. Penalties are imposed for late renewal at a rate of 25% per month to a maximum of 100% of the base tax.. The Revenue Division is available to answer any questions regarding business tax certification and requirements. Cali (949) 644-3141; e-mail us at: RevenueHelp@newportbeachca.gov, or visit us on the internet at www newoortbeachca pov and view the Municipal Code on line. DISPLAY CONSPICUOUSLY AT PLACE OF BUSINESS FOR WHICH ISSUED CITY OF NEWPORT EAS BUSINESS TAX CERTIFICATE TIES MAX, P2LCZ N4FNTEXPIRES: 06/30/2015 GMC ENGINEERING INC 1401 WARNER AVE #B TUSTIN, CA 92780 SINGLE FAMILY HOUSING CONSTRUC A NO SELLERS PERMIT At'cCiUN'i'PdUPABFRt BT30039821 CHIZHIK, GEMMADY CORPORATION 0 EMPLOYEES ;=F, pis_UIIL, 03/01./2004 08/06/2014 AI QMal yL MY I 6 6 k I,[*I1144:1I,LTA r hrr7 3f•�`� Sealed bids may be received at the office of the City Clerk, 100 Civic Center Drive, Newport Beach, CA 92660 until 10:00 a.m. on the 24th day of July, 2014 at which time such bids shall be publicly opened and read for Federal Project No. CML -5151 (028) Contract No. 5498 $308,000.00 Engineer's Estimate p . -. . WV Dilvid A. Webb Ali Works The City of Newport Beach UDBE Goal 3% Prospective bidders may obtain Bid Documents, Project Specifications and Drawings by contacting Santa Ana Blue Print at (949)756-1001 Located at 2372 Morse Avenue, Irvine, CA 92614 Contractor License Classification(s) required for this project. "A" For further information, call Brad Sommers, Project Manager at (949) 644-3326 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www. NewportBeachCA.gov CLICK: Online Services/ Bids, RFPs & Vendor Registration CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE: http://www.NewportBeachCA.gov CLICK: Online Services /Bidding & Bid Results NOTICE INVITING BIDS................................................................................................. COVER INSTRUCTIONS TO BIDDERS.................................................................................................3 BIDDER'S BOND........................................................................................................................5 DESIGNATION OF SUBCONTRACTOR(S)...............................................................................8 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL ................9 INFORMATON REQUIRED OF BIDDER. ...... .................. .............................. ........................ 12 ACKNOWLEDGEMENT OF ADDENDA...................................................................................15 TECHNICAL ABILITY AND EXPERIENCE REFERENCES. ... ............... - ............ - ... .............. 16 NON -COLLUSION AFFIDAVIT.................................................................................................20 DESIGNATION OF SURETIES.................................................................................................21 STATE AND FEDERAL CERTIFICATIONS/DISCLOSURES..... .................... .................... ..... 22 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION.....................................................23 PUBLIC CONTRACT CODE.....................................................................................................24 PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT..........................................24 PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE... ..... ............... ...... 24 PUBLIC CONTRACT CODE SECTION10232 STATEMENT..............................................25 NONCOLLUSION AFFIDAVIT (TITLE 23 US CODE SECTION 112 AND PUBLIC CONTRACT CODE SECTION 7106...................................................................26 DEBARMENT AND SUSPENSION CERTIFICATION...............................................................27 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS....................................28 DISCLOSURE OF LOBBYING ACTIVITIES (SF-LLL)..............................................................29 INSTRUCTIONS FOR COMPLETION OF SF-LLL..............................................................30 EXHIBIT 15-G LOCAL AGENCY BIDDER DBE COMMITMENT.. ... ............. .... _ .... ................ 32 INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COMMITTMENT................................33 DBE INFORMATION -GOOD -FAITH EFFORTS... ........ ......... ......... .............34 EXHIBIT 12-B BIDDERS LIST OF SUBCONTRACTORS (DBE AND NON -DBE) ....................37 EXHIBIT12-B PART 1.........................................................................................................38 EXHIBIT12-B PART 11........................................................................................................39 FHWA-1273 REQUIRED CONTRACT PROVISIONS FEDERAL AID CONSTRUCTION CONTRACTS............................................................................. FHWA-1 CONTRACT....................................................................................................................... CON -1 LABOR AND MATERIALS PAYMENT BOND.. .............................................. .................. B-1 FAITHFUL PERFORMANCE BOND ..... ..... ................................................................... .... C-1 PROPOSAL.......................................................................................................................... PRA DAVIS BACON FEDERAL WAGE DETERMINATIONS ........................................................DBA SPECIALPROVISIONS....................................................................................................... SP -1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 INSTRUCTIONS TO BIDDERS The following documents shall be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS: INSTRUCTIONS TO BIDDERS BIDDER'S BOND DESIGNATION OF SUBCONTRACTORS CONTRACTOR'S INDUSTRIAL SAFETY RECORD INFORMATION REQUIRED OF BIDDER ACKNOWLEDGEMENT OF ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID OPENING DATE (if any) TECHNICAL ABILITY AND EXPERIENCE REFERENCES NON -COLLUSION AFFIDAVIT DESIGNATION OF SURETIES PROPOSAL 2. As this is a federal -aid construction contract, in addition to the certification of FHWA form 1273 (Required Contract Provisions for Federal -Aid Construction Contracts) and the Federal Wage Determinations incorporated herein, the following State and Federal Certifications/Disclosures must be completed, executed and received by the City Clerk in accordance with NOTICE INVITING BIDS. REQUIRED STATE AND FEDERAL CERTIFICATIONS/DISCLOSURES: Equal Employment Opportunity Certification Public Contract Code Questionnaire Noncollusion Affidavit (Title 23 United States Code Section 113 and Public Contract Code Section 7106) Debarment and Suspension Certification Non/obbying Certification for Federal -Aid Contracts Disclosure of Lobbying Activities (Standard Form LLL Rev. 09-12-97) Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) Exhibit 15-H DBE Information — Good Faith Efforts Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) Part I and Part II 2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid" shall be clearly marked on the outside of the envelope containing the documents. 3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed above. Bidders are advised to review their content with bonding and legal agents prior to submission of bid. 4. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, and (2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The successful bidder's security shall be held until the Contract is executed. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVEIFORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 5. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to allow the comparison of total bid prices. 6. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied by unit price submitted by the bidder. In the event of discrepancy between wording and figures, bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated quantity by unit price, the correct multiplication will be computed and the bids will be compared with correctly multiplied totals. The City shall not be held responsible for bidder errors and omissions in the PROPOSAL. 7. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at the request and expense of the Contractor, securities shall be permitted in substitution of money withheld by the City to ensure performance under the contract. The securities shall be deposited in a state or federal chartered bank in California, as the escrow agent. 8. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the contract. A copy of said determination is available by calling the prevailing wage hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations. All parties to the contract shall be governed by all provisions of the California Labor Code — including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981 inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site. Please note, The Davis -Bacon Wage determinations are available at Federal Wage website: http://www.gpo.gov/davisbacon/ca.htmi 9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act". 10. All documents shall bear signatures and titles of persons authorized to sign on behalf of the bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized by the corporation. For partnerships, the signatures shall be of a general partner. For sole ownership, the signature shall be of the owner. The signature below represents that the above has been reviewed. 739091 A,B Contractor's License No. & Classification GMC Engineering, Inc. Bidder � p Authorized Signature/Title Gennad Chizhik, President July 24, 2014 4 GSC MINEERINGlc GENERAL ENGINEERING CONTRACTOR Lic. No. 739091 A, B RESOLUTION AUTHORIZING EXECUTION OF ANY CONTRACT BY PRESIDENT GENNADY CHIZHIK At a Meeting of the Board of Directors of GMC Engineering Inc. (hereinafter sometimes called Corporation), a corporation organized and existing by virtue of the laws of the State of California, duly called and held on the 3tn of January, 2014, a quorum being present, consisting of the President and Secretary of the Corporation, Gennady Chizhik, the following Resolution was adopted: BE IT RESOLVED by the Board of Directors of this Corporation that its President, Gennady Chizhik, is hereby authorized, empowered, and directed to execute on behalf of this Corporation, and in its name, any contract. BE IT FURTHER RESOLVED, that any prior acts of said officer of the Corporation, in connection with the execution of any contract on behalf of the Corporation, are hereby confirmed and ratified. I, Gennady Chizhik, hereby certify and declare that I am the regularly and duly acting President and Secretary of GMC Engineering, Inc., a Corporation; that the Resolution above set forth was duly and regularly adopted by the Board of Directors of said Corporation at a Special Meeting of said Board of Directors, held at Tustin, California, on the 3rd day of January, 2014; that the whole number of Board of Directors of said Corporation is one; that there were present at said meeting one Director; that all Directors present voted in favor of said Resolution, and that thereupon the Resolution was declared regularly adopted. Corporate Seal ,�ANl "�� Gennady Chizhik President & Secretary of GMC Engineering Inc. Notarization Attached 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 Jurat State of California County of Subscribed and sworn to (or affirmed) before me on this 2 y day of 20 / Lj by (j�iY�✓ C✓/tel il"/� , j v proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. 0, &gJcm Signature v v (Notary seal) �. OLGA ROYZMAN Commission N 2070223 = Notuy Public - C81"ornia Orsnpe county M Comm. Ex ires Jun 2, 2018 OPTIONAL INFORMATION DESCRIPTION OF%THE �ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January I, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate juratform such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re-signed in front of the notarypublic during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com Date CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT 1=AS'CBLUFF DRiyEIFORD ROAD MI' LANE IMPROVEMENT PROJECT CONTRACT NO, 5490 BIDDER'S BOND We, the undersigned Principal and Surety, our successors and assigns, executors, heirs and administrators, agree to be jointly and severally held and firmly bound to the City of Newport Beach, a charter city, in the principal sum of Ten Percent of the Total Amount Bid Dollars ($ 10% ), to be paid and forfeited to the City of Newport Beach if the bid proposal of the undersigned Principal for the construction of EASTBLUFF DRIVEIFORD ROAD BIKE LANE IMPROVEMENT PROJECT, Contract No. 5498 in the City of Newport Beach, is accepted by the City Council of the City of Newport Beach and the proposed contract is awarded to the Principal, and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the required bonds, and original insurance Certificates and endorsements for the construction of the project within thirty (30) calendar days after the date of the mailing of "Notification of Award", otherwise this obligation shall become null and void. If the undersigned Principal executing this Bond is. executing this Bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this Bond. Witness our hands this . 17th day of _ July 2014. �AGMC Engineering, Inc. B Name of Contractor (Principal) Authorized SIgnaturcUTitle Gennady Chizhik, President Western Surety Company Name of Surety 1455 Frazee Road, Suite 801 San Diego, CA 92108 Address of Surety 649-682-3512 Telephone By:..�.� ut orized Agerft Signature Jeffrey R. Gryde, Attorney -in -Fact Forint Name and Title (Notary acknowledgment of Principal & Surety must I)e attached) 5 Vvestern Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Mtn By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein axed hereby make, constitute and appoint Jeffrey R Gryde, Individually of Laguna Niguel, CA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, scat and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corpontion. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on ibis 18th day of October, 2012. �T} WESTERN SURETY COMPANY 4Q�f ORS r A : c°x2ZZV.0�_- JrPaul T. Bruflat, Vice President State of South Dakota Caunty ofMinnebaha On this IBth day ofOdober, 2012, before me personalty came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said imstrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires J. MOHR June 23, 2015L1M 'C a� • (Lin V J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 17th day of July 2014 t WESTERN SURETY COMPANY MV," • Form F4280-7-2012 L, Nelson, Assistant Secretary CALIFORNIA CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On July 17, 2014 before me, P Zeis, Notary Public, personally appeared Jeffrey R. Gryde Who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature P. ZEIS COMM. #1974059 z Notary Public - California O Z Orange County My Comm. Expires Apr. 29, 2016 (Notary Seal) ADDITIONAL OF-HONAL INFORMATION DESCRIPTION OF THE AT( ACHED DCK'UME.NT (Title or descripl ion o IF auauhed 4(+::0mont ) (fide or description ofunschod doctunent emitinued) Number of Pages Dor utnent Date (Additioaul information) CAPACITY CLAIMED BY T'HE SIGNER LL Individual (s) C Corporate Officer ;Title) U Partners) IN Att(xrney-in-Fact ❑ Trustee(s) D Other FNSTi RGCTTONS FOR CONIPLE77NG'THIS FORM ,'lnV aekht—ledgmeorr campieaed in Caitifomfo mum conr<vrn verbiage exactly rc alrpears chore on rhe rrorary secrion or a sett+ We acinowledgment form mitsi 1v proper(v completed and arrached st/ that doeunreet. The only exception is if- q document is to he revorded owsidr G% Girfr(vroria- In such irisenrcet, 4ni. alternarrivt ackotriirleomenr verhiage as mart, be printed on such a diwitmenr .w h mg as 111'r1)erhiage Aws not require floe rroraoy to do sonjerhing thrli is ifieguf Ja• a nutarr in (_'erlitiirrteu (i.e' certifying the aurliori-eed coifaClOr of the signer). Please check the document narefufli,for proper noiarierl wem-Jing end nrtetrh chis form if required. • 5tute and County tnfonnation mut be the Slate and County where die document signer(s) Ilcrsnnally appearai before the notary public Far uAnowleitgment. • Date of nntarm-glia must he the bate lhat the signer(i) personally appeared which must alsn he the a' n1e dale the ac.knowiedginent is coatpleted. • The notary public must print hig or Iver name as it appears within his ur her t:Otnl tigsion followed by a comma and then your title (w tart' public) • Mill the -1-10K) of document signwfs) who pusaaiatly appear at the tinic of tlotarizatlon • Indicatu the correct smtrutor or pluril firing Ity cawing oft' ilworrrcl firrtirs ir.e iia'sbeltFi+>Xf rs !are ) or eirchrig die correct fi,ruts, Failure to correctly indicate this Information may lead to trjectititt gfdcx:urncnl reeixding. • rhe notary sail imptassion must I)e clear and pbotographicalla reproducible Impression must nkit curer teat or lines. rf seul impression smudges, re -seal If a suffcicill area PU111 ts, vllterwise complete a different aeknawtedgitem farm. • Signature of the amary public must match the signature on file with the office o the county rlelk. rr Nddit"val information is nix regoavd but uuukl help to ensure this acknowledgment is not WiWSed Ur allached to a dtiferent doc uncut. Indicale title (a' type of atlaeh0d document, nunlher of pages and d'nte. 0 indicate 1110 capacity claimed by the signer If the claimed capacity is 3 00")ratC oflKer, indicate the tale (i.e. CEO, CK), Sttretary). • Securtgy attack this document to the signed &-c.ument CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of d�2/ On g 2 q, IVIY before me,� c ie.C�/sl;'yYl a4i,? ItQ-67 (HefPAsert name and title of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws o �` A R IN going paragraph is true and correct. ConNBtL&Ina 0 2070223 Notary PuMlc - Celifornlat orange County WITNESS my hand and official seal. My Comm. Ex lies dun 2 2018 A& "° naA_-" (Notary Seal) Signature of Notary fuKic ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT S/ dot' 3 (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) Corporate Officer pulstd,ap &- (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING TIRS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signers) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/they,— is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVEIFORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: cxk CY .i;, Q> BLACK: 12_O 'hION' � �1 k2_ Rreii. (-'A 9.18 _'. I 71 l-412-3106 Lic. It 94" 08 PCC Conc1'l'.'..' State License Number: Name: F3UENA VISTA LANDSCAPE 1472 N. HARDING ST. ORANGE, CA 92867 714-771-2563 LIC. # 674472 C27 DBE # 35257 Landscape / Irrioation v aw uuullJG IVUIIIUC. Name: _ MACADEE. ELLC.TRIC a I. J t� 4755 Lanier Road Chino Hills, CA 91710 909-627-1336 Lic. it 583125 ELECTi' i^AL State License Number: ��n GMC Engineering, Inc. "rte"�"^�I -- Bidder Authorized SignaturerMtle Gennady Chizhik, President CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 DESIGNATION OF SUBCONTRACTOR(S) State law requires the listing of all subcontractors who will perform work in an amount in excess of one-half of one percent of the Contractor's total bid. if a subcontractor is not listed, the Contractor represents that he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public Works Construction, as applicable. Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any monies to be withheld to ensure performance under the Contract. The Bidder, by signing this designation, certifies that bids from the following subcontractors have been used in formulating the bid for the project and that these subcontractors will be used subject to the approval of the Engineer and in accordance with State law. No changes may be made in these subcontractors except with prior approval of the City of Newport Beach. (Use additional sheets if needed.) Subcontractor's Information Bid Item Description of Work % of Number Total Bid Name: pia. a THE PATTERSON COMPANY g P.O. Box 4158 Orange, CA 92863-4158 714-282-7292 Lic. # 398409 C29 MASONRY V 1q lG 11-1- i.w II-. Name: .7)v i 3 SIOV I'arlc Circ -le, St�i.e 1' St's'+tte, 92614-6372 949-757-0613 Lic. # 5848 State License Number: Name: S I � � C.fi • l Stil"F:RIOR I1AVF;MEN'T MARKI^JCd. ;312 Cypress Street Cypress, CA 90630 714-562-9100 L i c. t: 7776306 Oldie License Number: GMC Engineering, Inc. Bidder Y_� YPIlt Authorized Signature le Gennady Chizhik, President 'Pc .2 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 CONTRACTOR'S INDUSTRIAL SAFETY RECORD TO ACCOMPANY PROPOSAL Bidders Name GMC Engineering, Inc. Record Last Five (5) Full Years Current Year of Record The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Current Record Record Record Record Record Year of for for for for for Record 21/1 3 20 i 2 2011 2010 2009 Total 2014 No. of contracts 4 10 2 3 2 5 26 Total dollar Amount of $11.2 $6.7 $5.5 $7.4 $7.2 $7.7 $45.7 Contracts (in mill ior mi lliortmillio million il1io millio millio Thousands of $ No. of fatalities 0 0 0 0 0 0 0 No. of lost Workday Cases 0 0 0 0 0 0 0 No. of lost workday cases involving permanent 0 0 0 0 0 0 0 transfer to another job or termination of employment The information required for these items is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102. Legal Business Name of Bidder: Business Address: Business Tel. No.: State Contractor's License No. and Classification: Title GMC Engineering, Inc. 1401 Warner Ave. Ste. B, Tustin, CA 92780 (714)247-1040 739091 A,B General Contractor The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitations of those records. Signature of bidder Gennady Chizhik Date July Title President Signature of bidder Gennady Chizhik - Date Jul 2 Titleary . Signature of bidder N/A Date Title Signature of bidder N/A Date Title If bidder is an individual, name and signature of individual must be provided, and, if he is doing business under a fictitious name, the fictitious name must be set forth. If bidder is a partnership or joint venture, legal name of partnership/joint venture must be provided, followed by signatures of all of the partners/joint ventures or of fewer than all of the partners/joint ventures if submitted with evidence of authority to act on behalf of the partnership/joint venture. If bidder is a corporation, legal name of corporation must be provided, followed by notarized signatures of the corporation President or Vice President or President and Secretary or Assistant Secretary, and the corporate seal. Signatures of partners, joint venturers, or corporation officers must be acknowledged before a Notary Public, who must certify that such partners/joint venturers, or officers are known to him or her to be such, and, in the case of a corporation, that such corporation executed the instrument pursuant to its bylaws or a resolution of its Board of Directors. NOTARY ACKNOWLEDGMENT MUST BE ATTACHED 10 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of On Z% UIbefore me, Q personally appeared G�� alet C.� / N t insert name and title of the L who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. OLQsi ROYZMAN Commission #207 207 WITNESS my hand and official seal. My Signature ofNotary P li (Notary Seal) ADDITIONAL L OPTIONAINFORMATION 0223 Notary Public - Calftornia � Orange County Comm. Expires Jun 2, 201 B DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached doc nt) (Title or description of attached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER El Individual (s) _Co�rpor�ate O cer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) 11 Other 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefully for proper notarial wording and attach this form if required. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. WsheMe}; is /ere) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 INFORMATION REQUIRED OF BIDDER Bidder certifies under penalty of perjury under the laws of the State of California that the following information is true and correct: Name of individual Contractor, Company o Corporatio . GMC Engineering, Inc. Business Address: 14 01 Warner Ave. Ste. B Tustin, CA 92780 Telephone and Fax Number: J714) 247-1040 / (714)247-1041 California State Contractor's License No. and Class: 739091 A,B (REQUIRED AT TIME OF AWARD) Original Date Issued: 08/11 /1 997Expiration Date: 08/31 /2015 List the name and title/position of the person(s) who inspected for your firm the site of the work proposed in these contract documents: Gennady Ch;zhik, President The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and company or corporate officers having a principal interest in this proposal: Name Title Address Telephone Gennady Chizhik, President 1401 Warner Ave (714)247-1040 Secretary, Suite B Treasurer, Tustin, CA 92780 Manager Corporation organized under the laws of the State of California 12 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal are as follows: N/A All company, corporate, or fictitious business names used by any principal having interest in this proposal are as follows: GMC Engineering, Inc. For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been involved in with public agencies in the past five years (Attach additional Sheets if necessary) provide: Provide the names, addresses and telephone numbers of the parties; N/A Briefly summarize the parties' claims and defenses; Have you ever had a contract terminated by the owner/agency? If so, explain. Have you ever failed to complete a project? If so, explain. N/A For any projects you have been involved with in the last 5 years, did you have any claims or actions by any outside agency or individual for labor compliance (i.e. failure to pay prevailing wage, falsifying certified payrolls, etc.)? Yes N 13 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Are any claims or actions unresolved or outstanding? Yes No ; If yes to any of the above, explain. (Attach additional sheets, if necessary) N/A Failure of the bidder to provide ALL requested information in a complete and accurate manner may be considered non-responsive. Gennady Chizhik (Print name of Owner or President of Corporation/Company) . GMC Engineering, Inc. & 0 ►moi Bidder Authorized Signature/title President Title July 24, 2014 Date Subscribed and sworn to (or affi(med) before me on this day of 02014 by , personally known to me or proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. [SEAL] C 14 Notary Public My Commission Expires: Jurat State of California County of Subscribed and sworn to (or affirmed) before me on this �� day of cFX� 20( by &f/i"{ 2& k/ proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary seal) OLGA ROYZMAN Commission # 2070223 Notary Public - California Orange County my Comm. Ex ires Jun 2, 2018 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT � .u& of Bi�iv (Titl o description of attache document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January 1, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document ivas previously signed, it must be re-signed in front of the notary public during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA 0.9.07 800-873-9865 www.NotaryClasses.com CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 ACKNOWLEDGEMENT OF ADDENDA Bidders name GMC Engineering, Inc. The bidder shall signify receipt of all Addenda here, if any, and attach executed copy of addenda to bid documents: Addendum No. Date Received igrtature 1 July 14, 2014 15 Page: 1 of 1 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT ADDENDUM NO. 1 EASTBLUFF DRIVE/FROD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO 5498 DATE: 7-INY BY: Aa� VU47;60u-� Deputy Public Wor s Director TO: ALL PLANHOLDERS The following changes, additions, deletions, or clarifications shall be made to the Contract Documents — all other conditions shall remain the same. Changes affected by this Addendum 1. Prevailing Wage Rates The prevailing wage rates have been updated. By signing Addendum No. 1, the Bidder certified that he/she has reviewed and is aware of the updated wage rates and has included the cost of the current wage rates in the unit bid prices. Attached is copy of the most current wage rates which were downloaded and printed, replacing DP -1, pages 1-26. Bidders must sign this Addendum No. 1 and attach it to the bid proposal. No bid will be considered unless this signed Addendum No. 1 is attached. I have carefully examined this Addendum and have included full payment in my Proposal. GMC Engineering, Inc. Bidder's Name (Please Print) July 14, 2014 Date Authorized Signature & Title Gennady Chizhik, President husers1pbwlsharedlcontracts1fy14-15 current projects1300 - trafficic-5498 - eastbluff bike lane cap13-00301addendum 1 davis bacon.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 TECHNICAL ABILITY AND EXPERIENCE REFERENCES Contractor must use this form!!! Please print or type. Bidders Name GMC Engineering, Inc. FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE. For all public agency projects you have worked on (or are currently working on) in the past 2 years in excess of $15,000, provide the following information: No. 1 Project Name/Number Jamboree Road Improvements Project Description Road widening, traffic signal modification Approximate Construction Dates: From Oct. 2012 Agency Name City of Newport Beach To: March 2013 Contact Person Andy Tran, P.E. Telephone (94P 644-3315 1,489,907.50 Original Contract Amount $ Final Contract Amount $ 1 , 572, 403.42 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the City. Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. 16 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 No. 2 Project Name/Number Bay Avenue West Pavement Rehabilitation Project Description Concrete Pavement, Storm Drain Improvements Approximate Construction Dates: From Sept. 2013 To: Dec. 2013 Agency Name City of Newport Beach Contact Person Peter Tauscher, P.E. Telephone X49 644-3316 Original Contract Amount $1,399, Fn al*Contract Amount $_ 1, 4 2 5, 9 9 9. 3 7 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested byt-h�y Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 3 Project Name/Number West Newport Landscaping Pro! ect Project Description Street, hardscape & landscape median improvements Approximate Construction Dates: From Jan. 2014 To: July 2014 Agency Name City of Newport Beach Contact Person Iris Lee, P.E. 77 Telephone (94� 644-3322 Original Contract Amount $2,247,Final'C;ontract Amount $ 2, 471 , 000.00 If final amount is different from original, please explain (change orders, extra work, etc.) Change orders, as requested by the City Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 4 Project Name/Number Katella Avenue Improvements 17 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Project Description Roadway widening, traffic signal improvements, fence Approximate Construction Dates: From Feb. 2014 Agency Name City of Anaheim Contact Person Robert Luciano To: Present Telephone (71 � 765-5286 Original Contract Amount $ 6.8mi 1 Final Contract Amount $ T . B. D. If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. N/A No. 5 Project Name/Number Firestone Blvd. Improvements Project Description PCC Curb & Gutter, Sidewalk., Cradinq Approximate Construction Dates: From March 2 01 4 To: Present Agency Name City of Downey Contact Person Desi Gutierrez 5 Telephone (50 622-34658 Original Contract Amount $855, 41 RhapContract Amount $S. B _ D _ If final amount is different from original, please explain (change orders, extra work, etc.) Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. IN CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 No. 6 Project Name/Number Mission Viejo Dog Park Project Description Grading, site improvements, landscape/irrigation Approximate Construction Dates: From June 2013 To: Jan. 2014 Agency Name City of Mission Viejo Contact Person Jerry Hill Telephone (949/ 470-3085 Original Contract Amount $8 888,88Final Contract Amount $ 1., e P h., P P P_ o p If final amount is different from original, please explain (change orders, extra work, etc.) Change ordt-rs., as request -ed by the City, Did you file any claims against the Agency? Did the Agency file any claims against you/Contractor? If yes, briefly explain and indicate outcome of claims. Attach additional sheets if necessary. Attach to this Bid the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. Upon request, the Contractor shall attach a financial statement and other information sufficiently comprehensive to permit an appraisal of the Contractor's current financial conditions. GMC Engineering, Inc. 'IA � Bidder Authorized Signature/Title Gennady Chizhik, President 19 OINEERINGlc GENERAL ENGINEERING CONTRACTOR Lie. No. 739091 A, B Re: EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CITY OF NEWPORT BEACH CONTRACT NO. 5498 CONSTRUCTION MANAGEMENT TEAM MAY BE ASSIGNED FOR THE ABOVE REFERENCED PROJECT Gennady Chizhik — President Involved in Construction since 1979 Served as: Foreman, Superintendent Currently serving as: Estimator, Project Manager, and Field Engineer Oversees all aspects of GMC Engineering, Inc. J. Michael LaVoie — Estimator, Project Manager / Engineer Involved in Construction since 1990 Served as: Laborer, Field Engineer, Estimator, and Project Manager Currently serving as: Project Manager, Estimator, and Field Engineer James Williams — Superintendent Involved in Construction since 1998 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC, and Underground Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising Ernie Beas — Superintendent Involved in Construction since 1978 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising Art Sanchez — Superintendent Involved in Construction since 1985 Served as: Laborer, Operator, Foreman, Superintendent Performed work in Grading, Concrete, AC and Wet Utilities Currently serving as: Superintendent in charge of selected GMC Field Operations, as well as scheduling and supervising 1401 Warner Avenue, Suite B, Tustin, California 92780 9 (714) 247-1040 9 Fax (714) 247-1041 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 NON -COLLUSION AFFIDAVIT State of California ) ss. County of Orange ) Gennady Chi zhik being first duly sworn, deposes and says that he or she is President of GMC Engin Pring, Tnr• _ , the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct. f° GMC Engineering, Inc. Bidder Authorized Signaturef itle Gennady Chizhik, President Subscribed and sworn to (or affirmed) by the basis of satisfactory evidence to be the I certify under PENALTY OF PERJURY foregoing paragraph is true and correct. [SEAL] me on this day of , 2011 personally known to me or proved to me on who appeared before me. the laws of the State of California that the ry Public My'Commission Expires: 20 Jurat State of California County of Subscribed and sworn to (or affirmed) before me on this 20 1 q by �Ll'7yday of proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature (Notary seal) la"OLGA ROYIMAN ConWision #► 2070223 LID Notary Public - California Orange County My Comm. Expires Jun 2, 2018 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document continued) Number of Pages Document Date (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January I, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper fvording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re-signed in front of the notarypublic during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 DESIGNATION OF SURETIES Bidders name GMC Engineering, Inc. Provide the names, addresses, and phone numbers for all brokers and sureties from whom Bidder intends to procure insurance and bonds (list by insurance/bond type): Surety• Aa n Western Surety Company JRG Surety & Ins Agency 1455 Frazee Rd., Ste. 801 24382 Hilton Way San Diego, CA 92108 Laguna Niguel CA 92677 PH: (619)682-3512 PH: (949)448-7910 Contact: Jeffry R. Gryde 21 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 . 111111111 IllawAy aTmolbobill 22 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder proposed subco hereby certifies that he has?` , has not , participated in a previous contract or subcontract subject to the equal opportunity clauses, as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filling requirements. Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b) (1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt.) Currently, Standard Form 100 (EEO -1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b) (1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. By: enm < "a @� . -- Name: Title: "V,f.Si 4 -\ --- By: Name: Title: By: Name: Title: 23 r s Date: ( 1? 41 ig Date: Date: CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 PUBLIC CONTRACT CODE Public Contract Code Section 10285.1 Statement In conformance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder has, has not .been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or Federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. Note: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. By: _GMC Engineering, Inc. Date: Q719412n1 n Name:Gennady Chizhik Title: president Public Contract Code Section 10162 Questionnaire In conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes No x— If the answer is yes, explain the circumstances in the following space. 24 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Public Contract Code 10232 Statement In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than one final un -appealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. Note: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. By: GMC Engineering, Inc. Date: 07/24/2014 Name:Gennady Chizhik Title: President PA CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Noncollusion affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the CITY/ COUNTY of Newport Beach DEPARTMENT OF PUBLIC WORKS In conformance with Title 23 United States Code Section 112 and Public Works Code 7106 the bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, conniver or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above Noncollusion Affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 26 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he/she or any other person associated therewith in the capacity of owner, partner, director, officer, manager: • is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any Federal agency; • has not been suspended, debarred, voluntarily excluded or determined ineligible by any Federal agency within the past 3 years; • does not have a proposed debarment pending; and • has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate below to whom it applies, initiating agency, and dates of action. N/A Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. By: GMC Engineering, Inc. Date: 07/24/2014 Name: Gennady Chizhik Title: President 27 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the requiredcertification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. Ml 1. Type of Federal Action: ® a. contract b. grant c. cooperative agreement d. loan e. loan guarantee f. loan insurance 4. Name and ® Prime Congressional 6. Federal Depart 2. Status of Federal Action: Fla. bid/offer/application b. initial award c. post -award of Reporting Entity ® Subawardee Tier . if known known N i 8. Federal Action Number, if known: 9 t 10. a. Name and Address of Lobby Entity i (if individual, last name, first name, MI) (attach Continuation 11. Amount of Payment (check all that apply) $ ® actual F-1 planned 12. Form of Payment (check all that apply): ®a, cash b. in-kind; specify: nature value 3. Report Type: a. initial b. material change For Material Change Only: year quarter _ date of last report 5. If Reporting Entity in No. 4 is Subawardee, Enter Name and Address of Prime: Congressional District, if known 7. Federal Program Name/Description: CFDA Number, if applicable 9. Award Amount, if known: b. Individuals Performing Services (including address if different from No. 10a) (last name, first name, MI) if necessary) Type of Payment (check all that apply) a. retainer b, one-time fee c. commission d. contingent fee deferred f. ' ,ther, specify 14. Brief Description of Services Performed or to be performed a4Date(s) of Service, including officer(s), employee(s), or member(s) contacted, for Payment Indikipted in Item 11: (attach Continuation Sheet(s) if necessary) 15. Continuation Sheet(s) attached: Yes ® No E] le. Information requested through this form is authorized by Title 31 U.S.G. Section 1352. This disclosure of lobbying reliance was placed by the tier above when his transaction was made or entered into. This disclosure is required pursuant to 31 U.S.C. 1352. This information will be reported to Congress semiannually and will be available for public inspection. Any person who fails to file the required disclosure shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Federal Use Only. Q-611 Signature: Print Name: Title: Telephone No.: Date: Authorized for Local Reproduction Standard Form - LLL CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity, whether subawardee or prime Federal recipient, at the initiation or receipt of covered Federal action or a material change to previous filing pursuant to title 31 U.S.C. section 1352. The filing of a form is required for such payment or agreement to make payment to lobbying entity for influencing or attempting to influence an officer or employee of any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with a covered Federal acfion. Attach a continuation sheet for additional information if the space on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. 1. Identify the type of covered Federal action for which lobbying activity is and/or has been secured to influence, the outcome of a covered Federal action. 2. Identify the status of the covered Federal action. 3. Identify the appropriate classification of this report. If this is a follow-up report caused by a material change to the Information previously reported, enter the year and quarter in which the change occurred. Enter the date of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the full name, address, city, state and zip code of the reporting entity. Include Congressional District if known. Check the appropriate classification of the reporting entity that designates if it is or expects to be a prime or subaward recipient. Identify the tier of the subawardee, e,g., the first subawardee of the prime is the first tier. Subawards include but are not limited to subcontracts, subgmnts and contract awards under grants. 5. If the organization filing the report in Item 4 checks "Subawardee" then enter the full name, address, city, state and zip code of the prime Federal recipient. Include Congressional District, if known. 6. Enter the name of the Federal agency making the award or loan commitment. Include at least one organization level below agency name, if known. For example, Department of Transportation, United States Coast Guard. T Enter the Federal program name or description for the covered Federal action (item 1). If known, enter the full Catalog of Federal Domestic Assistance (CFDA) number for grants, cooperative agreements, loans and loan commitments. 8. Enter the most appropriate Federal identifying number available for the Federal action identification in Item 1 (e.g., Request for Proposal (RFP) number, Invitation for Bid (IFB) number, grant announcement number, the contract grant. or loan award number, the application/proposal control number assigned by the Federal agency). Include prefixes, e.g., "RFP -DE -90.001." 9. For a covered Federal action where there has been an award or loan commitment by the Federal agency, enter the Federal amount of the award loan commitments for the prime entity identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code of the lobbying entity engaged by the reporting entity identified in item 4 to influenced the covered Federal action. (b) Enter the full names of the individual(s) performing services and include full address if different from 10 (a). Enter Last Name, First Name and Middle Initial (MI). 11. Enter the amount of compensation paid or reasonably expected to be paid by the reporting entity (item 4) to the lobbying entity (item 10). Indicate whether the payment has been made (actual) or will be made (planned). Check all boxes that apply. If this is a material change report, enter the cumulative amount of payment made or planned to be made. 12. Check the appropriate box(es). Check all boxes that apply. If payment is made through an in-kind contribution, specify the nature and value of the in-kind payment. 13. Check the appropriate box(es). Check all boxes that apply. If other, specify nature. 14. Provide a specific and detailed description of the services that the lobbyist has performed or will be expected to perform and the date(s) of any services rendered. Include all preparatory and related activity not)ust time spent in actual contact with Federal officials. Identify the Federal officer(s) or employee(s) contacted or the officers) employee(s) or Member(s) of Congress that were contacted. 15. Check whether or not a continuation sheet(s) is attached. 16. The certifying official shall sign and dale the form, print his/her name title and telephone number. 30 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Public reporting burden for this collection of Information is estimated to average 30 minutes per response, including time for reviewing instruction, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project. 31 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 6498 EXHIBIT 95-G LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) NOTE: PLEASE REFER TO INSTRUCTIONS ON THE FOLLOWING PAGE LOCALAGENCY: City of Newport Beach LOCATION: Newport Beach PROJECT DESCRIPTION: Facth1iiff Dr /Fnrrl RA Pike Lane Improvement Pro' TOTAL CONTRACT AMOUNT: $ 2 1' 0- (Do BIDDATE: July 24, 2014 __ BIDDER'S NAME: GMC Engi ri i ricJ, n-c— CONTRACT UDBE GOAL: -49A CONTRACT ITEM OF WORK AND DESCRIPTION DBE CERT NO. AND ITEM NO. OR SERVICES TO BE EXPIRATION DATE UBCONTRACT'ED OR MATERIALS O BE PROVIDED (Or concealed if e bidder is a DBE NAMEOF EACH DBE (Must be DOLLARAMOUNT certified on the date bids are opened — include DBE address and DBE phone number) For Local Agency to Complete: Local Agency Contract Number: Federal -Aid Project Number: Federal Share: Total Claimed DBE Participation �,,�, r1 4 % Contract Award Date: Local Agency certifies that all DBE certifications have been verified and information is complete and accurate. Print Name Signature Date Local Agency Representative (Arca Code) Telephone Number. Signature of Bidder 07/24/2014 (714)247-1 Date (Area Code) Tel. No. Local Agency Bidder DBB Commitment (Construction Contracts) (Rev 6/26/09) 32 ect CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVEIFORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Distribution: (1) Copy - Fax or scan a copy to the Caltrans District Local Assistance Engineer (DLAE) within 30 days of contract execution. Failure to send a copy to the DLAE within 30 days of contract execution may result in de -obligation of funds for this project. (2) Copy - Include in award package to Caltrans District Local Assistance (3) Original — Local agency files INSTRUCTIONS - LOCAL AGENCY BIDDER DBE COMMITMENT (CONSTRUCTION CONTRACTS) 15-G PLEASE NOTE: This information may be submitted with your bid. If it is not, and you are the apparent low bidder or the second or third low bidder, it must be submitted and received as specified in the Special Provisions. Failure to submit the required DBE commitment will be grounds for finding the bid nonresponsive. The form requires specific information regarding the construction contract: Local Agency, Location, Project Description, Total Contract Amount, Bid Date, Bidder's Name, and Contract DBE Goal. The form has a column for the Contract Item Number and Item of Work and Description or Services to be Subcontracted or Materials to be provided by UDBEs. Prime Contractors shall indicate all work to be performed by DBEs including, if the prime is a DBE, work performed by its own forces, if a DBE. The DBE shall provide a certification number to the Contractor and expiration date. Enter the DBE prime's and subcontractors' certification numbers. The form has a column for the Names of DBE contractors to perform the work (who must be certified on the date bids are opened and include the DBE address and phone number). IMPORTANT: Identify all DBE firms participating in the project regardless of tier. Names of the First -Tier DBE Subcontractors and their respective item(s) of work listed should be consistent, where applicable, with the names and items of work in the "List of Subcontractors" submitted with your bid. There is a column for the DBE participation dollar amount. Enter the Total Claimed DBE Participation dollars and percentage amount of items of work submitted with your bid pursuant to the Special Provisions. (if 100% of item is not to be performed or furnished by the DBE, describe exact portion of time to be performed or furnished by the DBE.) See Section "Disadvantaged Business Enterprise (DBE)," of the Special Provisions (construction contracts), to determine how to count the participation of DBE firms. Exhibit 15-G must be signed and dated by the person bidding. Also list a phone number in the space provided and print the name of the person to contact. Local agenciesshould complete the Local Agency Contract Award, Federal -aid Project Number, Federal Share, Contract Award Date fields and verify that all information is complete and accurate before signing and filing. K3t3 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 1571115109101.11 Wo F1 Federal -aid Project No. CML -51 51 ( 0281 Bid Opening Date July 24 The (City/County of) Newoort Beach established a Disadvantaged Business Enterprise (DBE) goal of _a/o for this project. The information provided herein shows that a good faith effort was made. Lowest, second lowest and third lowest bidders shall submit the following information to document adequate good faith efforts. Bidders should submit the following information even if the "Local Agency Bidder DBE Commitment" form indicates that the bidder has met the DBE goal. This will protect the bidder's eligibility for award of the contract if the administering agency determines that the bidder failed to meet the goal for various reasons, e.g., a DBE firm was not certified at bid opening, or the bidder made a mathematical error. Submittal of only the "Local Agency Bidder DBE Commitment' form may not provide sufficient documentation to demonstrate that adequate good faith efforts were made. The following items are listed in the Section entitled "Submission of DBE Commitment" of the Special Provisions A. The names and dates of each publication in which a request for DBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement AGC Good Faith Advertising Report - 2 wks 7/14/14 and 7/21/14 Goodfaitheffort.com Minority Bidders bulletin 7/14/14 & 721/14 Good ai h ffor - corn Construction update - 7/10/14 & 7/17/14 B. The names and dates of written notices sent to certified DBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the DBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Initial Follow Up DBEs Solicited Solicitation Methods and Dates Please see attached "Good Faith Effort Solicitation of DBE Companies" package with Contact Log and Backup C. The items of work which the bidder made available to DBE firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate DBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate DBE participation was made available to DBE firms. 34 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Items of Work Bidder Normally Breakdown of Items Amount Percentage Performs Item M Of (Y/N) Contract D. The names, addresses and phone numbers of rejected DBE firms, the reasons for the bidder's rejection of the DBEs, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each UDBE if the selected firm is not a DBE: Names, addresses and phone numbers of rejected DBEs and the reasons for the bidder's rejection of the DBEs: Names, addresses and phone numbers of firms selected for the work above: E. Efforts made to assist interested DBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to DBEs: Responding DBE's did not request or indiratP the need for any assistance or information regarding bonding, credit or insurance. Technical assistance and information related to plans, specifications, ana requirements 1T1or the work to be perhfforrr]]rmAied was mad Feeatdid�Es in o�itainb g necessary equipment, supplie§lrfifit�na7Fs, brnterested. F. Efforts made to asses in eres e related assistance or services, excluding supplies and equipment the DBE subcontractor Purchases or leases from the prime contractor or its affiliate: Responding DBE's did not request or indicate the need for any assistance in obtaining necessary equipment, supplies, materials, or related assistance or services. 35 rroro=Gaall7Gtrnla rro tngme ng lncb'Gb n1U IIZL Ullf "J14 1/'Ub TM N,UUlflii-I r PHONE; (626) 810-1338 929 OHerbein Avenue Unit E 1 o FAX: (626) 810-1322 La Puente, CA 91748 �. r-, t r'.. 1t m.r:r�i^w s,� R"yW,- '"E"✓ "'. s i r 3 I �/ �? x t ra' .,n �, '>"- �� ,.'ct tY S*dl, ^�'q Y",f- .-`•S / �'bau'M•�'� ,e+'p�}'-'/'rv.�.- License # 793907, A & C-10; HA Certified {�HY�y� yw ^t.`"kb' :.i.'n�� K1{ y U�'L tj4 1`11 �24'))l� �) `�.W1S a"VFy1 F�k�J YT J� ajlW`l �i '4er'. "a T Y l� w}em: w.a1S•.thxro- d..%k. 1.. ��'`$e.. L�'..o 3e, vtxG]w uAw.`�"4'w::•siU&a.at�� w...�d�.'w v„•: .I a Flu 'I I I Email: van@cpengineedngine.com Certified DBE/UDBE/SBE Caltrans 031277 6,000,00 Bid Sync SMSE #1171220 24.00 11,760.00 Expiration: July 1, 2015 • CONDUCTORS PROJECT NAME: EASTBLUFF DRIVE PROJECT No: 5438 50,000m (COPY CITY, STATE: NEWPORTBEACH MAINTAIN TEMPORARY TRAFFIC SIGNAL OPERATION BID DATE: 712412014 111 11 BID TIME: 10AM 1,350.00 Union Contractor r4H op Stub-OutMustExist itNot Called OutToReplace Per Plans. T 371, r10.00 oted Based On One Move -in OnlyUnless OtherwiseNotedtraMove-In $1,500.00WeeksNotficationRequiredForAny LoopWorkou Are The Lowest Bidder & Listed CPE, Please Inform UsWithinSIGNATUREours. Note: Excludes bond premium, all permits, signage, lane closures, water, sidewaik concrete, regulatory signs, hauling dirt, debris, & concrete foundation away, handicap ramps, repaving street, repaving potholes, striping, cold mix, and any inspection fees. Terms: Due & payable in 30 days upon completion; t5% monthly interest will apply thereafter t Y v h i �. r-, t r'.. 1t m.r:r�i^w s,� R"yW,- '"E"✓ "'. s i r 3 I �/ �? x t ra' .,n �, '>"- �� ,.'ct tY S*dl, ^�'q Y",f- .-`•S / �'bau'M•�'� ,e+'p�}'-'/'rv.�.- � , , yy%1 S '� ,..Lta uuirv:^.0 {�HY�y� yw ^t.`"kb' :.i.'n�� K1{ y U�'L tj4 1`11 �24'))l� �) `�.W1S a"VFy1 F�k�J YT J� ajlW`l �i '4er'. "a T Y l� w}em: w.a1S•.thxro- d..%k. 1.. ��'`$e.. L�'..o 3e, vtxG]w uAw.`�"4'w::•siU&a.at�� w...�d�.'w v„•: .I a Flu 'I I I ttq'i w���.3 D,l Y.Id'6115%' '&yet. "� � r +' �3 t ...�i.£A.-s ww wJ. �a..(eku. 3,000.00 6,000,00 •• 414' i •IT IT 24.00 11,760.00 • CONDUCTORS MODIFICATION 50,000m 50,000.00 MAINTAIN TEMPORARY TRAFFIC SIGNAL OPERATION 2000.0 111 11 INSTALL STREET LIGHT PULL BOX NO.100 1,350.00 • •• • • ••• ill Union Contractor r4H op Stub-OutMustExist itNot Called OutToReplace Per Plans. T 371, r10.00 oted Based On One Move -in OnlyUnless OtherwiseNotedtraMove-In $1,500.00WeeksNotficationRequiredForAny LoopWorkou Are The Lowest Bidder & Listed CPE, Please Inform UsWithinSIGNATUREours. Note: Excludes bond premium, all permits, signage, lane closures, water, sidewaik concrete, regulatory signs, hauling dirt, debris, & concrete foundation away, handicap ramps, repaving street, repaving potholes, striping, cold mix, and any inspection fees. Terms: Due & payable in 30 days upon completion; t5% monthly interest will apply thereafter m Umber otpages E 960 DF - D try 07-H.E (Sj;�rxc ITEM QUANTITY ITEM DES.CRIP"1`.ION AND UN UNUNIT ` C)TAL Install Pull Box No. AND KNIT PAIGE V 1 Eh1 lKl C12D5 PNCE PRICE 1�. Lump Sure Install Traffic Sidping, Marking, and Markers to and flare Each and 11r �,. 269. ' :'.. iY&,w,install ,Cents Y Per Lump Sum 17, Lump Sum Traffic Sl ed; . ficatlon @ Dollars Per Lump Sura and 21, 66S.t=. lrastaf$` pact. rcreYi%, Cents $ Per Lump Sur; 18. Lump Sum mail!! .. ', ry Traffic ration C4i7Gra,a ', Doftars �`r�r• and Cents Per Lu'll 19. 3 Each Install Pull Box No. . a.. ` Dollars to and t. C $ Each 11r �,. 269. ' :'.. iY&,w,install e '.r : i S®6i ( Y Do Per Lump Sura 21, 66S.t=. lrastaf$` pact. rcreYi%, 1 ark{ j 23. Lump Scam Provide -Built Drawings Dollars and Cents Per Lump Sum $ —2Q,2, `' 29. Lump Sutra Remove USA Markings and Rippt9re Pavement Surface C� Dollars and Cents Per Lump Sum 30. Lump Sum C® pR, , rvey Cci3 Dollars and Cents Per L *rn TOTAL PRICE IN WRITTEN W and Cents a,. MV: DLAtV s I31vuGl'; r�rs. D88 $sort:,. I Ptt E. I 31805 Temecula Par Temecula, CA 92592 SWPPP Solutions, 111c, # 753 Jne 951-587-9979 Fax 951-587®9952 SWPPP Solutions, Inc,, a DBE, UDBE and WBE firm (#CT -032706), would like submit a quote to you for the following project: I SWPPP Solutions, Inc. can prepare a construction Storm Water Pollution Prevention Plan (SWPPP) for this project that conforms to the General Permit (SWRCB Order No. 2009-0009-DWQ) for the lump sum of $1500. If a Water Pollution Control Program (WPCP) is needed instead of a SWPPP, we can prepare a WPCP for the lump sum of $750. This quote covers any and all addenda issued, and any bid date changes or re -bids. If selected, SWPPP Solutions, Inc. will: ® Provide 4 copies of a project specific SWPPP or WPCP, and Revise the SWPPP or WPCP per General Permit requirements, as needed, to gain initial Owner approval. We have successfully prepared SWPPPs for over 1,000 projects in California. If we can be of service for this project, or any other, please don't hesitate to call. Best regards, Dave Burns Geologist This Quote is Valid for Six Months http://www. CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and using DBE firms (please attach copies of requests to agencies and any responses received, i.e., lists, Internet page download, etc.): Name of Method/Date of Results DBE Comanies See Snlicitation of DBE Companies H. Any additional data to support a demonstration of good faith efforts (use additional sheets if necessary): Att;4(-hmantc• TIRE Summary; r0nd Faith Effort c l' 't t' n of DRF Cc)mpani Pa• Coors Faith Effort Pt7 }�lir•atign j,,i ati ng package NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 36 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVEIFORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 1 # i / '', #A (DBE AND /' i 37 I eb""ll'-;9M tit �F41 i lM OD LL ¢moi o rz C 12 V) :tax C: ""' v •� yf - ""r _ s aw cc c� c c C C C C c c c ��000,� �acsaa ��aaa ro t9 EIE E, -'I E,Et E E v ��nov> 4 m ; n4a �Ln!,!pV T LO n 4 ° w enu> bs vM,€s va efr era est tr> cfs as tss to ass t» 0P o ar m w- cl 78 uj C Q n L ®~45 G3 r 'unF- S P J U 7 0 V; h. Ls: M a. ol o. %Tri°° e F' xUt`a N `` : C -r Q Z C� r� �' • d ®' m st '� 0.a p o°�n n A= co 0 0 IS PC { IS j 0 I 2OL OL m CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 FHWA-1273 Date of Last Revision: May 1, 2012 The Bidder hereby declares that FHWA-9273, Required Contract Provisions: Federal -Aid Construction Contracts, has been received and reviewed as part of this NOTICE INVITING BIDS. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. By: Gmc F.ngin2Pring, Inc. Date: July 24,,014 Name:Gennady Chizhik Title: President 9101 Il Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language FHWA-1273 — Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS I. General B. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with GovernmenWde Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) 1. GENERAL 1. Forth FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design -builder shalt be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (rot referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractors own organization and with the assistance of workers under the contractors immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract -3. A breach of any of the stipulations contained in these Required Contract Provisions maybe sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor. During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. DLA -OB 13-06 It. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and ail subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Pants 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35,29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractors project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 at seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terns and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: -It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre -apprenticeship, and/or on- the-job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so Page 8 of 22 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation Wit be reviewed and explained. The meetings wilt be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractors EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements whit be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor wilt, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. DLA -OB 13-06 b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. b. Consistent with the contractors work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor wait periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractors association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency Page 9 of 22 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language and shall set forth what efforts have been made to obtain such information, d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. in the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. S. Reasonable Accommodation for Applicants f Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 GFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non -minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and DLA -OB 13-06 (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Fomr FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilifies" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and Without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Page 10 of 22 August 12, 2013 Local Assistance Procedures Manual Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph I of this section; also, regular contributions made Or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed- The wage determination (including any additional classification and wage rates conformed under paragraph 1.1c. of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, beam a reasonable relationship to the wage rates contained in the wage determination. (2) if the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determinafion within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 - day period that additional time Is necessary. DLA -OS 13-06 Exhibit 12-G Required Federal -aid Contract Language (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. if the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis - Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, Including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated In providing benefits under a plan or program described in section 1(bx2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. Page 11 of 22 August 12, 2013 Local Assistance Procedures Manual )exhibit 12-G Required Federal -aid Contract Language b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)f ), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://wr✓w.dol.gov/esalwhd/forms/wh347!nstr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a'Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(f) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or Indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a property executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance' required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the DLA -OB 13-06 contracting agency or the State DOT, take such action as may be necessary to rause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on thejob site in any craft classification shad not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees Will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of labor, Employment and Training Administration, Page 12 of 22 August 12,2013 Local Assistance Procedures Manual The ratio of trainees to joumeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. if the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprenfices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection vAth Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. Exhibit 12-G Required Federal -aid Contract Language 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(aXi). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001, V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work In excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same Page 13 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language prime contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leasedby the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The tens may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements, b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract DLA -OB 13-06 requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self -performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connecfion with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his(her health or safety, as determined under construction safety and health standards (29 CFR 1926) - promulgated by the Secretary of tabor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shah have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places Page 14 of 22 August 12, 2013 Local Assistance Procedures Manual where it Is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: 'Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. $55), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. By submission of this bidlprgposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized In the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more— as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. DLA -OB 13-06 Exhibit 12-G Required Federal -aid Contract Language b. The inability of a person to provide the certificafion set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation wilt be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred,' "suspended;' "ineligible," "participant," "person;' "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering Into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions " provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25.000 threshold. h. A participant In a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httPs1/www.=Is.R ), which is compiled by the General Services Administration. I. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and Page 15 of 22 August 12, 2013 Local Assistance Procedures Manual information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. J. Except for transactions authorized under paragraph (0 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of Its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; Violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined m 2 CFR Parts 180 Exhibit 12-G Required Federal -aid Contract Language and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. I. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and In all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (httes*/lwww eols eovq, which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. I. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. Page 16 of 22 DLA -OB 13-06 August 12, 2013 Local Assistance Procedures Manual Exhibit 12-G Required Federal -aid Contract Language 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20)- 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or Proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. Page 17 of 22 DLA -OB 13-06 August 12, 2013 CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT CONTRACT NO. 5498 To the Honorable City Council City of Newport Beach 3300 Newport Boulevard Newport Beach, California 92663 Gentlemen: The undersigned declares that he has carefully examined the location of the work, has read the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby proposes to furnish all materials except that material supplied by the City and shall perform all work required to complete Contract No. 5498 in accordance with the Plans and Special Provisions, and will take in full payment therefore the following unit prices for the work, complete in place, to wit: ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE Lump Sum Mobilization @T< 'od Dollars and Cents Per Lump Sum 2. Lump Sum Traffic Control Szo s n 4earid ed Dollars and \ O Cents Per Lump Sum 3. 455 L.F. Construct 8 inch Curb and Gutter - Type "A" @ t'�Dollars and O Cents $ 25,E Per Linear Foot $ 3LA O -o $ i}aq15 010 PR2of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE El 5. 21 Fi E:1 60 L.F. Construct 6 inch Curb - Type "B" @ 1 J Zai Dollars and v,j C) Cents $ '?,i,- { $ k n ?_c 0 , CaCC Per Linear Foot 46 L.F. Construct 6 to 8 inch Curb and Gutter Type "A" Transition @ i t \ Dollars and Cents $ 2-0-00 $ rt2' Per Linear Foot 3,650 S.F. Construct 4 inch Thick P.C.C. Sidewalk @ Dollars and Cents $ ; § $ 1?>; `oris C:? Per Square Fbot 5,600 S.F. Cold Plane Existing A.C. Pavement and Construct A.C. Overlay (0.10 foot) Minimum Thickness @ Y-fDollars and Cents $ .bo $ 2�-f ,220, 00 Per S are ooF t 400 L.F. Remove and Replace Slough Wall @ �y� Dollars and Cents $ $ +4&00, C) Per Linear Foot 9. 3,000 S.F. Construct 6 inch A.C. over 4 inch A.B. @1'irt Dollars and 'U , _Cents $ 5,VC > $ . L Per ua e F of PR3of6 ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 10. 580 L.F. Sawcut Existing Pavement 11 12. 13. MR @ , Dollars and J Cents $ 2.t $ tf Per Linear Foot 1 Each Construct Curb Access Ramp - Case "C" -tom -VV.s @ Fh hcd h Dollars and lx� o Cents $ 2 =L $ Each 1 Each Construct Curb Access Ramp - Case "E" `T A'sot;s&,d &hjtzhu"a,,A4•i-4Dollars and NC' Cents $ d.<�a'a�J�est3 $ F �.,sat:.o�� Each 2 Each Relocate Street Lights two -�nxs @ -tiw�;mA+g,;,-lu Dollars and Cents $ 2g33o.t $ LidiaCepo,A:3s Each CRIG Ma Furnish and Install New 1-1/4 inch PVC Conduit with 2#8 (6KV) Insulated Conductors @ 'P Dollars and _ _Cents Per Linear Foe 15. 23 Each Remove and Install Signs @�vr Sen) Dollars and Cents Each $ i .00 $ 73;gio.w ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 16. Lump Sum Install Traffic Striping, Marking, and Markers @mtX`zrxavl u� s Dollars and ` Cents $ ib,4-4�0. Per Lump Sum 17. Lump Sum Traffic Signal Modification @-�d kvn4eA ens'' Dollars and Cents $ SqLFscxoo Per Lump Sum 18. Lump Sum Maintain Temporary Traffic Signal Operation @$haezku_ �{ ,,- Dollars and Cents $s+3.c Per Lump Sum 19. 3 Each Install Street Light Pull Box No. 3-1/2 F @"i r tv Dollars and It r� Cents $ o'oo $ 00 Each 20. Lump Sum Install Landscape and Irrigation FwA @r,hu r,h Dollars and Cents $ 3r`ZO.00 Per Lump Sum 21. 65 S.F. Install Stamped Concrete in the Median @ I k -NW_ Dollars t and _ Cents Per Square Foot Dollars and Cents $ 506 oD $ 4,Sc 3 0 Per Cubic Yard 24. 1 Each Remove and Replace Recycled Water Valve to Grade PR5of6 @oKkwA,,eA-Atya Dollars ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE $�11C5alsc Each 22. Lump Sum Clearing and Grubbing ( krsu.'.,.Awv� e., Dollars and $:22 6 Cents Per Lump Sum 23. 90 C.Y. Unclassified Excavation Dollars and Cents $ 506 oD $ 4,Sc 3 0 Per Cubic Yard 24. 1 Each Remove and Replace Recycled Water Valve to Grade @oKkwA,,eA-Atya Dollars and Cents $ 21Ako. $�11C5alsc Each 25. 1 Each Relocate Water Meter @tom hw4,e4 %vej, L- Dollars and Cents $:22 Each 26. 1 Each Relocate Air release Assembly Fa,q -V^45" 5" @:i w hu zLel 2, Dollars and QCents $ !A310. $ . Each 27. Lump Sum Adjust Utility Housings to Grade CJ��- e�txs 3nc� @sixhUd.-A� Dollars and Cents $ k,(r,2,s tot Per Lump Sum WZT.o iL ITEM QUANTITY ITEM DESCRIPTION AND UNIT UNIT TOTAL AND UNIT PRICE WRITTEN IN WORDS PRICE PRICE 28. Lump Sum Provide As -Built Drawings @&X hwX�eA Dollars and C` \u Cents $ to2.O. c co Per Lump Sum 29. Lump Sum Remove USA Markings and Restore Pavement Surface Vies aa1:s Dollars and \ti Cents $ k,s6v0- Per Lump Sum 30. Lump Sum Construction Survey �oua @nim yu. ra Dollars —and Cents Per Lump Sum TOTAL PRICE IN WRITTEN WORDS and o Cents July 24, 2014 Date (714)247-1040/(714)247-1041 Bidder's Telephone and Fax Numbers 73A(L@1 ASR Bidder's License No(s). and Classification(s) $ 2_ t C)fvc�. oe Total Price (Figures) GMC Engineering, Inc. Bidder r Q Bidder's Authorize' Signature and Title Gennady Chizhik, President 1401 Warner - C •der's Address 92780 Bidder's email address: gennady@gmceng.net f:\userslpbvAshared�wntmcts\fy 13-14\c-5498 - eastbluff drive wideningWesign phase\eM review seNproposal c-5498.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT EAST13LUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 GENERAL DECISION NUMBER: CA140045 01/03/2014 The Bidder hereby declares that the Davis Bacon (DB) Wage Determinations have been received and reviewed as part of this NOTICE INVITING BIDS. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. By: GMC Engineering, Inc. Date: July 24, 2014 Name: Gennady Chizhik Title: President W General Decision Number: CA140035 07/11/2014 CA35 Superseded General Decision Number: CA20130035 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: Orange County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number 0 1 2 3 4 5 6 7 8 9 10 11 12 13 ASBE0005-002 07/01/2013 Publication Date 01/03/2014 01/10/2014 01/24/2014 02/21/2014 03/07/2014 03/14/2014 04/25/2014 05/09/2014 05/23/2014 06/06/2014 06/13/2014 06/20/2014 07/04/2014 07/11/2014 Rates Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 34.51 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 24.34 ---------------------------------------- ASBE0005-004 06/24/2013 Rates Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging Fringes 18.55 16.09 Fringes Page 1 of 26 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 2 of 26 and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 16.95 10.23 * BRCA0004-010 05/01/2014 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 36.35 13.22 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate ------------------------------------------------------------- -- BRCA0018-004 06/01/2014 Rates Fringes MARBLE FINISHER ..................$ 28.45 11.38 TILE FINISHER ....................$ 23.78 9.84 TILE LAYER .......................$ 35.14 14.33 --------------------------------------------------------------- BRCA0018-010 09/01/2013 Rates Fringes TERRAZZO FINISHER ................$ 26.59 10.34 TERRAZZO WORKER/SETTER ........... $ 33.63 11.13 ---------------------------------------------------------------- CARP0409-001 07/01/2010 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 37.35 11.08 (2) Millwright ..............$ 37.85 11.08 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, Rockslinger, Shingler (Commercial) ................$ 37.48 11.08 (4) Pneumatic Nailer, PowerStapler...............$ 37.60 11.08 (5) Sawfiler...............$ 37.44 11.08 (6) Scaffold Builder ....... $ 28.55 11.08 (7) Table Power Saw Operator ....................$ 37.45 11.08 FOOTNOTE: Work of forming in the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H -Beams driven or http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 3 of 26 placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------- CARP0409-005 07/01/2010 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 37.35 11.08 STOCKER/SCRAPPER ............ $ 10.00 6.67 CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer ...... $ 17.00 7.41 --------------------------------------------------------- ELEC0011-002 11/25/2013 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 27.75 12.36 Technician ..................$ 29.55 12.42 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background -foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarm (see last paragraph below) and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. Fire alarm work shall be performed at the current inside wireman total cost package. ELEC0441-001 02/24/2014 Rates Fringes CABLE SPLICER ....................$ 43.03 15.24 ELECTRICIAN ......................$ 41.14 15.18 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 4 of 26 ------------------------- * ELEC0441-003 05/26/2014 COMMUNICATIONS & SYSTEMS WORK (excludes any work on Intelligent Transportation Systems or CCTV highway systems) Rates Fringes Communications System Installer ...................$ 29.09 11.60 Technician ..................$ 30.89 11.66 SCOPE OF WORK The work covered shall include the installation, testing, service and maintenance, of the following systems that utilize the transmission and/or transference of voice, sound, vision and digital for commercial, education, security and entertainment purposes for TV monitoring and surveillance, background foreground music, intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call system, radio page, school intercom and sound, burglar alarms and low voltage master clock systems. A. Communication systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems SCADA (Supervisory control/data acquisition PCM (Pulse code modulation) Inventory control systems Digital data systems Broadband & baseband and carriers Point of sale systems VSAT data systems Data communication systems RF and remote control systems Fiber optic data systems B. Sound and Voice Transmission/Transference Systems Background -Foreground Music Intercom and Telephone Interconnect Systems Sound and Musical Entertainment Systems Nurse Call Systems Radio Page Systems School Intercom and Sound Systems Burglar Alarm Systems Low -Voltage Master Clock Systems Multi-Media/Multiplex Systems Telephone Systems RF Systems and Antennas and Wave Guide C. *Fire Alarm Systems -installation, wire pulling and testing. D. Television and Video Systems Television Monitoring and Surveillance Systems Video Security Systems Video Entertainment Systems Video Educational Systems CATV and CCTV E. Security Systems, Perimeter Security Systems, Vibration Sensor Systems Sonar/Infrared Monitoring Equipment, Access Control Systems, Card Access Systems *Fire Alarm Systems 1. Fire Alarms -In Raceways: Wire and cable pulling in raceways performed at the current electrician wage rate and fringe benefits. http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 2. Fire Alarms -Open Wire Systems: installed by the Technician. ------------------------ ELEC0441-004 02/24/2014 Rates Fringes ELECTRICIAN (TRANSPORTATION SYSTEMS, TRAFFIC SIGNALS & STREET LIGHTING) Cable Splicer/Fiber Optic Splicer .....................$ 41.74 15.20 Electrician .................$ 41.14 15.18 Technician ..................$ 30.86 14.88 SCOPE OF WORK: Electrical work on public streets, freeways, toll -ways, etc, above or below ground. All work necessary for the installation, renovation, repair or removal of Intelligent Transportation Systems, Video Surveilance Systems (CCTV), Street Lighting and and Traffic Signal work or systems whether underground or on bridges. Includes dusk to dawn lighting installations and ramps for access to or egress from freeways, toll -ways, etc. Intelligent Transportation Systems shall include all systems and components to control, monitor, and communicate with pedestrian or vehicular traffic, included but not limited to: installation, modification, removal of all Fiber optic Video System, Fiber Optic Data Systems, Direct interconnect and Communications Systems, Microwave Data and Video Systems, Infrared and Sonic Detection Systems, Solar Power Systems, Highway Advisory Radio Systems, highway Weight and Motion Systems, etc. Any and all work required to install and maintain any specialized or newly developed systems. All cutting, fitting and bandaging of ducts, raceways; and conduits. The cleaning, rodding and installation of "fish and pull wires". The excavation, setting, leveling and grouting of precast manholes, vaults, and pull boxes including ground rods or grounding systems, rock necessary for leveling and drainagae as well as pouring of a concrete envelope if needed. JOURNEYMAN TRANSPORTATION ELECTRICIAN shall perform all tasks necessary toinstall the complete transportation system. JOURNEYMAN TECHNICIAN duties shall consist of: Distribution of material at job site, manual excavation and backfill, installation of system conduits and raceways for electrical, telephone, cable television and comnmunication systems. Pulling, terminating and splicing of traffic signal and street lighting conductors and electrical systems including interconnect, dector loop, fiber optic cable and video/data. ELEC1245-001 06/01/2013 LINE Rates Fringes (1) Lineman; Cable splicer..$ 50.30 15.00 Page 5 of 26 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 6 of 26 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) ........... $ 40.17 14.56 (3) Groundman...............$ 30.73 13.48 (4) Powderman...............$ 44.91 13.48 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ELEV0018-001 01/01/2014 Rates Fringes ELEVATOR MECHANIC ................$ 49.03 26.785 FOOTNOTE: PAID VACATION: Employer contributes 88 of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. * ENGIO012-003 07/07/2014 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1 ....................$ 39.05 22.25 GROUP 2 ....................$ 39.83 22.25 GROUP 3 ....................$ 40.12 22.25 GROUP 4 ....................$ 41.61 22.25 GROUP 5 ....................$ 41.86 22.25 GROUP 6 ....................$ 41.83 22.25 GROUP 8 ....................$ 41.94 22.25 GROUP 9 ....................$ 42.19 22.25 GROUP 10 ....................$ 42.06 22.25 GROUP 11 ....................$ 42.31 22.25 GROUP 12 ....................$ 42.23 22.25 GROUP 13 ....................$ 42.33 22.25 GROUP 14 ....................$ 42.36 22.25 GROUP 15 ....................$ 42.44 22.25 GROUP 16 ....................$ 42.56 22.25 GROUP 17 ....................$ 42.73 22.25 GROUP 18 ....................$ 42.83 22.25 GROUP 19 ....................$ 42.94 22.25 GROUP 20 ....................$ 43.06 22.25 GROUP 21 ....................$ 43.23 22.25 GROUP 22 ....................$ 43.33 22.25 GROUP 23 ....................$ 43.44 22.25 GROUP 24 ....................$ 43.56 22.25 http://www.wdol.gov/wdol/scafies/davisbaconlea35.dvb 07/14/2014 Page 7 of 26 GROUP 25 ....................$ 43.73 22.25 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 40.40 22.25 GROUP 2 ....................$ 41.18 22.25 GROUP 3 ....................$ 41.47 22.25 GROUP 4 ....................$ 41.61 22.25 GROUP 5 ....................$ 41.83 22.25 GROUP 6 ....................$ 41.94 22.25 GROUP 7 ....................$ 42.06 22.25 GROUP 8 ....................$ 42.23 22.25 GROUP 9 ....................$ 42.40 22.25 GROUP 10 ....................$ 43.40 22.25 GROUP 11 ....................$ 44.40 22.25 GROUP 12 ....................$ 45.40 22.25 GROUP 13 ....................$ 46.40 22.25 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................$ 40.90 22.25 GROUP 2 ....................$ 41.68 22.25 GROUP 3 ....................$ 41.97 22.25 GROUP 4 ....................$ 42.11 22.25 GROUP 5 ....................$ 42.33 22.25 GROUP 6 ....................$ 42.44 22.25 GROUP 7 ....................$ 42.56 22.25 PREMIUM PAY: $3.75 per hour shall be paid on all Power Equipment Operator work on the followng Military Bases: China Lake Naval Reserve, Vandenberg AFB, Point Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marine Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Palms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP l: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator -inside; Engineer Oiler; Forklift operator (includes load, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt -rubber plant operator (nurse tank operator); Concrete mixer operator -skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dum jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler http://www.wdol.gov/wdol/scafiles/davisbar,oWca35.dvb 07/14/2014 Page 8 of 26 GROUP 3: Asphalt -rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra -hammer -aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power -driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary -Johnson -Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP B: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt -rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast -in-place pipe laying machine operator; Combination mixer and compressor operator (gunite http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 9 of 26 work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 100, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Rackley-Presswell or similar type); Pumperete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber -tired earth -moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator (multiple engine up to and including 25 yds. struck); Rubber -tired scraper operator (self -loading paddle wheel type -John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar -bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types -Texoma 900 auger or similar types -drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type -except Quad 9 cat.); Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - http://www.wdol.gov/wdol/scafiles/davisbaoDn/ca35.dvb 07/14/2014 Page 10 of 26 Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi -engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13: Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; Remote- control earth -moving equipment operator (operating a second piece of equipment: $1.00 per hour additional); Wheel excavator operator (over 750 cu. yds.) GROUP 15: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine -up to and including 25 yds. struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumpsand similar types in any combination, excluding compaction http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 11 of 26 units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) GROUP 23: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes loed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western or similar type); Tugger hoist operator (1 drum) http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 47/14/2014 Page 12 of 26 GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 6: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K -crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP 1: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power -driven jumbo form setter operator http://www.wdol.gov/wdol/scafiles/davisbacor)/ca35.dvb 07/14/2014 Page 13 of 26 GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power -driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber -tired, rail or track type); Pneumatic concrete placing machine operator (Rackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N, SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, R1E, SBM. Continue S along west boundary of RIE, SMB to Riverside County line at the SW corner of T1S, RlE, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of TIS, R10E, SBM. Continue S along west boundary of R10E, SBM to http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 14 of 26 Imperial County line at the SW corner of TSS, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MUM. Continue E to SW corner of T30S, R17E, MUM. Continue S to SW corner of T31S, R17E, MUM. Continue E to SW corner of T31S, RISE, MUM. Continue S along West side of RISE, MDM as it crosses into San Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the BE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 15 of 26 Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MUM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MUM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the .starting point, which is the center of Section 18, T10N, R22E, MUM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ENGIO012-004 08/05/2013 Rates Fringes OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 47.70 21.20 (2) Dredge dozer ............ $ 41.73 21.20 (3) Deckmate................$ 41.62 21.20 (4) Winch operator (stern winch on dredge) ............ $ 41.07 21.20 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 40.53 21.20 (6) Barge Mate ..............$ 41.14 21.20 IRON0377-002 07/01/2013 Rates Fringes Ironworkers: Fence Erector ...............$ 26.58 17.74 Ornamental, Reinforcing and Structural ..............$ 33.00 26.30 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 16 of 26 Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ------------------------ LAB00300-005 01/01/2014 Rates Asbestos Removal Laborer ......... $ 28.00 Fringes 15.25 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ------------------------ LAB00345-001 07/01/2013 Rates Fringes LABORER (GUNITE) GROUP 1 .....................$ 33.04 17.86 GROUP 2 .....................$ 32.09 17.86 GROUP 3 .....................$ 28.55 17.86 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ------------------------ LAB00652-001 07/01/2013 Rates Fringes LABORER (TUNNEL) GROUP 1 .....................$ 34.84 16.02 GROUP 2 .....................$ 35.16 16.02 httpJ/www.wdoi.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 17 of 26 GROUP 3 .....................$ 35.62 16.02 GROUP 4 .....................$ 36.31 16.02 LABORER GROUP 1 .....................$ 28.99 16.02 GROUP 2 .....................$ 29.54 16.02 GROUP 3 .....................$ 30.09 16.02 GROUP 4 .....................$ 31.64 16.02 GROUP 5 .....................$ 31.99 16.02 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6 -in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi -plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 18 of 26 similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand -propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Bull gang mucker, track person; Changehouse person; Concrete crew, including rodder and spreader; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.); Vibrator person, jack hammer, pneumatic tools (except driller) GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, http://www.wdol.gov/wdol/scafiIes/davisbacon/ca35.dvb 07/14/2014 Page 19 of 26 wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ------------------------ LAB00652-003 07/01/2013 Rates Brick Tender .....................$ 28.37 LABO1184-001 07/01/2014 Rates Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer...$ 31.65 (2) Vehicle Operator/Hauler.$ 31.82 (3) Horizontal Directional Drill Operator ..............$ 33.67 (4) Electronic Tracking Locator .....................$ 35.67 Laborers: (STRIPING/SLURRY SEAL) GROUP 1 .....................$ 32.56 GROUP 2 .....................$ 33.86 GROUP 3 .....................$ 35.87 GROUP 4 .....................$ 37.61 LABORERS - STRIPING CLASSIFICATIONS Fringes 15.78 Fringes 13.33 13.33 13.33 13.33 16.28 16.28 16.28 16.28 GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment --------------------------- LABO1414-001 08/07/2013 Rates LABORER PLASTER CLEAN-UP LABORER .... $ 27.45 PLASTER TENDER ..............$ 30.00 Fringes 16.36 16.36 Work on a swing stage scaffold: $1.00 per hour additional. ---------------------------------------------------------- PAIN0036-001 01/01/2014 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 26.49 11.73 (2) All Other Work .......... $ 29.82 11.73 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. --------------------------------------------------------------- PAIN0036-008 01/01/2014 Rates DRYWALL FINISHER/TAPER ........... $ 34.03 ---------------------------------------- PAIN0036-015 06/01/2014 Rates GLAZIER ..........................$ 37.95 Fringes 15.41 --------------------- Fringes 22.69 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up ----------------------------------------------------------- PAIN1247-002 01/01/2014 Rates Fringes SOFT FLOOR LAYER .................$ 29.85 12.56 ---------------------------------------------------------------- PLAS0200-009 08/07/2013 Rates Fringes http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb Page 20 of 26 07/14/2014 Page 21 of 26 PLASTERER ........................$ 36.11 13.13 PLAS0500-002 07/01/2013 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 30.85 21.00 --------------------------------------------------------- PLUM0016-001 07/01/2014 PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work .... $ 33.24 17.13 --------------------------------------------------------- ROOF0036-002 08/01/2012 Rates Fringes ROOFER ...........................$ 34.65 11.38 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ----------------------- SFCA0669-008 07/01/2013 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, http://www.wdol.gov/wdol/sr,afiles/davisbacon/ca35.dvb 07/14/2014 Rates Fringes PLUMBER/PIPEFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work .......................$ 44.71 20.36 Work ONLY on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space .................$ 43.33 19.38 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ 34.59 17.71 -------------------------`------------------------------- PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work .... $ 33.24 17.13 --------------------------------------------------------- ROOF0036-002 08/01/2012 Rates Fringes ROOFER ...........................$ 34.65 11.38 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ----------------------- SFCA0669-008 07/01/2013 DOES NOT INCLUDE SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, http://www.wdol.gov/wdol/sr,afiles/davisbacon/ca35.dvb 07/14/2014 Page 22 of 26 AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES OF THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER .................$ 34.19 19.37 ---------------------------------------------------------------- SFCA0709-003 01/01/2014 SAN CLEMENTE ISLAND, THE CITY OF SANTA ANA, AND THAT PART OF ORANGE COUNTY WITHIN 25 MILES BEYOND THE CITY LIMITS OF LOS ANGELES: Rates Fringes SPRINKLER FITTER (Fire) .......... $ 40.61 24.02 --------------------------------------------------------- SHEE0105-003 01/01/2014 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work ........................$ 40.79 22.88 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A -C, heating, ventilating systems for human comfort...$ 40.79 22.88 --------------------------------------------------------- TEAM0011-002 07/01/2013 Rates Fringes TRUCK DRIVER GROUP 1 ....................$ 27.59 22.69 GROUP 2 ....................$ 27.74 22.69 GROUP 3 ....................$ 27.87 22.69 GROUP 4 ....................$ 28.06 22.69 GROUP 5 ....................$ 28.09 22.69 GROUP 6 ....................$ 28.12 22.69 GROUP 7 ....................$ 28.37 22.69 GROUP 8 ....................$ 28.62 22.69 GROUP 9 ....................$ 28.82 22.69 GROUP 10 ....................$ 29.12 22.69 GROUP 11 ....................$ 29.62 22.69 GROUP 12 ....................$ 30.05 22.69 http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 23 of 26 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. (29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo 6 Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds, water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. http://www.wdol.gov/wdol/seafiles/davisbacon/ca35.dvb 07/14/2014 Page 24 of 26 Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is union or non-union. Union Identifiers An identifier enclosed in dotted lines beginning with characters other than "SU" denotes that the union classification and rate have found to be prevailing for that classification. Example: PLUM0198-005 07/01/2011. The first four letters , PLUM, indicate the international union and the four -digit number, 0198, that follows indicates the local union number or district council number where applicable , i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. The date, 07/01/2011, following these characters is the effective date of the most current negotiated rate/collective bargaining agreement which would be July 1, 2011 in the above example. Union prevailing wage rates will be updated to reflect any changes in the collective bargaining agreements governing the rates. 0000/9999: weighted union wage rates will be published annually each January. Non -Union Identifiers Classifications listed under an "SU" identifier were derived from survey data by computing average rates and are not union rates; however, the data used in computing these rates may include both union and non-union data. Example: SULA2004-007 5/13/2010. SU indicates the rates are not union majority rates, LA indicates the State of Louisiana; 2004 is the year of the survey; and 007 is an internal number used in producing the wage determination. A 1993 or later date, 5/13/2010, indicates the classifications and rates under that identifier were issued as a General Wage Determination on that date. Survey wage rates will remain in effect and will not change until a new survey is conducted. http://www.wdol.govlwdol/scafiles/davisbacon/ca35.dvb 07/14/2014 Page 25 of 26 WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 9.) All decisions by the Administrative Review Board are final. http://www.wdol.gov/wdol/scafiles/davisbacon/ca35.dvb 07/14/2014 V IOZINILO 9Z 3o 9Z 0913d qAP'S£eolaooBgsrAUP/satgaos/[opm/AOB*IOPWMM&//.clUq NOISI03G 'IUMN3J 30 UNH t 07/08/2014 - Sent goodfaitheffort.eom Sub Bids Request Advertisement Form via Fax Requesting Ad to run in Monday's Minority Bidders Bulletin on 07/14/14, and 07/21/14 and Requesting Ad to run in Thursday's Construction Update on 07/10/14, and 07/17/14 07/08/2014 - Sent AGC Request For Sub -Bid Ad Placement Order Form via Fax Requesting Ad to run in AGC's Good Faith Advertising Report on 07/14/14, and 07/21/14 * Attachments: Sample Ad, Ad Forms, Fax Confirmation, Publication Confirmations. 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 ® Fax (714) 247-1041 REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 na 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing, Electrical and Traffic Signal Modification Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949)736-1001 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 7/8/2014 Printable Form AD INFORMATION SUB BIDS REQUESTED FROM QUALIFIED M/W /DBE/DVBESUBCONTRACTORS AND SUPPUIER.S L Project East Bluff Drive / Ford Road Bike Lane Improvement Project Project Number Federal Project No. CML -5151(028) Project Location City of Newport_Beach_ Bid Date and Time Thursday, July 24, 2014 10:00 AM Respond By Wednesdayt_ July_ 23,_2014 5_:_0_0 -PM_ Company Name GMC Engineering, Inc. Contact N aim Gennady Chizhik Address/City/State/Zip 1401 Warner Avenue, Suite B, Tustin, CA 92780 Phone Fax —(714) 247-1040 (714) 247-1041 -- Additional lnfot7»tion SEE SAMPLE AD ATTACHED Run Ad On Following Dates Thurs. 7/10/14; Mon. 7/14/14; Thurs. 7/17/14; Mon. 7/21/14 ---------------------- Special Program Rate is only $48.00 $24.00 each insertion - min 2 Publishing Dates & Adwrtisine Deadlines We publish every Monday and Thursday To place and ad in Monday's Minority Bidder's Bulletin the deadline is 4:00 P.M. on Friday To Place an ad in Thursday's Construction Update the deadline is 4:00 P.M. on Wednesday httpJAw .g oodfaitheffortzom/placeads.htm 1/ 07/07/2014 22:34 FAX 7142471041 GMC ENGINEERING Cd1001 ** T% REPORT TRANSMISSION OK T%/R% NO 4796 CONNECTION TEL 18584873500 SUBADDRESS CONNECTION ID ST. TIME 07/07 22:34 USAGE T 00'32 PGS. SENT 1 RESULT OK 7/812014 Prin49ble Farce PRINT OUT THIS PAGE AND FAX IT TO: 858/487-3500 AD INFORMATION SUB J31DS REQUESTED FROM QUA IJFJED M/ W /DBE/DVBE SUBC:ONTRAC." 1"ORS AND SUPPLIERS PPOICGt East Bluff Drive / Ford Road Bike Lane Improvement Project Project N umber Federal Project No. CML -5151(028) Project Location City of Newport Beach Bid bate and Time Thursday, July 24, 2014 10.00 AM Respond By Wednesday, July 23, 2014 5:00 PM _ Company Conan Name GMC Engineering, Inc. Contact Name Gennady Chi2hik Address/City/State/Zip 1401 Warner Avenue, Suite B, Tustin, CA 92780 Phone (714) 247-1040 Fax (714) 247-1041 Additional Information SEE SAMPLE AD ATTACHED PUBLICATION AFFIDAVIT FILE CdPY DECLARATION OF PUBLICATION STATE OF CALIFORNIA IF U [so[E n Ll Suziie Davidson /An Director REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for; EASTBLUFF DRIVE/FORD ROAD BIDE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24, 2014._@. 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing, Electrical and Traffic Signal Modification. Plans and Specifications can be purchased at: SANTA ANA BLUE PRINT 2372 Morse Avenue, Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC. (An Equal Opportunity Employer) 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247.1040 s Fax: 714-247.1041 77ie u ersigne declares: I am over the age of 1.8 years and a citizen of the United States. I am not a party to and have no interest in this matter. I am principal clerk of the publisher of the Construction Up -Date, Inc, and Minority Bidders Bulletin, a trade/focus publication in the City of San Diego, the County of San Diego, and the State of California. This notice, atrue copy hereon, was published on the below date(s): I declare under penality of perjury that the foregoing is true and correct. �G� t.CLLULC�Ut/Ni Executed at San Diego, California signature DATES PUBLISHED al wl"Wo'n on r n I i C,u.,n." TRADF. P UBLICATION FOCUS P UBLICATION ALSO DISPLAYED ON WEB SITE @ http://www.goodfaltheffort.com 16885 W. Bernardo Dr., Suite 335, San Diego, GA 92127 ° Phone No. (858) 4872600 - Fax Number (858) 487-3500 ,4"EQUEST FOR SUB -BID AD PLACEMENT ORDER FORM Report distributed - • •.. Company Name: GMC Engineering, Inc. Contact person:_ Gennady Chizhik / Sheila McCourtie Address: _ 141 td?n_er1ue, Suite B sm Phone: (714 Tustin 247-1040 Email: Tsheila@gmcen net State: CA Fax: (714) 247-1041 Please contact Jessica Kovack at (858) 874-8560 ext. 11, jessica a@agcsd.org, or Lisa Lovelace at (858) 874-8560 ext. 13, lisa a@agcsd.org, with questions. Please complete the following or attach a "sample ad." if providing a sample ad please submit via email to planroom@agcsd.org. Project Name: East Bluff Drive/Ford Road Bike Lane Improvement Project Federal Project No. Project #: CML -51 51 ( 028) Bid Date: July 24, 2014 Bid Time: -1-0-:90 AM Project Location: City of Newport Beach Project Owner: City of Newport Beach phone #: Trades / Work Items to Include in ad: SEE SAMPLE AD ATTACHED (or attach sample ad), Select Ad Size: 3.5" x 3.5" ($50) 3.5" x 5" ($100) Ad Run Gates - please include the dates you'd like the ad to run (consecutive Mondays): 1. 7/14/14 2.7/21/14 3. 07/07/2014 22:36 FAX 7142471041 GMC ENGINEERING a 001 *xw T% REPORT wee TRANSMISSION OK T%/R% NO 4797 CONNECTION TEL 18588748569 SUBADDRESS CONNECTION ID ST. TIME 07/07 22:35 USAGE T 00,31 PGS. SENT 2 RESULT OK REQUEST FOR SUB -BID AD PLACEMENT ORDER FORM RePort is distributed each Monday Company Name: GMC Engineering, Inc. Contact Person: Gennady Chizhik / Sheila McCourtie Address: 1401 warner Avenue ciiita & City: Tustin Phone: (714) 247-1040 Email:, sheila@gmceng_net State: CA Zip: 92780 Pax: (714) 247-1041 Please contact Jessica Kovack at (858) 8748560 ext. 11, Jessica@agcsd. org, or Lisa Lovelace at (858) 874-8560 ext. 13, lisa@agcsd.org, with questions. Please complete the following or attach a "sample ad." If providing a sample ad please submit via email to planroom@agcsd.org. Project Name: East Bluff Drive/Ford Road Bike Lane Improvement Project Federal Project No. Project* CML -51 51 ( 028) Bid Date: July 24, 2014 Bid Time: 1 o : oo AM Project Location: City of Newport Beach Project Owner: City of Newport Beach Phone #: Trades/ Work Items to Include in ad: SEE SAMPLE AD ATTACKED (2015.5 C.C.P.) STATE OF CALIFORNIA County of San Diego I am a permanent resident of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interest\ed in the above entitled matter. I am the publisher of AGC GOOD FAITH ADVERTISING REPORT (formerly DAILY CONSTRUCTION REPORTER), a publication of general circulation, published weekly in the city of San Diego, County of San Diego, and which publication has been ADJUDGED A PUBLICATION OF GENERAL CIRCULATION by the Superior Court of the County of San Diego, State of California, under the date of February 20, 1973, case number 337691, and a Trade and Focus publication approved by the California Department of General Services on May 3, 2004, that the notice of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said publication and not in any supplement thereof of the following dates to -wit. July 14 In the year of 2014 `Proof of publication is attached. I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at: San Diego California, this 14th day of July, 2014 LISA LOVELACE Editor JESSICA KOVACK Publisher Amly 14th in the year of 2014 REQUESTING SUB -BID From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE I FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT No CML: 5151(028) Owner: CITY OF NEWPORT BEACH BEp DATE THURSDAY JULY 24 2814 @ 10'00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades. Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing, Electrical and Traffic Signal Modification Plans and specs can be purchased at SANTANAANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949)756-1001 GNIC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph.'714-247-1040 Fax: 714-247-1041 PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF CALIFORNIA County of San Diego I am a permanent resident of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interest\ed in the above entitled matter. I am the publisher of AGC GOOD FAITH ADVERTISING REPORT (formerly DAILY CONSTRUCTION REPORTER), a publication of general circulation, published weekly in the city of San Diego, County of San Diego, and which publication has been ADJUDGED A PUBLICATION OF GENERAL CIRCULATION by the Superior Court of the County of San Diego, State of California, under the date of February 20, 1973, case number 337691, and a Trade and Focus publication approved by the California Department of General Services on May 3, 2004, that the notice of which the annexed is a printed copy (set in type not smaller than nonpareil) has been published in each regular and entire issue of said publication and not in any supplement thereof of the following dates to -wit: July 21 In the year of 2014 `Proof of publication is attached. I certify (or declare) under penalty of perjury that the foregoing is true and correct. Dated at: San Diego California, this 21st day of July, 2014 LISA LOVELACE Editor JESSICA KOVACK Publisher July t In the year of 2014 REQUESTING SUB -BID From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT No. CML -5151(028) Owner CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24 2014 1p00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing, Electrical and Traffic Signal Modification Plans and specs can be purchased at SANTANA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949)756-1001 GMC ENGINEERING, INC. 9401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 Requesting bids -ALL TRADES Especially From Certified DBE for the following SUBTRADES: < + I, & livlog, 5mley nq, Saacu r,., ots".10on Crushing & Rory, ding h ,I,f rd"__Cil, SJ'1 rda arnx ciT.vetnef- norextin F ab6<l.P(^fnt attlIng s .F:N:f teloI. CL,aern Pevti,Lto Geolexttieso, Ch,Ai ekferiong r l +nn ,: aid; d DIP El Ld C anile¢ rcr ling& Bgrinty & F Cham n ic. Fenoay, r'(^'��',= n, .', IPed DIP rr'(ammugic3ion-SewoyAPloer Opur, Gsbling Project: North Side Bypass Taxiway Owner: SD County Regional Airport Authority Project# 104176 Location: San Diego International Airport BID DATE: July 24. 2014 at 2:00 PM Hazard Construction Company Contact dark Thunder PO Box 229000. San Diego, CA 92192 Phone: (858) 587-3600 / Fax: (858) 453-6034 E -Mail: rnthunder 1razardcon,core IMil.Rnfln In, a, F,uai r.Pto, yf.nploYe. Ne _.k enYe carafe LUs d',nz:ratl 1 it- UL'E ll] eA2F rao 118E WHF, xrd0dENfyoulp, t x2pu�s oleo X111111I ItIc Lrt e,lp osyrn dmm. Inde{.,le lay x.e,. am Fctl 8 95 e,nr. a' d (o, IDOrv.lite vrw 4eae[o nm nC n �,.0 1.a :2mp a,»lu-p to o^,.1 rue,anr <�eonm. 4'I n ol1 UY ( a J t M rr B b d g, eCtl j,r 1 I , ,.N tart P -b, 1, IO Jew Hanrl 1 r nl ,o1" "1 ar Gui,,f, t t611y Auaond cortrI sa Comrn,..oro., for L,. xray!¢uorao...tr, L 4 'rao) *1dd Requesting bids -ALL TRADES Especially From Certified DBE for the following SUBTRADES: area, (i Base, Demo, Cold Planing, PCC Concrete, Wet Utilities, Signs and Striping. Delco, Sarney- PCC Stlucnlres and Precast Manholes Project: Fourth Street Improvements from Cedar to WalnutAvenue Owner: City of Fibrotic Project # 116.361E Location: Hot&]Be, CA RQDATE: July 22, 2Q14 at 2:00 PM Hazard Construction Company Contact Chad Gaper PO Box 229000, San Diego, CA 92192 Phot (858) 587-3600 1 Fax (858) 453,6034 E -Mail: coppera5ghazardcon.core I1,11 311 Wr I rat'. Equal O,rn,itbny E,I, , A s ,,1 end nncn—, ",',crit C Afn a -BE., FI, CIPF ilifaF IrIBE S9E, MBE, WB -, OHE p,eaas :. if-ril of rIlk..q amtivr 5. 't empo fvrolM.r e n 1715 Lpgruxo '-r "c' l flrI E and Ped ..8.. rer♦,l1r100%alfir, h, hctamrfit 14 dr.#oomF r.if, it, a, I, the udBonds. C--' Id bt q x-, 9 - edit r n.+ -p I s, I, G -iL lly and Workers eonp-8er1ane Requesting bids - ALL TRADES Especially From Cethred DBE for the following SUBTRADES: Ston iLr Porion Pon Rete F Nnn Co f n S Il M 'finIdlit 1 4mA Syns Ramo e ,Cand AC. M's] bean.f:a-*ala ,Lx .]art sGnll Pt:C,. sico al$Pevo s(;onaele, Sta-^Gad Cunc ole Iinga,,cry, h Pn newt Moadcetion Hys eating, 24- 3xr 1 6 fear). Project: Bayshore Bikeway. Segment Owner: SANDAG Project # CIP 1143700 Location: Harbor Drive at 32nd Street Hazard Construction Company Contract. Bill Rogers PO Be, 229000, San D, -eco, CA 92192 Phone: {858) 587-36D) I Fax !858) 453-6034 E -Mail: wrogers@hazardcon.con, IMPORTABI W E1I,x1pml In?"-' We h , urnyel 1 ^dY'If . FBF„ 9fo llotiirn46F Sona IARF WPF art ,vNne If nxrIf , m -,n a.. 'teals co 'Ara 11 s.Ipir— Rr.4 - R x Nic Flml PY t ]ra Lr vhta 1 l 10, M!< T, c.rvv H rfwt can t r..rym9+f n i 1,, i.1 If -1 frit cl nlz-dc ,.mat vr. coot>, faidI- cca I :,cLdn (i, 1 a .n cd __ n,l-su([Le ,dor al-_ it I rl axa(:1 0 t- 1.1,1Jdlry I r N a u+ 1L, v I L b t y• 1. k +ii n aaors:l'k( t r Irl tdt n N.yt LrlPrI REQUESTING SUB -BID From DBE Subcontractors and Suppliers For: FASTBLUFF DRIVE 1 FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT No CMI --5151(028) Owner. CITY OF NEWPORT BEACH BID_ DATE: THURSDAY, JULY 24, 2014 CD 10.00ADA GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AS Concrete, PCC Improvements, Landscaping & Irrigation Clearing & Grubbing, Electrical and Traffic Signal Modification Plans and specs can be purchased at SANTANAANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949)756-1001 KEW1`I I. .j NE ffi �Y X C) 14 jf3 i*tea-moi ....#lam i...d S- f ' Q._" F111"r-'.a...; Y� y1P Ja lTi I c>s a m s 4) a v aa (Dm a a 0) a a) a a a m a m(1) a a m a d a 4) a m a (D a Q) a m > > a > > > > > > > > > > > o ami ami ami ami ami ami aUi ami ami oUi aUi aUi aUi ami ami oUi N a) O N N a) a) a) N N N d N N N N N N N w O O O O w m 0 0 O 7 O O O O O O O O O O O O O O O a C� Z a a o 0 0 a 0 o 0 o 0 o cr o cy o O Z O Z 0 E Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z O Z W O O d) O) 0 0 0 0 0 0 O) d7 O O O O) d) O `n 'n W W oD CO F® r n ti n n n n ti ti n N W w Q¢¢¢ a w w¢¢¢ m¢¢¢¢¢ Q Q n. a a m O V O V O V V M V 0 V' W V N r ") 7 Un NN M � N 0 M LO O U0 O M O O O O r O N O H cj IL Qi F W V h V W R Q \ \ W \ W \ W w ` co wwW W N� OD a0 oD o0 P W Z W r- I,- n r r r ti n i � n n n r r n n r, ® O Z ♦_: r U O W O M OOD O N N O N n O V N m m aO CO t0 W N N CA 1� V CO 0 N {� w r. O Wm (O N M O t0 N O N M O M O t0 W O CA M W O O O M m (O N 1� M M m M M Q? W t0 P 0 O 9 r!' N 6L, ® O m o m M 4 W e= I� O M 0 N M CO CO P N O N CO N O 10 V' N m 0 M M 4 M N N t0 D) I- w •. • UJ J .0 U. h N h- Cq W CO M O) to O) 9 CC� M N M 0 CO t0 O N v V w � Z Z g w i m Z N V V r CO t0 M V 'd' r N W CD 0 40 CO V' CO N CD N CA P CD N M O 0) V CO V' O) O U dV) N (A W (P i- CO M (A N A M CO M CO M 6) CO 1� O) Z w Y 03: w 0 W In H Z W c U ® w® F- O Q UQ w O O N C N w M 0 z z p m aNi � d 0 C ca 4) a)� "� Cc � m a) 4. pay ®a U® U ca o oi O N- m C7 cc y a c LL cu cm 0 Z ®� ~ m v= Ea E :j E F- L .Q tr � m E m m m m s C a JL ® Z Q ¢ Do¢ U U) > 2 0) w 0) m W UC LL W U o W ® ®� > U. Z U ® U Uco U. we�q O CT e U W w MU. C V C 03 Q C U_ m mca ®w a) J 2 ~ C-cf) a w Q C to y U C c C U C _j j E CT C O U u a a) a a) to m 0 'y `C' U C C N N C U O) C O N N C (B Cq to C C W D U C J a) C U U O C N B o N m m 0 C "c6 O E WE N Em O a) U N >O U U Ca U W '� O NC Cn y � N W C c 0 d C tr m O > O C O O U) 111 V) O C C` w y la 0 U y C C O - N U U W O U > N C 7 0 U Z L � O C ~ = a) N .O O NS C L B Cr 'C "U N (6 > (p m :Q ¢ m m 0 0 U 0 W W C� C9 C7 J a` to (n i- Contao1°ri��6�tf ;140` V o't 60 a .,. A Dated 15 _�a�� REQUESTING From DBE J' EASTBLUFF DRIVE / FORD ROAD PROJECTBIKE LANE IMPROVEMENT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 n 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: TraTfic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Fencing, Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph 714-247-1040 Fax: 714-247-1041 '1401 Warner Avenue, Suite B, Tustin, California 92780 o (714) 24'7-1040 0 Fax (714) 247.-'1041 01 01 2u14 23:15 FAX 7142471041 GMC ENGINEERING Df001 TX REPORT x�>e TRANSMISSION OK TX/RX NO 4798 CONNECTION TEL 19517342887 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:15 USAGE T 00'33 PGS. SENT 1 RESULT OK c ti"Yt E'Fl.M11 GtY6 iM,k F. 718 p1❑ G,D N't EVAr rj}%! Company: A Loa, COON& Ack _ Fay#/Email Yl�I- -I 3s- -zss7 Dated Time: C ' Ry,i\ REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE /FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 n 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Company:A_D iL_1 Contact: e C F ♦ r� REQUESTINGSUB-BIDS EASTBLUFF DRIVE BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: _CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24 2014 (cry 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GNIC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 . Fax (714) 247-1041 07/15/2014 09:30 FAX 7142471041 GMC ENGINEERING TX REPORT TRANSMISSION OK TX/RX NO 4825 CONNECTION TEL 19517342887 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:30 USAGE T 00'32 PGS. SENT 1 RESULT OK �I� [W L ai;M�Y.AE, Veat"rPn MSd paM x:n.n CY pn Fax##/Email q51---7.3,4- 2s r Datej4'I'izne:2./ REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE HANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 rz 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 7.56-1001 r��� lit 1 AMU NONE, u, w Corn lsas�y` - e� t1 i� tax#/�atail� �� -- Mata REQUESTING SUB -BIDS 1,.m DBE Subco.. o URN 1 � , r ♦., • FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a), 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUEPRINT 2372 Morse Avenue Irvine, CA 92614 wgiffz�, GMC ENGINEERING, INC. 1401 Wanner Avenue, Suite B, Tustin, CA 92780 Pit: 714-247-1040 Fax: 714-247-1047 1401 VIVarner Avenue, Suite B, Tustin, California 92780 a (714) 247-1040 o Fax (714) 247-1041 07/07/2014 23:16 FAX 7142471041 GMC ENGINEERING w.>k TX REPORT :etas: TRANSMISSION OK TX/RX NO 4799 CONNECTION TEL 17142840300 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:16 USAGE T 00'29 PGS. SENT 1 RESULT OK G f.:'i N�tv R4. ^pd GbN EER[h[F G'.vMlilpN ,:'�I'1R Company:bY ayD S IIS (i 511 1'j Faxwt.in i4,L ezN-oxo Contact-7Pc1by,'6c)6f Date_ Time:ALftm REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE /FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Trvine, CA 92614 Cd nni V,, Fax#IErnaill ( M- DateTime: a kyLk REQUESTING i DRIVEEASTBLUFF O•1 ROAD BIKE LANE IMPROVEMENT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, 'Tustin, CA 92780 Ph: 714-2471040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 m (714) 247-1040 o Fax (714) 247-1041 V0.01 ran/1444/1041 GMC ENGTNFF.RTNG i * TX REPORT, TRANSMISSION OK TX/RX NO 4826 CONNECTION TEL 17142840300 SUBADDRESS CONNECTION IO ST. TIME 07/15 09:31 USAGE T 00'30 PGS. SENT 1 RESULT OK G'GNCHAC "MINCGNeNO ColDh TAAGTJxt I tin nM 1 ah Fax#lEmail — LIl Z moi- COCO llate:*'' 1/t�-7fzme:krte REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 fa� 10:00 AM GMC Engineering, Inc. is requesting bids .for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 tt Wwv {1 %1 A r fax4/EmaiI �cntaetr_���J Date, Thanes � �_LoF}Yv1 REQUESTING SUB -BIDS From DBESubcontractors FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24, 2014 (a) 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Irrigation,Traffic Control, AC Concrete, PCC Improvements, Landscaping & Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC. ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 a (714) 247-1040 � Fax ('7'14) 247-104? 07/07/2014 23:17 FAX 7142471041 GMC ENGINEERING rarara**rarararararararararararararara* rarara TX REPORT *raix *rararara*rarararararararararararararara TRANSMISSION OK TX/RX NO 4800 CONNECTION TEL 17147712569 SUDADDRESS CONNECTION Ill ST. TIME 07/07 23:17 USAGE T 00'16 PGS. SENT 1 RESULT OK C GZ:iJ [.FFR F. Y1p tME[W.; Y7•G gUNY(��: t; i:Y 39 v. mu )ttfJ1p e.i' C'Ompany`���'��e"i'' liax#1C.niail�—')� �'J Contact; Date2taJ4Time: 0 ('LID Fm REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROTECT FEDERAL PROJECT NO. CML -5151 (028) OWNER= CITY OF NEWPORT BEACH BID DATE: Tl-TURSDAY,_JULY 24, 2014 A 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical PIans and Specifications can be purchased at. SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 0ool �Il�r ON � Company:.Pj Fax#/Email Contact: �� date %`d� raane:�� t�y�4 REQUESTINGr i D EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24 2014 A 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 � GMC ENGINEERING, INC. 1401 Warner Avenni, q1litp R Tustin CA 92780 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 a Fax ( 714) 247-1041 u to Lu14 va:JZ rAA i1424/1041 GMC ENGINEERING o nOr ix TX REPORT TRANSMISSION OK TX/RX NO 4827 CONNECTION TEL 17147712569 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:32 USAGE T 00'16 PGS. SENT 1 RESULT OK GS.NCRAL ERCINEEITCN�l C,04TT11T,11 :1: rva ?TIV, n.,, C:omllan� Falx#/Finail '�� Contact: — r — Date7A . Time:cr;q2, ({- REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 na, 10:00 AM GMC Engineering, Inc. is requesting bids for; but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grabbing Signs, fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 Contact: Fax#lit mai3 U 4 _ p Date-1_� Tune: tt_6 fty�A REQUESTING SUB -BIDS From DBE 51jurommomaj lamm Huy Illazyk FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (cry, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing c& Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 t'ho 714-247-1040 Fa,<r 714-247-1041 1401 Wanner Avenue, Suite a, Tustin, California 92780 ® (714) 247-1040 % Fax (714) 2AA 1041 01'07/2014 23:25 FAX 7142471041 GMC ENGINEERING a nn -i * ERROR TX REPORT�ea: TX FUNCTION WAS NOT COMPLETED TX/RX NO 4801 CONNECTION TEL 18666012695 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:25 USAGE T 00'00 PGS. SENT 0 RESULT NG #018 BUSY/NO SIGNAL f� M 30 W, NERAL VNGUI26RI P'C OOMTAACTOR Fax4/Emai1yj'2b"(Pol- u! JI Date-_hkTime: 11 -_ Lit _ REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24.2014 ra) 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Pli. (949) 756-1001 E'n 0 Opntaot� _..— rk 1" Ir s = REQUESTING SUB -BIDS From DBE i! # FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, TULY 24, 2014 ( 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and EIectrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GNIC ENGINEERING, INC. 1401 Warner Avenue, Saito B, Tustin, CA 92780 Pk 714-247-1040 Fax: 714-247-1041 9401 Warner Avenue, Suite B, Tustin, California 92780 q (794) 24.7-1040 �4, Fax (714) 247 104+ 07/07/2014 23:20 FAX 7142471041 GMC ENGINEERING a nni TX REPORT Baa: TRANSMISSION OK TX/RX NO 4802 CONNECTION TEL 19498630589 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:20 USAGE T 00,29 PGS. SENT 1 RESULT OK Rol �F C!'TA C'RAf. CS f:q fP'i.^.AR1 tit{ (�16'7J 1'R.kC :'V'yA CamPsany:(2-,'11N I f C'Onta#f1:r��, �1Gti�s��L�Date Time:A\'A�AAA FaxWFinail *4vJ-05.0;5tnj REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT .FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24.2014 n 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can he purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Companytop Contacti PVA� E " Fax#1Fenail 1 r`-05C6S Date : Time: z t REQUESTINGSUB-BIDS EASTBLUFF DR.O.; BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780' Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 * (714) 247-1040 a Fax (714) 247-1041 07/15/2014 09:33 FAX 7142471041 GMC ENGINEERING la001 TX REPORT** TRANSMISSION OK TX/RX NO 4828 CONNECTION TEL 19498630589 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:32 USAGE T 00'28 PGS. SENT 1 RESULT OK G'L'N EfERL @tSiRq AAE$R�FP 6ri'fYS Ii'.b S. Y{y4 C:ompany:l,0 �(�A .Em Faxft/aiI6IM- OS -0560 Contactsf". I V(.'1,wl'o1 Date- `Mi--1-Time: REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 {028} OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 r@ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and .Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 V' Company:C-3—,I�y F'ax#/Emaif��- (� ntacte i �% � �1-- - Date140 a�r�u: L' L REQUESTING SUB -BITS s , i a FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24 2014 (a� 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 CMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 o (714) 247-1049 � Fax (7 14) 247-104' 07/07/2014 23:21 FAX 7142471041 GMC ENGINEERING rfi nni TX REPORTs: TRANSMISSION OR - TX/RX NO 4803 CONNECTION TEL 17146320809 SUDADDRESS CONNECTION Ill ST. TIME 07/07 23:21 USAGE T 00'29 PGS. SENT 1 RESULT OR C PUNCRAL �HI]iR HE; Pd tl�41 QfYNv(YNCY$tt Compazsy (il_-R , I�+(;_ 0� .'(j[I�� FaxWEmail lk(.6' 2*I—a--wq Contact: �111 Date Time:7ZPC'4� REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTi3LUFF DRIVE /FORD .LOAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 n 10:00 AM GMC. Engineering, Inc, is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at. SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 3U Company:' R ( ELuAlto, l ala-�' F'ax#/Email i �� - u--62- c) Contact: c 1 sy Dated "Time:" ryw 1 REQUESTING SUE -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 10.00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Ave -lip qivitp R Tilstin CA 92780 1401 Warner Avenue, Suite B, Tustin, California 92780 a (714) 247-1040 a Fax (714) 247-1041 ur la zu14 u9:34 FAA 7142471041 GMC ENGINEERING :xs TX REPORT TRANSMISSION OK TX/RX NO 4829 CONNECTION TEL 17146320809 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:33 USAGE T 00'28 PGS. SENT 1 RESULT OK r;'L IdCRAY EtR �NAkF�iAi�R4 QDM41!rE {;'TPd� Compan,y::�t"✓ R t &Fax#/Email -114 - Lv32- Q Contact:: a 1 t t &WA I Date*4 Time: REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: m e FEDERAL PROJECT NO. CMJ.. -51.51 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs,Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 OF, , ,1, I Company --- o � Faxg/Email C'€sntact, � �1_I��� �"•_��5.-'-�� }� F3ate:�/_ "�ao.�•l-i � P{r`vi REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: E1111,11451M.11611 Midi FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (:a] 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing, c& Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GNIC ENGINEERING, INC. 1401 Warner Avenue, Suite 13, Tustin, CA 92780 .Plea° 714-247--1040 Fax: 714-247-1041 1401 Warner Avenue. Suite B, Tustin, California 92780 * (714) 247-1040 � Fax (714) 247-1041 07/07/2014 23:22 FAX 7142471041 GMC ENGINEERING x>�* TX REPORT: TRANSMISSION OK TX/RX NO 4804 CONNECTION TEL 15623668621 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:22 USAGE T 00'32 PGS. SENT 1 RESULT ON i V'+:'artt.sq C'�`Pin�x��a:�p GbFii�car, ,ry rt Company7DW"_a JE6E� Fax#/Emaip� Contact:' DU0_rn_0:2_ Datel Tinlc:ALgL*'R-0A REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, 7IJLY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following; trades: Traffic Control, AC Concrete, PCC .Improvements, Landscaping & Irrigation, Clearing. & Grubbing Signs, Fencing, and Electrical [Tans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 1 C'ornpanr(11(�(}Qj SCJ Contact: V11ftN &ip,- ' !SUB -BIDS DRIVEEASTBLUFF O. BIKE LANE IMPROVEMENT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a� 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GNIC ENGINEERING, INC. 1441 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 . (714) 247-1040 * Fax (714) 247-1049 �. I __.... � VnA 114441IV41 GMC VNGi NVVV1WO TX REPORT sax TRANSMISSION OK TX/RX NO 4830 CONNECTION TEL 15623668621 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:34 USAGE T 00'31 PGS. SENT 1 RESULT OK GIL pT NGR AC F.Oi�nllaEG ns&dj, C.'µ41a T{1Nd Tyal C®mpanyx�aj Fax#/Email �2' Contact: �iLi/'�(4� Date--76W'Time: REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: Nu moil 61--am'VelmokYj .. �M51 W . 0 FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a), 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph. 049) 756-1001 LN M �ffil1% j f s Cmupanya:_ y; C)(_ , (6 i+ax#IEmaal ('ulta€^t:._L_l_SL� t kUAen— Data;71 - ThneT I-lem REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for. Num Eff-wo'skyjyj am Himples FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24 2014 as 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PGC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite II, Tustin, CA 92780 Ph714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite R, Tustin, California 92780 o (714) 247-1940 � Fax (714) 247-104? 07/07/2014 23:48 FAX 7142471041 GMC ENGINEERING Z001 TX REPORT m TRANSMISSION OK TX/RX NO 4818 CONNECTION TEL 13105136299 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:47 USAGE T 00'20 PGS. SENT 1 0 RESULT OK GE F:¢«; �;.e„t sarq�l«eq ru np°� can ria'Hr rtao Compaaay: E- DOC �I1Ct Fax#/1L�nai1� �� "ty q Contact: dulled Date:*L 2 Time: ',[ pM REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: •� m am amy I oleo mucalml FEDERAL PROJECT NO. CML -5151 (028) OWNER.: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 na, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 926.14 "PIM20 Cool r' an y:1:-' ftUi i CtY16J t5Yt5 Taxa/Ernail 3(0 -612> - Contact: (O -563 - REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: 11 M •.� N.1,' FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (i) 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 umranwh•� GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 a (714) 247-1040 a Fax (714) 247-1041 Or 10 2014 09:36 FAX 7142471041 GMC ENGINEERING ix TX REPORT TRANSMISSION OK TX/RX NO 4831 CONNECTION TEL 13105136299 SUBADDRESS CONNECTION Ill ST. TIME 07/15 09:35 USAGE T 00'26 PGS. SENT I RESULT OK ®,,�qgp ey1,�� R 1'.n LR SAL C40INEAMR]; GpNTn6Gr',1a ¢ ,n :'TfRnc: Company: M5 Contact:gotly(�_d Le n Fax#/Email 3lQ- 5 13-�pZqq Date.74W Time: REQUESTING SUB -BIDS From DISE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24 2014 (cry 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 100 f: Cdb%@lpanv4 oa tlf F'a1#/Eniafl contact:�_C l �~�1 date ? 9 j _ Tame. 0 REQUESTING SUB -BIDS FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 n, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 warner Avenue, Suite B, Tustin, CA 92780 Ph 714-247-1040 Fax 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 & (714) 247-1040 * =ax (714) 2417-1041 07/07/2014 23:50 FAX 7142471041 GMC ENGINEERING [Moo I >k TX REPORT TRANSMISSION OR TX/RX NO 4819 CONNECTION TEL 19515209980 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:50 USAGE T 00'29 PGS. SENT 1 RESULT 0% (I�I'9t:4t.t6 CYaa MEF'}YYY<G 4�'kWYn.t tr'i5G CO1"j)2 ny:UIIT1aff io.ha A—ena, nAc r,ax#/FMail C1151' S }-.qQ_gcj Contact: ZCA [D)'i V�fx� ?� Dated d I Time: REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY ' 4 2014 (a) 10:00 AM CTMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Coa,paoy: A��� Contacb---' l✓1,V1(i� A' L� r^ From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE I FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (i� 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 a Fax (714) 247-1041 07/15/2014 09:37 FAX 7142471041 GMC ENGINEERING �smsc TX REPORT TRANSMISSION OK TX/RX NO 4832 CONNECTION TEL 19515209980 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:37 USAGE T 00'29 PGS. SENT 1 RESULT OK GE I V� �SNLRRZ 4�KnIM.E[10}KC �CJxr61 u,6fp1 ro U, i raf-�i Company: r Contact I C� Faxg/EmailC6l-59P__95 D Dater Time: I& REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD .ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUEPRINT 2372 Morse Avenue Irvine, CA 92614 Ph; (949) 756-1001 JAI I W div 12jWy�. } 11 Conlpany:O f '+ / 1 Fax 4/Email Cosy€act._;�2�LryV61 Date -:lug _T3rn�; 41�' REQUES TING SUB -BIDS From DBE Subcontractors and Suppliers for: E111 My01"WAINt 1. FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 g 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and EIectrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 I'll: (949) 756-1001 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Jah 714-247-1040 Taxa 714-247-1141 140'1 Wanner Avenue, Suite B, Tustin, California 92780 @ (714) 247-1040 � Fax (714) 247-1941 01/01/2014 23:29 FAX 7142471041 GMC ENGINEERING a: TX REPORT:x TRANSMISSION OK TX/RX NO 4807 CONNECTION TEL 12139280897 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:29 USAGE T 00'16 PGS. SENT 1 RESULT OK [a<'rew'En,40. �IM17416.LYC Av(.!Cd CpkM o^erkd'CJn C'ompany:��I� l+ax#/Email2_1;5- 2.a;�C-j Contact: 1 f i� o Date. Time: REQUESTING SUB=BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE 1 FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (02 8) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 n 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 1A v Company.a_i(l � (�1 !AQ_, Fax#/EmailC1n-QSA-j contact: Date: 'Time:_f&� kwt REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: H. " No I Xglonut"(411IN FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACI-3 BID DATE: THURSDAY, JULY 24, 2014 a, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 'Warner Avenue, Suite B, Tustin, CA 42780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B; Tustin, California 92780 ® (714) 247-1040 @ Fax (714) 247-1041 07/15/2014 09:39 FAX 7142471041 GMC ENGINEERING It7.1001 *>x TX REPORT TRANSMISSION OK TX/RX NO 4833 CONNECTION TEL 12139280897 SUSADDRESS CONVECTION ID ST. TIME 07/15 09:38 USAGE T 00'15 PGS. SENT 1 RESULT OK AYM1 d!„ 6FN rv8AL FMq IN PFUNa qC H TA A C Y,3 eW I. M, Y5:VRI kb Company. .iD(1 '� �t�('J FaxWEmaii Q26 (� � Cozztact:� �JJ"z p� i Date. 44 Time: _ t�Awt REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 g 10:00 AM GMC Engineering, Inc. is requesting bids for, but not Iimited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph! (049) 7.56-1001 t Co€fljaany.t) "' — I T �(10 t-bS Fax# /Emaat 1 5 ____O_(P CoWaete r1i 4fLe° 2 Date _WL Ti eTV_'a Pm REQUESTING From DBE o o FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH_ BID DATE: THURSDAY, JULY 24, 2014 (a 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing c& Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 7561-1001 GMC ENGINEERING, INC. 14011 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax : 714-247-1041 1401 Warner Avenue, Suite S, Tustin, California 92780 o (714) 247-1040 s Fax (714) 247-104? or ur 2U14 2J:30 PAX 7142471041 GMC ENGINEERING (inn, x TX REPORT *ra* TRANSMISSION OK TX/RX NO 4808 CONNECTION TEL 17145500624 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:29 USAGE T 00'16 PGS. SENT 1 RESULT OK GMC ..__ r .....__ GI T;: ICSAAL E.NI"i:IkRGlAsiryt GwP:'d Aai;"��ii vl, N2� ^;GYi'Ili i Fax#/Email-1I4- Contact:S%Qjan0ti — e4D. Date 7'ime:�Q�N1 REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CMI. -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 a 10:00 AM GMC Engineering, inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 0 Company WW F+ax#/Emaiil( -555 -"a-4 Contact- DatewTime:�T 3� &U_1' REQUESTING% Bit EASTBLUFF DRIVE / FORD ROAD FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 g 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 'r IF GMC ENGINEERING, INC, 1401 warner Avenue, Suite B, Tustin, CA 92780 Phe 714-247-1040 Fax: 714-247-1041 '1401 Warner Avenue, Suite B, Tustin, California 92780 e (714) 247-1040 a Fax (714) 247-1041 UI/ID/Z014 09:JU PAX 7142471041 GMC ENGTNRRRTN(_ TX REPORT TRANSMISSION OK TX/RX NO 4834 CONNECTION TEL 17145500624 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:39 USAGE T 00'16 PGS. SENT 1 RESULT OK C GNfl M1d�C gXp6iC11 AI,IMP' I P'I 00'Mxrtda Tia OrCompany;Y11'�%ti---!k�iLtY{ Contact. V Date�JC�� Time: %aJ?1( REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY NLY 24 2014 (a 10.00 AM GMC Engineering, Inc, is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA SLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 7561001 A -N goo: t v =wa BVI � U ��-�^� ��✓ I+`ax#l�€�a�i����"� q�'��eE Contxac� A_ -1" (i I9at :'7ML4— t �n��. l REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a), 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC, 1401 Warner Avenue, Shite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite 3; Tustin, California 92780 a (714) 247-1040 � rax (714) 247-1041 07/07/2014.23:31 FAX 7142471041 GMC ENGINEERING 0001 TX REPORT TRANSMISSION OK TX/RX NO 4809 CONNECTION TEL 18886244361 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:31 USAGE T 00'38 PGS. SENT 1 RESULT OK C:2'Nf"Ph rk P. (; ratan CPl341:w GS iYNYq M1f .17 Ft Compan}:C'�r l Xe[LI()9 Fax#/1Cniaiil'Y299-�-P2A'Li�¢� Contact' Date: -�� Time: a. REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: C 1' t`1 i, 1 a L%Tj N UT 101 g I W r . FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at. SAN'T'A ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 V�, /A iAV WCs 'AAr Company: i rig F'ax#/Lmaila %Q � `ice Date t � Time: Tm REQUESTING SUBi 11 . ILTA OVA FEDERAL, PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 g 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GT61 �LIi""l ii &r' S!lllf GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1046 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 * Fax (714) 247-1041 o1.4U ran 114441IU41 GMC ENGINEERING t..' Compaaly: Con �x TX REPORT ix�s TRANSMISSION OK TX/RX NO 4835 CONNECTION TEL 18886244361 SUEADDRESS CONNECTION ID ST. TIME 07/15 09:40 USAGE T 00'33 PGS. SENT 1 RESULT OK G6N[RAL Ir{iC6lup E!{ wa 43N7fie,troA Us- Ftix#/Email_Z2& �?� Date 1 Time:Q__MAV-1� REQUESTING SUB --BIDS ]Frain DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH. BID DATE: THURSDAY, JULY 24, 2014 @a 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE .PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 S? S f 1 161,11U, LE .QSmi)iY YEy.cA/ tUak tzv* Faxg/.ErnaiB W —3 J I C'aaraf e@ � Date 'lime. _ REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: 'THURSDAY JULY 24 2014 (a7 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 WAWXMjhtMM= CMC ENGINEERING, INC. 1401 Warner Avenue, Suite 13, Tustin, CA 92780 Ph 714-247-1040 Fax: 714-.247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 a (714) 247-1040 � Fax (7 14) 247 1041 07/07/2014 23:32 FAX 7142471041 GMC ENGINEERING o nni ** TX REPORT>a TRANSMISSION OK TX/RX NO 4810 CONNECTION TEL 16263592899 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:32 USAGE T 00'17 PGS. SENT 1 RESULT OK GMW lSi;NEAtiL 6:Oi G9Nt c'4'Y{R 7d Wi CGh!"+Cl kf„"'1;��1 _ rv. �9Pi11"da?. �O�Yl Ca i�'OO-� Fes, Company -.MLA 0 Contact-' Fax#!EmailiU2 ,(,/�J2$r�(q Date Ti in REQUESTrNG SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL .PROJECT NO. CML 5151 (028) OWNER: CITY OF NEWPORT BEACH BJD DATE: THURSDAY, JULY 24, 2014 @a 10:00 AM GMC .Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and !Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 VAI 1A I/R •'III I A'1I Company Contact: g Fax#/Ernail(pOG&- 2)5+� � I3ate:� Tune: � REQUESTING s. W. V. 1111 ma 0 FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a&, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 �' GNIC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph 714-247-1040 F'ax : 744-247-1041 140'1 Warner Avenue, Suite B, Tustin, California 92780 @ (714) 247-1040 e Fax (7.14) 247-1041 07/15/2014 09:41 FAX 7142471041 GMC ENGINEERING R001 TX REPORT TRANSMISSION OK TX/RX NO 4836 CONNECTION TEL 16263592899 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:41 USAGE T 00'18 PGS. SENT 1 RESULT OK cc a Ev- a it r.rofrc;r, grCGu�mEEflpNr„ G3M xRdG.eJFl Fax#/Fwailb;z6`:34 4- Z q Date. i t'—t Time:—T! REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: 0,631M go, 105 Im.0Wal 016"y 0 -:411111 OKI FEDERAL PROJECT NO. CML -515 J (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 cr 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & .Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 p rp . IL ER N. Carnpanyl 6:5 M C - W Fax#/E m ail til cJ %tP�j Contact: (�atei8 TaMao���F REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: �.IMA ..# FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24 2014 g 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, . Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Phr 714-247-1040 Far 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 � (714) 247-1040 � Fax (714) 247-'1041 07/07/2014 23:56 FAX 7142471041 GMC ENGINEERING R nn ixWs: TX REPORT* TRANSMISSION OK TX/RX NO 4820 CONNECTION TEL 16192333768 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:56 USAGE T 00'16 PGS. SENT 1 RESULT OK . ; 'c rxaae;n�41 cror,vnu:cn�uc rrr+iMr+.:r.ron t Com�ae�yLz)o l:5 I' \(� f�IfiQ Lax#/email �O�Q— 2c k� c�j%�l7r�j Contact G 1V5 wQ Date:%71$1ld Time:�,1 f REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA .BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 AL_ /fk dn1 9CZ 111111 1 Company: Contact:_ Fax#/Email '' -� Date 1 Time: 61"4,J REQUESTING i i.l Ii 1; EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24 2014 A 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite C , Tustin, CA 92780 0,0 J; 1401 Warner Avenue, Suite B, Tustin, California 92780 s (714) 247-1040 a Fax (714) 247-1041 07/15/2014 U9:43 FAX 71424'71041 GNU hNU1NLMINU C UU1 :� >k TX REPORT TRANSMISSION OK TX/RX NO 4837 CONNECTION TEL 16192333768 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:42 USAGE T 00'16 PGS. SENT 1 RESULT OK Comp Conta rn4r, rcreaa�u��nzn.c c®axn.�srxra,n any: -t► Lk k ax#/Erztail (.P et:e4�20ate�� REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT 'PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24, 2014 (a, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping; & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML 5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (o) 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC, 1403 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Ftix : 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 e (714 247-1040,4 Fax (714)2'17104 07/07/2014 23:37 FAX 7142471041 GMC ENGINEERING TRANSMISSION OK TX/RX NO CONNECTION TEL SUBADDRESS CONNECTION ID ST. TIME USAGE T PGS. SENT RESULT TX REPORT ix:a>tt 4812 16263343365 MARTINEZ CONCRET 07/07 23:36 00`18 1 OK Company:�Qt{�!(1�.1-©flt��� Fax#/Emai1���4'��i-?�3((`� REQUESTING SUB -BIDS From DISE Subcontractors and Suppliers for: FEDERAL PROJECT N0. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY. JULY 24. 2014 R 10:00 AM GMC Engineering, Inc. is requesting; bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Tl IA IA1 "' ,AA. 121007 GMC ommaim a rat" a, companj` �(�' k i Fax#/Email _1 Contact � ��— I3ate1 Timer REQUESTING B. l i ': t � t ♦ t FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 A 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fa -v: 714-247-1041 1401 Warner Avenue; Suite B, Tustin, California 92780 ® (714) 247-1040 o Fax (714) 247-104'1 07/15/2014 09:56 FAX 7142471041 GMC ENGINEERING m:tt TX REPORT TRANSMISSION OK TX/RX NO 4844 CONNECTION TEL 16263343365 SUBADDRESS CONNECTION ID MARTINEZ CONCRET ST. TIME 07/15 09:56 USAGE T 00,18 PGS. SENT 1 RESULT OK fl'Ln B;tl4At EM ¢1HE[';K9 @i.q. GOMT$x CTG9 Cnmpteny:l �ih/t�i 7�i1 �(,°�� FaxWEmail C'onfaCt7 � J _ Date ��Time:�e�j�j kw REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD .ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH. BID DATE: THURSDAY, JULY 24, 2014 g 10:00 AM GMC Engineering; Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and .Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 rlArf Mir 16 NF ,. C sst paa�y:_ I+ax#/Emaii�_ ' — P�JhZ� j C ntaO: Dated C Ti e.�6q Am REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: #;LF4 affnel a InIVIUVA FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY; JULY 24 2014 (&, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite i3, Tustin, CA 9278€9 Ph 714-247-1040 Fax: e 714-2471041 '1401 Warier Avenue, Suite B, Tustin, California 92780 @ (714) 247-1040 � Fax (714) 247-1041 07/07/2014 23:38 FAX 7142471041 GMC ENGINEERING �affi TX REPORT TRANSMISSION OK TX/RX NO 4813 CONNECTION TEL 19098626328 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:37 USAGE T 00'33 PGS. SENT 1 RESULT OK C I G"c»�?!�6 GClGdl=E�RIMt LY Ci�3W V'17 •�f,.^UZI -Company:. A Faxd#!i snail +bq' 8(10% -(2 Jho C'uc�dacd:tldtp�C1"i� Date:7a$ I Time: lM REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO_ CML -5151 (028) OWNER.: CITY OF NEWPORT BEACH BID DATE: THURSDAY JULY 24, 2014 @10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 +I i^ 4^s n IAAI Gell Q3 Fax #/Email Date:_ [4Time:_OL�Lkkw\ REQUESTING SUB -BIDS FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a� 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC 1401 Warner Ave—P . , I 1401 Warner Avenue, Suite B, Tustin, California 92780 • (714) 247-1040 • Fax (714) 247-1041 07/15/2014 09:45 FAX 7142471041 GMC ENGINEERING x TX REPORTx TRANSMISSION OK TX/RX NO 4839 CONNECTION TEL 19098626328 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:45 USAGE T 00,33 PGS. SENT 1 RESULT OK GM'C G,tN[;nZ crsc;rn, r?1"ZO. ¢ana'nn cvox Compaay:,3ILL C\/=It Contact4 Fatx#/Emailq(�i" $�2 Lr32$ Dater—L Tire: `. q4 AVA REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (7a 10:00 AM GMC Engineering, Inc, is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Fh: (949) 756-1001 14001 Jt .V�� IMAM, Contact: _S1GY30*- Y KJC �% Date l i gI Time jlxvp REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for. FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a) 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, I -CC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warmer Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247--1041 140'1 Warner Avenue, Suite B, Tustin, California 92780 @ (714) 247-1040 � rax (714) 247-1041 07/07/2014 23:41 FAX 7142471041 GMC ENGINEERING Z001 *yea TX REPORT TRANSMISSION OK TX/RX NO 4815 CONNECTION TEL 16612991547 SUDADDRESS CONNECTION ID ST. TIME 07/07 23:40 USAGE T 00'16 PGS. SENT 1 RESULT OK Company'' ` Jale-s C'ontaet:.,Lna� G 'IMC A E`��R�tK t3;flGflH4K na�.�; C,fbN1.14.tC �n:e Fax#/Emai1Ly d- Z')'q- 15iP 0ate*1 1$ 1 'rime•r7PA REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH Bi.D DATE: THURSDAY, JULY 24, 2014 n. 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: "Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 nr__ in ens -set tnnl v �k NG51-, E Company:3 ®Jcil�5 Fax#1Fanail (A.A` 2clq dM -7 Contact: �� � Dater 1 T€me:ai#_(9_AV1_k REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 @a 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 GMC ENGINEERING, INC. 1403 `garner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite 3, Tustin, California 92780 * (714) 247-1040 a Fax (714) 247-1041 07/15/2014 09:49 FAX 7142471041 GMC ENGINEERING Roo] a* TX REPORT TRANSMISSION OK TX/RX NO 4841 CONNECTION TEL 16612991547 SUDADDRESS CONNECTION ID ST. TIME 07/15 09:49 USAGE T 00'16 PGS. SENT 1 RESULT OK Gompany:3 .M Is . p"s Contact: G'LN tlp!Ai EwOptlS@.0 @'.9 R"G C,4MTAd CT(1Y s r:n :^iann a n. 1<ax#/.Emailt,ebl4 zcii Date; 1 / Tinie:g-�q(' REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 2 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping ,& Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and. Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 V EFax#IEmaii 4�`� t".ontact: e"+t Date: H_Timet 1__ .00fm REQUESTING SUB -BIBS From DDE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BIL? DATE: THURSDAY, JULY 24, 2014 (std 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Fencing,Landscaping & Irrigation, Clearing & Grubbing Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC, 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax 714-247-1041 140'1 Warner Avenue, Suite 3, Tustin, California 92780 a (7 14) 247-1040 a Fax (7 14) 247-1041 07/07/2014 23:39 FAX 7142471041 GMC ENGINEERING Q001 ERROR TX REPORT *:za TX FUNCTION WAS NOT COMPLETED TX/RX NO 4814 CONNECTION TEL 19495528597 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:38 USAGE T 00'40 PGS. SENT 0 RESULT NG _ !iSM GFa9t'RZP F}i G9NfE[RA7lq CCYAITdd,4 C, 1'�,R Company-Ij P/21�f2Me4 6D. Fas#lEmail+4q-5gf47 nate Time: �1Fvl REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BTD DATE: THURSDAY JULY 24 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph. (949) 756-1001 G 0000 1 4 fi 1 C'osnpany:e,)Od( EqW' IlMi4eD. F'ax#/Email 4q___Z' � iJ` Contact: Date: t Time:��­ 'i I uw REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE l FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (i� 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 r I / GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 s (714) 247-1040 o Fax (714) 247 1041 07/71/2014 09:52 FAX 7142471041 GMC ENGINEERING [a 001 ** ERROR TX REPORTra TX FUNCTION WAS NOT COMPLETED TX/RX NO 4840 CONNECTION TEL 19495528597 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:52 USAGE T 00'43 PGS. SENT 0 RESULT NG #018 BUSY/NO SIGNAL :txertac emavr�erw�rcn C,onxnaC roan Compal7y. i � (-t�. Fax#/Emai64_ Contact: � _ Date N '1'ime:ai REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 aa, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, .PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA. ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph: (949) 756-1001 It 0 i IMAU s Mtn zk'YK DOUAIUX. Fax#fEmai1:W_ -g__1_ (00 � d Time: Fate. I �, 0IPKA DRIVEREQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF IMPROVEMENTBIKE LANE PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (a, 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GIC ENGINEERING, INC. 1401 warner Avenue, Saute B, Tustin, C.4 92780 Phi 714-247-1040 .Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 � (714) 247-1040 s Fax (7 14) 247-1049 07/07/2014 23:45 FAX 7142471041 GMC ENGINEERING Zoo] x: TX REPORT �>k TRANSMISSION OK TX/RX NO 4816 CONNECTION TEL 17144476081 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:45 .USAGE T 00'28 PGS. SENT 1 RESULT OK b9 d'f: t: Bit CL fC rtp Yh �[AiiC� GO'NSLgKC"�S «� .0 •., :xxon a:� Tro►�-E'�c,�IT I /� '­­­ Company: �r,%A Fax#lFm:ti1�I�-��1'tD®�� Contact: Date -1 WN_ Time: 2" REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24,_2014_(a) 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 c REQUESTING SUB -BIDS L 1 1 t. m.�, FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 (cry 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GNIC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph: 714-247-1040 Fax: 714-247-1041 140'1 Warner Avenue, Suite B, Tustin, California 92780 + (714) 247-1040 o Fax (714) 247-1041 07/15/201.4 09:50 FAX 7142471041 GMC ENGINEERING 4 001 *a: TX REPORT TRANSMISSION OK TX/RX NO 4842 CONNECTION TEL 17144476081 SUBADDRESS CONNECTION ID ST. TIME 07/15 09:50 USAGE T 00'28 PGS. SENT 1 RESULT OK yS WIG Rt f�'CNKRAL VZOUCclidsar oowrn Ac'Z 0n �.t:, �". n cA+am Company: QA(1 oa (NO Contact: Fax#/Email �A' �Ji LOPE Dater 1I Time: N REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: EASTBLUIFF DRIVE / FORD ROAD BIKE LANE IMPROVEMENT PROJECT FEDERAL PROJECT NO. CML -5151 {028} OWNER: CITY OF NEWPORT BEACH BID DATE: Tf-PJRSDAY, JULY 24, 2014 @ 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the f®]lowing trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA .SLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph! (949) 756-1001 ? O3 sparsy: vaDfi v Date -161144— T=e:�2LQIPM REQUESTING SUB -BIDS From ►, FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24, 2014 & 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GNIC ENGINEERING, INC, 1401 Warner Avenue, Suite B, Tustin, CA 92780 Ph. 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 * (714) 247-1040 � Fax (714) 247-1041 07i01.2014 23:43 FAX 7142471041 GMC ENGINEERING TX REPORT** TRANSMISSION OK TX/RX NO 4817 CONNECTION TEL 19095682488 SUBADDRESS CONNECTION ID ST. TIME 07/07 23:42 USAGE T 00'33 PGS. SENT 1 RESULT OK Company: r�r\\ () c7E'CV e42--) Fas#/CmailqL)q- 5(ca— v486 REQUESTING SUB -BIDS From DBE Subcontractors and Suppliers for: FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE; TI-1URSDAY, JULY 24, 2014 i IN 3 �®oupany: X1�f t'; 6Y1y i� SCA V ltd 0 Contact, k c REQUESTING SUB -BIDS EASTBLUFF 1'IVE / FORD ROAD BIKE LANE IMPROVEMENTPROJECT FEDERAL PROJECT NO. CML -5151 (028) OWNER: CITY OF NEWPORT BEACH BID DATE: THURSDAY, JULY 24 2014 (a� 10:00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing & Grubbing Signs, Fencing, and Electrical Plans and. Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 GMC ENGINEERING, INC. 1401 Warner Avenue, Suite B, Tustin, CA 92780 Pit: 714-247-1040 Fax: 714-247-1041 1401 Warner Avenue, Suite B, Tustin, California 92780 ® (714) 247-1040 o Fax (714) 247-1041 07/15/2014 09:51 FAX 7142471041 GMC ENGINEERING O nnl mar TX REPORT TRANSMISSION OK TX/RX NO 4843 CONNECTION TEL 19095682488 SUBADDRESS CONNECTION ID -ST. TIME 07/15 09:51 USAGE T 00'33 PGS. SENT 1 RESULT OK r�E�erra4 :r:nnr+er�.rnc �araxn,a c:rn.t Fax#/Lmailgbq' 2&- Date =.1 0_1dgTime: :C REQUESTING FEDERAL PROJECT NO. CML -5151. (028) OWNER: CITY Or NEWPORT BEACH BID DATE: THURSDAY JULY 24 2014 @ 10.00 AM GMC Engineering, Inc. is requesting bids for, but not limited to the following trades: Traffic Control, AC Concrete, PCC Improvements, Landscaping & Irrigation, Clearing &. Grubbing Signs, Fencing, and Electrical Plans and. Specifications can be purchased at SANTA ANA BLUE PRINT 2372 Morse Avenue Irvine, CA 92614 Ph ^ 0491 '7i/_ 11107 PUBLIC WORKS DEPARTMENT INDEX FOR SPECIAL PROVISIONS EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 INTRODUCTION PART 1 ---GENERAL PROVISIONS SECTION 2 SCOPE AND CONTROL OF THE WORK 1 2-6 WORK TO BE DONE 1 2-9 SURVEYING 2 2-9.3 Survey Service 2 2-9.6 Survey Monuments 2 2-12 FEDERAL REQUIREMENTS 2 2-12.1 Award and Execution of Contract 2 2-12.2 Disadvantaged Business Enterprises (DBE) 3 2-12.2.1 DBE Commitment Submittal 4 2-12.2.2 Good Faith Efforts Submittal 4 2-12.2.3 Exhibit 15G — Local Agency Bidder DBE Information 6 (Construction Contracts) 2-12.2.4 Subcontractor and DBE Records 6 2-12.2.5 Performance of DBE 7 2-12.3 Bid Rigging 8 2-12.4 Buy American 8 2-12.5 Prompt Payment of Funds Withheld to Subcontractors 9 2-12-6 Female and Minority Goals 9 2-12.7 Federal Trainee Program 9 2-12.8 Labor Nondiscrimination 10 2-12.9 Prevailing Wage 10 2-12.10 Removal of Asbestos and Hazardous Substances 11 SECTION 3 CHANGES IN WORK 11 3-3 EXTRA WORK 11 3-3.2 Payment 11 3-3.2.3 Markup 11 SECTION 4 CONTROL OF MATERIALS 12 4-1 MATERIALS AND WORKMANSHIP 12 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing 12 12 SECTION 5 UTILITIES 12 5-1 LOCATION 12 5-2 PROTECTION 12 5-7 ADJUSTMENTS TO GRADE 12 5-8 SALVAGED MATERIALS 12 SECTION 6 PROSECUTION, PROGRESS AND ACCEPTANCE OF THE WORK 13 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK 13 6-7 TIME OF COMPLETION 13 6-7.1 General 13 6-7.2 Working Days 13 6-7.4 Working Hours 14 6-9 LIQUIDATED DAMAGES 14 6-11 CONSTRUCTION PHASING 14 SECTION 7 RESPONSIBILITIES OF THE CONTRACTOR 15 7-1 CONTRACTOR'S EQUIPMENT AND FACILITIES 15 7-1.2 Temporary Utility Services 15 7-7 COOPERATION AND COLLATERAL WORK 15 7-8 PROJECT SITE MAINTENANCE 15 7-8.5.1 Steel Plates 15 7-8.6 Water Pollution Control 15 7-8.6.2 Best Management Practices (BMPs) 16 7-10 PUBLIC CONVENIENCE AND SAFETY 16 7-10.1 Traffic and Access 16 7-10.2 Storage of Equipment and Materials in Public Streets 17 7-10.3 Street Closures, Detours, Barricades 17 7-10.4 Public Safety 18 7-10.4.1 Safety Orders 18 7-10.5 "No Parking' Signs 18 7-10.7 Notice to Residents 18 7-15 CONTRACTOR LICENSES 19 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS 19 SECTION 9 MEASUREMENT AND PAYMENT 19 9-3 PAYMENT 19 9-3.1 General 19 9-3.2 Partial and Final Payment 24 9-3.4 Mobilization 24 PART 2 ---CONSTRUCTION MATERIALS SECTION 201 CONCRETE, MORTAR, AND RELATED MATERIALS 24 201-1 PORTLAND CEMENT CONCRETE 24 201-1.1.2 Concrete Specified by Class 24 201-2 REINFORCEMENT FOR CONCRETE 24 201-2.2.1 Reinforcing Steel 24 201-7 NON -MASONRY GROUT 24 201-7.2 Quick Setting Grout 24 SECTION 202 MASONRY MATERIALS 24 202-3 GENERAL 24 SECTION 203 BITUMINOUS MATERIALS 25 203-6 ASPHALT CONCRETE 25 203-6.3.2 Aggregate 25 203-6.4 Asphalt Concrete Mixtures 25 203-6.4.3 Composition and Grading 25 SECTION 209 ELECTRICAL COMPONENTS 25 209-2.2 Anchor Bolts 25 SECTION 212 LANDSCAPE AND IRRIGATION MATERIALS 25 212-1.2.3 Commercial Fertilizers 25 212-1.2.3.1 Plant Tablets 25 212-1.5.3 Tree Stakes 25 212-2.2.3 Manual Control Valves 25 212-2.2.4 Remote Control Valves 25 212-2.2.7 Valve Boxes 25 212-2.2.14 Sprinkler Equipment 26 SECTION 214 PAVEMENT MARKERS 26 214-4 NONREFLECTIVE PAVEMENT MARKERS 26 214-5 REFLECTIVE PAVEMENT MARKERS 26 PART 3 ---CONSTRUCTION METHODS SECTION 300 EARTHWORK 26 300-1 CLEARING AND GRUBBING 26 300-1.3 Removal and Disposal of Materials 26 300-1.3.1 General 26 300-1.3.2 Requirements 27 300-1.5 Solid Waste Diversion 27 SECTION 302 ROADWAY SURFACING 27 302-5 ASPHALT CONCRETE PAVEMENT 27 302-5.1 General 27 302-5.4 Tack Coat 27 SECTION 303 CONCRETE AND MASONRY CONSTRUCTION 28 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS 28 GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 28 303-5.1.1 General 28 303-5.5 Finishing 28 303-5.5.2 Curb 28 303-5.5.4 Gutter 28 SECTION 307 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS 28 307-4 TRAFFIC SIGNAL CONSTRUCTION 28 SECTION 308 LANDSCAPE AND IRRIGATION INSTALLATTION 28 308-1 GENERAL 28 308-1.1 Existing Tree Root and Branch Pruning and Removal 28 308-4 PLANTING 29 308-4.5 Tree and Shrub Planting 29 308-4.6 Plant Staking and Guying 30 SECTION 310 PAINTING 30 310-5 PAINTING VARIOUS SURFACES 30 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 30 310-5.6.6 Preparation of Existing Surfaces 30 310-5.6.7 Layout, Alignment and Spotting 30 310-5.6.8 Application of Paint 31 SECTION 312 PAVEMENT MARKER PLACEMENT AND REMOVAL 30 312-1 PLACEMENT 31 TRAFFIC SIGNAL SPECIAL PROVISIONS SUPPLEMENTAL flusets\pbw\SbareSconttactAfy 13-14k-5498 - eastbluff drive widenia&pecs index c-5498.doc CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT SPECIAL PROVISIONS SP 1 OF 31 EASTBLUFF DRIVE/FORD ROAD BIKE LANE IMPROVEMENT PROJECT CONTRACT NO. 5498 Federal Project No. CML -5151 (028) INTRODUCTION All work necessary for the completion of this contract shall be done in accordance with (1) these Special Provisions and Supplemental; (2) the Plans (Drawing No. R -6038-S); (3) the City's Standard Special Provisions and Standard Drawings for Public Works Construction, (2009 Edition), including Supplements; (4) Standard Specifications for Public Works Construction (2009 Edition), including supplements; (5) Caltrans Standard Specifications (Latest Edition). Copies of the Standard Special Provisions and Standard Drawings may be purchased at the Public Works Department. Copies of the Standard Specifications may be purchased from Building News, Inc., 1612 South Clementine Street, Anaheim, CA 92802, 714-517-0970. The following Special Provisions supplement or modify the Standard Specifications for Public Works Construction as referenced and stated hereinafter: PART 1 GENERAL PROVISIONS SECTION 2: SCOPE AND CONTROL OF THE WORK 2-6 WORK TO BE DONE. Add to this section, 'The work necessary for the completion of this contract consists of installation of bike lanes on Eastbluff Drive and Ford Road from Mar Vista Drive to MacArthur Boulevard, including widening the south shoulder of Eastbluff Drive from Mar Vista Drive to Jamboree Road, an approximate distance 520 feet. The work includes removing concrete sidewalk, curb and gutter, slough wall, curb access ramps, street trees, striping, clearing and grubbing the existing site, grading, constructing sidewalk, curb access ramps, curb and gutters, asphalt concrete pavement, slough wall, traffic striping, relocating streetlights, signage, pull boxes, water meters, installing street trees, modifying existing traffic signal, and providing traffic control. SP2OF31 Other items of work or details not mentioned above that are required by the Plans, Standard Specifications, or these Special Provisions, shall be performed, placed, constructed, or installed. It is CONTRACTOR's responsibility to verify all controlling field dimensions before ordering or fabricating any material" 2-9 SURVEYING 2-9.3 Survey Service. Add to this section: 'The Contractor's California Licensed Land Surveyor shall utilize/follow the existing City and Orange County survey records used for the project design to provide all construction survey services that are required to construct the improvements. The design surveyor for this project is Surendir Dewan and can be contacted at (714) 790-8840. At a minimum, two (2) sets of cut -sheets for all areas shall be included in the bid price and copies of each set shall be provided to the City 48 -hours in advance of any work. In addition, the filing of a Corner Record and/or a Record of Survey with the County Surveyor's Office is required after the completion of Work. Prior to any demolition Work the Contractor shall prepare and submit the Comer Records for review by the City a minimum of three (3) working days before the anticipated Work. Existing street centerline ties and property corner monuments are to be preserved. The Contractor shall be responsible for the cost of restoring all survey ties and/or monuments damaged by the Work." 2-9.6 Survey Monuments The Contractor shall, prior to the beginning of work, inspect the project for existing survey monuments and then schedule a meeting with the City Surveyor to walk the project to review the survey monuments. The Contractor shall protect all survey monuments during construction operations. in the event that existing survey monuments are removed or otherwise disturbed during the course of work, the Contractor shall restore the affected survey monuments at his sole expense. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. 2-12 FEDERAL REQUIREMENTS 2-12.1 Award and Execution of Contract The bidder's attention is directed to the provisions in Section 3, "Award and Execution of Contract," of the Caltrans Standard Specifications and these special provisions for the requirements and conditions concerning award and execution of contract. SP3OF31 Bid protests are to be delivered to the following address: 100 Civic Center Drive Newport Beach, CA 92660 Public Works Department The award of the contract, if it be awarded, will be to the lowest responsible bidder whose proposal complies with all the requirements prescribed. The contract shall be executed by the successful bidder and shall be returned, together with the contract bonds, to the Agency so that it is received within 10 days, not including Saturdays, Sundays and legal holidays, after the bidder has received the contract for execution. Failure to do so shall be just cause for forfeiture of the proposal guaranty. The executed contract documents shall be delivered to the address listed above. 2-12.2 Disadvantaged Business Enterprises (DBE) Under 49 CFR 26.13(b): The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to cant' out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49 CFR 26). To ensure equal participation of DBEs provided in 49 CFR 26.5, the Agency shows a goal for DBEs. Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers. Meet the DBE goal shown elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal. It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening. For a list of DBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hq/bep/find certified.htm. All DBE participation will count toward the California Department of Transportation's federally mandated statewide overall DBE goal. Credit for materials or supplies you purchase from DBEs counts towards the goal in the following manner: SP4OF31 • 100 percent counts if the materials or supplies are obtained from a DBE manufacturer. • 60 percent counts if the materials or supplies are obtained from a DBE regular dealer. Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49 CFR 26.55 defines "manufacturer" and "regular dealer." You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49 CFR 26.55(d)(1) through (4) and (6) 2-12.2.1 DBE Commitment Submittal Submit the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid, book before submitting your bid. If the DBE Commitment form is not submitted with the bid, the apparent low bidder, the 2nd low bidder, and the 3rd low bidder must complete and submit the DBE Commitment form to the Agency. DBE Commitment form must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. Other bidders do not need to submit the DBE Commitment form unless the Agency requests it. If the Agency requests you to submit a DBE Commitment form, submit the completed form within 4 business days of the request. Submit written confirmation from each DBE stating that it is participating in the contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract. If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive. 2-12.2.2 Good Faith Efforts Submittal If you have not met the DBE goal, complete and submit the DBE Information - Good Faith Efforts, Exhibit 15-H, form with the bid showing that you made adequate good faith efforts to meet the goal. Only good faith efforts directed towards obtaining participation by DBEs will be considered. If good faith efforts documentation is not submitted with the bid, it must be received by the Agency no later than 4:00 p.m. on the 4th business day after bid opening. If your DBE Commitment form shows that you have met the DBE goal or if you are required to submit the DBE Commitment form, you must also submit good faith efforts documentation within the specified time to protect your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met. SP5OF31 Good faith efforts documentation must include the following information and supporting documents, as necessary: Items of work you have made available to DBE firms. Identify those items of work you might otherwise perform with your own forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms. 2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond. 3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the firm selected for the item is not a DBE, provide the reasons for the selection. 4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the published advertisements. 5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents. 6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate. SP6OF31 List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided. Provide copies of supporting documents, as appropriate. 8. Any additional data to support demonstration of good faith efforts. The Agency may consider DBE commitments of the 2nd and 3rd bidders when determining whether the low bidder made good faith efforts to meet the DBE goal. 2-12.2.3 Exhibit 15G — Local Agency Bidder DBE Information (Construction Contracts) Complete and sign Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) included in the contract documents regardless of whether DBE participation is reported. Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, the Agency encourages you to submit a copy of the joint venture agreement.) 2-12.2.4 Subcontractor and DBE Records Use each DBE subcontractor as listed on Exhibit 12-B Bidder's List of Subcontractors (DBE and Non -DBE) and Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form unless you receive authorization for a substitution. The Agency requests the Contractor to: 1. Notify the Engineer of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including: • Name and business address of each 1St -tier subcontractor • Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier • Date of payment and total amount paid to each business If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work. SP7OF31 Before the 15th of each month, submit a Monthly DBE Trucking Verification form. If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-0, form. Submit the form within 30 days of contract acceptance. Upon work completion, complete Exhibit 17-F Final Report— Utilization of Disadvantaged Business Enterprises (DBE), First -Tier Subcontractors. Submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form. 2-12.2.5 Performance of DBE DBEs must perform work or supply materials as listed in the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form, included in the Bid. Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency. The Agency authorizes a request to use other forces or sources of materials if it shows any of the following justifications: 1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project. 2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements. 3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law. 4. Listed DBE fails or refuses to perform the work or furnish the listed materials. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Contract. 9. Listed DBE is ineligible to receive credit for the type of work required. -:• 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the Contract. 11. Agency determines other documented good cause. Notify the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include: 1. One or more of the reasons listed in the preceding paragraph 2. Notices from you to the DBE regarding the request 3. Notices from the DBEs to you regarding the request If a listed DBE is terminated or substituted, you must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet the DBE goal. The substitute DBE must be certified as a DBE at the time of request for substitution. Unless the Agency authorizes (1) a request to use other forces or sources of materials or (2) a good faith effort for a substitution of a terminated DBE, the Agency does not pay for work listed on the Exhibit 15-G Local Agency Bidder DBE Commitment (Construction Contracts) form unless it is performed or supplied by the listed DBE or an authorized substitute. 2-12.3 Bid Rigging The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous.. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General. 2-12.4 Buy American Furnish steel and iron materials to be incorporated into the work with certificates of compliance. Steel and iron materials must be produced in the U.S. except: 1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)]; SP9OF31 2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, materials produced outside the U.S. may be used. Production includes: 1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition; 2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials. 2-12.5 Prompt Payment of Funds Withheld to Subcontractors The agency shall hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within 30 days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency. Federal law (49CFR26.29) requires that any delay or postponement of payment over 30 days may take place only for good cause and with the agency's prior written approval. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section 7108.5 of the Business and Professions Code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor. 2-12.6 Female and Minority Goals To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal -Aid Construction Contracts," the following are goals for female and minority utilization goals for Federal -aid construction contracts and subcontracts that exceed $10,000: The Orange County, California goal for female utilization is 11.9 percent. 2-12.7 Federal Trainee Program The Federal Trainee goal and special provisions do not apply since the engineer's estimate of this project is under $400,000 and/or the project has less than 100 working days. SP 10 OF 31 2-12.8 Labor Nondiscrimination Attention is directed to the following Notice that is required by Chapter 5 of Division 4 of Title 2, California Code of Regulations. NOTICE OF REQUIREMENT FOR NONDISCRIMINATION PROGRAM (GOV. CODE, SECTION 12990) Your attention is called to the "Nondiscrimination Clause", set forth in Section 7- 1.021(2), "Labor Discrimination," of the Caltrans Standard Specifications, which is applicable to all nonexempt state contracts and subcontracts, and to the "Standard California Nondiscrimination Construction Contract Specifications" set forth therein. The Specifications are applicable to all nonexempt state construction contracts and subcontracts of $5,000 or more. 2-12-9 Prevailing Wage This is a federally assisted construction contract and the higher of State of California or Federal prevailing wages must be paid to all workman employed on this project. Federal and State of California labor standards provisions, including prevailing wage requirements of the Davis -Bacon and Related Acts, will be enforced. The current Federal and State prevailing wage rates under which the work is to be done is attached hereto and is available at the Public Works Department, 100 Civic Center Drive., Newport Beach, CA 92660. Updates to the general prevailing wage rates are available at web sites set forth in this section and shall be reviewed by the contractor prior to submitting a bid for the work. In the event of a conflict between the Federal General Wage Decision as established by the United States Department of Labor (available at www.access.gpo.gov/davisbacon/ca.htmi) and the State General Prevailing Wage Determination as established by the California Department of Industrial Relations and is available at the following website: http://www.dir.ca.gov/DLSR/PWD/index.htm, the higher of the two will prevail. Lower State wage rates for work classifications not specifically included in the Federal wage decision are not acceptable. This includes "helper" (or other classifications based on hours of experience) or any other classification not appearing in the Federal wage decision. Please note that pursuant to applicable provisions of the Labor Code of the State of California and the Davis Bacon Act, not less than the general prevailing rate of per diem wages including legal holidays, and overtime work for each craft or type of workman needed to execute the work contemplated under this agreement, shall be paid to all workmen employed on the work to be done according to this contract by the Contractor or any Subcontractor, and shall be deemed to include employer payments for health and welfare, pension, vacation and similar purposes. The Contractor shall be required to post at the job site the prevailing rate per diem wages. SP 11 OF 31 2-12.10 Removal of Asbestos and Hazardous Substances When the presence of asbestos or hazardous substances are not shown on the plans or indicated in the specifications and the Contractor encounters materials which the Contractor reasonably believes to be asbestos or a hazardous substance as defined in Section 25914.1 of the Health and Safety Code, and the asbestos or hazardous substance has not been rendered harmless, the Contractor may continue work in unaffected areas reasonably believed to be safe. The Contractor shall immediately cease work in the affected area and report the condition to the Engineer in writing. In conformance with Section 25914.1 of the Health and Safety Code, removal of asbestos or hazardous substances including exploratory work to identify and determine the extent of the asbestos or hazardous substance will be performed by separate contract. If delay of work in the area delays the current controlling operation, the delay will be considered a right of way delay and the Contractor will be compensated for the delay in conformance with the provisions in Section 8-1.07, "Delays," of the Caltrans Standard Specifications. SECTION 3: CHANGES IN WORK 3-3 EXTRA WORK 3-3.2 Payment 3-3.2.3 Markup. Replace this section with, "(a) Work by Contractor. The following percentages shall be added to the Contractor's costs and shall constitute the markup for all overhead and profits: 1) Labor ............................................ 15 2) Materials ....................................... 15 3) Equipment Rental ........................... 15 4) Other Items and Expenditures ........... 15 To the sum of the costs and markups provided for in this subsection, 1 percent shall be added for compensation for bonding. (b) Work by Subcontractor. When all or any part of the extra work is performed by a Subcontractor, the markup established in 3-3.2.3(a) shall be applied to the Subcontractor's actual cost of such work. A markup of 10 percent on the first $5,000 of the subcontracted portion of the extra work and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the extra work may be added by the Contractor. SP 12 OF 31 SECTION 4: CONTROL OF MATERIALS 4-1 MATERIALS AND WORKMANSHIP 4-1.3 Inspection Requirements 4-1.3.4 Inspection and Testing All material and articles furnished by the Contractor shall be subject to rigid inspection, and no material or article shall be used in the work until it has been inspected and accepted by the Engineer. The Contractor shall furnish the Engineer full information as to the progress of the work in its various parts and shall give the Engineer timely (48 -hours minimum) notice of the Contractor's readiness for inspection. Submittals are required for all construction material. The Engineer shall select an independent testing laboratory and pay for all testing as specified in the various sections of the Standard Special Provisions and these Special Provisions. When, in the opinion of the Engineer, additional tests and retesting due to failed tests or inspections are required because of unsatisfactory results in the manner in which the Contractor executed the work, such tests and inspections shall be paid for by the Contractor. SECTION 5: UTILITIES 5-1 LOCATION. Add the following after the 3rd paragraph: "Upon completion of the work or phase of work, the Contractor shall remove all USA utility markings." 5-2 PROTECTION. Add the following: '9n the event that an existing pull or meter box or cover is damaged by the Work and is not re -useable, the Contractor shall provide and install a new pull or meter box or cover of identical type and size at no additional cost to the City." 5-7 ADJUSTMENTS TO GRADE. The Contractor shall adjust or replace to finish grade City -owned water meter boxes, water valve covers, sewer manholes, and sewer cleanouts and survey monuments. The Contractor will be required to contact Southern California Edison, The Gas Company, Telephone, cable television, and other utility facilities to have existing utilities adjusted to finish grade. The Contractor shall coordinate with each utility company for the adjustment of their facilities. 5-8 SALVAGED MATERIALS The Contractor shall salvage all existing sewer/storm drain manhole (including grade rings), meter or valve box covers. The Contractor shall salvage all removed cast iron pipes. Salvaged materials shall be delivered to the City's Utility Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting, Utilities Division, at (949) 644-3011. SP 13 OF 31 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF WORK. Add to this section: "The time of completion as specified in Section 6-7, shall commence on the date of the `Notice to Proceed.' No work shall begin until a "Notice to Proceed" has been issued, a pre -construction meeting has been conducted, and a schedule of work has been approved by the Engineer. The Contractor shall submit a construction schedule to the Engineer for approval a minimum of five working days prior to commencing any work. Schedule may be bar chart or CPM style. The Engineer will review the schedule and may require the Contractor to modify the schedule to conform to the requirements of the Contract Documents. If work falls behind the approved schedule, the Contractor shall be prohibited from starting additional work until Contractor has exerted extra effort to meet the original schedule and has demonstrated the ability to maintain the approved schedule in the future. Such stoppages of work shall in no way relieve the Contractor from the overall time of completion requirement, nor shall it be construed as the basis for payment of extra work because additional personnel and equipment were required on the job." 6-7 TIME OF COMPLETION 6-7.1 General. Add to this section: "The Contractor shall complete all work under the Contract within forty (40) consecutive working days after the date on the Notice to Proceed. With the Engineer's approval, duration for plant maintenance/establishment shall extend from 90 days. The Contractor shall ensure the availability of all material prior to the start of work. Unavailability of material will not be sufficient reason to grant the Contractor an extension of time for 100 percent completion of work." 6-7.2 Working Days Any city holiday, defined as January 1 st (New Year's Day), the third Monday in January (Martin Luther King Day), the third Monday in February (President's Day), the last Monday in May (Memorial Day), July 0, the first Monday in September (Labor Day), November 11th (Veterans Day), the fourth Thursday and Friday in November (Thanksgiving and Friday after), December 24th, (Christmas Eve), December 25th (Christmas), and December 31St (New Year's Eve). If January 1st, July 4th, November 11th, December 24th, December 25th or December 31st falls on a Sunday, the following Monday is a holiday. If January 1St July 4th, November 11th December 24th December 25th or December 31 st falls on a Saturday, the Friday before is a holiday. 6-7.4 Working Hours Normal working hours are limited to 7:OOAM to 4:30PM Monday through Friday. Working hours on Eastbluff Drive and near Corona dei Mar SP 14 OF 31 High School are limited to 9:OOAM to 3:OOPM, Monday through Friday. At a minimum a pedestrian travel path shall be maintained along Eastbluff Drive by the end of each work day. All work requiring the closure of vehicular travel lanes($) along major roadway, as determined by the Engineer, shall take place between 9:00 AM and 3:OOPM. The Contractor, subcontractors, suppliers, etc., shall not generate any noise at the work site, storage sites, staging areas, etc., before or after the normal working hours prescribed above. Should the Contractor elect to work outside normal working hours, Contractor must first obtain special permission from the Engineer. The request may be for 4:30PM to 6:30PM on weekdays or 8:00 AM to 6:OOPM on Saturday only. A request for working during any of these hours must be made at least 72 hours in advance of the desired time period. A separate request must be made for each work shift. The Engineer reserves the right to deny any or all such requests. Additionally, the Contractor shall pay for supplemental inspection costs of $216.00 per hour when such time periods are approved. Traffic Signal outages and modification work shall be per Section 1.5 of the attached Traffic Signal Specification Supplemental. Traffic signal outages will be allowed per the attached Traffic Signal Special Provision Supplemental. 6-9 LIQUIDATED DAMAGES. Revise sentence three to read: "For each consecutive calendar day after the time specified in Section 6-7-1 for completion of the work, the Contractor shall pay to the City or have withheld from moneys due it, the daily sum of $1,000.00. Revise paragraph two, sentence one, to read: "Execution of the Contract shall constitute agreement by the Agency and Contractor that $1;000.00 per day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. The intent of this section is to emphasize to the Contractor the importance of prosecuting the work in an orderly preplanned continuous sequence so as to minimize inconvenience to residences, businesses, vehicular and pedestrian traffic, and the public as a result of construction operations. 6-11 CONSTRUCTION PHASING A. All off-street work items shall be complete and accepted prior to the start of the adjacent Eastbluff Drive roadway improvement work. B. The Contractor shall schedule his work in order to minimize the inconvenience to the schools and public. SP 15 OF 31 SECTION 7: RESPONSIBILITIES OF THE CONTRACTOR 7-1 THE CONTRACTOR'S EQUIPMENT AND FACILITIES 7-1.2 Temporary Utility Services. Add to this section: "If the Contractor elects to use City water, he shall arrange for a meter and tender a $1073.21 meter deposit with the City. Upon return of the meter to the City, the deposit will be returned to the Contractor, less a $90 monthly charge for meter use, a charge for water usage and repair charges for damage to the meter. Water used during construction shall be paid for by the Contractor. This includes water for flushing and pressure testing water lines, compaction, irrigation during maintenance period for landscaping, etc." City shall designate to the contractor the location of the fire hydrant or other connection acceptable for drawing of construction and temporary water. City reserves the right to limit the location, times and rates of drawing such water. 7-7 COOPERATION AND COLLATERAL WORK. Add to this section: "City forces will perform all shut downs of water facilities as required. The Contractor shall give the City seven calendar days notice of the time he desires the shut down of facilities to take place. A four-hour shut down of water facilities during the daytime hours of 10:OOAM to 2:OOPM or a six -hour shut down between the hours of 11:OOPM to 5:OOAM will be allowed. The Contractor will be responsible for completing all water connections within the time period allowed. The times and dates of any utility to be shut down must be coordinated with the City of Newport Beach, Utilities Department. The Engineer must approve any nighttime work in advance. The Contractor shall provide and install new water meter and valve boxes. Existing water meter or valve box frames and covers shall be salvaged. Salvaged meter or valve boxes and water pipe shall be delivered to the City's Utilities Yard at 949 West 16th Street. The Contractor shall make arrangements for the delivery of salvaged materials by contacting Utilities Division, at (949) 644-3011." 7-8 PROJECT SITE MAINTENANCE 7-8.5.1 Steel Plates. Add to this section: "Steel plates utilized for utility trenching shall be the slip resistant type per Caltrans Standards. In addition, steel plates utilized on arterial highways shall be pinned and recessed flush with existing pavement surface." 7-8.6 Water Pollution Control. Add to this section, "Surface runoff water, including all water used during sawcutting operations, containing mud, silt or other deleterious material due to the construction of this project shall be treated by filtration or SP 16 OF 31 retention in settling basin(s) sufficient to prevent such material from migrating into any catch basin, Newport Harbor, the beach, or the ocean. The Contractor shall also comply with the Construction Runoff Guidance Manual which is available for review at the Public Works Department or can be found on the City's website at http://www.newportbeachea.gov/publicworks and clicking on permits, then selecting the link Construction Runoff Guidance Manual. Additional information can be found at www.cleanwaternewport.com." 7-8.6.2 Best (Management Practices and Monitoring Program. The Contractor shall submit a Best Management Practice (BMP) plan for containing any wastewater or storm water runoff from the project site including, but not limited to the following: a. No placement of construction materials where they could enter storm drain system, which includes gutters that lead to catch basins. b. Checking construction vehicles for leaking fluids. c. Providing a controlled area for cleaning or rinse -down activities. d. Monitoring construction activities. e. Minimizing usage of water when saw -cutting and vacuum the residue. f. Providing measures to capture or vacuum -up water contaminated with construction debris. g. Removing any construction related debris on a daily basis. h. Protecting work areas from erosion. The BMP will be approved by the Engineer prior to any work. The City of Newport Beach will monitor the adjacent storm drains and streets for compliance. Failure of the Contractor to follow BMP will result in immediate cleanup by City and back -charging the Contractor for all costs plus 15 percent. The Contractor may also receive a separate Administrative Citation per Section 14.36.030A23 of the City's Municipal Code. 7-10 PUBLIC CONVENIENCE AND SAFETY 7-10.1 Traffic and Access. Add to this section: 'The Contractor shall provide traffic control and access in accordance with Section 7-10 of the Standard Specifications and the Work Area Traffic Control Handbook (W.A.T.C.H.), also published by Building News, Inc. Pedestrian access to all storefronts, offices, residences, etc., within the limits of work must be maintained at all times. The Contractor shall cooperate with the Engineer to provide advance notice to any and all establishments whose access will be impacted by construction operations, particularly sidewalk construction. The Contractor shall furnish and install signage, barricades, delineators, yellow safety ribbon, and any other measures deemed necessary by the Engineer to safely direct the public around areas of construction, and into (and out of) the affected establishments. Such measures shall be shown on the Detailed Traffic Control Plans (see Section 7-10.3)." SP 17 OF 31 7-10.2 Storage of Equipment and Materials in Public Streets. Delete the first paragraph and add the following: "Construction materials and equipment may only be stored in streets, roads, or sidewalk areas if approved by the Engineer. It is the Contractor's responsibility to obtain an area for the storage of equipment and materials. The Contractor shall obtain the Engineer's approval of a site for storage of equipment and materials prior to arranging for or delivering equipment and materials to the site. Prior to move -in, the Contractor shall take photos of the laydown area. The Contractor shall restore the laydown area to its pre -construction condition. The Engineer may require new base and pavement if the pavement condition has been compromised during construction." 7-10.3 Street Closures, Detours and Barricades. Add to this section: `The Contractor shall utilize the traffic control plans included in the contract documents. In addition to implementation of the Traffic control plans, the Contractor shall make provisions to meet following requirements. 1. Emergency vehicle access shall be maintained at all times. 2. In an effort to reduce the impact on school drop of and pick-up, road and sidewalk closures shall be limited to 9:OOAM to 3:OOPM. 3. The locations and wordings of all barricades, signs, delineators, lights, warning devices, parking restrictions, and any other required details shall ensure that all pedestrian and vehicular traffic will be handled in a safe manner with a minimum of inconvenience to the public. 4. All advanced warning sign installations shall be reflectorized and/or lighted. 5. The Contractor shall accommodate the City's trash collection. If the Contractor elects to work on a street during its trash collection day, it shall be the Contractor's responsibility to make alternative trash collection arrangements by contacting the City's Refuse Superintendent, at (949) 718- 3468 and all affected properly owners." 6. The Contractor shall maintain pedestrian/bike pathway through /adjacent to the construction area at all times. 7. During a traffic signal outage ("dark" or prolonged "red flash") "STOP" signs shall be furnished by the contractor. A minimum of two (2) "STOP" signs shall be placed per approach. Signs will not be necessary during momentary "red flash" while turning the traffic signal on. 8. Two (2) Advance Warning Signs shall be placed one week prior to beginning of construction to give notification of the roadway work and possible delays. The signs shall remain in place until the work is complete. Locations and messages shall be approved by the City Engineer prior to deployment. SP 18 OF 31 Two (2) Changeable Message Signs shall be installed on Jamboree Road and one (1) on Eastbluff Drive notifying motorists of traffic signal outages, lane closures and construction delays at least one (1) week prior to the outage/closure. 7-10.4 Safety 7-10.4.1 Safety Orders. Add to this section: 'The Contractor shall be solely and completely responsible for conditions of the job -site, including safety of all persons and property during performance of the work, and the Contractor shall fully comply with all State, Federal and other laws, rules, regulations, and orders relating to the safety of the public and workers. The right of the Engineer or the City's Representative to conduct construction review or observation of the Contractors performance shall not include review or observation of the adequacy of the Contractor's safety measures in, on, or near the construction site." 7-10.5 "No Parking" Signs The Contractor shall install, and maintain in place "NO PARKING -TOW AWAY' signs (even if streets have posted "NO PARKING" signs) which he shall post at least forty-eight hours in advance of the need for enforcement. The signs will be provided at no cost to the Contractor. However, the City reserves the right to charge $1.50 per sign following any excessive abuse or wastage of the signs by the Contractor. In addition, it shall be the Contractor's responsibility to notify the City's Police Department at (949) 644-3717 for verification of posting at least forty-eight hours in advance of the need for enforcement. The signs shall (1) be made of white card stock; (2) have minimum dimensions of 12 -inches wide and 18 -inches high; and (3) be City of Newport Beach "Temporary Tow -Away, No Parking" signs available at the Public Works Department public counter. The Contractor shall print the hours and dates of parking restriction on the "NO PARKING -TOW AWAY' sign in 2 -inch high letters and numbers. A sample of the completed sign shall be reviewed and approved by the Engineer prior to posting. 7-10.7 Notices to Residents. Ten working days prior to starting work, the Contractor shall deliver a construction notice to businesses and residents within 500 feet of the project, describing the project and indicating the limits of construction. The City will provide the notice. Forty-eight hours prior to the start of construction, the Contractor shall distribute to the residents a second written notice prepared by the City clearly indicating specific dates in the space provided on the notice when construction operations will start for each block or street, what disruptions may occur, and approximately when construction will be complete. An interruption of work at any location in excess of 14 calendar days shall require re -notification. The Contractor shall insert the applicable dates and times at the time the notices are distributed. SP 19 OF 31 The written notices will be prepared by the City, but shall be completed and distributed by the Contractor. Errors in distribution, false starts, acts of God, strikes or other alterations of the schedule will require Contractor re -notification using an explanatory letter furnished by the City. 7-15 CONTRACTOR'S LICENSES. At the time of the award and until completion of work, the Contractor shall possess a General "A" License. Payment Item No. 19 shall be completed by a contractor with a valid "C-27" license. Traffic signal, street lighting and other electrical items shall be completed by a contractor with a valid "C-10" license. At the start of work and until completion of work, the Contractor and all Sub- contractors shall possess a Business License issued by the City of Newport Beach. 7-16 CONTRACTOR'S RECORDS/AS BUILT DRAWINGS. A stamped set of approved plans and specifications shall be on the job site at all times. In addition, the Contractor shall maintain "As -Built" drawings of all work as the job progresses. A separate set of drawings shall be maintained for this purpose. These drawings shall be up-to-date and reviewed by the Engineer at the time each progress bill is submitted. The "As -Built" mark-ups shall be submitted and approved by the Engineer prior to final payment or release of any bonds. The Contractor shall maintain books, records, and documents in accord with generally accepted accounting principles and practices. These books, records, and documents shall be retained for at least three years after the date of completion of the project. During this time, the material shall be made available to the Engineer. Suitable facilities are to be provided for access, inspection, and copying of this material. SECTION 9: MEASUREMENT AND PAYMENT 9-3 PAYMENT 9-3.1 General. Revise paragraph two to read: "The unit and lump sum prices bid for each item of work shown on the proposal shall include full compensation for furnishing the labor, materials, tools, and equipment and doing all the work, including restoring all existing improvements, to complete the item of work in place and no other compensation will be allowed thereafter. Payment for incidental items of work not separately listed shall be included in the prices shown for the other related items of work. The following items of work pertain to the bid items included within the Proposal: Item No. 1 Mobilization: Work under this item shall include, but not limited to, providing bonds, insurance, submittals, and financing; establishing a field office; preparing the SWPPP or BMP Plan, and construction schedule; coordinating with other agencies, contractors, and utilities; notifying businesses and residents; attending meetings; and keeping records of existing conditions for the Contractor's protection; and all other related work as required by the Contract Documents. SP 20 OF 31 Item No. 2 Traffic Control: Work under this item shall include, but not limited to, posting signs; providing the traffic control required by the project including, but not limited to, signs, cones, barricades, flashing arrow sign, K -rail, temporary striping, flagpersons; advance project signs and furnishing all labor, tools, equipment and materials necessary to comply with the approved traffic control plans and the California Manual of Uniform Traffic Control Devices(CA MUTCD), 2012 edition, W.A.T.C.H. Manual, Latest edition, and City of Newport Beach Requirements. This item includes furnishing and placing of up to three (3) Changeable Message Signs (CMS) a week in advance of construction for the duration of the project. Item No. 3 Construct 8 inch Curb and Gutter Type "A": Work under this item shall include, but not limited to, compacting subgrade, reconstructing curb openings of existing curb drains, constructing P.C.C. curb and gutter, re -chiseling of curb face for existing underground utilities, restoring all existing improvements damaged by the work per CNB STD 182-L, replacing painted curb markings (typical) per existing limits, and all other work items as required for performing the work complete and in place. Item No. 4 Construct 6 inch Curb Type "B": Work under this item shall include, but not limited to, compacting subgrade, constructing P.C.C. curb, restoring all existing improvements damaged by the work per CNB STD -182-L, replacing painted curb markings (typical) per existing limits, and all other items as required for performing the work in place. Item No. 5 Construct 6 inch to 8 inch Curb and Gutter Type "A" Transition: Work under this item shall include, but not limited to, compacting subgrade constructing P.C.C. curb transition, restoring all existing improvements damaged by the work per CNB STD -182-L, replacing painted curb markings (typical) per existing limits, and all other items as required for performing the work in place Item No. 6 Construct 4 inch Thick P.C.G. Sidewalk: Work under this item shall include, but not limited to, compacting subgrade, constructing the 4 -inch thick P.C.C. sidewalk per CNB STD 180-L, and all other work items as required to complete the work in place. Item No. 7 Cold Plane Existing A.C. Pavement and Construct A.C. Overlay (0.10 foot) Minimum Thickness: Work under this item shall include, but not limited to, cold milling the A.C. roadway to a depth below existing finished grade as shown on the drawings, constructing A.C. overlay, and all other work items as required to complete the work in place. Item No. 8 Remove and Replace Slough Wall: Work under this item shall include, but not limited to, removing existing slough wall, disposing of excess material, grading, shoring, compacting, constructing P.C.C. base and slough wall per project drawings, and all other work items as required to complete the work in place. SP 21 OF 31 Item No. 9 Construct 6 inch A.C. over 4 inch A.B.: Work under this item shall include, but not limited to, constructing 6"- thick asphalt pavement over compacted 4" aggregate base and all other work items as required to complete the work in place, including an application of an approved weed kill herbicide. Item No. 10 Sawcut Existing Pavement: Work under this item shall include, but not limited to, sawcutting existing pavement and all other work items as required to complete the work in place. Item No. 11 Construct Curb Access Ramp Case "C Work under this item shall include, but not limited to, all labor and materials relating importing and compacting subgrade and constructing P.C.C. Curb Access Ramp including minimum twelve square feet of raised truncated domes per CNB STD -181-L Case C, retaining curbs, curb painting, grooving, and all other work items as required to complete the work in place. Raised truncated domes shall be dark grey colored and shall be `Terra Paving" as manufactured by Wausau Tile, Inc. (562) 716-8677 of Southern California. Item No.12 Construct Curb Access Ramp Case "E": Work under this item shall include, but not limited to, all labor and materials relating importing and compacting subgrade and constructing P.C.C. Curb Access Ramp including minimum twelve square feet of raised truncated domes per CNB STD -181-L Case E, retaining curbs, curb painting, grooving, and all other work items as required to complete the work in place. Raised truncated domes shall be dark grey colored and shall be 'Terra Paving" as manufactured by Wausau Tile, Inc. (562) 716-8677 of Southern California. Item No. 13 Relocate Street Lights: Work under this item shall include removing, protecting, storing existing street light, abandoning foundation and pull box, installing streetlights behind curb, new foundation per CNB STD -203-L, pull box per CNB STD - 204 -L, conduit work, conductors, fuses per CNB STD -205-L, and all other work items as required to complete the work in place. Item No. 14 Furnish and Install New 1-1/4 inch PVC Conduit with 2#8 (6KV) Insulated Conductors: Work under this item shall include, but not limited to, the cost of all labor, equipment and materials for excavating, backfilling, furnishing and installing new 1-1/4" PVC conduit with 2#8 (6KV) insulated conductors, 1#8 bare conductor, and appurtenances to make required connections; and all other items to complete work in place. Conduit shall be installed under sidewalk/parkway or as directed by the Engineer. Contractor shall ensure that street lights are not out of operational for more than five consecutive days. Item No. 15 Remove and Install Signs: Work under this item shall include removing existing sign, and furnishing and installing signs including posts and all necessary hardware as shown on the striping plans and all other work items as required to complete the work in place. SP 22 OF 31 Item No. 16 Install Traffic Striping, Marking, and Markers: Work under this item shall include installing traffic striping, pavement markers, markings and all other work items as required to complete the work in place. Item No. 17 Traffic Signal Modification: Work under this item shall include the cost of labor, equipment and materials required to modify the signal at the Jamboree Road/ Eastbluff Drive/Ford Road intersection per plans, the Special Provisions and Supplemental. Item No. 18 Maintain Temporary Traffic Signal Operation (Jamboree Rd at Eastbluff/Ford Rd): Work under this item shall include, but not be limited to, temporary traffic signal wiring and temporary traffic signal pole to maintain traffic signal operation and minimize outages including pedestrian and bike push buttons per the Plans, the Special Provisions, and Supplemental. Vehicle detection, CCTV and Ethernet communication (if affected) may be excluded from the temporary operation of the traffic signal. Item No. 19 Install Street Light Pull Box No. 3-1/2 F: Work under this item shall include furnishing and installing street light pull boxes per CNB STD -204-L, additional conduit, and conductors per Details, and all other work items as required to complete the work in place Item No. 20 Install Landscape and Irrigation: Work under this item shall include, but not limited to, removing existing street trees to a depth of 18 -inches below ground surface, and irrigation; furnishing , storing and installing 36 -inch box 'Magnolia Grandif/ora' Majestic Beauty per CNB STD -118 -L -B, storing, soil testing, adding soil amendments, and irrigation system as shown on the plans, disposing of excess material, grading, and all other work items as required to complete the work in place. One color photograph with human or measuring scale shall be provided to the Engineer for approval prior to delivery. A color photograph of the tree shall be taken from the nursery in which the plants will be delivered for submittal. Tree installation shall be completed by a C-27 licensed contractor. A 90 -Day plant establishment and maintenance period shall include, but not limited to, the cost of all labor, equipment and materials for manpower, fertilizers, plant materials, supervision and all other items necessary to establish and maintain the planted tree until Engineer acceptance. Item No. 21 Install Stamped Concrete in the Median: Work under this item shall include, but not limited to, all labor and materials relating to compacting subgrade, constructing 4 -inch thick stamped, integrally -colored median concrete to match surrounding median concrete in color and pattern, restoring all existing improvements damaged by related work, and all other work items as required to complete the work in place. SP 23 OF 31 Item No. 22 Clearing and Grubbing: Work under this item shall include but not limited to, clearing and grubbing within the project work area, removal of curb and gutter, removal of sidewalk, removal of access ramps, removal of traffic signal equipment, removal of bench, removal of AC pavement, removal of existing curb and stamped concrete and all other work items as required to complete the work in place. Item No. 23 Unclassified Excavation: Work under this item shall include excavating within the project work area and all other work items as required to complete the work in place. Item No. 24 Remove and Replace Recycled Water Valve to Grade: Work under this item shall include, but not limited to, removing, furnishing, and installing all water valve frame and cover to grade per CNB STD -511-L, and all other work items as required to complete the work in place. Item No. 25 Relocate Water Meter: Work under this item shall include, but not limited to, relocation of water meters to the locations shown on the plans and all other work items as required to complete the work in place. New water meter box shall be furnished and installed per CNB STD -502 or STD -503-L matching the existing surface. Item No. 26 Relocate Air release Assembly: Work under this item shall include relocation of air release assemblies to the locations shown on the plans per CNB STD - 515 -L-A, and all other work items as required to complete the work in place. Item No. 27 Adjust Utility Housings to Grade: Work under this item shall include, but not limited to coordinating with utility companies, adjusting utility housings to grade, and all other work items as required to complete the work in place. Item No. 28 Provide As -Built Drawings: Work under this item shall include all actions necessary to provide as -built drawings. These plans must be kept up to date and submitted to the engineer for review prior to monthly pay request. Item No. 29 Remove USA Markings and Restore Pavement Surface: Work under this item shall include, but not limited to, removing all USA markings and restore pavement surface in the work area to the satisfaction of Engineer. The intent of this pre- set amount is to emphasize to the Contractor the importance of removing USA markings. The Contractor shall insure all USA markings be made with chalk -based paint. Item No. 30 Construction Survey: Work under this item shall include, but not limited to, construction surveying, removing and replacing new survey monument frames and covers to grade per CNB STD -116-L, protecting survey monuments in frames, restoring all survey monuments and centerline ties disturbed, providing any and all surveying work required to complete the work in place. The Contractor's Licensed Surveyor shall file the required Record of Survey or Corner Records with the County of Orange upon monument restoration. SP 24 OF 31 9-3.2 Partial and Final Payment. Add to this section: `Partial payments for mobilization and traffic control shall be made in accordance with Section 10264 of the California Public Contract Code." 9-3.4 Mobilization. Add to this section: "The Contractor shall be required to coordinate operations with the adjoining property owners and Corona Del Mar High School authorities". PART 2 CONSTRUCTION MATERIALS SECTION 201: CONCRETE MORTAR AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE 201-1.1.2 Concrete Specified by Class. Add to this section: "Portland Cement concrete for construction shall be Class 560-C-3250." 201-2 REINFORCEMENT FOR CONCRETE 201-2.2.1 Reinforcing Steel Add to this section: `Reinforcing steel shall be epoxy coated Grade 60 steel conforming to ASTM A 615 with 2 -inch minimum cover unless shown otherwise on the plans." 201-7 NON -MASONRY GROUT 201-7.2 Quick Setting Grout. Add to this section: "The Contractor shall grout the area between an existing reinforced concrete structure and the new storm drain pipe with a quick setting grout." SECTION 202: MASONARY MATERIALS 202-3 GENERAL Add this section: "Construction of slough wall shall be done in accordance with Section 202-1 and Section 202-2 of the Standard Specifications. Block material, color and size are noted on the plans. One of the regional vendors is ORCO Block, 11100 Beach Boulevard, Stanton, California 90680; Phone # (714) 527-2239." SP 25 OF 31 203-6 ASPHALT CONCRETE 203-6.3.2 Aggregate. Add to this Section. "Aggregate size for the finish asphalt concrete course (2.5" thickness) shall be %2° and Y4" for the asphalt concrete base course (3.5" thickness)." 203-6.4 Asphalt Concrete Mixtures 203-6.4.3 Composition and Grading. Add to this Section "Asphalt Concrete for the finish course shall be C2 64-10 and B 64-10 for the base course." SECTION 209: ELECTRICAL COMPONENTS 209-2.2 Anchor Bolts. Revise 2"d sentence: "Anchor bolts must comply with ASTM F 1554, Grade 55 for weldable steel." SECTION 212: LANDSCAPE AND IRRIGATION MATERIALS 212-1.2.3 Commercial Fertilizers 212-1.2.3.1 Plant Tablets. Add the following section: Planting tablets - All trees shall receive Gro -Power (or equal) plant tablets placed below grade (three inches for container stock; one inch for flat plants) at the following rates: (27)- 7 gram tablets per each 36" box 212-1.5.3 Tree Stakes. Replace section as follows: Tree stakes shall be of the types and sizes as shown on the plans and details. 212-2.2.3 Manual Control Valves. Replace section as follows: Manual Control Valves shall be of the manufacturer and model specified on the plan. 212-2.2.4 Remote Control Valves. Replace section as follows: Remote Control Valves shall be of the manufacturer and model specified on the plan. 212-2.2.7 Valve Boxes. Replace section as follows: Valve boxes shall be shall be NDS Pro Series. They shall be model 314BCNH for remote control valves, and model 2126CB for gate valves. SP 26 OF 31 212-2.2.14 Sprinkler Equipment. Replace section as follows: Sprinkler equipment shall be of the types and sizes as shown on the plans. SECTION 214: PAVEMENT MARKERS 214-4 NONREFLECTIVE PAVEMENT MARKERS. Add to this Section: "All new non -reflective pavement markers types A and AY shall be ceramic coated with red paint." 214.5 REFLECTIVE PAVEMENT MARKERS. Add to this Section: "All new reflective pavement markers shall have glass -covered reflective faces or be 3M Series 290." PART 3 CONSTRUCTION METHODS SECTION 300: EARTHWORK 300-1 CLEARING AND GRUBBING 300-1.3 Removal and Disposal of Materials. Add to this Section: "Removal and disposal of material shall be done by City approved Licensed and Franchised Commercial Solid Waste Haulers. A current list of approved haulers can be provided upon request or be found on the City's website at: ht#p://www.newportbeach.ca.gov/generalservices " 300-1.3.1 General. Add to this section: "The work shall be done in accordance with Section 300-1.3.2 of the Standard Specifications except as modified and supplemented herein. Joins to existing pavement lines shall be full depth sawcuts. Final removal between the sawcut lines may be accomplished by the use of jackhammers or sledgehammers. Pavement breakers or stompers will not be permitted on the job. The Engineer must approve final removal accomplished by other means. This work shall include the following: 1. Removal of Curb, curb and gutter 2. Removal of Sidewalk 3. Removal of access ramps 4. Removal of traffic signal equipment 5. Removal of Existing Bench 6. Removal of existing AC pavement 7. Removal of existing curb and stamped concrete SP 27 OF 31 The Contractor shall maintain the job site in a clean and safe condition. The Contractor will remove any broken concrete, debris or other deleterious material from the job site at the end of each workday .Contractor shall meet with the Engineer to mark out the areas of roadway removal and replacement. The Contractor shall dispose of all excess or waste material and shall include all fees for such disposal in the appropriate bid items. 300-1.3.2 Requirements (C) Concrete Curb, Walk, Gutters, Cross Gutters, Driveways, and Alley Intersections. Replace the first sentence of this Section with: "Saw cuts shall be neatly made to a minimum of two (2) inches." Replace the words " 1 'h inch" of the last sentence with the words "two (2) inches." 300-1.5 Solid Waste Diversion Non -reinforced concrete and asphalt wastes generated from the job site shall be disposed of at a facility that crushes such materials for reuse. Excess soil and other recyclable solid wastes shall not be disposed of at a sanitary landfill. The Contractor shall maintain monthly tonnage records of total solid wastes generated and solid wastes disposed of at a sanitary landfill. The Contractor shall report said tonnage monthly to the Engineer on a form provided by the Engineer and provide appropriate confirmation documentation from the recycling facility. SECTION 302: ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT 302-5.1 General. Add to this section: 'The asphalt concrete (A.C.) used for surface caps shall be III-C3-PG64-10. The A.C. for base course shall be III-132-PG64-10. All cracks '/-inch or greater in width shall be cleaned, have weed kill applied and sealed with a hot -applied crack sealant approved by the Engineer. In residential areas no highway rated equipment or trucks are to be used (eg. no super trucks). Use truck and trailers or transfers. Use of heavier rated trucks must be approved by Engineer. Holes, spalls, and cracks greater than 1 -inch in width shall be filled and compacted 95% minimum with an F -PG 64-10 asphalt concrete mix. The pavement shall then be cleaned with a power broom." 302-5.4 Tack Coat. Add to this section: "Prior to placing the asphalt concrete patches, a tack coat of Type SS -1h asphaltic emulsion at a rate not to exceed one — tenth (1/10) of a gallon per square yard shall be uniformly applied to existing A.C. and P.C.C. surfaces and edges against which asphalt concrete is to be placed" SP 28 OF 31 SECTION 303: CONCRETE AND MASONRY CONSTRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS AND DRIVEWAYS 303-5.1 Requirements 303-5.1.1 General. Add to this section: "Sidewalk and curb access ramps shall be opened to pedestrian access on the day following concrete placement. In addition, all forms shall be removed, irrigation systems shall be repaired, and backfill or patchback shall be placed within 72 hours following concrete placement. Newly poured P.C.C. improvements subject to vehicle loads shall not be opened to vehicle traffic until the concrete has cured to a minimum strength of 3,000 psi." 303-5.5 Finishing 303-5.5.2 Curb. Add to this section: "The Contractor shall install or replace curb markings that indicate sewer lateral or water valve location on the face of the curb. The Contractor shall mark the curb with a chiseled "S' or "W" for sewer or water lateral and a chiseled W -X" for water valve locations. X' shall indicate the number of feet from the curb face to the valve. To determine the location of sewer laterals and water services, the Contractor must call the Utilities Division (949) 644-3011." 303-5.5.4 Gutter. Add to this section: "The Contractor shall hold the flow line tolerances to within 0.01 feet of those elevations shown on the plan." SECTION 307: STREET LIGHTING AND TRAFFIC SIGNALS 307-4 TRAFFIC SIGNAL CONSTRUCTION Refer to Attached Traffic Signal Special Provisions Supplemental. SECTION 308: LANDSCAPE AND IRRIGATION INSTALLATION 308-1 GENERAL 308.1.1 Existing Tree Root and Branch Pruning and Removal. Add this section: "The Contractor is responsible for clearing and grubbing, pruning and removing tree roots that interfere with the work. The Contractor shall submit recommendations by its arborist to the City for review for safely pruning and removing tree roots. No roots shall be pruned or removed unless this submittal is returned to the Contractor as satisfactory. Prior to the submittal, the Contractor shall arrange to meet with the City's Urban Forester, Mr. John Conway (949) 644-3083 at the site to discuss City standards and requirements. SP 29 OF 31 The submittal shall adhere to the following guidelines. 1. Root Pruning a. Whenever possible, root pruning shall only be done on one side of the tree unless specifically authorized by the City's Urban Forester. b. Roots shall be cleanly severed using a root -pruning machine, ax or comparable tool. 2. Arbitrary Root Cut a. A straight cut with a root -cutting machine shall be made. b. The cut shall be a maximum 14' below grade for sidewalks and 26" for curbs, and shall be made as far away from the tree base as possible. 3. Selective Root Pruning a. This process involves selectively removing offending roots when a tree trunk or root flare is less than 2 feet from the sidewalk and/or the size, species or condition of the tree warrants a root cut to be hazardous to the tree or when there is only one minor offending root to be removed and/or the damage is minimal (i.e., only one panel uplifted, etc.). b. Selective root pruning shall be performed with an ax or stump -grinding machine instead of a root -pruning machine. c. All tree roots that are within the sidewalk construction area shall be removed or shaved down. d. Roots greater than two inches in diameter that must be removed, must be pre -approved by the City's Urban Forester. e. Roots shall be selected for removal on the basis that will have the least impact on the health and stability for the tree. 308-4 PLANTING 308-4.5 Tree and Shrub Planting Replace section as follows: Planting holes shall be approximately square with vertical sides twice the depth and width of the plant container or ball, and shall be larger if necessary to permit handling and planting without injury or breakage of the root ball or root system. Tree pits shall be modified as shown in the drawing details. Any plant with a broken or cracked root ball before or during planting shall not be planted. Containers shalt be opened and removed in such a manner that the root is not injured. SP 30 OF 31 The native soil at the bottom of planting holes shall be scarified to a depth of 6 inches (150 mm). All shrub planting holes shall be backfilled with a prepared soil mix. Soil shall consist of 50 percent of the specified topsoil and 50 percent Type 1 organic soil amendment. All tree planting holes shall be per the plans & details. After planting, the plant shall be plumb, with the root crown at its natural growing depth with respect to finish grade. Planting shall be governed by the following requirements: 1) A layer of prepared soil mix shall be deposited in the planting hole. 2) The plant shall — set approximately at the center of the hole. 3) Prepared soil mix shall be deposited in the remainder of the hole to finish grade. 4) The backfill shall be thoroughly water -settled and additional prepared soil mix added to fill any remaining void below finish grade. 5) A circular watering basin slightly larger than the planting hole, 4 inches (100 mm) high for trees and 2 inches (50 mm) high for shrubs, shall be left around the plant. The bottom of the basin shall be at approximate finish grade or slightly lower. Type 5mulch shall be spread at least 2 inches (50 mm) thick in the basin. 6) Trees shall be staked as specified in 308-4.6. 7) The area around plant shall be regraded to finish grade. The excess soil shall be disposed of by the Contractor. 308-4.6 Plant Staking and Guying Delete sub -sections 308-4.6.1, 4.6.2 and 4.6.3. Replace section 308-4.6 as follows: Plant staking shall be per the details and the manufacturer's recommendations: reddystake.com/files/35003177.pdf SECTION 310: PAINTING 310-5 PAINTING VARIOUS SURFACES 310-5.6 Painting Traffic Striping, Pavement Markings, and Curb Markings 310-5.6.6 Preparation of Existing Surfaces. Modify and amend this section to read: "The Contractor shall remove all existing thermoplastic traffic striping and pavement markings affected by wet sandblasting per requirements of the Section 310-5.6.6 or by a method approved by the Engineer." 310-5.6.7 Layout, Alignment, and Spotting. Modify and amend this section to read: "The Contractor shall perform all layout, alignment, and spotting. The Contractor shall be responsible for the completeness and accuracy of all layout alignment and spotting. Traffic striping shall not vary more than 1/2 inch in 40 feet from the alignment shown on the plans. The Contractor shall mark or otherwise delineate the new traffic lanes and pavement markings within 24 hours after the removal or covering of existing striping or markings. No street shall be without the proper striping over a weekend or holiday. Stop bars shall not remain unpainted overnight." SP 31 OF 31 310-5.6.8 Application of Paint. Add to this section: "Temporary painted traffic striping and markings shall be applied in one coat, as soon as possible and within 24 hours after the finish course has been applied. Paint for temporary traffic striping and pavement markings shall be white Formula No. 2600A9 Duraline 2000 and yellow Formula No. 2601A9 Duraline 2000 as manufactured by Morton. These temporary paints shall be applied at 15 mils wet. The final striping for all painted areas, excluding bike lane legends, shall be reflectorized thermoplastic. The sprayable reflectorized thermoplastic pavement striping shall not be applied until the paving has been in place for at least 15 days. The thermoplastic shall be applied at 0.45 mm minimum thickness for all striping except crosswalks and limit lines — which shall be 0.90 mm minimum thickness. Bike lane legends shall be two coats paint. If the Contractor fails to perform striping as specified herein, the Contractor shall cease all contract work until the striping has been properly performed. Such termination of work shall require the Contractor to re -install "NO PARKING, TOW -AWAY' signs and re -notify the affected residents, at the Contractor's sole expense. In addition, if the Contractor removes/covers/damages existing striping and/or raised pavement markers outside of the work area, he shall re-stripe/replace such work items at no cost to the City. The Contractor shall paint or otherwise delineate, to the satisfaction of the Engineer, temporary traffic lanes when (1) two opposing traffic lanes are adjacent or (2) there is more than one lane in any one direction, for more than three consecutive calendar days. Dependent upon construction phasing, the Engineer may require the Contractor to apply two applications of paint to maintain adequate delineation on base pavement surfaces, at no additional cost to the City." SECTION 312: PAVEMENT MARKER PLACEMENT AND REMOVAL 312-1 PLACEMENT. Amend this section with: The location of raised pavement fire hydrant marker shall conform to the City of Newport Beach Standard Plan No. STD -902-L. 2. The Contractor shall not replace raised pavement markers until fifteen days after the application of finish course. Eastbluff Drive Bike Lane improvement Project t MOMM-NINOW M4, .1 January 6, 2014 1.0 Summary of Work....................................................................................................... 6 1.1 CONTRACT LIMITS..................................................................................................................6 REQUIREMENTS................................................................................................................... 1.2 DESCRIPTION OF WORK.......................................................................................................... 6 1.3 COST BREAK-DOWN.............................................................................................................. 6 1.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS.....................................................6 INSTALLATION..................................................................................................................... 1.5 SCHEDULING OF TRAFFIC SIGNAL WORK.................................................................................... 7 1.6 PHYSICALAND MECHANICAL REQUIREMENTS ..............................................................................8 1.7 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS......................................................................8 1.8 CABLING REQUIREMENTS........................................................................................................ 9 1.9 RESPONSIBILITIES OF THE CONTRACTOR..................................................................................... 9 2.0 Contractor's Qualifications.........................................................................................11 2.1 GENERAL........................................................................................................................... 11 2.2 REQUIREMENTS...................................................................................................................11 3.0 Fiber Optic Cable........................................................................................................11 3.1 REQUIREMENTS.,......... .................................................................................. ..................... 11 3.2 QUALITY CONTROL... ................................................................. ......................................... 13 3.3 GENERAL CONSIDERATIONS................................................................................................... 13 3.4 FIBER CHARACTERISTICS........................................................................................................ 13 3.5 COLOR CODING................................................................................................................... 14 3.6 GENERAL CABLE PERFORMANCE............................................................................................. 14 3.7 DROP CABLE....................................................................................................................... 15 3.8 FIBER PATCH CORDS............................................................................................................ 16 3.9 FIBER OPTIC FAN -OUT KITS................................................................................................... 16 3.10 FIBER OPTIC CONNECTORS.................................................................................................... 17 3.11 FIBER OPTIC INSTALLATION.................................................................................................... 17 3.12 SPLICING............................................................................................................................ 19 3.13 FIBER OPTIC CABLE ASSEMBLIES............................................................................................. 20 3.14 FIBER ASSIGNMENTS............................................................................................................22 3.15 FIBER OPTIC CABLE LINK TESTING........................................................................................... 22 3.16 INSERTION LOSS TEST EQUIPMENT (FIBER OPTIC CABLE)............................................................. 24 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION.................................................................. 25 3.18 FIBER OPTIC CABLE ROUTE RECORDS...................................................................................... 25 3.19 #10 GREEN TRACER WIRE.................................................................................................... 26 4.0 Microduct....................................................................................................... .........2e 4.1 GENERAL........................................................................................................................... 26 4.2 REQUIREMENTS................................................................................................................... 26 4.3 QUALITY CONTROL.............................................................................................................. 26 4.4 MATERIAL.......................................................................................................................... 26 4.5 INSTALLATION..................................................................................................................... 26 F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 5.0 Fiber Patch Panel/Wall Interconnect Unit...................................................................27 5.1 GENERAL........................................................................................................................... 27 5.2 DESCRIPTION...................................................................................................................... 27 6.0 Fiber Distribution Unit (FDU) and Rack.......................................................................27 6.1 GENERAL........................................................................................................................... 27 6.2 DESCRIPTION OF FDU........................................................................................................... 28 6.3 DESCRIPTION OF RACK.......................................................................................................... 28 6.4 INSTALLATION..................................................................................................................... 29 7.0 Splice Closures...........................................................................................................29 7.1 GENERAL... ............. .......................................................................................................... 29 7.2 INSTALLATION.......... ........................... . ................... ................. ............ ........ .................. 30 8.0 Ethernet System........................................................................................................31 8.1 GENERAL...........................................................................................................................31 8.2 CAT6-A CABLE................................................................................................................... 31 8.3 INSTALLATION..................................................................................................................... 31 8.4 TESTING............................................................................................................................. 31 8.5 WARRANTY........................................................................................................................31 9.0 Power Strip................................................................................................................32 9.1 GENERAL........................................................................................................................... 32 9.2 WALL -MOUNTED POWER STRIP............................................................................................. 32 9.3 19 -INCH RACK -MOUNTED POWER STRIP ................................................................................. 32 10.0 Ethernet Radio System...............................................................................................33 10.1 GENERAL...........................................................................................................................33 10.2 REQUIREMENTS...................................................................................................................33 10.3 TESTING.............................................................................................................................33 10.4 WARRANTY........................................................................................................................33 11.0 CCN System..............................................................................................................34 11.1 GENERAL........................................................................................................................... 34 11.2 CCN IP DOME CAMERA...................................................................................................... 34 11.3 CCN VIDEO ENCODER ......................... ........... ............. :...................................................... 34 11.4 CCN INTEGRATED CAMERA CABLE........................................................................................36 12.0 Conduit......................................................................................................................36 12.1 GENERAL .................. ....... .......................................................................... ................... I..... 36 12.2 REQUIREMENTS...................................................................................................................36 12.3 QUALITY CONTROL.............................................................................................................. 36 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT........................................................................... 36 12.5 PVC SCHEDULE 80 CONDUIT................................................................................................. 37 12.6 INSTALLATION..................................................................................................................... 37 F:\Users\PBW\Shared\ContraCts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.dm III 13.0 Pull Boxes..................................................................................................................39 13.1 GENERAL...........................................................................................................................39 13.2 PULL BOX AND PULL BOX COVER............................................................................................ 39 13.3 INSTALLATION REQUIREMENTS............................................................................................... 40 13.4 INSTALLATION DETAIL........................................................................................................... 41 14.0 Conductors and Wiring...............................................................................................41 14.1 SPLICING............................................................................................................................41 14.2 TEMPORARY OVERHEAD WIRING............................................................................................ 42 15.0 Twisted Pair Cable.....................................................................................................42 15.1 GENERAL...........................................................................................................................42 15.2 REQUIREMENTS................................................................................................................... 42 15.3 CABLE MARKING................................................................................................................. 42 15.4 QUALITY CONTROL.............................................................................................................. 42 15.5 GENERAL CONSIDERATIONS................................................................................................... 43 15.6 INSTALLATION..................................................................................................................... 43 15.7 COMMUNICATION LINK TESTING ................. ..................... ....:................................................. 43 16.0 Controller Cabinet Assemblies....................................................................................44 16.1 CITY FURNISHED EQUIPMENT................................................................................................. 44 16.2 GENERAL...........................................................................................................................44 16.3 DOCUMENTATION............................................................................................................... 45 16.4 WARRANTY........................................................................................................................45 16.5 CABINET STANDARDS........................................................................................................... 45 16.6 CABINET WIRING................................................................................................................. 45 16.7 CABINET EQUIPMENT.................. ............................................................................... ........... 48 17.0 Standards, Steel Pedestals, and Posts.........................................................................49 17.1 EXCAVATING AND BACKFILLING.............................................................................................. 49 17.2 GENERAL., .......................... ............ .................................... .................. ......................... 49 17.3 FOUNDATIONS.................................................................................................................... 49 18.0 Service Enclosures......................................................................................................50 18.1 GENERAL...........................................................................................................................50 19.0 Vehicle/Pedestrian Signal Faces.................................................................................50 19.1 LIGHT EMITTING DIODE SIGNAL MODULE................................................................................. 51 19.2 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE ............................................ 51 20.0 Vehicle Detectors.......................................................................................................51 21.0 Pedestrian/Bike Push Button Assemblies...................................................................52 21.1 HIGH PRESSURE SODIUM LUMINAIRES..................................................................................... 52 21.2 HIGH PRESSURE SODIUM LAMP BALLASTS.. ................. ................................................... _ .... _ 52 21.3 LAG-TYPE REGULATOR BALLASTS............................................................................................ 53 F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc IV 21.4 LEAD TYPE REGULATOR BALLASTS........................................................................................... 53 21.5 PHOTOELECTRIC CONTROLS................................................................................................... 53 21.6 LED INTERNALLY ILLUMINATED STREET NAMESIGNS.................................................................. 53 22.0 Opticom Priority Control System................................................................................56 23.0 Battery Backup System..............................................................................................56 23.1 BATTERY BACKUP CABINET.................................................................................................... 57 24.0 SIGNS.........................................................................................................................57 24.1 GENERAL...........................................................................................................................57 F:\Users\PBW\Shared\Contmcts\FY 13-14\C-5498- Eastbiuff Drive Widening\SPECS SUPPLEMENTALC-5498.doc V 1.1 CONTRACT LIMITS Below are the contract limits for work to be done on City right-of-way. Project Intersection Location Jamboree Road at Eastbluff Drive/Ford Road 1.2 DESCRIPTION OF WORK The Contractor shall be responsible to furnish necessary equipment, materials and services to modify the Jamboree Road at Eastbluff Drive/Ford Road intersection per the plans (R -6038-S), Special Provisions and Special Provision Supplemental. 1.3 COST BREAK -DOWN Cost break -down shall conform to the provisions in Section 86-1.03, "Cost Break -Down", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. In addition to items listed in Section 86-1.03, the cost break -down shall include cost information for the following items: • Installation/modification of curb ramps and sidewalks; • Striping Modifications; • Traffic Control Plans/deployment; and • Other items necessary for completion of the project. The Contractor shall furnish the Engineer a cost break -down for the contract lump sum items on a per bid item basis. Cost break -down tables shall be submitted to the Engineer for approval within fifteen (15) working days after the contract has been approved. Cost break -down tables will be approved, in writing, by the Engineer before any partial payment will be made. 1.4 MAINTAINING EXISTING AND TEMPORARY ELECTRICAL SYSTEMS Maintaining existing and temporary electrical systems shall conform to the provisions in Section 86-1.06 "Maintaining Existing and Temporary Electrical Systems" of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. The Contractor shall request prior authorization from the Engineer for each traffic signal system shutdown. Traffic signal system shutdown shall be coordinated through the Engineer, and shall be kept to a minimum, as determined by the Engineer. The Contractor shall install temporary wiring and equipment to maintain full signal operation (except for vehicle detection) and safety lighting at locations designated in bid items. This may include temporary wiring, temporary traffic signal poles and temporary relocation of the traffic signal cabinet as described F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc in the bid item. All existing signal indications, pedestrian and bicycle push buttons, and control equipment shall be maintained in operation, except during shutdown hours as specified above. The contractor shall review the location. Temporary overhead wiring is intended to limit required signal outages. The bid shall include items needed to complete the overhead wiring. Other methods may be considered during construction and must be approved by the City. Should other methods be approved that convenience the contractor, some or all of this bid item may be retained by the City dependent on work performed. All damaged detector loops shall be back in service within five (5) working days (unless otherwise specified). The Contractor shall place "Stop Ahead" and "Stop" signs to direct vehicle and pedestrian traffic through the intersection during traffic signal shutdown. Temporary "Stop Ahead" and "Stop" signs shall be either covered or removed when the system is turned on. "Stop" signs shall be furnished by the Contractor and shall conform to the provisions in Section 12-3.06, "Construction Area Signs" of the State of California Department of Transportation. (Caltrans) Standard Specifications. Minimum size of "Stop" signs shall be 30 inches. One "Stop" sign shall be placed for each direction of traffic. For approaches with two or more lanes, a minimum of two "Stop" signs shall be placed. Location of the signs shall be as directed by the Engineer. 1.5 SCHEDULING OF TRAFFIC SIGNAL WORK Traffic Signal shutdown and red flash operation shall be limited to the hours of 9:00 a.m. and 3:00 p.m. on weekdays (Monday through Thursday, excluding Tuesdays), except as authorized by the Engineer. Turn -on of new or rewired traffic signals, or those with a new controller cabinet shall only be scheduled for hours between 9 a.m. and 12 p.m. and shall not begin the functional test on a Friday, weekend, or any day preceding a holiday, except as authorized by the Engineer. The contractor shall provide a schedule that details all planned traffic signal outages and when the signal is planned to be in "red -flash" operation. The scheduling of these items shall be maintained and updated as necessary. The City Engineer shall be notified immediately when these items are rescheduled." The Contractor may perform sub -surface work consisting of the installation of conduit, foundations, and detectors, prior to receipt of all electrical materials and equipment. Above -ground signal work shall not commence until such time that the Contractor notifies the Engineer, in writing, of the date that all electrical materials and equipment are received, and said work shall start within 15 days after said date. Above -ground signal work shall be scheduled such that the signal turn -on shall occur within 10 days of the pole installation. All vehicle and pedestrian indications that are to be installed prior to signal turn -on shall be covered until the signal is turned on. Existing street lighting shall remain in operation until new lighting is operational. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive W Idening\SPECS SUPPLEMENTAL C-5498.doc All striping, pavement markings, and signing shall be in place prior to signal turn -on and/or opening of street to public travel. Prior to installation of signal detector loops, the location of proposed striping and crosswalks shall be marked in the field and approved by the Engineer. 1.6 PHYSICAL AND MECHANICAL REQUIREMENTS All materials, equipment and components furnished shall be new, be of the latest design and manufacture, and be in an operable condition. All parts shall be of high quality workmanship, and no part or attachment shall be substituted or applied contrary to the manufacturer's recommendations and standard practices. Like components shall be of the same manufacturer. Equipment shall be furnished in matching, or closely coordinating, colors and materials. The equipment shall be readily accessible for service or replacement. Equipment shall be neatly located within cabinets such that there are no obstructions to air flow. There shall be proper cooling of all equipment. No equipment shall be considered which requires direct/dedicated ventilation systems. All equipment shall have conveniently located, protected on-off switches. It shall be the responsibility of the Contractor to supply and install all necessary power distribution devices including power switches, circuit breakers, grounding straps, etc., for equipment within each cabinet. All free standing equipment, including but not limited to equipment racks, video wall and monitors, console, etc., shall be secured to the floor, walls, or ceiling to prevent damage during seismic activity. Floor space in front and behind equipment racks and cabinets should provide sufficient clearance for service and maintenance and the Americans with Disabilities Act (ADA) requirements. The method used to attach the freestanding equipment shall be submitted to the Engineer and approved prior to the installation of all freestanding equipment. All equipment shall be tagged clearly indicating the type of equipment. Where specified in the plans or these specifications, the Contractor shall provide all material and equipment per the manufacturer's name and model or catalog number. Products of other manufacturers will not be considered. 1.7 ELECTRICAL AND ENVIRONMENTAL REQUIREMENTS The equipment shall meet all the specified performance requirements under the following ranges of electrical and environmental conditions (unless otherwise noted). • Primary Power - 120 volts single phase, voltage variation ± 10%; frequency range, 60 Hz ± 1. • High Frequency Interference - Spikes of 50 volts. • Low Voltage Transients - +20% of the nominal line voltage for maximum duration of one power cycle. • Temperature Range -+50 to+85 degrees F. • Temperature Gradient -10 degrees F per hour. • Humidity - 50 to 60 percent, non -condensing. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc All electronic equipment shall be of solid-state design (unless otherwise noted) and modular construction. Individual electrical components in any module shall be removable and replaceable without resulting damages to the module or equipment. The design shall be such as to prevent reversed assembly or installation of connectors, fasteners, etc., where possible malfunction or personnel hazards might occur. Each item of equipment shall be designed to protect personnel from exposure to high voltage and temperature during equipment operation, adjustments, and maintenance. All video display system and computer equipment shall be suitably protected against Electro -Magnetic Interference (EMI) and shall be sufficiently shielded so as not to produce any EMI, which would interfere with any other equipment in the City TMC. Any equipment failing to meet this requirement shall not be used. All video power circuits shall be on the same phase and dedicated for video use only. The equipment shall be protected from surges and transients in the electrical service and dedicated interconnect cable system. The equipment shall be provided with manually re -lettable or replaceable circuit protection devices to protect the equipment and power sources. All such devices shall be readily accessible. 1.8 CABLING REQUIREMENTS All cable plugs and connectors shall be labeled and keyed to preclude improper connection. The use of ribbon type cables to connect between equipment is not acceptable unless the cables are shielded and have an extra layer of heavy-duty protection from the environment, as well as connectors on each end with some form of locking mechanism. 1.9 RESPONSIBILITIES OF THE CONTRACTOR It shall be the Contractor's responsibility to perform site inspection of the work area prior to beginning Field Work and to identify any factors that will affect the unit cost and the total cost to implement the System per the Plans and these Special Provisions. The Contractor shall be responsible for all work necessary for delivery, installation, testing, configuration, calibration and maintenance of all Field Work equipment installed as part of this contract, such that they operate as an integrated functional system until final acceptance. The Contractor shall also be responsible for all incidental accessories necessary to make the installed system, including the fiber optic communication system and CCN system, complete and ready for operation, even if not particularly specified. Such incidentals shall be furnished, delivered and installed by the Contractor without additional expense to the Engineer or the City. Minor details not usually shown or specified but necessary for the proper installation and operation, shall be included in the work and in the Contractor's cost proposal, the same as if herein specified. The Contractor shall note that approval by the Engineer is required before ordering or installing any material and equipment that is to be used for the Contract. All communication equipment should be operationally tested before they are shipped to the project site. The Contractor shall fully inform himself/herself regarding any and all peculiarities and limitations of spaces available for installation of all Field Work and materials furnished and installed under this F:\Users\PBW\Shared\Contracts\FV 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc Contract. The Contractor shall exercise due and particular caution to determine that all parts of the Field Work are made quickly and easily accessible after installation. Although the location of equipment may be shown on the Plans in certain positions, the Contractor shall be guided by details and conditions at job; the Plans are essentially diagrammatic, intended to indicate the scope of work to be done, and are not to be used for fabrication. it shall be the responsibility of the Contractor to make sure that the equipment he/she proposes to use will fit into the available space with proper clearances. The Contractor shall verify all controlling field dimensions before ordering or fabricating any material. No equipment or materials to be installed as part of this contract shall be ordered prior to receiving written approval from the Engineer. The Contractor shall maintain the project site in a neat condition. No debris shall be left under any circumstances. The Contractor shall keep material and equipment at his facility and shall deliver only material needed at a given time to the project site. The material shall be delivered in a coordinated manner, and as approved by the Engineer. When the installation of all equipment is completed, the Contractor shall dispose all unused materials. Prior to disposal, the Contractor shall identify all unused materials with the Engineer and obtain the approval from the Engineer. The Contractor is required to observe all regulations and ordinances of the City as they apply to work in City buildings, streets, and other rights-of-way or City property. The Contractor shall procure encroachment permits for all work done outside City right -or -way, including work completed on Caltrans right -or -way, at the Contractor's expense. The Contractor shall coordinate the Field Work with all required agencies and utility companies. The Contractor shall coordinate with Econolite, as directed by Engineer, for Field Work and TMC Work being completed by others. If other equipment not mentioned in this Special Provisions is deemed necessary by the Contractor for a complete and successful installation of the Field Work described in Section 1.2, the Contractor shall do so in concert with the equipment list submittal. This section of the submittal shall be entitled "OTHER PERTINENT EQUIPMENT" and the Contractor shall include a brief justification statement relative to the inclusion of this equipment. The purchase of additional equipment is subject to approval by the Engineer. It is the Contractor's responsibility to ensure that a complete and working system installation is achieved. The Contractor shall assign project management staff to coordinate all project activities with the City, the Engineer and other vendors. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 10 2.1 GENERAL This section describes mandatory experience requirements for General Contractors bidding on this project. General Contractors not meeting the requirements of this section will have their bid deemed non-responsive. 2.2 REQUIREMENTS The Contractor shall have sufficient experience in the installation and integration of fiber optic cable, CCN cameras, and electronic communication equipment. The minimum requirements for sufficient experience are as follows: 1. The Contractor (or its subcontractor(s)) shall have three (3) years experience in the installation of fiber optic cables, including fusion splicing, terminating and testing of single - mode fiber optic cable. 2. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where fiber optic cables were installed in outdoor conduits and the systems have been in continuous satisfactory operation for at least one year. 3. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where communications equipment was installed in and the systems have been in continuous satisfactory operation for at least one year. 4. The Contractor (or its subcontractor(s)) shall have completed at least two (2) systems where CCN cameras and associated equipment were installed in and the systems have been in continuous satisfactory operation for at least one year. 5. The Contractor (or its subcontractor(s)) shall have completed at least one (1) system where a minimum of 1000 feet of microduct and fiber optic cable were installed in conduit. Each qualifying project must have included at least two (2) miles of underground conduit with fiber optic cabling. In addition, each qualifying project must have been constructed within a public street or within a public easement. 3.1 REQUIREMENTS Fiber optic cables shall be supplied in the configurations shown on the plans and specified in these Special Provisions. There shall be two (2) principal cable types as well as incidental cabling procured under this specification. They are identified using a naming convention as follows: 1. Mainline cable which shall contain forty-eight (48), strand single -mode optical fibers, and the cable shall be installed in microduct. 2. Drop cable which shall contain six (6) single -mode optical fibers, and the cable shall be installed in microduct. f:\Users\PBW\Shared\Contracts\rY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 11 Each fiber optic cable shall be suitable for underground duct placement. The length of fiber optic cable to be installed within City Buildings does not require the fiber optic cable to be plenum and fire rated. Additionally, there will be ancillary connecting (patching) optical fiber cables furnished and installed by Contractor under this Contract and this Supplemental, which are more precisely described elsewhere in this document. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All fibers in the cables shall be usable fibers and free of surface imperfections and occlusions, in order to meet or exceed all of the optical, mechanical, and environmental requirements contained in this Supplemental. All cables shall be free of material or manufacturing defects and dimensional non-uniformity that would: • Interfere with the cable installation employing accepted cable installation practices. • Degrade the transmission performance and environmental resistance after installation. • Inhibit proper connection to interfacing elements. • Otherwise yield an inferior product. • Each fiber optic outside plant cable for this project shall be all -dielectric, dry water -blocking material, duct type, with loose buffer tubes, and shall conform to these Special Provisions. The Contractor shall furnish, install, splice and test all the required fiber optic cable. All splicing kits, fiber optic cable caps, moisture/water sealants, terminators, splice trays, patch cords, connectors, pig tails and accessories to complete the fiber optic network shall be provided as incidentals. All equipment for installation, splicing and testing shall be provided by the Contractor per manufacturer's specifications and as detailed in these specifications. All fiber optic glass/cable on this project shall be from the same manufacturer and who is regularly engaged in the production of optical fiber material. The cable shall be qualified as compliant with Chapter XVII, of Title 7, Part 1755.900 of the Code of Federal Regulations, and "REA Specification for Filled Fiber Optic Cables." 3.1.1 PACKAGING 1. The completed cable shall be packaged for shipment on non -returnable wooden reels. Required cable lengths shall be stated in the purchase order. 2. Top and bottom ends of the cable on spools shall be available for testing. 3. Both ends of the cable shall be sealed to prevent the ingress of moisture. 4. Each reel shall have a weather resistant reel tag attached identifying the reel and cable. 3.1.2 CABLE MARKING 1. The optical fiber cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, the words "Optical Cable," telecommunications handset symbol as required by Section 350G of the National Electrical Safety Code" (NESC), fiber count, fiber type, and sequential feet marks. 2. The markings shall be repeated every two (2) feet. 3. The actual length of the cable shall be within ±1% of the length marking. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 12 4. The marking shall be in a contrasting color to the cable jacket. 5. The marking shall be approximately 2mm in height regardless of the cable diameter. 3.2 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. All cabled optical fibers shall be 100% attenuation tested. The attenuation of each fiber shall be provided with each cable reel. 3.3 GENERAL CONSIDERATIONS Fiber optic cable installed in microduct shall be single mode fiber of the size as specified on the plans and shall be OFS MiDia FX Plus fiber optic cable, or approved equal. 3.4 FIBER CHARACTERISTICS One hundred percent (100%) of the optical fibers shall meet or exceed the requirements contained in this specification. The cable shall be tested in accordance with TIA/EIA-455-3A (FOTP-3), "Procedure to Measure Temperature Cycling Effects on Optical Fiber, Optical Cable, and Other Passive Fiber Optic Components." The average change in attenuation at extreme operational temperatures (-40 °C to +70 °C) will not exceed 0.05 dB/km at 1550 nm. The magnitude of the maximum attenuation change of each individual fiber will not be greater than 0.15 dB/km at 1550 nm. This figure includes an allowance of up to 0.05 dB/km for measurement repeatability. The cable shall meet the requirements of ITU -T G.652.13 and shall be a low water peak fiber. All fibers within the finished cable shall be composed primarily of silica and shall have a matched clad index of refraction profile as well as the physical and performance characteristics that shall meet the requirements in the following table: Parameters Value Mode Single Type OFS Media FX Plus or approved equivalent Core diameter 8.3 gm (nominal) Cladding diameter 125 µm ± 1.0 µm Core to Cladding Offset < 0.7 µm Coating Diameter 240 pm ±0.5 pm Cladding Non -circularity defined as: (1- (min. cladding dia = max. cladding dia.)]x100 <1.0% Proof/Tensile Test 100 kpsi, min. Attenuation: @ 1310 nm @ 1385 nm @ 1550 nm < 0.35 d B/km < 0.31 dB/km <_ 0.25 dB/km Attenuation Uniformity No point discontinuity greater than 0.1 dB at either 1300 nm or 1550 nm Attenuation at the Water Peak <2.1 dB/km @ 1383 ±3nm F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbiuff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 13 Parameters Value Attenuation At Extreme Operational Temperatures <+0.05 dB @ 1310 nm or 1550 nm Chromatic Dispersion: Zero Dispersion Wavelength (k.) Zero Dispersion Slope 1302 <Ae< 1322 nm z S 0.092 ps/(nm ,km) Maximum Dispersion: < 3.5 ps/(nm,km) for 1285 -1330 nm < 18 ps/(nm,km) for 1550 nm Cut -Off Wavelength <1260 nm Mode Field Diameter (Petermann II) 9.2 t 0.4 pm at 1310 nm 10.5 t 0.5 pm at 1550 nm Cable Outer Diameter 030" (7.6 mm) Buffer Tube Size 0.08" (2.0 mm) 3.5 COLOR CODING Optical fibers shall be distinguishable from others in the same buffer tube by means of color -coding according to the following: 1. Blue (BL) 7. Red (RD) 2. Orange (OR) 8. Black (BK) 3. Green (GR) 9. Yellow_ (YL) 4. Brown (BR) 10. Violet (VL) 5. Slate (SL) 11. Rose (RS) 6. White (WT) 12. Aqua (AD) The colors shall be targeted in accordance with the Munsell color shades and shall meet TIA/EIA-598B "Color Coding of Fiber Optic Cables" and RUS 7 CFR 1755.900. The color formulation shall be compatible with the fiber coating and the buffer tube filling compound, and be heat stable. It shall not fade or smear or be susceptible to migration, it shall not affect the transmission characteristics of the optical fibers and shall not cause fibers to stick together. 3.6 GENERAL CABLE PERFORMANCE The fiber optic cable shall withstand water penetration when tested with a one meter static head or equivalent continuous pressure applied at one end of a one meter length of filled cable for one hour, no water shall leak through the open cable end. Testing shall be done in accordance with TIA/EIA-455-82 (FOTP-82), "Fluid Penetration Test For Fluid -Blocked Fiber Optic Cable." The cable shall exhibit no flow (drip or leak) for 24 hours at 80° C. The weight of any compound that drips from the sample shall be less than 0.05 grams (0.002 ounce). A representative sample of cable shall be tested in accordance with TIA/EIA-455-81B (FOTP-81), "Compound Flow [Drip] Test for Filled Fiber Optic Cable". The test sample shall be prepared in accordance with method A, Crush resistance of the finished fiber optic cables shall be 220 N/cm applied uniformly over the length of the cable without showing evidence of cracking or splitting when tested in accordance with TIA/EIA-455- F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 14 41 (FOTP-41), "Compressive Loading Resistance of Fiber Optic Cables." The 220 N/cm (125 Ibf/in) load shall be applied at a rate of 2.5 mm (0.1 in) per minute. The load shall be maintained for a period of 1 minute. The load shall then be decreased to 110 N/cm (63 Ibf/in). Alternatively, itis acceptable to remove the 220 N/cm (125 Ibf/in) load entirely and apply the 110 N/cm (63 Ibf/in) load within five minutes at a rate of 2.5 mm (0.1 in) per minute. The 110 N/cm (63 Ibf/in) load shall be maintained for a period of 10 minutes. Attenuation measurements shall be performed before release of the 110 N/cm (63 Ibf/in) load. The change in attenuation shall note exceed 0.4 dB during loading at 1550 nm for single -mode fibers and 1.0 d6 during loading at 1300 nm for multimode fiber. The repeatability of the measurement system is typically 0.05 dB or less. No fibers shall exhibit a measurable change in attenuation after load removal. The cable shall withstand 25 cycles of mechanical flexing at a rate of 30±1 cycles/minute with a sheave diameter not greater than 20 times the cable diameter. The cable shall be tested in accordance with Test Conditions I and III of TIA/EIA-455-104A (FOTP-104), "Fiber Optic Cable Cyclic Flexing Test" The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining SO% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ±0.05 dB or less. The cable jacket will exhibit no cracking or splitting when observed under 5X magnification. Impact testing shall be conducted in accordance with TIA/EIA-455-25B (FOTP-25) "Repeated Impact Testing of Fiber Optic Cables and Cable Assemblies." The cable shall withstand 20 impact cycles. The magnitude of the attenuation change will be within the repeatability of the measurement system for 90% of the test fibers. The remaining 10% of the fibers will not experience an attenuation change greater than 0.1 dB at 1550 nm. The repeatability of the measurement system is typically ± 0.05 dB or less. The cable jacket will not exhibit evidence of cracking or splitting at the completion of the test. Using a maximum mandrel and sheave diameter of 560 mm, the finished cable shall withstand a longitudinal tensile load of 1330 N (300 lbs.) applied for one hour (using "Test Condition II" of the test plan). The test shall be conducted in accordance with TIA/EIA-455-33 (FOTP-33), "Fiber Optic Cable Tensile Loading and Bending Test." The measured fiber tensile strain shall be < 60% of the fiber proof strain. The cable will not experience a measurable increase in attenuation when subjected to the rated residual tensile load, 400 N (90 IV). The repeatability of the measurement system is typically ± 0.05 dB or less. The cable shall be capable of withstanding a bending radius of fifteen (15) times the cable diameter under tensile loading and ten (10) times the cable diameter under a no-load condition. 3.7 DROP CABLE As may be required, the Contractor shall provide a single -mode optical fiber cable, installed in microduct, between each mid -span splice location and each traffic control equipment cabinet, which shall contain six (6) optical fibers. The drop cable shall have one (1) or two (2) fiber strand(s) spliced into the appropriate fiber strand in the mainline cable as prescribed elsewhere in the Plans and/or these Special Provisions. The drop cable shall have the six optic fibers terminated at its other end with connector as described elsewhere in this specification. Optical fiber cable used for a drop cable shall comply with all other aspects of the specifications as set forth in the Special Provisions for optical fiber cable. The drop cable shall have sufficient length to extend from the fiber splice location to the optical interface of the associated communications F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 15 equipment, allowing for routing and securing with nylon ties plus fifty (50) feet of slack at all splice points and fifteen (15) of slack inside the cabinet, unless otherwise specified in the Plans or these Special Provisions or directed by the Engineer. The drop cable shall be sufficiently de -sheathed within the traffic control cabinet to allow adequate slack fiber to afford ease of routing of the active fiber to the communications equipment. The Contractor shall provide a thermal shrink sleeve dam or other appropriate wrapping at the beginning of the de -sheathed cable area so as to prevent loss of any aqueous gel filling from the remainder of the service drop cable. 3.8 FIBER PATCH CORDS The fiber optic cable patch cords, assemblies and components shall be compatible components, designed for the purpose intended, and manufactured by a company regularly engaged in the production of material for the fiber optic industry. All components or assemblies shall be best quality, non -corroding, with a design life of at least twenty (20) years. All patch cords, components or assemblies of the same type shall be from the same manufacturer. The Contractor shall furnish and install Patch cords; which are fiber optic cables with connectors on both ends. Patch cords are used to connect fiber optic transmission equipment to connector panel modules. The patch panel shall interface to patch cords with approved connectors. Patch cords shall have 90WAm single -fiber single mode cable with approved connectors. The patch cords shall be at least six (6) feet in length and shall be pre -sized in the factory to the required lengths. The attenuation of the cable shall be between 1.0 and .75 dB. All patch cords shall be installed without exceeding the manufacturer specified bending radius. Acceptable equipment shall be from OFS, Corning Cable System or approved equal. 3.9 FIBER OPTIC FAN -OUT KITS If required, fan -out kit connects the fiber optic jumper cable to the fiber optic transmission equipment located in the cabinet. The fan -out shall be equipped to terminate 250µm fiber (loose tube cable) and shall provide protection for the bare fibers. The fan -out kit shall have two (2) 6- or one (1) 12 -fiber fan - out insert and 2 -meter lengths of fan -out tubing with twelve (12) single mode fibers that are ready for field installable connectors. The fan -out cable kit shall also meet the following specifications. Housing Length 132 mm (5.2 in) Diameter 31 mm (1.22 in) Fan Out Tubing Length 2 m (78.8 in) Diameter 2.9 mm (0.11 in) Environmental -40°C to 70°C F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 16 The fan -out kit, when installed in the existing traffic cabinets or proposed fiber optic terminal cabinet attached to the existing traffic cabinet, shall be securely anchored to the side wall of the cabinet by suitable ties. Acceptable Fan -Out Kitshall be from OFS, Corning Cable System or approved equal. 3.10 FIBER OPTIC CONNECTORS The Contractor shall furnish and install fiber optic pre -manufactured connectors that are single mode SC or LC type connectors that meet the requirements for outdoor installation with Gigabit Ethernet communications. SC type connectors will be used for field (outdoor) installations and LC type connectors will be used for indoor installations. Both types of connectors shall meet the following specifications. Interconnection Compatibility The Connectors shall be compliant with EIA/TIA and AS specifications for SC compatible connectors. Insertion Loss 0.4 dB (typical) Reflectance < -40 dB between a temperature range of -40° C to 75° C Durability <0.3 dB change, 200 rematings. Tensile Strength < 0.2 dB change, 10 lb. Temperature Cycling X0.3 dB change, -40° C to 75° C Nominal Fiber OD 125µm Materials Ferrule: Ceramic Housing: Composite Accepted equipment shall be SC and LC Compatible Single Mode, as required, from OFS, Corning Cable System or approved equal. 3.11 FIBER OPTIC INSTALLATION Fiber optic cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. When ordering fiber optic cable the Contractor shall exercise extreme caution so as to ensure that no additional splicing, beyond that indicated in the Plans, shall be required. Should the Contractor believe additional splices are required; this matter shall be immediately brought to the attention of the City's Engineer for resolution. The Contractor shall install the fiber optic cable in strict adherence to the manufacturer's recommended procedures. Care shall be taken to avoid cable damage during handling and placing. Fiber optic cable is sensitive to excessive pulling, bending and crush forces. The minimum bending and maximum tension requirements for installing the fiber optic cables shall be according to the manufacturer's specifications. Cable installation personnel shall be familiar with the cable manufacturer's recommended procedures including, but not limited to the following: F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 17 • Proper attachment to the cable strength elements for pulling during installation. • Cable tensile limitations and tension monitoring procedures. • Cable bending radius limitations. To accommodate long continuous installation lengths, bi-directional pushing of the optical fiber cable in microduct is permissible and shall generally be implemented as follows: 1. From the midpoint of a pull station, push or blow the optical fiber cable into the microduct from the shipping reel in accordance with the manufacturer's specifications. 2. When this portion of the push/blow is complete, the remainder of the cable should be removed from the reel to make the inside end available for pulling in the opposite direction. 3. This is accomplished by hand pulling the cable from the reel and laying it into large "figure eight" loops on the ground. The purpose of the figure eight pattern is to avoid cable tangling and kinking. 4. The figure eight loops shall be laid carefully one upon the other (to prevent subsequent tangling) and shall be in a protected area. S. The inside reel end of the cable should be available for testing. 6. Should it be necessary to set up a air compressor to blow the fiber at an intermediate pull box, the required length of cable shall be pushed to that point and brought out of the pull box and coiled into a figure eight. 7. The figure eight is then turned over to gain access to the free cable end. This can then be reinserted into the conduit system for installation into the next section. The installation of loose tube fiber on Caltrans right-of-way shall be installed per Caltrans standards. Contractor shall be responsible for making himself/herself fully aware of the Caltrans standards. Mechanical aids may be used to assist cable installation. The pulling eye/sheath termination or cable grip hardware on the optical fiber cables shall not be pulled over any sheave blocks. Field installed pulling grips with a rotating type swivel shall be used to pull the fiber optic cable. A OFS or Corning Cable System GRP series or equivalent woven wire type of grip is recommended. When power equipment is used to install optical fiber cabling, the pulling speed shall not exceed 30 meters per minute. The pulling tension and bending radii limitation for optical fiber cables shall not be exceeded under any circumstances. A tension measuring device or break -away swivel shall be placed between the pull line and the end of the cable to ensure that the tension does not exceed 80 percent of recommended tension or 2225 N, whichever is less. A ball bearing swivel shall be utilized between the pull line and the end of the cable to prevent the cable from twisting during installation. Large diameter wheels, pulling sheaves, and cable guides shall be used to maintain the appropriate bending radius. During cable installation, the bend radius shall be maintained at a minimum of twenty times the outside diameter of the cable. The cable shall not be stressed beyond the minimum bend radius at any time during installation. Tension monitoring shall be provided at all times during the pulling operation and shall be accomplished using commercial dynamometers or load -cell instruments. When microduct is not used, the fiber optic cable shall be installed using a cable pulling lubricant recommended by both the fiber optic cable and the conduit manufacturer, and a non-abrasive pull rope/tape conforming to the provisions described under "Conduit" elsewhere in these Special F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498 - Eastbfuff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 18 Provisions. Cable lubricant shall be compatible with the fiber optic cable outer sheath and existing cable where fiber cable is installed in a conduit with other existing cable. Lubricant shall be applied according to the manufacturer's recommendations. Contractor's personnel shall be stationed at each vault and pull box through which the cable is to be (lulled to lubricate and prevent kinking or other damage to the cable. The Contractor shall submit the manufacturer's recommended procedures for pulling the fiber optic cable to the Engineer for review and approval at least twenty (20) working days prior to installing cables. The pull plan shall state the exact operational procedures to be utilized and identifies the physical locations for equipment placement, proposed equipment setup at each location, location of the manpower, the pulling methodology and the estimated pulling tensions for each pull section. The Contractor shall provide the pulling tension calculations and any backup information with the pull plan. Where the fiber optic cable is installed in existing conduit or utility ducts that contain existing cables, the Contractor shall install the microduct and fiber in conduit without removal of the existing cables, unless otherwise specified on the plans. The Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the Engineer or the City. Cable slack shall be provided for each cable at each fiber optic splice location, as shown on the plans and as specified in these Special Provisions. Cable slack shall be divided equally on each side of a splice closure or pull box. Sufficient slack shall also be provided at all pull boxes to facilitate placing the optical fiber cable against the side of the pull box. At all pull boxes and cable vaults, cable slack, as shown on the plans, shall be left by the Contractor for all unspliced cable. Cable slack shall be coiled and secured to the racking hardware with tie wraps. The .Contractor shall ensure that the minimum bending radius of the optical fiber cable is not compromised when preparing this stored cable slack. Following installation of the cable in duct, all duct entrances in cabinets, pull boxes and vaults shall be sealed with mechanical plugs; or at the discretion of the Engineer, duct sealing compound, to prevent the ingress of moisture, foreign materials and rodents. 3.12 SPLICING Fiber optic cable shall be installed without splices except where specifically allowed on the Plans or described in these Special Provisions. The single -mode fiber optic cables designated as mainline cable shall be spliced only at pull box locations as shown on the plans. When splicing into a mainline cable, only those fibers associated with a specific traffic control device shall be severed. All other fibers shall remain intact. The Engineer may allow additional splices between these specified locations. 5 In icing - Optical fibers shall be spliced using the fusion splice method and the insertion loss shall not exceed 0.07 dB of loss per splice. Field splicing is permitted for the following: • Connection of cable reel sections. • Connection of a mainline cable to a drop cable. FAUsers\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 19 Connection of service drop cable or breakout cable to an optical fiber pigtail at traffic equipment cabinets or the patch panels in a hub equipment cabinet or at the TMC. Connection of the mainline cable to an optical fiber pigtail at the FDU in the TMC or at the field location as shown on the plans. Connection of two or more mainline fiber optic cables as shown on the plans. The Contractor shall not exceed the maximum number of field splices permitted as shown on the plans. Completed splices shall be placed in a splice tray. The splice tray shall then be placed in a watertight splice enclosure. Field splices shall be conducted only at locations as shown on the plans as an approved splice location. All splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Cable preparation, closure installation, and splicing shall be accomplished in accordance with accepted and approved industry standards. Using a mid -span splicing method, a drop cable shall be joined to the fibers in the fiber optic cable span. The termination splices shall be placed in a splice tray and the splice tray(s) shall then be placed in a watertight splice closure. Equipment cabinets shall be equipped with splice trays suitable for storage and protection of each single -mode optical fiber pigtail and the splice connection to cable fibers. Equipment cabinets shall be equipped with a suitable means for routing and securing of cables, fibers, and pigtails to prevent damage to fibers during all regular operation and maintenance functions All splices shall be protected with a thermal shrink sleeve. All fibers shall be labeled in the splice tray with permanent vinyl markers. Pigtail ends shall also be labeled to identify the destination of the fiber. Pigtail ends shall also be labeled to identify the destination of the fiber. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers, removed from the job site, and disposed of in an environmentally acceptable manner. 3.13 FIBER OPTIC CABLE ASSEMBLIES Cable assemblies (connectors, pigtails and jumpers) shall be products of the same manufacturer. The cable used for cable assemblies shall be made of fiber meeting the performance requirements of these Special Provisions for the fiber optic cable being connected, except that the operating temperature shall be modified to -20° C. to +70° C. Manufacturer's attenuation test results shall be provided for all cable assemblies. The outerjacket of jumpers shall be yellow. Optical Fiber Connectors - All optical fiber termination components shall meet or exceed the applicable provisions of TIAJEIA-455-B, Standard Test Procedure for Fiber Optic Fibers, Cables, Transducers, Sensors, Connecting and Terminating Devices, and Other Fiber Optic Components. F.\Users\PBW\Shared\Contracts\FY 13-14\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 20 All optical fiber connectors shall be of industry standard approved connector for single -mode optical fiber and shall meet or exceed the applicable provisions of TIA/EIA-455-2C (FOTP-2), Impact Test Measurements for Fiber Optic Devices, TIA/EIA-455-5B (FOTP-5), Humidity Test Procedure for Fiber Optic Components, and TIA/EIA-455-34A (FOTP-34), Interconnection Device Insertion Loss Test. When tested in accordance with FOTP —2, the connector assembly will be subjected to ten impact cycles by being dropped from a height of 1.5 m. The maximum insertion loss measured before and after the impacts should be < 0.50 dB. The mean insertion loss of the before and after impacts should be < 0.30 dB. The insertion loss increase measured before and after the impacts should be < 0.30 dB. The maximum reflectance measured before and after the impacts should be < 40 dB. When tested in accordance with FOTP — 5, the connector assembly will be subjected to test conditions of 75 °C and 95% relative humidity for 7 days. Measurements of loss and reflectance will be made at the beginning of the test, at a minimum of six hour intervals during the test, and at the end of the test. The maximum insertion loss measured before, during, or after the test should be < 0.50 dB. The mean insertion loss of the before, during, or after the test should be < 0.30 dB. The insertion loss increase measured before, during, or after the test should be < 0.30 dB. The maximum reflectance measured before, during, or after the test should be < 40 dB. Optical fiber connectors shall satisfy all of the interface parameters of equipment components as may be defined by the transmission equipment specifications. All optical fiber connector assemblies shall be machine polished for low back -reflection and low insertion losses at both 1310 nm and 1550 nm operating wavelengths. Single -mode pigtails shall be provided with factory pre-connectorized single -mode connectors. Connectors shall have maximum insertion loss of 0.27 dB or better. Connectors shall have a stainless- steel barrel (coupling nut) with a bayonet connection design, ceramic (zirconia) ferrule. Each connector shall be capable of 200 repeated matings with a total maximum additional increase in insertion loss after 200 matings limited to 0.30 dB. Each connector shall have a return loss (back reflection) equal to or better than 55 dB. All connectors shall be factory -assembled and tested. There shall be no fabrication of connectors in the field. All unmated connectors shall have protective caps installed. Couplers - Couplers shall be made of nickel plated zinc or a glass reinforced polymer that is consistent with the material forming the associated approved connector. The design mechanism for mounting the coupler to the connector panel may be flanged or threaded but shall coincide with the connector panel punch -outs. All coupler sleeves shall be ceramic of the split clamshell or cloverleaf design. The temperature operating range for couplers shall be the same as that specified for the connectors. Pigtails - Pigtails shall be of simplex (one fiber) construction, in 900 (Dm tight -buffer form, surrounded by aramid for strength, with a connector on one end. The outer jacket shall be yellow PVC with a nominal diameter of 3 mm, marked with the manufacturer's identification information. All pigtails shall be of adequate length for the intended connection purpose, but not less than one meter in length. Pigtails installed in conduit shall follow the installation procedures outlined for fiber optic cables, except that the pulling tension shall not exceed 500 N (110 Ibf.). FAUsers\PBW\Sbared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 21 Jumpers - Jumpers shall be duplex. All jumpers shall be at least two (2) meters in length, sufficient to avoid stress, and allow orderly routing. Jumpers shall have appropriate connectors on both ends. 3.14 FIBER ASSIGNMENTS The fiber assignments tables and schematics will be provided as part of the plans 3.15 FIBER OPTIC CABLE LINK TESTING The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. Multiple tests shall be required prior to shipment as well as before and after installation of the cable. The results of these tests shall be logged and posted in the cabinet and in a conspicuous location for future comparisons. Documentation of all test results shall be provided to the Engineer within two working days after the field tests are performed. The documentation shall also be made part of and submitted as part of the Operations & Maintenance Manual. The types of acceptance tests required by the City of fiber optic cable system certification are: Documentation of compliance with the fiber specifications, as specified in these Technical Provisions, shall be supplied by the fiber manufacturer. Before shipment, but while on the shipping reel, 100% of all fibers shall be tested for attenuation. Copies of the results shall be: Maintained on file by the fiber manufacturer, with a file ID number for a period of five (5) years. Attached to each fiber cable shipping reel in a waterproof pouch. Results of test to be submitted to the city in a CD. Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. Continuity Testing (Before Installation) The fiber cable shall be physically inspected on delivery and the attenuation shall be measured for 100% of the fibers. In addition, the continuity test procedure shall be used on short links (less than 300 feet) of the cable system during construction to validate continuity of fiber elements. Failure of any single fiber within the cable to comply with these Technical Provisions shall be cause for rejection of the entire reel. Test results shall be recorded, dated, compared and filed with the copy accompanying the shipping reel in a waterproof pouch. Attenuation deviations of greater than 5% from the shipping records shall be brought to the attention of the Engineer. The cable shall not be installed until completion of this test sequence and the Engineer provides written approval. Copies of traces and test results shall be submitted to the Engineer in a CD. If test results are unsatisfactory, the reel(s) of fiber optic cable shall be rejected. The rejected reel(s) of cable shall be replaced with new reel(s) of cable at the Contractor's expense. The new reel(s) of cable shall be tested upon delivery as described herein. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 22 Cable continuity shall be verified using a visual light source, typically a 635 -nm laser diode. For cables with insertion loss of less than 3 dB, the light source shall be the Corning Cable System OS -1 ODD test set, a RIFOCS 263A visual fault finder, OFS, or equivalent. The continuity test procedure shall also be used to verify continuity on all fibers prior to measuring pre -installation attenuation using an Optical Time Domain Reflectometer (OTDR). This insures that the fibers are completely continuous from end to end, since single -ended OTDR tests cannot reveal fiber discontinuities close to the cable endpoints. Continuity Testing (After Installation) These tests shall occur after the termination process has been completed. Each point-to-point link shall be tested for optical power loss with an OTDR in both directions. The connectors shall be identified by numbered colored tape, where each tape color shall be consistent throughout the project. The Contractor shall use OTDR testing to insure that each fiber is one continuous length (contains no splices within the cable structure) and meets the attenuation specifications of the manufacturer and cognizant industry standards. OTDR measurements made before the cable installation provide baseline data for comparison to post -installation OTDR tests. The OTDR test also provides useful measurements and documentation for the installed system. Therefore, OTDR traces shall be generated into a hard copy and software file on a CD for the purpose of developing historical as -built, documentation regarding the cable's condition before and after it was installed. The hard -copy and CD documentation shall be provided to the City. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual. If specialized software (i.e. other than Microsoft Office Products) is needed to access and read OTDR electronic test results, the Contractor shall provide licensed software to the City at no cost. Prior to conducting OTDR tests, the Contractor shall provide the City with information regarding the test equipment to be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor. Quality tests shall consider both attenuation and localized loss discontinuities. The OTDR shall be equipped with a switchable, dual wavelength module with 1300 nm and 1550 nm light sources, and be compatible with single mode test fibers. The OTDR shall either be capable of writing to a floppy disk or configured with a plotter to provide a hard copy record of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section, or by using an OTDR with sufficient normalization to display the required cable section. A hard copy XY plot shall be provided to the City for all fiber optic tests. All traces shall display the entire length of cable under test, highlighting any localized loss discontinuities. The trace shall display fiber length (in meter/feet), fiber loss (dB), and average fiber attenuation (in dB/mile) as measured between two markers placed as near to the opposite ends of the fiber under test as is possible while still allowing an accurate reading. Time averaging shall be used to improve the display signal-to-noise ratio. If connectors exist in the cable under test, then two traces shall be recorded. One trace shall record the fiber loss (dB) and average attenuation (dB/mile) of the entire cable link, including connectors. The F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 23 second trace shall display a magnified view of the connector regions, revealing the connector losses (dB). All connector losses shall be measured using the Least Squares Approximation (LSA) or 5 -point splice loss measurement technique. The OTDR trace shall also include the following information: • The date and time of the test • The Cable ID number • The fiber color or ID number • The optical wavelength used for the test • The refractive index setting of the OTDR • The pulse width setting of the OTDR *The averaging interval of the test Each connector shall be tested for optical loss using an OTDR. Measure each connector in both directions, at 1550 nm, for single mode connectors. An XY plot, from the OTDR, shall be provided for each connector measurement. Connector loss shall meet or exceed the requirements of the connector specifications. The OTDR shall be calibrated for correct index of refraction to provide proper length measurement for the known length of reference fiber. Insertion Loss Testing (After Installation) Insertion loss testing is performed after the cable has been installed, terminated with connectors, and connected to the patch panels. it is used to closely emulate the losses incurred in a fully assembled optical data link. It measures actual losses through connector panels and fiber cable. A light source from an insertion loss test set directly replaces the data transmitter at the output launch point and an optical power meter replaces the data receiver at the data receiver input port. The Contractor shall conduct insertion loss testing on all installed and terminated optical fiber elements. Insertion loss test measurements for each fiber on each cable shall be documented by the Contractor and the results provided to the City. Testing shall be conducted at 1550 nm for all single mode cables. Total end-to-end loss for each fiber in each cable shall be within the fiber optic modem manufacturer's allowable loss budget specifications. If it is not, the Contractor shall take corrective measures to bring the cable link's insertion loss into compliance with the manufacturer's specifications, including remating and re -termination of the connectors, and/or replacement of the cable. The Contractor shall provide the City with information regarding what type of test equipment will be utilized (manufacturer and model number) plus the equipment calibration procedures that will be utilized by the Contractor prior -to conducting this test routine. The test recordings for all fiber cables shall be provided on documentation sheets in a form to be determined by the City and submitted to the City within two (2) weeks after termination of the fiber elements. The recordings shall also be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions, 3.16 INSERTION Loss TEST EQUIPMENT FIBER OPTIC CABLE) 1. Testing Light Source: An LED laser light source with a wavelength equal to the operational system wavelength shall be used. The LED shall be stable within 0.1 dB in output power over a time period sufficiently long to perform the measurement. r:\Users\PBW\Shared\Contracts\PY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTALC-5498.doc 24 2. Launch Reference Cable: It shall provide for attachment to the light source. The launch reference cable shall be of the same fiber size and type as the fiber under test. To eliminate cladding modes, a self -mode -stripping cable or a low loss (-0.5 dB) mandrel wrap mode filter shall be used. 3. Power Meter: The detector in the power meter shall have an effective numerical aperture (NA) and active area that is larger than the fiber under test. The power meter shall have a sufficient measurement range to measure the insertion loss of the cable and connectors in the link. The power meter must be linear over the range of losses to be measured in the system and have sufficient resolution for the proposed measurements (0.05 dB). The power meter must be able to measure both absolute power in units of dBm and relative loss in units of dB. The power meter must also be able to change its calibration wavelength to match the system (1310 nm, or 1550 nm) operation wavelength. The meter shall be capable of measuring to -70 dBm. 3.17 INSERTION LOSS TEST PROCEDURES AND EXECUTION The Contractor shall provide all personnel, equipment, instrumentation and supplies as necessary to perform all testing. • Zero Reference Cable: Connect the launch reference cable between the test light source and the power meter detector. Illuminate the reference cable and record the optical power as Ref. Power 1 in dBm. • System Insertion Loss: The system to be tested shall be inserted between the launch reference cable and the power meter, completing the optical path from the LED to the power meter. Record the optical power shown on power meter as Test Power 1 in dBm. System Insertion Loss 1 is then calculated by the following equation: NOTE: Record insertion loss as a positive value. System Insertion Loss 1(dB) = Ref. Power 1(dBm) —Test Power 1(dBm) The system under test shall then be tested from the other end in a similar fashion as above. Here, record the output of the launch reference cable as Ref. Power 2 and the output of the system link as Test Power 2. System Insertion Loss 2 is calculated identically: System Insertion Loss 1(0) = Ref. Power 1(dBm) — Test Power 1(dem) The results of the insertion loss testing shall be recorded along with the test date, name of person performing the test, and the brand name, model number and serial number of the equipment used during the test. All results shall be made part of and submitted as part of the Operations & Maintenance Manual, discussed elsewhere in these Special Provisions. 3.18 FIBER OPTIC CABLE ROUTE RECORDS The Contractor shall provide the City with a cable route diagram indicating the actual cable route and foot marks, for all intersections, directional change points in the cable routing, and all termination points. The Contractor shall record these points during cable installation. Cable system As -Built drawings showing the exact cable route shall be provided by the Contractor to the City. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. This information shall be included as part of the Operations & Maintenance Manual. Each fiber connectors and patch panel connectors shall be tagged with its fiber number and associated field element location. Each tag shall be permanently attached by a nylon tie -lock to the cable or connectors. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS 5UPPLEMENTAL C-5498.doc 25 3.19 #10 GREEN TRACER WIRE The Contractor shall furnish and install #10 green wire in all conduit segments where fiber optic cable is installed, as shown in the plans, including all new and existing conduit segments where work is completed. All #10 wires entering a pull box shall be joined by a split -bolt connector. 4.1 GENERAL This section shall govern to furnish and install microduct in conduit of the type and sizes specified herein and as directed by the Engineer. 4.2 REQUIREMENTS 1. Microduct shall be high density polyethylene (HDPE) ducts designed for installation within conduit. 2. Microduct shall be red in color. 3. Microduct shall be smoothwall with microribs inside. 4. Microduct shall have outside/inside diameter of 12/10 mm for installation of single mode MiDia FX Plus Cable, by OFS, or approved equal. 5. Microduct shall have sequential markings in feet. 6. Microduct shall be continuous between pull boxes and/or splice vaults. 7. Microduct shall be cut 6 to 8 inches past the end of the conduit in pull boxes and splice vaults to allow for the slack fiber optic cables and to prevent damage. 4.3 QUALITY CONTROL All microduct furnished and installed as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 4.4 MATERIAL Microduct shall be Dura -Line or approved equivalent. 4.5 INSTALLATION 1. All microduct shall be installed at locations as shown on the plans, or as directed by the Engineer. Microduct is to be installed in a combination of existing and new conduit. Locations where microduct is to be installed in conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. 2. Microduct shall be installed using installation equipment that meets Caltrans standards. 3. Microduct shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. 4. Microduct shall be placed in a manner to allow the installation of the fiber optic cable by blown method or hand push method. 5. Where the microduct is installed in existing conduit, the Contractor shall not remove any existing cable(s) without prior approval by the Engineer. Only those cables specified for removal shall be removed. Existing cable(s) shall only be removed if the microduct cannot be installed with the existing cable(s) remaining in place. If removed, the cable(s) shall be installed with the microduct in same pull to minimize risk of damage to the cable(s). The F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc _ 26 Contractor shall be responsible for replacing any cables damaged during removal and reinstallation at the cost of the Contractor and not the City. 6. Microduct and fittings shall be supplied with an ultraviolet inhibitor. 7. After cables have been installed, the exposed end of microduct remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the microduct vendor. 5.1 GENERAL Fiber Patch Panel (also called Wall Interconnect Center (WIC)) shall be furnished and installed at the locations shown on the Plans. The section includes material and installation for fiber patch panel. 5.2 DESCRIPTION The fiber patch panel shall act as the demarcation point between the fiber optic cable via the fiber pigtail from the splice closure and the terminal equipment via the fiber optic patch cords. The Contractor shall furnish and install matching connectors. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the fiber patch panel enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The fiber patch panel housings installed in 332 cabinets shall be rack -mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Contractor to verify rack space for fiber patch panel prior to procurement. If space limitations exist, Contractor shall notify Engineer. The fiber patch panel housings installed in NEMA cabinets shall be wall or shelf mounted in the outdoor traffic signal controller cabinets, as shown on the plans. Preference is for fiber patch panel to be wall mounted on side of cabinet. Contractor shall verify space in cabinet and provide recommendation to Engineer for mounting. The fiber patch panel shall accept a minimum of twelve (12) fiber terminations (in and out). The cabinet shall have fiber optic cable entrances with cable sheath strain relief, leading to the fiber patch panel. All fiber terminations on the patch panel, located in the traffic signal controller cabinet, shall be SC type connectors. The Fiber Patch Panel shall be OFS, Corning Cable System or approved equal. Rack mounted fiber patch panel shall be Corning CCS -01 U, shelf/wall mounted fiber patch panel shall be Corning SPH -01P, or approved equals. 6.1 GENERAL The Contractor shall furnish and install fiber distribution unit (FDU) sized to be rack -mounted in the new or existing equipment rack in the City Building equipment room as shown on the Plans. The FDU shall have the capacity to terminate and connect all fiber optic cable strands installed by Contractor as part of this Project, as shown on the Plans. Contractor shall coordinate installation of rack and FDU with Engineer. The section includes material and installation for fiber distribution unit. F:\Users\PBW\Shared\Contncts\FY 1344\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 27 The FDUs at the City Buildings shown in the plans shall serve as the demarcation point for work to be completed by Contractor and work to be performed by others. The Contractor shall be fully responsible for furnishing, installing and testing of the FDU at each City Building and all Field Work elements. From, but excluding the FDU, others will be responsible for elements inside the City Buildings. 6.2 DESCRIPTION OF FDU The FDU at the Police Station shall be 19 -inch rack mountable fiber interconnect enclosure, suited for indoor use in a standard EIA 19 inch equipment rack. FDU shall consist of two parts: a splice shelf and a fiber patch panel. The splice shelf shall house and protect fusion splices of fibers to optical fiber pigtails with six (6) feet of pigtail slack on each fiber. The FDU shall house and protect the required quantity of connectors and splices on each pigtail and slack for fiber optic patch cords. The fiber pigtail slack shall be neatly coiled and secured in a manner that does not allow the minimum operational bending radius of the pigtail to be exceeded. The approved type optical connectors on the end of each pigtail shall screw into a sleeve securely mounted to a patch panel within the FDU enclosure. The maximum optical loss across the connection shall not exceed 0.4 dB. The patch panel shall be capable of single mode terminations grouped by six (6) to eight (8) connector sub -panels. The housing shall have fiber optic cable entrances with cable sheath strain relief. All fiber terminations on the FDU, located at communication hubs, shall be LC type connectors. The Contractor shall provide pre -wired connectors panels, fiber pigtails,, interconnection sleeves, and connector panels as required to make the indicated connections. The FDU shall have the spare capacity to hold the required number of connector panel modules and fiber capacity splice trays. The Contractor shall provide trays to house the entire number of fibers within the cable for future use. Prior to ordering the FDU and associated equipment, the Contractor shall provide submittals of the exact equipment proposed to the Engineer. The Engineer must approve the equipment submittals prior to ordering. The FDU shall be OFS, Corning Cable System or approved equal. 6.3 DESCRIPTION OF RACK One (1) open -framed cable management rack shall be installed in the communication room at the General Services. The rack shall be affixed to the floor. Rack shall include a cable management ladder that extends beyond the top of the rack and is affixed to a cable tray. Contractor shall receive direction from Engineer on location of rack within room. Specific requirements of the communication rack include: • Adjusts to a 23" racking width without extra hardware. • Adjustable depth from 10" to 18". • Ideal for high-density racking. • Extra -large 9.5" interior cabling channel between posts. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastiblu$ Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 28 • Corner posts allow for a 2.5" vertical cable channel and include pass-through holes for inner ganging. • Multiple mounting points for cable ties and cable management spools. • Side cutouts provide cable access between racks. • 12-24 tapped mounting holes. • Rack Units — 45 • Uninterrupted Power Supply (UPS) with at least 15 minutes capacity shall be installed in rack • Black in color • Warranty — Lifetime The Rack shalt be Chatsworth Model #4353-701 with Cable Management Model #30530-719 and 11730- 701 or approved equal. 6.4 INSTALLATION The Contractor shall furnish and install the communication rack at the designated City Buildings based on direction from Engineer and Newport Beach IT Department. The FDU(s) shall be installed in new or existing 19" EIA rack, as shown on the plans or specified in these Special Provisions, unless otherwise directed by the Engineer. 7.0 SPLICE CLOSURES 7.1 GENERAL Any below ground fiber optic splices or fiber optic splices exposed to the elements shall be contained in a waterproof, rodent proof, re -enterable fiber optic splice closure designed for use on optical fiber cables in a cable vault environment where total and continuous submersion in water may be expected. Splice closures shall be complete with outer and inner closures, splice organizer trays, brackets, plugs, clips, cable ties, seals and sealant, and a dry encapsulate and shall conform to the following Special Provisions. 1. The fiber optic splice closure shall conform to the requirements of Bellcore GR 771 and shall be designed for a temperature range of -40" C. to +70' C. 2. The splice closure shall be suitable for either a direct burial or pull box/vault application. 3. The size of the closure shall allow all the fibers of the largest fiber optic cable to be spliced to a second cable of the same size. The closure shall be not more than 18 inches in length and not more than 4 inches in diameter. The closures shall be designed for both horizontal and butt splicing. 4. All materials in the closures shall be non-reactive and shall not support galvanic cell action. The outer -closure shall be compatible with the other closure components, the inner closure, splice trays, and cables. 5. The outer -closure shall protect the splices from mechanical damage; shall provide strain relief for the cable, and shall be resistant to salt corrosion. The outer -closure shall be waterproof, and re -enterable. The outer -closure shall be flash -tested at 100 kPa. 6. The inner -closure shall be of metallic construction. The inner -closure shall be compatible with the outer closure and the splice trays and shall allow access to and removal of individual splice trays. F:\Users\PBW\Shared\Contracts\FV 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 29 7. The splice trays shall be compatible with the inner -closure and shall be constructed of rigid plastic or metal. 7.2 INSTALLATION 1. Adequate splice trays shall be provided to splice all fibers of the communication cable with the greatest fiber count entering the closure. 2. Upon completion of the splices, the splice trays shall be secured to the inner closure. The Contractor shall verify the quality of each splice prior to sealing the splice closure. 3. The closure shall be sealed using a procedure recommended by the manufacturer that will provide a waterproof environment for the splices. Encapsulant shall be injected between the inner and outer closures. 4. Care shall be taken at the cable entry points to ensure a tight salt resistant and waterproof seal is made which will not leak upon aging. It is acceptable to have multiple service drop cables enter the fiber optic splice closure through one hole as long as all spaces between the cables are adequately sealed. S. The splice closure shall be mounted horizontally in a manner that allows the cables to enter at the end of the closure without exceeding any minimum bending radius specification. 6. All fiber optic cable splicing performed on this project shall be of the fusion type. All fiber optic cable splices shall be of the fusion type and shall not exceed 0.1 dB loss per splice. 7. The field splices shall connect the fibers of the two (2) fiber optic cable lengths together. The termination splices shall connect the fiber optic cable span ends with pig tails. The field splices shall be placed in a splice tray, and then the splice tray with splice shall be placed in a splice closure. 8. The termination splices shall be placed in a splice tray and the splice tray with splice shall then be placed in a fiber distribution unit or field cabinet as required. All splices shall be protected with a thermal shrink sleeve. 9. The fiber optic field splices shall be enclosed in splice closures, which shall be waterproof, rodent proof, and re -enterable, and shall accommodate all the fibers in a single cable. 10. The microduct coupling shall house the fiber optic cable up to the cable opening in the splice closure. The Contractor shall furnish and install fiber optic splice closures capable of accommodating a minimum of six (6) splice trays and a maximum of 72 splices. The splice closure shall also include the required encapusulant. The splice closure shall be able to accommodate up to four (4) cable entries. If all four cable entry holes are not required, the remaining unused entry holes will be closed such that moisture does not enter the splice closure and affect the operation of the fiber optic cable. The splice closure shall have sleeves to size the cable entry to the appropriate cable diameter. Each splice closure shall come equipped with the required number of single mode splice trays. Included within the splice closure, the Contractor shall also supply and install splice trays. Each spice tray shall be appropriately sized to fit inside the splice closure. The splice trays shall be of injection -molded plastic type with a clear plastic cover so allow visibility of fibers without opening the tray. Each splice tray shall handle up to twelve (12) single mode fusion splices. A minimum of three unopened kits required for the resealing of the splice closure shall be supplied with this contract and considered as part of the necessary equipment. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbiuff Drive Widening\SPECS SUPPLEMENTALC-5498.doc 30 Splice closures, encapsulant, trays, and reseal kits shall be from OFS, Corning Cable Systems, or approved equal. 8.0 ETHERNET SYSTEM The following items are included in the Ethernet System: 1. Ethernet System 2. Testing 3. Warranty 8.1 GENERAL All Ethernet switches will be City -Furnished. The locations for the installation of Ethernet and aggregation switches are shown on the corresponding design plans. Aggregation Ethernet Switches will be Contractor- installed in City -Facilities as shown on the plans. The Ethernet Switches with power supplies shall be City -Furnished and installed by the Contractor. Contractor shall furnish and install CAT6 cable and fiber optic jumpers to complete connections to fiber patch panel and installed hardware. 8.2 CAT6-A CABLE Contractor shall furnish and install CAT6-A cable and complete connections from Ethernet Switch and installed equipment in controller cabinet. including traffic signal controller and video encoder, at locations as shown on the plans. Contractor shall furnish and install CAT6-A cable and complete connections from Aggregation Switch and installed equipment in rack, at locations as shown on the plans. 8.3 INSTALLATION The Ethernet Switches and Aggregation Switches will be City -Furnished and configured by others. Contractor shall install switches as shown on the plans and as directed by Engineer. 8.4 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. 8.5 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on work performed shall be a minimum of one (1) year from date of acceptance. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbiuff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 31 9.1 GENERAL The Contractor shall furnish and install one power strip at each intersection as shown in the plans. The power strip shall be used to power the Ethernet switches and other proposed equipment at each location as shown on the Plans. Power strips installed in NEMA cabinets shall be wall -mounted. Power strips installed in Caltrans standard cabinets shall be 19 -inch rack -mounted. 9.2 WALL -MOUNTED POWER STRIP The power strip shall be designed for installation in a traffic signal controller cabinet. The power strip shall be wall -mountable in NEMA cabinets (locations to receive ASC/3 controllers). Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched S. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 12 to 16 inches long Wall -mounted power strip shall be installed on the side of the controller cabinet near the front of the inside portion of the cabinet. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. 9.3 19 -INCH RACK -MOUNTED POWER STRIP Power strips shall meet the following minimum requirements. 1. 15A 125V AC 2. UL and cUL listed 3. 6 heavy duty 15A sockets minimum. 4. All sockets unswitched 5. 2450 Joules 6. Clamping voltage: 330V 7. 12 foot 14/3 SJT cord — Contractor shall shorten cable length once installed to minimize slack cable 8. Spike Current: 84000 AMPS 9. Power shut down 10. 19 inches long for rack -mounting FAUsers\PBW\Shared\Contracts\FY 13-24\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 32 11. Rack mountable in 11.1 space Rack -mounted power strip shall be installed on the rear side of the cabinet in the uppermost portion of the rack. Contractor shall plug power strip into accessory receptacle in the traffic signal controller cabinet. The power strip shalt be Tripp -Lite ISOBAR8Ultro-NEMA and ISOBAR22tiltra-Rack-Mount, or approved equal. The following items are included in the Ethernet Radio System: 1. Ethernet Radio System 2. Testing 3. Warranty 10.1 GENERAL The Ethernet Radio System will be Contractor Furnished and Installed. The locations for the installation of the Ethernet Radio System are shown on the corresponding design plans. 10.2 REQUIREMENTS The Ethernet Radio System shall meet the following requirements: 1. 5.8 GHz Broadband Ethernet Radio 2. Dynamic Frequency Selection 3. 802.11 a compliant with bandwidth up to 35 Mbps 4. Environmentally hardened outdoor units S. Include appropriate feet of CAT6 cable (per plans) and power injector The Ethernet Radio System shall be Encom EP-COMMPAK BB581NT or approved equal 10.3 TESTING Contractor shall complete on-site acceptance testing of installed items and certify in writing to City that installed items operate within manufacturer's requirements. The Ethernet Radio System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. 10.4 WARRANTY The supplier of equipment shall warranty on work performed to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Easthluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 33 The term of the warranty on work performed shall be a minimum of one (1) year from date of installation. 11.0 CCTV SYSTEM i l l eW. The Closed Circuit Television (CCN) Camera System shall comply with all rules and regulations of the Federal Communications Commission (FCC) and these Special Provisions. The CCN camera system including the dome camera, CCN cable (video/data/power), CCN camera mounting hardware and video encoder shall be Contractor -furnished. The Contractor shall install the CCN camera and mounting hardware at locations as shown on the Plans. The Contractor shall install the CCN camera cable as shown on the Plans. The CCN data and video transmission between the TMC and the CCN camera locations identified herein will be done by a pair of IP video encoders. 11.2 CCTV IP DOME CAMERA The Camera shall be IP DSP, Color CCD and capable of producing H264 and MJPEG encoding with maximum resolutions of 1280 x 720 and communicate using non-proprietary control protocol. It shall have Pan, Tilt, Zoom (PTZ) capabilities, NTCIP control language, and a minimum optical zoom of 18 X and 6 X digital zoom and be manual as well as auto focus capable. The camera shall be able to operate with a continuous 360° rotation (no stops). The camera shall be able to operate at 30 frames per second. The camera shall operate at NEMA TS2 voltage levels of 24 VAC to 120 VAC and environmental temperatures of -400 to 65°C. The camera shall have a minimum of 8 programmable privacy zones, zones at which the video is blanked, and 64 presets. The camera shall be in a pressurized with dry nitrogen sealed enclosure and have a built in character generator for site ID name and/or number, and alarm codes. The camera shall weigh no more than 30 lbs. and shall have dimensions no greater than 18 inches tall and 15 inches long. All equivalencies must be approved by the Engineer prior to procurement. Camera shall use pole -mounting hardware provided by the dome CCN camera vendor, capable of mounting to a vertical traffic signal pole. The pole mount shall be affixed to the pole to extend the camera towards the center of the signalized intersection. The dome CCN camera and mounting hardware shall withstand a wind load of 80 mph when affixed to traffic signal pole without permanent damage to mechanical and electrical equipment. The CCTV Dome Camera shall be COHU MOdel3920HD, or approved equal. 11.3 CCTV VIDEO ENCODER The one -channel video and data encoder (CODEC -1) shall provide compressed MPEG-1, MPEG-2 or MPEG -4 video streams onto an IP network. MPEG -4 will be used for as part of this project at the locations supported by fiber optic cable as shown on the Plans, unless otherwise specified by Engineer. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 34 The video streams shall have video latency of under 500ms (video delay) and a frame rate of 30 fps. Compression data rates shall be user selectable from 384 Kbits/second to 15 Mbits/second. The CODEC - 1 shall be a shelf or wall mounted when installed in a NEMA cabinet. Contractor shall recommend mounting procedures to Engineer for approval, including the Contractor furnishing and installing a 19 inch rack mounted shelf in cabinets where communication equipment is installed. The CODEC -1 shall provide at least one video input for an NTSC CCN camera. Camera control shall be RS422/RS485 to interface with the CODEC -1. In addition, the CODEC -1 shall include a second COM port that can be utilized for RS232 or RS422 pass through of commands for other field equipment. Access to the CODEC -1, including the MPEG video streams, camera control and setup, shall be through the on board web server. The TMC computers operating the CCN camera video management software shall connect to the encoder's web server using Microsoft Internet Explorer (IE5 or above) or proprietary browser to access all functions of the CODEC -1. The web server shall at a minimum include the camera protocols for the CCN cameras installed as part of this contract, and shall control pan, tilt, zoom, presets, and on-screen display. The CODEC -1 shall have optional support for ISDN, wireless 802.11 and T1 protocols. In addition, the CODEC -1 shall be stereo analog audio ready. The encoder shall provide audio communications at rates up to 96 Kbits/s. The CODEC -1 shall have the following features as a minimum: • NTSC or PAL video standards • Composite and S -Video inputs • One video input with optional two or four inputs • MPEG-1, MPEG-2 and MPEG -4 Video Compression • Compressed video data rate adjustable from 384 Kb/s and 15 Mb/s • Resolution settings include: o SIF o NTSC @ 320X240, 640X480 and 720X480 o PAL @ 352X288 and 720X586 • NTSC frame rate is 30 fps and PAL frame rate is 25 fps • Analog audio at rates from 8 to 96 Kb/s o Output formats are MPEG-1 & 2 (L1, L2), MP3 and AC3 • System management/setup and integrated camera control is through TCP/IP • TCP/IP network protocols include Multicast (IGMP), Unicast and Broadcast • Control 1/0 using COM port, RS232 protocol • Input power from 85 to 250 VAC (auto -ranging power supply) • Power supply rated at 250 watt maximum power consumption (60 — 80 watts typical) • Operating temperature range from -20 to +70 degrees Celsius • Standard 19" rack unit at lU (Type 332 and 334 cabinets) or shelf mounted (NEMA cabinet) • System control via standard web browsers including IE 5.0 or better • Camera protocols for the vendor CCN cameras installed as part of this contract. • Minimum camera controls include pan/tilt/zoom, presets (set/move to), OSD on/off The CODEC -1 shall be equipped with a minimum of one independent LAN Ethernet port that can be configured with unique IP addresses. The compressed video streams shall be output through the LAN port. F:\Users\P8W\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 35 The CCTV Video Encoder shall be COHU i-linx Model 9905-4500, or approved equal. 11.4 CCTV INTEGRATED CAMERA CABLE The integrated CCN camera cable shall be procured from the CCN camera vendor. No exceptions shall be allowed. The CCTV cable shall be COHU, or approved equal. 12.0 CONDUIT 12.1 GENERAL This section shall govern to furnish and install conduit of the type and sizes shown on the plans and as directed by the Engineer. 12.2 REQUIREMENTS Unless otherwise approved, new conduit shall be high density polyethylene (HDPE) Schedule 80 UL continuous conduit. HDPE conduit shall be designed and engineered for direct burial, directionally drilled installation, or encased underground applications, and shall be installed at locations as shown on the plans. The PVC Schedule 80 UL conduit shall be designed and engineered for direct burial or encased underground applications, and shall be installed at the pull box modification locations where conduit elbows are upgraded to sweeps, or as shown on the plans. The PVC conduit shall be straight and the ends shall be cut square to the inside diameter. The PVC conduit system shall be designed so that straight sections and fittings will assemble with the need for lubricants or cement. All conduits shall be free from defects including non -circularity, foreign inclusions, etc. It shall be nominally uniform (as commercially practical) in color, density, and physical properties. If new conduit is being installed into an existing pull box location, the Contractor shall protect existing pull box and conduit from damage. Should the existing pull box and/or conduit become damaged, the Contractor shall repair and/or replace damaged pull box and conduit at the cost of the Contractor and not the City. Prior to repair/replacement, the Contractor shall notify the City of exact location and contents of damaged pull box and conduit. All pavement markings shall be returned to existing conditions. if disturbed, the Contractor shall replace or repair any and all pavement markings. All work shall be approved by the Engineer. The Contractor shall obtain written approval from the Engineer before installing any conduit 12.3 QUALITY CONTROL All conduits furnished, as part of the Contract shall be new, UL -listed, and meet NEMA and NEC requirements pertaining to electrical conduits and components. 12.4 HDPE SCHEDULE 80 CONTINUOUS CONDUIT The size of the HDPE conduit shall be as shown on the plans and shall meet the following requirements: F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 36 The HDPE Schedule 80 continuous conduit shall conform to NEMATC-2 and UL651B. The conduit leading to splice vaults or pull boxes shall be terminated with a manufacture -produced terminator connector to seal the wall of the spice vault/pull box. The conduit shall be color coded black. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. Conduit shall be Corlon or Endot made or approved equivalent. 12.5 PVC SCHEDULE 80 CONDUIT The size of the PVC Schedule 80 conduit shall be as shown on the plans and shall meet the following requirements: The PVC Schedule 80 conduit shall conform to NEMA TC -2 and UL 651 specifications. The conduit shall have an extended 6" integral "bell" end. The conduit shall have a circumferential ring on the spigot end, which shall be used to insure proper insertion depth when connecting conduit ends. The conduit shall also be marked with data traceable to plant location, date, shift, and machine of manufacture. A complete line of fittings, adapters, and bends (sweeps) shall be provided by the conduit manufacturer and shall be manufactured from the same materials and manufacturing process as the conduit. The complete system will allow for all these fittings: Coupling Kits, Manhole Terminator Kits, Lubrication Fittings, and Repair Kits. Conduit shall be Carlon or Endot made or approved equivalent. 12.6 INSTALLATION All conduits shall be installed at locations as shown on the plans, or as directed by the Engineer. Locations of proposed conduit are approximate and may be changed to suit field conditions as directed or approved by the Engineer. Conduit shall be laid to a depth as shown on the plans. A minimum of thirty- (30) inches of cover to the top of the conduit is required at all locations. Conduit shall be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two inches. Where conduits are shown on the plans to be installed parallel and adjacent to each other, they shall be installed together in a common trench or directional drill bore. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 37 Make right angle bends in conduit runs with long -radius elbows or conduits bent to radii not less than three (3)feet. All bend radii shall be three (3) feet unless otherwise set forth elsewhere in this Special Provisions or as directed by the Engineer. The sum of the angles for conduit bends between two consecutive pull boxes shall not exceed 270 degrees. All conduit bends shall be factory bends done by the manufacturer. Not box or other field bends will not be accepted. The bell and spigot ends of each PVC conduit shall be chamfered by the manufacturer. Transition of the conduit without bends shall not exceed more than one foot for every ten feet. Make bends and offsets so that the inside diameter of conduit is not effectively reduced. Unless otherwise indicated, keep the legs of a bend in the same plane and the straight legs of offsets parallel. Do not use diagonal runs except when specifically noted in the drawings. Provide a waterproof label on each end of the pull rope to indicate the destination of the other end. Conduits entering vaults shall terminate flush with the inside walls of each pull box. Conduits entering vaults and pull boxes shall be capped or sealed to prevent ingress of water, debris, and other foreign matters into the conduit. Immediately prior to installing cables, conduits shall be blown out with compressed air until all foreign material is removed. After cables have been installed, the ends of conduits shall be sealed with a reusable mechanical plug. Conduit and fittings shall be supplied with an ultraviolet inhibitor Within pull box, conduit shall be placed to provide a minimum clearance of two (2) inches between the lowest portion of the opening and the bottom of the pull box. And there shall be a minimum clearance of eight (8) inches between the top portion of the opening and the top of the pull box. Conduit shall enter the pull box at not more than a 45 -degree angle. In addition, conduit may not be terminated less than 45 degrees to the ground level, except for pull boxes with extension. Conduit ends shall be terminated three (3) inches above the gravel surface and nine (9) inches clearance between the top of the bushing and the top of the pull box shall be provided. Within the splice vault, the conduit shall be laid no closer than two (2) inches from any wall of the splice vault. After conductors/cables have been installed, the exposed end of conduits remaining in pull boxes and controller cabinets shall be sealed with a sealing compound as approved by the Engineer. 12.6.1 DIRECTION BORE Conduit shall be installed by directional drilling method at the locations shown on the plans, unless specified otherwise by the Engineers. Drilling pits shall be kept at least two (2) feet clear of the edge of any type of pavement wherever possible. Conduit alignment shall be located under stamped pedestrian cross walks to F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 38 prevent check pits in special pavement. Excessive use of water, such that pavement might be undermined or subgrade softened, will not be permitted. 12.6.2 TRENCHING Trenching in Newport Beach right of way shall conform to Newport Beach Standards. Installation of conduit in unpaved areas (dirt) shall conform to the following: Conduit shall be placed in a trench approximately two (2) inches wider than the outside diameter of the conduit to be installed. Trench shall not exceed eight (8) inches in width. A minimum of thirty- (30) inches of cover to the top of the conduit is required. For all pull boxes the trench may be hand dug to required depth. Where cover to top of conduit is less than thirty- (30) inches, the conduit shall be placed in the bottom of the trench and the trench shall be backfilled with sand -cement slurry backfill, containing not less than two (2) sacks (188 pounds) of cement per cubic yard of Type I or II Portland cement added per cubic yard of imported sand and sufficient water for workability. The top four (4) inches shall be backfilled and compacted with native soil. 13.0 PULL BOXES 13.1 GENERAL This section shall govern to furnish and install pull boxes as shown on the plans, complete with cover. 13.2 PULL BOX AND PULL BOX COVER Pull boxes shall conform to the provisions in the latest version of the Caltrans Standard Specifications and Standard Plan ES -8 and these Special Provisions forTRAFFIC pull boxes. All new TRAFFIC pull boxes shall be pull box number 6 (PB#6), or pull box number 6 with extension (PB#6E), as noted on the Plans. PB#6 shall have nominal dimensions of 36 inch L x 24 inch W x 12 inch D, as stated in these Special Provisions and per the Plans. PB#6E shall have nominal dimensions of 36 inch L x 24 inch W x 24 inch D, as stated in these Special Provisions and perthe Plans. The cover marking for each pull box containing fiber optic cable shall read "TRAFFIC SIGNAL" on one line and "FIBER OPTIC" on second line. The cover marking for each pull box not containing fiber optic cable shall only read 'TRAFFIC SIGNAL" on one line. Pull boxes shall be provided with locking mechanisms as specified in the Caltrans Standard Plans. All splice boxes shall have vertical proof -load strength of 25,000 Ibs. This load shall be placed anywhere on the box and coverfor a period of one minute without causing any cracks or permanent deformations. F:\Users\PBW\Shared\Contracts\FY 73-14\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 39 Where pull boxes are installed in sidewalk, sidewalk shall be removed and replaced from score line to score line as directed by Engineer. Pull boxes and covers in the sidewalk or behind the curb shall be per below, Christy "Fiberlite" models, or Engineer approved equivalent unless otherwise noted on the Plans. Size Approved Models #5 Box Christy N30 Electrical Box #5 Lid Christy FL30T #6 Box Christy N36 Electrical Box #6 Lid Christy FL36T #6E Extension Christy 836X12 Splice Box & Lid Armorcast A600197APCX12 13.3 INSTALLATION REQUIREMENTS All pull boxes shall be located at the locations shown on the Plans, or as directed by the Engineer. However, these locations may be changed to suit field conditions as directed or approved by the Engineer. No pull box shall be located on the driveway apron, or above catch basin, or within one (1) foot of any existing, proposed or future (as shown on plans) wheelchair ramp, or within one foot from the curb in case of streets without gutter, or within thirty (30) inches from any pole foundation, or other locations which may interfere with the movement of people or vehicles, unless approved by the Engineer. Pull boxes within unimproved areas shall have a Class 1 flexible Post Delineator, per Caltrans Standard Plan A73 -C installed adjacent to the pull box. Within the pull box, the conduit shall be placed in a manner that the lowest portion of the opening shall be a minimum of two (2) inches above the bottom of the pull box. The top portion of the conduit shall be not less than eight (8) inches from the top of the pull box. The maximum thickness of the rock shall be one (1) inch. The conduit shall also be placed in a manner to allow the cable/wire to be pulled in a straight line and clear the side of the pull box by at least two (2) inches. The distance between pull boxes shall not exceed 800 feet, unless otherwise shown on the plans, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. A minimum of fifteen (15) feet of slack fiber optic cable, or length as shown on plans, shall be coiled in each pull box at all locations, unless otherwise specified in the Plans or these Special Provisions, or as directed by the Engineer. If new pull boxes are replacing existing pull boxes, the Contractor shall protect existing conduit and cable from damage. Should the existing conduit or cable become damaged, the Contractor shall repair and/or replace damaged conduit or cable. Prior to repair/replacement, the Contractor shall notify the Engineer and the City of exact location, and provide a detailed description of damage. Any existing features or improvements damaged by the Contractor shall be replaced in kind, at the cost of the Contractor and not the Engineer or the City. F:\Users\PBW\Shared\Contracts\FV 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 40 13.4 INSTALLATION DETAIL Pull boxes shall be installed with lid and completely secured prior to any conductor or cable installation. Where the sump of an existing pull box is damaged by the Contractor's operations, the sump shall be reconstructed and if the sump was grouted, the old grout shall be removed and new grout placed at the cost of the Contractor and not the City. Excavating and backfilling shall conform to the provision in section 86.2.01, "Excavating and Backfilling" of Caltrans Standard Specifications except that the backfill material shall not contain rocks graded larger than one(1)inch. Conductors and wiring shall conform to the provisions in Section 86-2.08, "Conductors", Section 86- 2.08D, "Signal Cable" and Section 86-2.09, "Wiring", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. Traffic Signal cable shall be used for all signal circuits. Individual conductors in the cable shall be solid copper with Type THWN insulation, and shall conform to the requirements in Section 86 2.08, "Conductors," and ASTM Designation: B 286. The minimum thickness of Type THWN insulation, at any point, shall be 12 mils for conductor sizes No. 14 and No. 12, and 16 mils for conductor size No. 10. The minimum thickness of the nylon jacket shall be 4 mils at any point. The cable shall be stripped at the 10' level terminal compartment (not up from the base of the pole). Conductors for the pedestrian indication shall be 'jumpered'from the signal terminal block down to the pedestrian indication. Conductors No. 8 AWG or larger shall be stranded. When new conductors are to be installed in a conduit with existing individual conductors (service wire excepted), all individual conductors shall be removed and replaced with multi -conductor cable. 'Slipping' of new cable in conduit with existing cable is not permitted. Each conductor shall have clear, distinctive and permanent markings for identification in all locations, including pull boxes and shall conform to the State of California Standard Specifications. The Contractor is responsible to provide a level of workmanship for final inspection and cabinet wiring to the satisfaction of the Inspector. Time and material required to attain desirable product shall be included in the overall bid prices and no additional compensation shall be allowed therefore. 14.1 SPLICING Splicing shall conform to the provisions in Section 86-2.09D, "Splicing," of the Caltrans Standard Specifications, and these Special Provisions. No. 10 AWG conductors or larger shall be spliced by the use of compression connectors. Traffic signal and Opticom conductors shall not be spliced. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 41 Splice insulation shall conform to the provisions in Section 86-2.09E, "Splice Insulation," of the Caltrans Standard Specifications dated May 2006, and these Special Provisions. Splices shall be installed by the "B" Method. 14.2 TEMPORARY OVERHEAD WIRING All temporary overhead circuit runs shall be 28 -conductor cable. When exposed over the roadway, they shall be at least 20 feet above the finished roadway surface. Over the sidewalk and the roadside areas not open to vehicular traffic, they shall be at least 10 feet above the finished roadway surface. 15.0 TWISTED PAIR CABLE 15.1 GENERAL This item shall govern to furnish and install twisted pair cable in designated locations as shown on the plans and as detailed in accordance with these Special Provisions. 15.2 REQUIREMENTS Twisted pair cable shall be supplied in the configurations shown on the plans and specified in these Special Provisions. All materials furnished, assembled, fabricated or installed under this item shall be new, corrosion resistant and in strict accordance with the details shown on the plans and in these Special Provisions. All pairs in the cable shall be usable and free of defects, in order to meet or exceed all of the requirements contained in these Special Provisions. The Contractor shall furnish, install, terminate and test all the required twisted pair cable. All equipment for installation, terminating and testing shall be provided by the Contractor. The twisted pair cable shall conform to the latest reversions of the REA (Rural Electrical Administration) and the NEC (National Electrical Code) specification for Filled Telephone Cables RUS-PE-39. 15.3 CABLE MARKING • The twisted pair cable outer jacket shall be marked with manufacturer's name, the month and year of manufacture, pair count and conductor size, and sequential feet marks. • The markings shall be repeated every two (2) feet. • The actual length of the cable shall be within ±1% of the length marking. • The marking shall be in a contrasting color to the cable jacket. • The marking shall be approximately one-half (Yz) of the diameter of the cable and must be permanent and weatherproof. 15.4 QUALITY CONTROL The manufacture(s) of supplied optical cable, optical cable assemblies, and hardware shall be TL 9000 and/or ISO 9001 registered. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 42 15.5 GENERAL CONSIDERATIONS The twisted pair cable shall meet the following: • Conductors: Solid # 19 AWG copper conductors • Insulation: solid virgin high density polyethylene with telephone industry color -coding • Twisted Pairing: Individual conductors twisted into pairs of varying twist to minimize crosstalk with specific color combinations to provide pair identification( telephone industry color coding ) • Filling Compound: the cable shall be gel -filled to prevent water intrusion • Shielding: the cable shall employ a thick (0.005') corrugated copper shield to provide a 100% electrical shielding coverage • Outer Jacket: a black, low density, high molecular weight virgin polyethylene, compounded to withstand sunlight, temperature variations, and other environmental conditions, including abuse during installation. • Footage Marking Printed sequentially every two feet along the outer jacket to provide readily accurate records of cable usage and reel contents When terminating the cable, the following shall be complied to: • Each pair of matched wire shall have a minimum of ten twists after leaving the cable sheaf • All copper pairs are to be properly cleaned to remove residue • Cable shall be installed free of kinks, cuts or damages • All pairs shall be installed (landed) in a termination box in the cabinet • One end of the copper shielding cable shall be grounded 15.6 INSTALLATION The twisted pair cable shall be installed in new and existing conduit as shown on the plans. The new cable shall be terminated on existing terminal blocks located in the traffic signal controller cabinets, as shown on the Plans. The new twisted pair cable will support communications with existing twisted pair cable, as shown on the Plans. Proposed and existing twisted pair cables contain 12 pairs. Contractor shall terminate the new twisted pair cable to match pairs of the existing twisted pair cable. 15.7 COMMUNICATION LINK TESTING The twisted pair cable will support Ethernet over copper communications along at the locations shown on the plans. This will require one pair of the twisted pair cable to create a daisy -chain communications link between the Ethernet switches at the project intersections. Upon installation of the new twisted pair cable at the locations as shown on the Plans, the Contractor shall test the signal strength of all twisted pair cables between the intersections listed above. Note that this requires the Contractor to test not only the new twisted pair cable installed as the locations as shown on the Plans, but also to test existing twisted pair cable. This information shall be provided to the Engineer to determine the optimum pair of twisted pair cables to use between each intersection listed above for Ethernet communications. The Contractor shall provide all personnel, equipment, instrumentation, and materials necessary to perform all testing herein. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTALC-5498.doc 43 • Results of test to be submitted to the City in a CD. • Submitted to both Contractor and Engineer and shall be made part of the Operations and Maintenance Manual. 16.1 CITY FURNISHED EQUIPMENT Signal cabinet assemblies including controller units, less anchor bolts, will be City furnished; anchor bolts shall be Contractor furnished. Contractor will be responsible to furnish and install all other appurtenant items identified on the signal plans. Contractor shall be responsible for the loading and transport of the signal cabinet assemblies from the City Yard to the job site. The City Yard is located at: 3300 Pacific View Drive, Newport Beach, California. Contact Mr. Bryan Loo at (949) 644-3324, a minimum of two working days to arrange for the pick-up of equipment. Contractor shall coordinate with the cabinet manufacturer to have a technician onsite during turn -on of the cabinet. 16.2 GENERAL Controller Assembly Testing Solid-state traffic actuated controller units, cabinets and auxiliary equipment shall conform to the provisions in these special provisions, Section 86-3 "Controller Assemblies" of the CALTRANS Specifications, and NEMATS2-2 standards. National Electrical Manufacturers Association, Traffic Control Systems, NEMA Standards Publication: TS2-Latest release. Cabinet Construction The following items are included in the cabinet assembly: • For 16 position main panel • Type "O", "P", and "R" aluminum cabinet powder -coated white inside and out. • Fully wired eight phase NEMA Type 2 main panel — Horizontal hardwired swing down load bay. • Type 16 Malfunction Management Units (programmed for intersection) Econolite MMU • 16 -channel detector rack w/ BIU slot (minimum) • 8- 2 -channel Detectors (minimum) or (16 channel max.) 0 Bus Interface Units—detector rack only • 12/16- Load switches All auxiliary equipment to completely operate an eight -phase traffic intersection control cabinet. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 44 16.3 DOCUMENTATION The City reserves the right to reject traffic signal control equipment and auxiliary equipment items in which the manufacturer of such items does not have at least nine million dollars of product liability insurance. 16.4 WARRANTY The supplier of equipment shall warranty their product to be free from defect in design and operation and that it meets all the requirements of this specification and those incorporated in this document. The term of the warranty on a wired cabinet shall be a minimum of one (1) year from date of acceptance including the Bus Interface Units and Cabinet Power Supply. Equipment such as the Controller and Malfunction Management Unit shall have a minimum of a two-year warranty. 16.5 CABINET STANDARDS 16.5.1 CABINET CONSTRUCTION A complete NEMA TS2 Type 2 Plug N Go in a Type "O", "P" or "R" aluminum cabinet as indicated on the plans shall be supplied. Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication. Where differences occur, this specification shall govern. The cabinets shall meet the following criteria: • Material shall be 5052-H32 0.125 -inch thick aluminum. • The cabinet shall be supplied powder coated aluminum with white powder coat inside and out Federal color #17875 • The door hinge shall be of the continuous type with a stainless steel hinge pin. • The door handle shall be cast aluminum. With the provisions for padlock installation. • All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. All out side seams shall are to be continuous welded. • Cabinet lock shall be of the Corbin #1548-1(#2 Key). • A roll out computer table shall be mounted under the Controller location on the First shelf. • Each cabinet shall have 3 sets of cabinet wiring diagrams. • Each cabinet shall have 2 sets of equipment manuals (Controller, MMU, etc.). 16.5.2 SHELVES Type "P" cabinets shall have two (2) substantial metal shelves extending across the back of the cabinet the cabinet shall be provided to support the controller unit, auxiliary equipment and detector rack. The lower shelf shall be easily removable without tools. Four "C" mounting Channels shall be installed on both side walls and two rear wall allowing versatile positioning of shelves and side panels. Type "0" and "R" cabinets shall have three (3) shelves. 16.6 CABINET WIRING 16.6.1 EQUIPMENT ACCESSIBILITY All mounted panels and equipment shall have a minimum tool access clearance of 6". 16.6.2 VENTILATING FAN The cabinet shall be provided with a thermostatically controlled adjustable between 80-150(degrees Fahrenheit) ventilation fan and shall be installed in the top of the cabinet plenum and protected by a .5 amp fuse. F:\Users\PBWMShared\Contracts\FY 1344\C-5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 45 16.6.3 AIR FILTER ASSEMBLY The cabinet Air Filter shall be a one-piece removable, medium efficiency, synthetic air filter and shall be firmly secured to the air entrance of the cabinet. To provide for a positive air flow through the cabinet. (12'x 16") minimum. 16.6.4 CABINET LIGHT ASSEMBLY The cabinet shall be equipped with a florescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. The florescent light shall be activated by an on/off switch that is turned on when the cabinet door is opened and turned off when the door is closed. 16.6.5 LIGHTENING SUPPRESSION The cabinet shall be equipped with an EDCO model SHP-300-10 surge arrester. 16.6.6 POWER PANEL The Power Panel shall house the following equipment: • A 40 -amp main breaker shall be supplied. This breaker shall supply power to the main panel, controller, MMU and cabinet power supply. • A 20 -amp auxiliary breaker shall supply power to the fan, light and GFCI outlet- • An EDCO model SHP-300-10 or equivalent surge arrester. • A 50 amp, 125 VAC radio interference line filter. • A normally -open, 60 -amp, mercury contractor • A spare 15 amp, auxiliary breaker shall be provided. 16.6.7 CONVENIENCE OUTLET Three Duplex outlets shall be supplied. 1. Is for short term equipment use and shall be a 120 volt AC, 15 Amp NEMA 5-15 GFCI 2- gang duplex outlet shall be mounted in the lower right corner of the cabinet facing the inside of the cabinet door and within 6" of the front edge of the opening of the door. 2. Is for long term equipment use and shall be a 120 volt AC, 15 Amp NEMA 2- gang duplex outlet shall be mounted in the upper right corner and upper left corner of the cabinet facing the inside of the cabinet. Power shall be supplied from filtered power. 16.6.8 INSIDE AUX CONTROL PANEL SWITCHES The inside door panel shall contain three (3) switches: AUTO/FLASH, STOP TIME and CONTROLLER POWER ON/OFF. Auxiliary door panel switches shall be hard wired only. (No printed circuit boards shall be used for the door panel switches.) Controller panel shall also contain plunger style vehicle and pedestrian test switches for all phases in use (typically phase 1 to 8 & peds). 16.6.9 2 -POSITION AuTOIFLASH SWITCH In the Auto position the intersection shall operate normally. When in the Flash position, power shall be maintained to the controller and the intersection shall be placed in flash. The controller shall not be stop timed when in flash. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 16.6.103 -POSITION AUTO/OFF/ON STOP TIME —SWITCH When in the Auto position the controller shall be stop timed when the police door AUTO/FLASH switch is in the flash position or MMU flash. If in the off position the switch will release all stop time from controller. In the On position the switch shall maintain a continuous stop time to the controller. FAUsers\PBW\shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 46 16.6.112-PostT10N CONTROLLER POWER ONIOFF — SWITCH This switch shall control the controller's AC power. A guard (sk3036) shall be installed to prevent the switch from being shut off accidentally. 16.6.12POLicE PANEL SWITCHES The Police Panel shall contain one (1) switch: The AUTO/FLASH. All police panel switches shall be hard wired. A switch guard shall be provided for each switch. 16.6.132 -POSITION SIGNALS ON/OFFSWITGH In the On position the field displays shall show either normal operation or flash. In the Off position, power shall be removed from signal heads in the intersection. The controller shall continue to operate. In the OFF position, the MMU shall not conflict or require reset. 16.6.142-POsIT10N AuTpIFLASH SWITCH In the Auto position the intersection shall operate normally based on all other switches. In the Flash position, power shall not be removed from the controller and stop time shall be applied based on the STOP TIME switch. 16.5.15CABLES All Controller and MMU cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. All cables shall be fixed to the bottom front of each shelf. Cables shall be neatly dressed and not hang down in front of other equipment. 16.6.16COLOR CODING All cabinet wiring shall be color coded as follows: • Purple = Flash color programming • Brown = Green Signal Wiring • Yellow = Yellow signal wiring • Red = Red signal wiring • Blue = Controller wiring • Gray = DC ground(return),(logicground) • Black AC+ • White = AC - 0 Green = Chassis 16.6.17MAIN-PANEL AND WIRE TERMINATIONS All wires terminated behind the main -panel and other panels shall be soldered. No pressure or solderless connectors shall be used. Printed circuit boards shall Not be used on main panels. 16.6.18FLASHlNG OPERATION Cabinet shall be wired for NEMA flash. All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between phases 1,4,5,8 and phases 2,3,6,7. 16.6.19DETECTOR RACKAND INTERFACE A minimum of one vehicle loop detector rack and one detector interface panel shall be provided in each cabinet. Each rack shall support up to (16) sixteen channels of loop detection, two 2- channel of EVP devices, and one (1) BIU. 16.6.20PREEMPTION WIRING The cabinet shall be completely wired for Rail Road or EVP preemption as needed if specified on the plans. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 47 16.6.21 MAIN PANEL CONFIGURATION The main panel shall be fully wired in the following configuration: • The Main -Panel shall be a hardwired horizontal swing down sixteen position load socket load bay or as called for on the plan sheet, for a "P" cabinet. • Four or Six flash transfer relay sockets as required. • One flasher socket. • Wiring for one Type -16 MMU. • All connector cables shall be dressed neatly along the front edge of the cabinet shelf the equipment (controller & MMU) will be installed on. NO cables shall hang freely in the cabinet. 16.6.22F1ELD TERMINAL LOCATIONS Field terminals shall be located at the bottom of the main panel and angled forward for easy viewing and wiring. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be of the barrier type. 16.7 CABINET EQUIPMENT 16.7.1 CONTROLLER UNIT Shall be an ASC/3-2100 Controller provided with NTCIP level 2 protocol, ECPIP & AB3418 basic with Ethernet communications module and data key. 16.7.2 DETECTORS Cabinets shall be equipped with eight (8) TS2 detectors in single detector rack cabinet and sixteen (16) in a two (2) detector rack configuration. Econolite G-68 and G-70 detectors shall be provided or approved equivalent. 16.7.3 MMU (MALFUNCTION MANAGEMENT UNIT) Cabinets shall be equipped with NEMA TS2 Type 16 Malfunction Management Unit with latest current released software. MMU jumper cards shall be programmed to each intersections requirements or standard 8 phase configuration for spare units. 16.7.4 BIU (BUS INTERFACE UNIT) BIU's shall meet all TS2-1992 section 8 requirements. In addition all BTU's shall provide 3 separate front panel indicators. Power, Valid Data and Transmit. 16.7.5 CABINET POWER SUPPLY The cabinet power supply shall meet the NEMA T52 specification. All power supplies shall also provide a separate front panel indicator LED for each of the four power outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 16.7.6 TELEMETRY INTERFACE PANEL All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the CENTRACS central control system. The interface panel shall also contain wiring for door open and flash alarms. 16.7.7 POWER BUS ASSEMBLY The power bus assembly shall provide filtered power for the controller, MMU, cabinet power supply and all auxiliary equipment. It shall include the SDLC Bus connecting cables wired into a surface mounted compression terminal block. It shall also include up to 6 filtered power connectors and 2 terminal strips to hardwire the power connections. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 48 16.7.8 INTERCONNECT TERMINATION All cabinets shall be supply with interconnect termination blocks, Siemon model # S66M1-50 and sub- base. 16.7.9 Loao SWITCH All load switches shall meet NEMA TS -2, Section 6 requirements and shall be PDC SSS -86-1/0 or City Approved Equal. All load sockets shall be equipped with a load switch. 16.7.10FLASHER UNIT All flasher units shall meet NEMA TS -2, Section 6 requirements and shall be EDI model 810 or equivalent. 16.7.11 INTERSECTION DIAGRAM An intersection diagram, shall be made on 8 1/2" X 11" sheet of paper enclosed in plastic cover, it shall be located on the inner side of the door above the auxiliary panel. The diagram shall depict the general intersection layout, controller location, traffic signal conduit crossings, phases, overlaps, detector assignments, and north arrow. The top of the diagram will be North and the diagram shall be approved by the City representative. 16.7.12CABINET WIRING PRINTS The cabinet wiring prints shall be arranged in a simplistic way in terms of reading prints on three pages. 16.7.13TEsTiNG FACILITY The testing facility shall have up to fourteen days to test the controller assembly. Cabinet loaded shall be tested under full load for 14 days straight without any problems. The testing facility shall be selected by the City Engineer. 16.7.14EQUIPMENT TURN ON REQUIREMENTS An Econolite representative and a signal technician from the city shall be present at the time of the controller assembly turn on. The representative shall be fully qualified to work on the controller assembly equipment. The City shall be notified at least 7 working days prior to intersection turn -on. 17.0 STANDARDS, STEEL PEDESTALS, AND POSTS 17.1 EXCAVATING AND BACKFILLING Excavating and backfilling shall conform to the provisions in Section 86-2.01, "Excavating and Backfilling", of the State of California Department of Transportation (Caltrans) Standard Specifications and these Special Provisions. 17.2 GENERAL Contractor shall furnish all hardware to meet the state specifications for all new and relocated equipment, except as noted otherwise on the plans. The hardware shall be hot -dip galvanized or stainless steel as detailed. 17.3 FOUNDATIONS Portland Cement Concrete (PCC) shall be Class 560-C-3250 concrete prepared in accordance with the 2003 Standard Specifications for Public Works Construction. Portland cement used shall be Type V. Placement of concrete shall conform to the provisions in Section 51, "Concrete Structures" of the State Standard Specifications. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 49 Non -conflicting foundations to be abandoned shall be removed to a depth not less than 36 inches (3 feet) below the surface of the sidewalk or unfinished ground. All conflicting foundations shall be removed completely. Foundation concrete shall be vibrated to eliminate air pockets. The Contractor shall define exact location of all utilities in the vicinity of the new foundations, by hand digging if necessary. After all utilities are established, Contractor shall contact the Engineer for authorization of specific foundation location. Foundations shall be hand -dug until clear of obstructions. 18.0 SERVICE ENCLOSURES 18.1 GENERAL Electrical service shall be modified Type 11 or Type Ili -BF, unless otherwise shown on the plans, and furnished by the Contractor. It shall be equipped with five (5) circuit breakers (50 amp main, 15 amp ISNS (illuminated street name sign), 30 -amp lighting, and 15 amp spare, and 50 -amp signal) and test blocks inside cabinet. For Type 11 Enclosures refer to State Standard Plans ES -26 and City Standard 910-L (P and R cabinets) and for Type III -BF Enclosures refer to State Standard Plan ES -2E for further details. If service equipment cabinet design deviates in any way from the details shown on the plans, details of such deviation shall be submitted to the Engineer for review before fabrication of the contract cabinet. If deemed necessary by the Engineer, one complete prototype cabinet shall be delivered to the Engineer for review at least 30 days before fabrication of the contract fixtures. The prototype cabinet will be returned to the Contractor and, if permitted by the Engineer, the cabinet may be installed in the work. It shall be the contractor's responsibility to verify the location of service to make arrangements for and to pay for all costs to provide the necessary connection for the traffic signal and lighting system. If an alternate service location is necessary due to a utility conflict or Edison requirement. The alternate location shall be approved by the Engineer. The Contractor shall contact Edison within three days of receiving the Notice to Proceed. Contractor is responsible to determine and verify the exact location of electrical service. Failure to comply shall be a basis for rejecting requests for additional working days based upon utility company delays. 19.0 VEHICLE/PEDESTRIAN SIGNAL FACES All vehicle and pedestrian indications/heads shall be furnished and installed/replaced new, including mounting framework and hardware. All new vehicle indications shall be nominal 12 -inch diameter (300 mm), furnished with Light Emitting Diode (LED) indications, visors, and back plates. All new TV -1-T indications shall be furnished with bronze terminal compartments. All new vehicle indications, visors, and back plates shall be structural plastic. Top openings of vehicle indications shall be sealed with neoprene gaskets. F.\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 50 All pedestrian indications shall be Type A (LED) with structural plastic housings and stainless steel hardware and shall be furnished with bronze terminal compartments. If shown on the plans, the Contractor shall furnish and install Lingo Industrial Electric Model LESViT (or Agency -approved equal) terminal compartments. 19.1 LIGHT EMITTING DIODE SIGNAL MODULE All LED vehicle indications shall be Gelcore or Dialight (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED units installed. LED signal modules shall be fully compliant to the Institute of Transportation Engineers (ITE) Vehicle Traffic Control Signal Heads (VTCSH) LED Circular Supplement specifications dated and adopted June27, 2005. Contractor shall submit to the City Engineer reports from ETL/Intertek that certify full compliance of all LED ball signal modules to the entire ITE specification. Evidence of full compliance to all required testing methods and procedures, and copies of applicable test reports on the LED signal modules shall be provided upon request. 19.2 LIGHT EMITTING DIODE COUNTDOWN PEDESTRIAN SIGNAL MODULE All pedestrian indications shall be new Gelcore or Dialight brand (or Agency approved equal). All heads shall be furnished new by the Contractor with the LED Countdown units installed. LED countdown pedestrian signal modules shall be fully compliant to the ITE PTCSI Part -2: LED Pedestrian Traffic Signal Modules specifications adopted August A, 2010. Contractor shall submit to the City Engineer reports from ETL/Intertek that certify full compliance of LED signal modules to these specifications. Evidence of full compliance to all required testing methods and procedures, and copies of applicable test reports on the LED signal modules shall be provided upon request. 20.0 VEHICLE DETECTORS Loop wire shall be Type 2. Loop detector lead-in cable (DLC) shall be Type B. Loop sealant shall be Hot -Melt Rubberized Asphalt Sealant. The number of sensor units and lead-in cables required to achieve the specified detection shall be installed. Traffic signal loop detectors shall be installed per Caltrans Standard Plans ES -5A and ES -5B and shall be Type E spaced ten feet apart. Front loops shall be a 6' diameter, modified Type E per the detail on the plan and will be placed immediately behind the limit line/crosswalk. Bicycle loop detectors shall be 3'X6', type D per the detail on the plan. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 51 All installed loop detectors shall be completely functional to the satisfaction of the Engineer within five consecutive working days of AC pavement final course placement, prior to the turn -on of the modified traffic signal. 21.0 PEDESTRIAN/BIKE PUSH BUTTON ASSEMBLIES All Pedestrian and bicycle push buttons assemblies shall be furnished and replaced new, including mounting hardware. New pedestrian push button assemblies shall be mounted at 3'-4" above the finished surface, measured from the surface where the pedestrian is located. Holes left in the 'shafts of the existing standards due to removal of existing push buttons shall be repaired by welding a suitable disk, grinding smooth and painting as provided for repairing damaged galvanized surfaces in Section 75-1.05, "Galvanizing", in the State Standard Specifications. Pedestrian push button signs, for push button assemblies to be installed on pedestrian push button posts shall be 5" x 7-1/2". All other pedestrian push button signs shall be 9" x 12" and shall not extend beyond the mounting framework. Installation of push button assemblies for bicycle use shall be in accordance with City Standard Plans STD -913-L and STD -914-L and shall be 5" x 7-1/2". Pedestrian push button assemblies shall comply with ADA requirements (Federal Register/Vol. 59, No. 117, Section 14.2.5).Lighting 21.1 HIGH PRESSURE SODIUM LUMINAIRES Luminaires shall be the full -cutoff type. Glare shields are not required. Each luminaire shall be die-cast aluminum, (86-6.07A) with integral regulator ballast and Type IV photoelectric control for use in multiple 120V circuit. The optical assembly shall provide true 90 -degree cutoff and shielding (without external glare shield) and shall consist of a glass or glass -coated gasket reflector; a heat and impact resistant flat glass lens; and porcelain -enclosed mogul multiple screw shell socket with lamp grips. The optical assembly shall contain activated charcoal filter, which prevents particulate and gaseous contamination. All luminaires shall be General Electric M -250A2 series 25OW OR 20OW (see plans) HPS with light distribution M -C-3, approved equal, or as shown on the approved plans. 21.2 HIGH PRESSURE SODIUM LAMP BALLASTS The twelfth paragraph in Section 86-6.01A, "High Pressure Sodium Lamp Ballasts", of the Standard Specifications is amended to read: "Ballasts for luminaires to be mounted on mast arms, brackets, or lowering assemblies shall be the regulator type and shall be located within the luminaire housing. The ballast for each horizontally mounted luminaire shall consist of components mounted on a down -opening door. The door shall be FAUsers\PSW\Shared\Contracts\FY 13-141G5498 - Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 52 hinged and secured to the luminaire housing separately from the refractor or flat lens frame. The door shall be easily removable and replaceable. The door shall be secured to the housing in a manner to prevent its accidental opening when the refractor or flat -lens frame is opened." 21.3 LAG-TYPE REGULATOR BALLASTS Each lag-type regulator ballasts shall have the primary and secondary windings electrically isolated and, when operated with the appropriate lamp shall have the following characteristics and shall maintain the following lamp operations: 1. The power factor shall be not less than 90 percent throughout the life of the lamp at nominal line voltage with the nominally rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 18 percent, 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballasts design center shall not vary more than 7-1/2 percent from rated lamp watts. 4. The ballasts shall be designed so that a capacitance variance of 6 percent will not cause more than a 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. 5. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial thorough life. 21.4 LEAD TYPE REGULATOR BALLASTS Each lead type regulator ballast (CWA-constant wattage autoregulator) shall, when operated with the appropriate lamp, have the following characteristics and shall maintain the following lamp operation: 1. The power factor shall be not less than 90 percent when the ballast is operated at nominal line voltage with a nominally -rated reference lamp. 2. Lamp wattage regulation spread at any lamp voltage from nominal through life shall not vary by more than 30 percent for 10 percent input voltage variation. 3. For nominal input voltage and lamp voltage, the ballast design center shall not vary by more than 7-1/2 percent from rated lamp watts. 4. The ballast shall be designed so that a capacitance variation of 6 percent will not cause more than an 8 percent variation in lamp wattage regulation throughout rated lamp life for nominal input voltage. S. The lamp current crest factor shall not exceed 1.8 for input voltage variation of 10 percent at any lamp voltage from initial through life." 21.$ PHOTOELECTRIC CONTROLS Type IV photoelectric (shorting caps) controls shall be provided on each luminaire. 21.6 LED INTERNALLY ILLUMINATED STREET NAME SIGNS All street name signs shall be furnished and replaced new, including mounting arms, mounting brackets and hardware. All new internally illuminated street name signs shall be edge lit LED and shall be as specified in these Special Provisions. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 53 Sign legends shall be white on a green background. The contractor shall provide shop drawings of all of the required sign legends for review by the Engineer. 21.6.1 MECHANICAL The sign housing shall be constructed of 6063-T5 extruded aluminum. Complete housing assembly to be TIG welded construction. The standard housing width will be a nominal 3.00" wide and 22" high with standard lengths of 72"and 96". No tools will be required to replace the Sign Panels, LED Light Engine and LED Driver. The sign housing will accept panels from either end and panel up to .177 thickness. Housing will overlap panels a minimum of 1.63" around all edges. Housing to be designed to facilitate in field maintenance. LED driver to be located for ease of maintenance. LED light modules to be mounted on removable trays. Trays can be removed from either side without the use of tools. The complete fixture maximum weight will be as follows: 72" x 18": 53lbs 96" x 18": 65lbs The housing should be designed to allow moisture to drain out each end through the end caps. Sign will be supplied with two hinging clevis attachments points welded and bolted to the top of the sign housing. Clevises will be a minimum of three inches wide. Hinge pin will be a 3/8" in diameter stainless steel shoulder bolt. There will be a bronze bearing interface between the hinge bolt and the top clevis brackets. Hinge bolt to be secured with a stainless steel nylok nut. A % -13 x 5.0" stainless steel hex bolt fastens through the top clevis bracket for attachment to the mastarm adjustable bracket. 21.6.2 FINISH Sign shall be clean and free of any blemishes,' burrs, or scratches. All metal parts to be fabricated in a uniform method. Sign housing shall have natural aluminum finish with clear powder coat finish no less than 2mills and no more than 5 mills thick. 21.6.3 ENVIRONMENTAL Sign fixture shall be designed and constructed withstand 70 miles per hour wind loads in conformance with the requirements of the AASHTO publication, "Standard Specifications for F:\Users\PBW\Shared\Contracts\FV 13-14\C-5498- Eastbiuff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 54 Structural Supports of Highway Signs, Luminaries and Traffic Signals", and amendments thereto. The sign panels shall not deform or warp under a 70mph wind loading. The sign and power supply should be able to withstand and operate at temperature extremes of -22 deg F to +140 deg F (-30 deg C to +55 deg C) 21.6.4 SIGN PANEL Reflective sign panels shall have a .177 thick clear polycarbonate base substrate. An ASTM type IV reflective sheeting shall be applied to the polycarbonate. All clear polycarbonate shall be heat dried prior to application of reflective sheeting. Panel layout at minimum shall conform with the MUTCD standards. Lettering to be 8" Highway Gothic E font. Lettering to be centered horizontally and vertically. A %" white border will show around the entire perimeter of the sign panel after installed in the sign housing. The appearance of the sign face shall be uniform throughout and shall be free of wrinkles, streaks, air bubbles or blemishes that may detract from the general appearance or color matching of the sign when viewed from a distance of twenty-five (25) feet. 21.6.5 ELECTRICAL The nominal power consumption for signs is as follows: Sign Length Watts 72" 60W 96" 80 W 21.6.6 LED DRIVER Input Voltage Range 90-264VAC @ 50/60Hz Output voltage +24VDC Max Watts 60 Watts (Two required for 84" and 96") UL UL1310 Class 2 Operating Temp -22°F-+140"F (-30"C- +55°C) Overload Protection Yes (Auto Recovery) IEC IP67 (Full Encapsulation) 21.6.7 LED LIGHT ENGINE The LED light engine shall be composed of 11.50" long PCB assemblies. Each PCB assembly will have a 5 pin single row connector on each end. One of the connectors will have a male connector and on the other will be the mating female version, allowing direct end to end connection to facilitate maintenance of light engine. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widening\SPECS SUPPLEMENTAL C-5498.doc 55 Each LED PCB assembly shall have circuitry that compensates for temperature and drives the LED's with constant current. The circuit shall also have the option of dimming with a PWM signal. LED's to be high brightness low wattage with a average CCT of 5000K. Each LED PCB assembly will produce a minimum of 340 lumens. The light engine will produce an average of 250 nits of panel brightness on each panel for a double sided sign. LED 11SNS signs shall be Nuart Edgelit, or approved equal. Emergency Vehicle Pre-empt (EVP) systems are to be furnished new and installed by the Contractor per the plans. The Contractor shall arrange for a representative of the manufacturer to test the operation of the systems after installation. On new cabinet installations, phase selector slots shall be incorporated in the vehicle detection rack. For modifications of existing cabinets, the phase selector units shall be installed in a new Model 760 rack or if vehicle detector rack is not available/full. The EVP system shall consist of the following components: • GTT Model 752 phase selector units, • GTT Model 760 rack_(if required), • GTT Model 722 Optical Detector Units • GTT Model 138 Optical Detector Cable 23.0 BATTERY BACKUP SYSTEM The Contractor shall furnish and install a 24 -volt Dimensions Battery Backup System (BBS) for use with a Nema system (shelf -mount) as detailed on plans. The Contractor shall furnish new and install all necessary cables, wiring harness, and all other equipment and incidentals, including batteries, to connect the UPS to the traffic signal controller cabinet wiring harness to provide the intended operation. The Dimension BBS shall consist of but not be limited to: • Inverter/Charger (with R5232 port): 24.111 (NEMA) • Combined Manual Bypass Switch — 511016 • 12 VDC, 79 AH Group 24 AGM batteries (four per system) —390003 • All necessary hardware and interconnect wiring The BBS shall be installed per the manufacturer's guidelines. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Widen! ng\SPECSSUPPLEMENTAL C-5498.doc 56 The Contractor shall at his own expense, arrange to have a technician, qualified to work on the BBS assembly and employed by the BBS assembly manufacturer, or his representative, present at the time the equipment is turned on. The Engineer shall be notified at least two working days prior to the beginning of the functional test period. 23.1 BATTERY BACKUP CABINET Where BBS system is to be installed on a Type "O" or "P", a separate battery cabinet shall be furnished and installed to house the batteries and inverter. The battery cabinet shall be California Chassis P/N FCU104664 or approved equal and made of Aluminum alloy. The battery cabinets for NEMA controller cabinets shall be finished in white to match the signal cabinet. The battery cabinet shall be mounted to the side of the signal cabinet at a minimum height of 30" above the foundation. 24.0 SIGNS 24.1 GENERAL Sign shall be standard size per the California MUTCD (latest edition) unless otherwise shown. Retroreflective sheeting shall be, Type 4 or greater. Sign shall be made of aluminum (.08 inch thickness). New Sign Posts shall be 14 gauge 2 inch square (OD) unistrut installed into a 12 gauge 2 X inch unistrut (OD) base. Unistrut base shall be installed at a depth of 18 inches in concrete and 30 inches in dirt. Contractor shall USA location prior to installing sign. Sign mounting hardware and brackets shall be stainless steel. Anti -seize lubricant shall be applied to mounting hardware prior to installation. Signs shall be installed at a clear height of seven feet unless otherwise shown on plans. Location of signs shown on plans is approximate and shall be approved by the City prior to installation. F:\Users\PBW\Shared\Contracts\FY 13-14\C-5498- Eastbluff Drive Wide ning\SPECSSUPPLEMENTAL C-5498.doc 57 CITY OF ,= NEWPORT BEACH n` City Council Staff Report August 12, 2014 Agenda Item No. 10. TO: HONORABLE MAYOR AND MEMBERS OF THE CIN COUNCIL FROM: David A. Webb, Public Works Director- (949) 644-3330, dawebb@newportbeachca.gov PREPARED BY: Brad Sommers, Senior Civil Engineer PHONE: (949) 644-3326 TITLE: Eastbluff Drive/Ford Road Bike Lane Improvement - Award of Contract No. 5498 (CAP13-0030) ABSTRACT: To promote bicycle safety and responsible cycling within the city, Staff pursued, and was awarded $235,420.00 in grant funds through the 2012 Orange County Transportation Authority (OCTA) Bicycle Corridor Improvement Program for installation of on -street bike lanes on Eastbluff Drive and Ford Road from Jamboree Road to MacArthur Boulevard. Staff has received and reviewed construction bids for this project and now requests City Council approval to award the construction contract to GMC Engineering, Inc. (GMC). RECOMMENDATION: a) Approve the project plans and specifications; b) Award Contract No. 5498 to GMC Engineering, Inc. of Tustin, California, for the total bid price of $297,000.00, and authorize the Mayor and the City Clerk to execute the contract; c) Establish an amount of $30,000.00 (approximately 10% of Total Bid) to cover the cost of unforeseen work; and d) Approve Budget Amendment No. 15BA-008 appropriating $96,000.00 from the Bicycle Safety Fund (010-3747) to the Eastbluff Drive -Ford Road Bike Lane Improvement Project Account No. 7014-C3002021. FUNDING REQUIREMENTS: At its January 22, 2013 meeting, the City Council authorized the establishment of a Bicycle Safety Fund Reserve to set aside contributions from the community, matched by City funds on a 3:1 basis, for the purpose of funding bicycle improvements within the City. Prior uses of this reserve include production of the Bicycle Master Plan and engineering services and striping for the 32nd Street Bike Lane. Staff recommends using $96,000 from the reserve for the Eastbluff Drive -Ford Road Bike Lane Improvement Project. Following this action, approximately $70,000 remains in the reserve for future programming. Upon approval of the budget amendment, sufficient funding is available for the award of this contract. The following funds will be expended: Account Description Bicycle Safety Reserve Grant Contributions Proposed uses are as follows: Vendor GMC Engineering, Inc. GMC Engineering, Inc. Smith -Emery Laboratories TBD DISCUSSION: Account Number Amount 7014-C3002021 $ 96,000.00 7251-C3002021 $ 235.420.00 Total: $ 331,420.00 Purpose Amount Construction $ 297,000.00 Construction Contingency $ 30,000.00 Geotechnical Testing $ 2,500.00 Printing/Incidental Expenses $ 1,920.00 Total: $ 331,420.00 At 10:00 A.M. on July 24, 2014, the City Clerk opened and read the following bids for this project: DTIC TOTAL BID AMOUNT Low GMC $ 297,000.00 2 Hillcrest Contracting $ 312,688.50 3 All American Asphalt $ 337,337.00 4 Palp, Inc. DBA Excel Paving Co. $ 332,263.00 5 Green Giant Landscaping, Inc. $ 344,440.00 6 Unique Performance Construction, Inc. $ 397,016.00 The low total bidder, GMC Engineering, Inc., possesses a current and valid California State Contractors License Classification "A" as required by the project specifications. A check of the contractor's references indicates satisfactory completion of similar projects for other public agencies. Also, GMC has successfully completed several similar street projects for the City in recent years. GMC's total bid amount is approximately four percent below the Engineer's Estimate of $308,000.00. The Eastbluff Drive -Ford Road Bike Lane Improvement Project includes installation of on -street bike lanes and intersection improvements along Eastbluff Drive -Ford Road from Vista Del Oro (South) to MacArthur Boulevard. Limited roadway width on Eastbluff Drive between Mar Vista and Jamboree Road will require roadway widening, landscaping and traffic signal modification along the south shoulder to install a bike lane. The estimated five-foot widening within this segment is facilitated by a recorded ten -foot wide bike trail and pedestrian easement on the Our Lady Queen of Angels property (2100 Mar Vista Drive). Creation of a bike lane on Ford Road between Jamboree Road and MacArthur Boulevard will be accomplished by modification to the existing striping and signage within the existing roadway. As this project is federally funded, it required Federal and State approval for conformance with CEQA, NEPA, and Federal and State transportation criteria through submittal and review by Caltrans. Unfortunately, the extended time involved with the project's federal funding approval process has now impacted the summer construction window and created the potential for construction to continue into the first or second week of school. Considering the project's proximity to several large schools, every effort is and will be made to complete the project prior to the beginning of the school year. However, because we could possibly still have one of the east bound lanes closed at the start of school, staff has taken the following steps in an effort to reduce potential impacts associated with construction and school traffic: • Expedited the Construction Contract process to begin construction on August 13, 2014 (tomorrow) and approved extended working hours for the contractor; • Prepared an informational flier/traffic advisory and contacted the Newport -Mesa School District, Our Lady Queen of Angels Church, and adjacent residential community associations to advise staff/students/parents/residents of the potential construction; Broadcast project notifications utilizing Social Media, such as the City's Facebook and Twitter accounts; • Coordinated with the Police Department for on-site officer traffic support during the critical student drop off and pick up periods; • Assigned Traffic Engineering staff to monitor the traffic flow and modify the traffic signal timing accordingly; and • Created a special traffic control plan to guide exiting school traffic away from the construction area, north to Jamboree Road/Eastbluff Drive (to be deployed if necessary). ENVIRONMENTAL REVIEW: Staff recommends the City Council find this project exempt from the California Environmental Quality Act ("CEQA") pursuant to Section 15301 (for repair, maintenance and minor alteration of existing public facilities) of the CEQA Guidelines, California Code of Regulations, Title 14, Chapter 3, because it has no potential to have a significant effect on the environment. Through the required Caltrans NEPA Determination (December 13, 2013), the State of California determined that this project has no significant impact on the environment as defined by NEPA, and that there are no unusual circumstances as described in 23 CFR 771.117(b). As such, the project is categorically excluded from the requirements to prepare an environmental assessment or environmental impact statement under the National Environmental Policy Act. The State has determined that the project is a Categorical Exclusion under: 23 CFR 771.117(c)(3). A copy of the State's determination is available for review in the Public Works Department. NOTICING: The agenda item has been noticed according to the Brown Act (72 hours in advance of the meeting at which the City Council considers the item). ATTACHMENTS: Description Attachment A - Location Map Attachment B - Budaet Amendment ATTACHMENT A NOT TO SCALE I Eastbluff Dr/Ford Rd Bike Lane Improvement Project CITY OF NEWPORT BEACH PUBLIC WORKS DEPARTMENT C-5498 1 08/12/2014 ATTACHMENT B City of Newport Beach NO. BA- 15BA•008 BUDGET AMENDMENT 2014-15 AMOUNT: Sss,000.00 EFFECT ON BUDGETARY FUND BALANCE: Increase Revenue Estimates Increase in Budgetary Fund Balance �X Increase Expenditure Appropriations AND X Decrease in Budgetary Fund Balance Transfer Budget Appropriations No effect on Budgetary Fund Balance SOURCE: from existing budget appropriations from additional estimated revenues PX from unappropriated fund balance EXPLANATION: This budget amendment is requested to provide for the following: To increase expenditure appropriations from the Bicycle Safety Fund (010-3747) to the Eastbluff Drive - Ford Road Bike Lane Improvement Project in order to provide sufficient funding for award of construction contract 5498 to GMC Engineering. (JV will be done to move funds from 010-3747 to General Fund Balance in conjunction with this BA). ACCOUNTING ENTRY: BUDGETARY FUND BALANCE Fund Account 010 3605 REVENUE ESTIMATES (3601) Fund/Division Account EXPENDITURE APPROPRIATIONS (3603) Description General Fund - Fund Balance Description Description Division Number 7014 Misc & Studies Account Number C3002021 Eastbluff Bike Lane Signed: Signed: Signed: Approval: Finance Director Approval: City City Council Approval: City Clerk Amount Debit Credit $96,000.00 Automatic $96,000.00 Date 11b Date Date