Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Contracts & Agreements_73-2005
AGREEMENT THIS AGREEMENT, made and entered into this 3`d day of May, 2005, by and between the City of Redlands, a Municipal Corporation, organized and existing under the laws of the State of California, hereinafter referred to as the "City", and All American Asphalt of the City of Corona, County of Riverside, State of California, hereinafter referred to as the "Contractor" WITNESSETH That the City and the Contractor, for the consideration hereinafter named, agree as follows 1 Scope of Work. The Contractor will furnish all materials and will perform all of the work to perform construction of Union Avenue Street Improvements project, complete, all as shown, specified, and made a part of Contract No 243300-7230/43019 2. For the Contract Sum of 5256,114 50, in accordance with the terms and conditions of the Contract Documents Pursuant to Section 22300 of the California Public Contract Code, Contractor has the option to deposit securities with an Escrow Agent as a substitute for retention of earnings requirement to be withheld by the City pursuant to and Escrow Agreement 3. Time for Completion The work shall be completed within sixty (60) work days from and after the date of the Notice to Proceed 4 Liquidated Damages Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City Such damages are, and will continue to be, impracticable and extremely difficult to determine The Contractor shall pay to the City, or have withheld from monies due it, the sum as set forth in the General Provisions for each consecutive calendar day in excess of the specified time for completion of the work Execution of the contract shall constitute agreement by the City and Contractor that the liquidated damages amount per day is the minimum and actual damage caused by the failure of the Contractor to complete the work within the allowed time Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs 5 Contract Documents The complete contract includes all of the contract documents set forth herein, to wit, Notice Inviting Bids, Instructions to Bidders, Proposal and Bid Forms, Bid Bond, Agreement, Performance Bond, Payment Bond, other required documents, Federal Labor Standards Provisions contained in Part II ofthese Supplemental Specifications, Plans and Specifications, all referenced specifications, and any Addenda thereto 6 Attorney Fees. In the event any legal action is commenced to enforce or interpret the terms or conditions of this contract the prevailing party shall, in addition to any costs and other relief, be entitled to recovery of its reasonable attorney's fees 7. Defense Obligation The Contractor shall defend the City, its elected officials, officers, agents, and employees from and against any and all claims, losses, damages, and causes of action, including death, brought by any person or persons foi or on account of any wrongful or negligent act or omission ofthe Contractor, its employees or agents in connection with the performance of the Contractor's obligation under this contract 8. Insurance All policies of general liability and business automobile insurance required by this contract shall name the City, its elected officials, employees, and agents as additional insureds Any insurance required under this contract shall be primary with respect to the City and non-contributing to any insurance or self-insurance maintained by the City 9 Resolution of Construction Claims Claims made by the Contractor in the amount of$375,000 00 or less shall be processed by the City pursuant to the provisions of Part 3, Chapter 1, Article 1 5 of the Public Contracts code (commencing with Section 20104) All claims shall be in writing and include the documents necessary to substantiate the claim Nothing in subdivision (a) of the Public Contracts Code Section 20104 2 shall extend the time limit or supersede the notice requirements provided in this case from filing claims by the Contractor Pursuant to Public Contract Code section 9201, if the City receives a third party claim in relation to this Contract, the City shall timely notify the Contractor The City shall be entitled to recover reasonable costs incurred in providing the notification required by Public Contract Code section 9201(b) 10. Eligibility of Contractor/Subcontractor. Contractor and any subcontractor agree to abide by California Publ is Contract Code Section 6109 and California Labor Code Sections 1777 1 and/or 1 777 7 and certify that they are not debarred and are eligible to work on this project 11 Assignment of Agreement No assignment by a party hereto of any rights or interests under this agreement will be binding on another party without the written consent of the party sought to be bound 12 Successors and Assigns The City and Contractor each binds itself, its partners, successors, assigns and legal representatives m respect to all covenants, agreements and obligations contained in the contract documents 13. Severability. Any provision or part of the contract documents held to be void or unenforceable under any law or regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon the City and Contractor 14 Federal Labor Standards This project is subject to Federal Labor Standards A copy of Federal Labor Standards Provisions (HUD form 4010) is attached to this Agreement IN WITNESS WHEREOF, the parties hereto have executed this Agreement in duplicate on the day and year first written above CITY SEAL ATTEST: CityavitdAl-a d Cl 1c, City of Redlands County of San Bernardino, California By• CONTRACTOR SEAL By. ayo City of Redlands Co of San Bernardino, California All American Asphalt Name of Contractor Signature of Authorized Agent Rnhert Bradley, Vice President Signatory's Title Signature of Authorized Agent (if necessary) Signatory's Title (if necessary) 267073, A & C-12 Contractor's License No FEDERAL LABOR STANDARDS PROVISIONS U S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT A APPLICABILITY The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America, and the following Federal Labor Standards Provisions are included in this contract pursuant to the provisions applicable to such Federal assistance 1 Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona 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 and mechanics, subject to the provisions of 29 CFR Part 5 5(a)(1)(iv), also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5 5(a)(4) Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed The wage determination (including any additional classification) and wage rates conformed under 29 CFR Part 5 5(a)(1)(ii), 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 (i) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met 1 - The work to be performed by the classification requested is not performed by a classification in the wage determination, and 2 - The classification is utilized in the area by the construction industry, and 3 - The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, US 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 HUD or its designee, or will notify HUD or its designee within the 30 -day period that additional time is necessary (Approved by the Office of Management and Budget under OMB Control Number 1215-0140 ) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee, or will notify HUD or its designee within the 30-day period that additional time is necessary (Approved by the Office of Management and Budget under OMB Control Number 1215-0140 ) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met The Secretary of Labor may require the contractor to set-aside in a separate account assets for the meeting of obligations under the plan or program (Approved by the Office of Management and Budget Control Number 1215-0140 ) 2 Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Laboi 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 (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for or on account of the contractor or subcontractor to the respective employees to whom they are due The Comptroller General shall make all disbursements in the case of direct Davis-Bacon Act contracts 3. Payrolls and Basic Records (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work, preserved for a period of three years thereafter for all Iaborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates and wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof ofthe 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 Part 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(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of the apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017 ) (n) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5 5(a)(3)(i) This information may be submitted in any form desired Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U S Government Printing Office, Washington DC 20402 The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149 ) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following• 1 - That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5 5(a)(3)(i) and that such information is correct and complete, 2 - That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3, and 3 - That the laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract (c) The weekly submission of a properly executed certification set forth on the reverse side of optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3 (ii)(b) of this section (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code (m) The contractor or subcontractor shall make the records required under paragraph A 3 (i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5 12 4. Apprentices (i) 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, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, 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 Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registration 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 journeymen'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 ofthe apprenticeship program Ifthe 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 Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, 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 (ii) Trainees Except as provided in 29 CFR Part 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 US Department of Labor, Employment and Training Administration The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved (in) 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 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 will insert an any subcontracts the clauses contained in 219 CFR Part 5 5(a)(1) through (10) and such other clauses as HUD or its designee may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5 5 7. Contract Termination, Debarment. A breach of the contract clauses in 29 CFR. Part 5 5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR Part 5 12. 8 Compliance with Davis-Bacon and Related Act Requirements All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9 Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7 Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the US Department of Labor, or the employees or their representatives 10. Certification of Eligibility (i) 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 Part 5 12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24 (n) 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 Part 5 12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24 (in) The penalty for making false statements is prescribed in the US Criminal Code, 18 USC 1001 Additionally, US Criminal Code Section 1010, Title 18, USC, "Federal Housing Administration transactions", provides in part, "Whoever, for the purpose of influencing in any way the action of such Administration makes, utters or publishes any statement, knowing the same to be false shall be fined not more than $5,000 or imprisoned not more than two years, or both " 11 Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this contract are applicable shall be discharged or in any other manner discriminated against by the contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this contract to his employer B CONTRACT WORK HOURS AND SAFETY STANDARDS ACT. 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 cxccss of eight haurs in any calendar day in excess of forty hours in such workweek unless such laborers or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked i rexecss of c.ight Iwai, in ally caltild&i day v, in excess of forty hours in such workweek, whi hev*ei reatcr 2 Violation, Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any 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 subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work ' in excess of the standard workweek of forty hours without payment of the overtime wages by the clause set forth in subparagraph (1) of this paragraph 3. Withholding for Unpaid Wages and Liquidated Damages HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph 4 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts The prime contractor shall be responsible for compliance by any lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph C HEALTH AND SAFETY 1. No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation 2 The contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly Part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat 96) 3 The contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor The contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions NOTE. Edited text above is in accordance with revisions provided by the US Department of Housing and Urban Development FEDERAL PREVAILING WAGE PROVISION GENERAL DECISION CA20030037 02/11/2005 CA37 Date February 11, 2005 General Decision Number CA20030037 02/11/2005 Superseded General Decision Number CA020037 State California Construction Types Building, Heavy (Heavy, and Dredging) and Highway County San Bernardino County in California Building Construction Projects, Dredging Projects (does not include hopper dredge work), Heavy Construction Projects (does not include water well drilling), Highway Construction Projects Modification Number Publication Date 0 6/13/2003 1 1/30/2004 2 3/05/2004 3 4/02/2004 4 5/21/2004 5 7/02/2004 6 7/16/2004 7 8/27/2004 8 10/08/2004 9 10/22/2004 10 1/14/2005 11 1/28/2005 12 2/11/2005 ASBE0005-002 08/01/2004 Rates Fringes Asbestos Worker/Insulator - includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems 34.06 9 84 ASBE0005-004 01/01/2004 Rates Fringes Asbestos Removal Worker/Hazardous Material Handler - includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not 15 75 2 55 BOIL0092-003 01/01/2004 Rates Fringes Boilermaker 32 84 15 61 BRCA0004-011 05/01/2004 Rates Fringes Bricklayer, Marble Mason 29 67 7 45 BRCA0018-006 09/01/2004 Rates Fringes Marble Finasher 20 70 5 81 Tile Finisher 17 25 5 16 Tile Layer 27 50 9 37 BRCA0018-010 09/01/2004 Rates Fringes Terrazzo Finasher 21 89 7 76 Terrazzo Worker 29 13 7 76 CARP0409-001 07/01/2004 Rates Fringes Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer 30 28 8 40 Millwright 30 78 8 40 Piledriver/Derrtck Bargeman, Bridge or Dock Carpenter, Heavy Framer 30 41 8 40 Bridge Carpenter, Rock Bargeman or Scowman, Rockslinger, Shingler (commercial) 30 41 8 40 Pneumatic Nailer, Power Stapler 30 53 8 40 Sawfiler 30 36 8 40 Scaffold Builder 23 83 8 40 Table Power Saw Operator 30 38 8 40 FOOTNOTE Work of forming to the construction of open cut sewers or storm drains, on operations in which horizontal lagging is used in conjunction with steel H -Beams driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers) $0 13 per hour additional. Certified Welder - $1 00 per hour premium CARP0409-002 07/01/2003 Rates Fringes Diver Wet 526 88 7.38 Standby 263 44 7 38 Tender 255 44 7 38 NOTE Amounts in "Rates" column are per day CARP0409-008 07/01/2003 Rates Fringes Mobile Filing System Installer 13 76 5 80 Modular Furniture Installer 14 36 5 80 Full Wall Technician 20 47 5 80 ELEC0011-002 12/01/2003 Rates Fringes Communications and Systems Work Communications System Installer 22 18 3%+7 15 Communications System Technician 23 98 3%+7 15 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 m 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 ELEC0477-002 05/31/2004 Rates Fringes Electricians Cable splicer 30 15 3%+13 00 Tunnel Work 32 07 3%+13 00 Electrician 29 15 3%+13 00 Cable Splicer $1 00 per hour above Electrician rate, Tunnel Work 10% above Electrician rate ZONE PAY Zone A - 80 road miles from Post Office, 455 Orange Show Lane, San Bernardino, will be a free zone for all contractors Zone B - Any work performed outside Zone Ns 80 road miles, shall add $8 00 per hour to the current wage scale ELEC1245-001 06/01/2004 Rates Fringes Line Construction Lineman, Cable splicer 35 01 4%+8 93 Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), and overhead and underground distribution line equipment) 29 76 4%+8 25 Groundman 22 76 4%+8 25 Powderman 33 27 4%+8 29 ELEV0018-001 09/15/2001 Rates Fringes Elevator Mechanic 33.695 7 455 FOOTNOTE Vacation Pay - 8% with 5 or more years of service, 6% for 6 months to 5 years service Paid Holidays - New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day ENGI0012-003 07/01/2004 Rates Fringes Power equipment operator - cranes, pile driving, hoisting Group 1 29.95 14 55 Group 2 30 73 14 55 Group 3 31 02 14 55 Group 4 31 16 14 55 Group 5 31 38 14 55 Group 6 31 49 14 55 Group? 3161 1455 Group 8 31 78 14 55 Group 9 31 95 14 55 Group 10 32 95 14 55 Group 11 33 95 14 55 Group 12 34 95 14 55 Group 13 35 95 14 55 Power equipment operator - tunnel work Group 1 31 23 14 55 Group 2 31.52 14.55 Group 3 31 66 14 55 Group 4 31 88 14 55 Group 5 31 99 14 55 Group 6 32 11 14 55 Group? 3241 1455 Power equipment operators Group 1 28 60 14 55 Group 2 29 38 14 55 Group 3 29 67 14 55 Group 4 31 16 14 55 Group 5 32 26 14 55 Group 6 31 38 14 55 Group 7 32 48 14 55 Group 8 31 49 14 55 Group 9 32 59 14 55 Group 10 31 61 14 55 Group 11 32 71 14 55 Group 12 31 78 14 55 Group 13 31.88 14.55 Group 14 31 91 14 55 Group 15 31 99 14 55 Group 16 32 11 14 55 Group 17 32 28 14 55 Group 18 32 38 14 55 Group 19 32 49 14 55 Group 20 32 61 14 55 Group 21 32 78 14 55 Group 22 32 88 14 55 Group 23 32 99 14 55 Group 24 33 11 14 55 Group 25 33 28 14 55 FOOTNOTES Premium Pay of $3 75 per hour shall be paid an all power equipment operator work at Camp Pendleton, Point Arguello, and Vandenburg AFB Workers required to suit up and work in a hazardous material environment, $2.00 per hour additional Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Bargeman, Brakeman, Compressor operator, Ditch Witch, with seat or similar type equipment, Elevator operator -inside, Engineer Oiler, Forklift operator (includes loed, lull or similar types under 5 tons, Generator operator, Generator, pump or compressor plant operator, Pump operator; Signalman, Switchman Group 2 Asphalt -rubber plant operator (nurse tank operator), Concrete mixer operator -skip type, Conveyor operator, Fireman, Forklift operator (includes loed, lull or similar types over 5 tons, Hydrostatic pump operator, oiler crusher (asphalt or concrete plant), Petromat laydown machine, PJU side dum jack, Screening and conveyor machine oeprator (or similar types), Skiploader (wheel type up to 3/4 yd without attachment); Tar pot fireman, Temporary heating plant operator, Trenching machine oiler Group 3 Asphalt -rubber blend operator, Bobcat or similar type (side steer), Equipment greaser (rack), Ford Ferguson (with dragtype attachments), Helicopter radioman (ground), Stationary pipe wrapping and cleaning machine operator Group 4 Asphalt plant fireman, Backhoe operator (mini -max or similar type), Boring machine operator, Boxman or mixerman (asphalt or concrete), Chip spreading machine operator, Concrete cleaning decontamination machine operator, Concrete Pump Operator (small portable), Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum), Equipment greaser (grease truck), Guard rail post driver operator, Highline cableway signalman, Horizontal Directional Drilling Machine, Hydra -hammer -aero stomper, Micro Tunneling (above ground tunnel), Power concrete curing machine operator, Power concrete saw operator, Power -driven jumbo form setter operator, Power sweeper operator, Rock Wheel Saw/Trencher, Roller operator (compacting), Screed operator (asphalt or concrete), Trenching machine operator (up to 6 ft ), Vacuum or much truck Group 5 Equipment Greaser (Grease Truck/Multi Shift) Group 6 Articulating material hauler, Asphalt plant engineer, Batch plant operator, Bit sharpener, Concrete Joint machine operator (canal and similar type), Concrete planer operator, Dandy digger, Deck engine operator, Derrickman (oilfield type), Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum), Drilling machine operator (including water wells), 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 ), Shp form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h p flywheel and similar types, up to and including D-5 and similar types), Tugger hoist operator (1 drum), Ultra high pressure waterjet cutting tool system operator, Vacuum blasting machine operator Group 7 Welder - General Group 8 Asphalt or concrete spreading operator (tamping or finishing), Asphalt paving machine operator (Barber Greene or similar type), Asphalt -rubber distribution operator, Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar, Cast -in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work), Compactor operator (self-propelled), Concrete mixer operator (paving), Crushing plant operator, Drill Doctor, Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum), Elevating grader operator, Grade checker, Gradall operator, Grouting machine operator, Heavy-duty repairman, Heavy equipment robotics operator, Kalamazoo balliste regulator or similar type, Kolman belt Ioader 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 bending machine operator, Trenching machine operator (over 6 ft depth capacity, manufacturer's rating), trenching Machine with Road Miner attachment (over 6 ft depth capacity) Ultra high pressure waterjet cutting tool system mechanic, Water pull (compaction) operator Group 9 Heavy Duty Repairman Group 10 Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types -Texoma 900 auger or similar types -drilling depth of 105' maximum), Dual drum mixer, dynamic compactor LDC350 (or similar types), Monorail locomotive operator (diesel, gas or electric), Motor patrol -blade operator (single engine), Multiple engine tractor operator (Euclid and similar type -except Quad 9 cat ), Rubber -tired earth -moving equipment operator (single engine, over 50 yds struck), Pneumatic pipe ramming tool and similar types, Prestressed wrapping machine operator, Rubber -tired earth -moving equipment operator (single engine, over 50 yds struck), Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds and up to 50 yds struck), Tower crane repairman, Tractor loader operator (crawler and wheel type over 6-1/2 yds ); Woods mixer operator (and similar Pugmill equipment) Group 11 Heavy Duty Repairman - Welder Combination, Welder - Certified Group 12 Auto grader operator, Automatic slip form operator, Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or 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-ttred 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 m 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 m 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 m tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds struck) Group 20 Rubber -tired earth -moving equipment operator, operating m 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, PILE DRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS Group 1 Engineer oiler, Fork lift operator (includes loed, Iull or similar types) Group 2 Truck crane oiler Group 3 A-frame or winch truck operator, Ross carrier operator (job site) Group 4• Bridge-type unloader and turntable operator; Helicopter hoist operator Group 5. Hydraulic boom truck, Stinger crane (Austin-Western or similar type), Tugger hoist operator (1 drum) Group 6 Bridge crane operator, Cretor crane operator, Hoist operator (Chicago boom and similar type), Lift mobile operator, Lift slab machine operator (Vagtborg and similar types), Material hoist and/or manlift operator, Polar gantry crane operator, Self Climbing scaffold (or similar type), Shovel, backhoe, draglme, clamshell operator (over 3/4 yd and up to 5 cu yds mrc), Tugger hoist operator Group 7 Pedestal crane operator, Shovel, backhoe, dragline, clamshell operator (over 5 cu yds mrc), Tower crane repair; Tugger hoist operator (3 drum) Group 8 Crane operator (up to and including 25 ton capacity), Crawler transporter operator, Derrick barge operator (up to and including 25 ton capacity), Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity), Shovel, backhoe, draghne, clamshell operator (over 7 cu yds , M R C ) Group 9 Crane operator (over 25 tons and up to and including 50 tons mrc), Derrick barge operator (over 25 tons up to and including 50 tons mrc), Highline cableway operator, Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc), K-crane operator, Polar crane operator, Self erecting tower crane operator maximum lifting capacity ten tons Group 10 Crane operator (over 50 tons and up to and including 100 tons mrc), Derrick barge operator (over 50 tons up to and including 100 tons mrc), Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M R C ), Tower crane operator and tower gantry Group 11 • Crane operator (over 100 tons and up to and including 200 tons mrc), Derrick barge operator (over 100 tons up to and including 200 tons mrc), Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc), Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) Group 12 Crane operator (over 200 tons up to and including 300 tons mrc), Derrick barge operator (over 200 tons up to and including 300 tons mrc), Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc), Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) Group 13 Crane operator (over 300 tons), Derrick barge operator (over 300 tons), Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons), Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS Group 1 Skiploader (wheel type up to 3/4 yd. without attachment) Group 2 Power-driven jumbo form setter operator Group 3 Dinkey locomotive or motorperson (up to and including 10 tons) Group 4 Bit sharpener, Equipment greaser (grease truck), Slip form pump operator (power-driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum), Tunnel locomotive operator (over 10 and up to and including 30 tons) Group 5 Backhoe operator (up to and including 3/4 yd ), Small Ford, Case or similar, Drill doctor, Grouting machine operator, Heading shield operator, Heavy-duty repairperson, Loader operator (Athey, Euclid, Sierra and similar types), Mucking machine operator (1/4 yd , rubber -tired, rail or track type), Pneumatic concrete placing machine operator (Hackley-Presswell or similar type), Pneumatic heading shield (tunnel), Pumperete gun operator, Tractor compressor drill combination operator, Tugger hoist operator (2 drum), Tunnel locomotive operator (over 30 tons) Group 6 Heavy Duty Repairman Group 7 Tunnel mole boring machine operator ENGI0012-004 08/01/2004 Rates Fringes Power Dredging Equipment Operators Leverman 36 60 14 55 Dredge dozer 32 13 14 55 Deckmate 32 02 14 55 Winch operator (stern winch on dredge) 31 47 14 55 Fireman, Deckhand and Bargeman 30 93 14 55 Barge Mate 31 54 14 55 IRON0002-004 07/01/2004 Rates Fringes Ironworkers Fence Erector 27 02 14 74 Ornamental, Reinforcing and Structural 27 91 14 74 PREMIUM PAY $3 00 additional per hour at the following locations China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U S Marine Base - Barstow, U S Naval Air Facility - Sealey, Vandenberg AFB $2 00 additional per hour at the following locations Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $1 00 additional per hour at the following locations Port Hueneme, Port Mugu, U S Coast Guard Station - Two Rock LABO0300-001 07/01/2004 Rates Fringes Brick Tender 21 60 11 72 LABO0300-003 07/01/2004 Rates Fringes Laborer - Gunite Group 1 22 84 15 71 Group 2 21.89 15 71 Group 3 18 35 15 71 Laborer - Tunnel Group 1 23 57 12 19 Group 2 23 89 12 19 Group 3 24 35 2 19 Group 4 25 04 12 19 Laborers Group 1 20 60 12 13 Group 2 21 15 12 13 Group 3 21 70 12 13 Group 4 23 25 12 13 Group 5 23 60 12 13 FOOTNOTE Gunite Premium Pay - Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate LABORER CLASSIFICATIONS Group 1 Cleaning and handling of panel forms, Concrete screedmg 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 Imes, Material hose operator (walls, slabs, floors and decks), Pluggmg, 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 andlor water pipeline wrapper, 6 -in pipe and over, by any method, inside and out, High scaler (including drilling of same), Hydro seeder and similar type, Impact wrench multi -plate, Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing), Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein, Pipelayer's backup person, coating, grouting, making of Joints, sealing, caulking, diapering and including rubber gasket Joints, pointing and any and all other services, Rock slinger, Rotary scarifier or multiple head concrete chipping scarifier, Steel headerboard and guideline setter, Tamper, Barko, Wacker and similar type, Trenching machine, hand -propelled Group 4 Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types), Concrete core cutter (walls, floors or ceilings), grinder or sander, Concrete saw person, cutting walls or flat work, scoring old or new concrete, Cribber, sharer, 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, wood or steel, Tunnel Concrete finisher Group 4 Diamond driller, Sandblaster, Shaft and raise work GUNITE LABORER CLASSIFICATIONS Group 1 Nozzle person and rod person Group 2 Gun person Group 3 Rebound person LABO0300-008 08/04/2004 Rates Fringes Plaster Clean-up Laborer 20 74 12 11 Work at Military Bases - $3 00 additional per hour. Coronado Naval Amphibious Base, Fort Irwin, George AFB, Marine Corps Air Station -29 Palms, Imperial Beach Naval Air Station, Marine Corps Logistics Supply Base, Marine Corps Pickle Meadows, Mountain Warfare Training Center, Naval Air Facility -Seeley, North Island Naval Air Station, Vandenberg AFB LAB00882-002 01/01/2005 Rates Fringes Asbestos Removal Laborer 22 50 10.10 SCOPE OF WORK Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery, scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations LABO1 184-001 07/01/2004 Rates Fringes Laborers - Striping/Slurry Seal Group 1 22 16 10 39 Group 2 23 41 10 39 Group 3 25 34 10 39 Group 4 27 01 10 39 Laborers - Striping Group 1 22.16 10 39 Group 2 23 41 10 39 Group 3 25 34 10 39 Group 4 27 01 10 39 LABORERS - STRIPING CLASSIFICATIONS Group 1 Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds, carstops, operation of all related machinery and equipment, equipment repair technician Group 2 Traffic surface abrasive blaster, pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc ) and preparation of surface for coatings Traffic control person controlling and directing traffic through both conventional and moving lane closures, operation of all related machinery and equipment Group 3 Traffic delineating device applicator Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process Traffic protective delineating system installer removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers, operation of all related machinery and equipment, power broom sweeper Group 4. Striper layout and application of traffic stripes and markings, hot thermo plastic, tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment PAIN0036-001 07/01/2004 Rates Fringes Painters Repaint Including Lead Abatement 22 80 7 19 All Other Work 26 07 7 19 REPAINT of any structure with the exception of work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities, tenant improvement work not included in conjunction with the construction of the building and all repainting of tenant improvement projects PAIN0036-008 01/01/2004 Rates Fringes Drywall Finisher 26 83 9 23 PAIN0036-015 06/01/2004 Rates Fringes Glazier 30 20 10 55 FOOTNOTE Additional $1 25 per hour for work in a condo, from the third (3rd) floor and up Additional $1 25 per hour for work on the outside of the building from a swing state or any suspended contrivance, from the ground up PA1N1247-002 01/01/2005 Rates Fringes Soft Floor Layer 28 05 7 15 PLAS0200-008 08/07/2002 Rates Fringes Plasterer Fort Irwin, George AFB; Marine Corps Air Station 29 Palms, and Marine Corps Logistics Supply Base 29 77 6 76 Remainder of County 26 77 6 76 PLAS0500-002 07/01/2004 Rates Fringes Cement Mason 24 20 14 59 PLUM0016-002 07/01/2004 Rates Fringes Plumber, Pipefitter, Steamfitter Work on strip malls, light commercial, tenant improvement and remodel work 24 19 9 34 Work on new additions and remodeling of bars, restaurants, stores and commercial buildings, not to exceed 5,000 sq ft of floor space 30 32 10 67 Edwards AFB & George AFB 33 61 11 24 All other work 31 36 11 24 Fort Irwin Army Base, Marine Corps Logistic Base at Nebo, Marine Corps Logistic Base at Yermo and Twenty -Nine Palms Marine Base 34 86 11 24 All other work 31 36 11 24 Remainder of County 31 36 11 24 PLUM0345-001 07/01/2004 Rates Fringes Landscape & Irrigation Fitter 24 23 10 60 Sewer & Storm Drain Work 21 06 10 98 ROOF0036-002 09/01/2004 Rates Fringes Roofer (including Built Up, Composition and Single PIy) 26 25 7 17 FOOTNOTE Pitch premium - work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1 75 per hour "pitch premium" pay SFCA0669-009 01/01/2005 Rates Fringes Sprinkler Fitter, Fire 26 75 12 25 Does not include the northern part of the city of Chino, or the cities of Montclair or Ontario SFCA0709-004 01/01/2005 Rates Fringes Sprinkler Fitter, Fire 31 68 15 15 The northern part of the city of Chino, and the cities of Montclair and Ontario SHEE0105-003 08/01/2004 Rates Fringes Sheet metal worker Commercial - New Construction and Remodel work 30 27 13 82 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 26 86 17 62 Inyo, Kern (northeast part, east of Hwy 395), Los Angeles (including Pomona, Claremont, Catalina Island, Long Beach and area south of Imperial Highway and east of the Los Angeles River), Mono, Orange, Riverside, and San Bernardino counties TEAM0011-002 07/01/2004 Rates Fringes Truck drivers Group i 23 24 13 44 Group 2 23 39 13 44 Group 3 23 52 13 44 Group 4 23 71 13 44 Group 5 23 65 13 44 Group 6 23 77 13 44 Group 7 24.02 13 44 Group 8 24 27 13 44 Group 9 24 47 13 44 Group 10 24 77 13 44 Group 11 25 27 13 44 WORK ON ALL MILITARY BASES Premium Pay - $3 00 per hour additional 29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB TRUCK DRIVERS CLASSIFICATIONS Group 1 Truck driver Group 2 Driver of vehicle or combination of vehicles - 2 axles, Traffic control pilot car excluding moving heavy equipment permit load, Truck mounted broom Group 3 Driver of vehicle or combination of vehicles - 3 axles, Boot person, Cement mason distribution truck, Fuel truck driver, Water truck - 2 axle, Dump truck, less than 16 yds water level, Erosion control driver Group 4 Driver of transit mix truck, under 3 yds , Dumperete truck, less than 6-1/2 yds. water level Group 5 Water truck, 3 or more axles, Truck greaser and tire person ($0 50 additional for tire person), Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work, Slurry truck driver Group 6 Transit mix truck, 3 yds or more, Dumperete truck, 6-1/2 yds water level and over, Vehicle or combination of vehicles - 4 or more axles, Oil spreader truck, Dump truck, 16 yds to 25 yds water level Group 7 A Frame, Swedish crane or similar, Forklift driver, Ross carrier driver Group 8 Dump truck, 25 yds to 49 yds water level; Truck repair person, Water pull - single engine, Welder Group 9 Truck repair person/welder, Low bed driver, 9 axles or over Group 10 Dump truck - 50 yds or more water level, Water pull - single engine with attachment Group 11 Water pull - twin engine; Water pull - twin engine with attachments, Winch truck driver - $1 25 additional when operating winch or similar special attachments WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 5 (a) (1) (u)) In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates Other designations indicate unions whose rates have been determined to be prevailing 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 26 86 17 62 Inyo, Kern (northeast part, east of Hwy 395), Los Angeles (including Pomona, Claremont, Catalina Island, Long Beach and area south of Imperial Highway and east of the Los Angeles River), Mono, Orange, Riverside, and San Bernardino counties TEAM0011-002 07/01/2004 Rates Fringes Truck drivers Group I 23 24 13 44 Group 2 23 39 13 44 Group 3 23 52 13 44 Group 4 23 71 13 44 Group 5 23 65 13 44 Group 6 23 77 13 44 Group? 2402 1344 Group 8 24 27 13 44 Group 9 24 47 13 44 Group 10 24 77 13 44 Group 11 25 27 13 44 WORK ON ALL MILITARY BASES Premium Pay - $3 00 per hour additional 29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, Fort Irwin, George AFB, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB TRUCK DRIVERS CLASSIFICATIONS Group 1 Truck driver Group 2 Driver of vehicle or combination of vehicles - 2 axles, Traffic control pilot car excluding moving heavy equipment permit load, Truck mounted broom Group 3. Driver of vehicle or combination of vehicles - 3 axles, Boot person, Cement mason distribution truck, Fuel truck driver, Water truck - 2 axle, Dump truck, less than 16 yds water level, Erosion control driver Group 4 Driver of transit mix truck, under 3 yds , Dumperete truck, less than 6-112 yds water level Group 5• Water truck, 3 or more axles, Truck greaser and tire person ($0 50 additional for tire person), Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work, Slurry truck driver Group 6 Transit mix truck, 3 yds or more, Dumperete truck, 6-1/2 yds water level and over, Vehicle or combination of vehicles - 4 or more axles, Oil spreader truck, Dump truck, 16 yds to 25 yds water level Group 7 A Frame, Swedish crane or similar, Forklift driver, Ross carrier driver Group 8 Dump truck, 25 yds to 49 yds water level; Truck repair person, Water pull - single engine, Welder Group 9 Truck repair person/welder, Low bed driver, 9 axles or over Group 10 Dump truck - 50 yds or more water level, Water pull - single engine with attachment Group 11. Water pull - twin engine, Water pull - twin engine with attachments, Winch truck driver - $1 25 additional when operating winch or similar special attachments WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental Unlisted classifications needed for work not included within the scope ofthe classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5 5 (a) (1) (u)) In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates Other designations indicate unions whose rates have been determined to be prevailing WORKERS' COMPENSATION INSURANCE CERTIFICATION UNION AVENUE STREET IMPROVEMENTS CONTRACT No 243300-7230/43019 Every employer except the State, shall secure the payment of compensation in one or more of the following ways (a) By being insured against liability to pay compensation in one or more insurer duly authorized to write compensation insurance m this State (b) By securing from the Director of Industrial Relations, a certificate of consent to self -insure, either as an individual employer or as one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self -insure and to pay any compensation that may become due to his or her employees 1 am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for Workers' Compensation or to undertake self-insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract (Labor Code Section 1861) By Date All American Asphalt Name of Contractor ignature of Authorized Agent Robert Bradley, Vice President Signatory's Title 267073, A & C-12 Contractor's License No EXECUTED IN THREE (3) PARTS PERFORMANCE BOND WHEREAS, the City Council of the City of Redlands, State of California (hereinafter designated as City), and All American Asphalt (hereinafter designated as Principal) have entered into an agreement whereby Principal agrees to install and complete certain designated public improvements, which by said agreement dated May 3, 2005, and identified as Contract No 243300-7230/43019, is hereby referred to and made a part hereof, and WHEREAS, under the terms of said agreement, Principal is required before entering upon the performance of the work, to furnish a good and sufficient faithful performance bond with the City, NOW, THEREFORE, said Principal and the undersigned as corporate surety, are held and firmly bound unto the City in the sum of ***SEE BELOW dollars (S ***SEE BELOW ) for the payment of which sum well and truly to be made, we bind ourselves, our heirs, successors, executors and administrators, jointly and severally, firmly by these presents. The condition of this obligation is such that if the above bounded Principal, his or her heirs, executors, administrators, successor's of assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions, and provisions in the said agreement and any alteration thereof made as therein provided, or his or her part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall defend, indemnify and save harmless the City, its elected officials, officers, agents, and employees, as therein stipulated, then this obligation shall become null and void, otherwise it shall be and remain in full force and effect As a part of the obligation secured hereby and in addition the face amount specified therefor, there shall be included costs and reasonable expenses and fees, including attorney's fees incurred by the City in successfully enforcing such obligation, all to be taxed as costs and included in any judgement rendered. The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accompanying the same shall in anywise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the agreement or to the work or to the specifications IN WITNESS WHEREOF, this instrument has been duly executed by the Principal and surety named, on MAY 9th , 2005 Bond No. 087 85 054 ALL AME' Ck AMALT (SEAL) FIDELITY' AND Principal Surety ll By: IgnatureRobert Bradley, (Notarial Aoknowlcdgments of Principal and Surety) By. cePresident Address i°i, r it rot, (SEAL) urc 0 N M BROWN, ATTORNEY-IN-FACT 801 NO. BRAND BLVD GLENDALE, CA. 91203 Surety (818 409-2800 Telephone ) Agent, 714-935-1112 ***TWO HUNDRED -'T' TY S'I'X THOUSAND, ONE HUNDRED FOURTEEN AND 50/100ths ($256,114,50) DOLLARS' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of n vI4r5ide— On 01 al !2 261°5,1 Dale before me, 2)0nna, rhdrne Naiirq Public Name and Tide of Officer (e-g-A'Jane Dae, Notary LIMO) personally appeared Rober f- `Brad 1,1 %.% DONNA THORNE —1111 :.1Comnnission # 1365526 Notary Public — California Riverside Countyr imminuagonimilLu%ru=imusiinta2006 Name(s) of Signer(s) Y•personaliy known to me ❑ proved to me on the basis of satisfactory evidence to be the person) whose name(/) is/ere subscribed to the within instrument and acknowledged to me that he/silt-Ailey executed the same in his/hertttrOir authorized capacity(•iee), and that by hislhertttreir signatureO on the instrument the person(, or the entity upon behalf of which the person(frf acted, executed the Instrument WITNESS my hand and official seal Signature of Notary Public OPTIONAL Though the information below is not required by law it may prove valuable to persons retying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of AttachedrDocument Title or Type of Document f mama_ 361,461 Ala• pt' g5 1954 Document Date 5-61-0 5 r _Number of Pages Cpm 6 ) Signer(s) Other Than Named Above r iciefi a d D�1 i w 0-f roairj t Capacity(ies) Claimed by Signer �J Signer's Name 1'019e44 13r'adie,ll ❑ IndividualL ~corporate Officer — Title(s) V i Ge ~ ��'eS i d�ii1[' ❑ Partner — ❑ Limited ❑ General © Attorney in Fact ❑ Trustee ❑ Guardian or Conservator O Other y�1►I t ",, L Signer Is Representing f"5 i 1 rehe i C&41 As.pha lT of SIGNER Top of thumb here A ,.•....r....lc:-.1�. ✓....lc �-.n:.!c �-�c:../a�.Jc�..."SS..n�..!-..:.n �..r..n � .7��..J��,+T�/,.I�/,,T�/..J•� ,I•:../�r.���.J ��../_�/..J_t� ,J��.:7<�.+I•l.J�nY+FY'�/ .l�fY_Y � 01999 National Notary Association • 9350 De Solo Ave P4 Box 2402 Chatsworth CA 91313-2402 www.nationalnotary.org Prod No. 5907 Reorder Call Toll -Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A State of California County of ORANGE On 5-9-05 Pate personally appeared I. SS before me, BARBARA J. BENDER Name and Me of Officer {e.g.. Jane Doe Notary NEW) OWEN M. BROWN eMItARA,1. MENDS Oorgat>fal0lh # 1444948 - Moloy Pi Ic-c �a l `, ., / raegi Co�iltf1w►coaOm. e� Jul17. Wings/ d Srpnerts) xiJ personalty known to me xX to be the person(a) whose name(o) is/tge subscribed to the within instrument and acknowledged to me that he' 'executed the same in htsPiarr authorized capacity(res), and that by his/Ingiit signature(*) on the instrument the person(e), or the e ity upon behalf of which the person() act- •, xecuted the instrument 1 � SS 1 and and ofpi seal OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document PERFORMANCE BOND NO. 087 85 054 Document Date 5-9TQ5 Number of Pages One (1) Signer(s) Other Than Named Above ALL AMERICAN ASPHALT Capacity(ies) Claimed by Signer Signer's Name. OWEN M. BROWN O Individual O Corporate Officer — Title(s) O Partner 0 Limited 0 General x xAttomey-in-Fact O Trustee O Guardian or Conservator O Other Signer is Representing FIDELITY AND DEPOSIT COMPANY OF MARYLAND -n. _ 4s; -.n- �;�-rn-tr•;: �::�+:v�j;.>t;-:t�rv..�:�-:r-i;!'r�t"';��z31`� �'`J;�.r `LAG?L`c."�`X.`C(,'�`:(%'�i`^�"c,>C:t"�` .`L`C.`�` :'�'.'L`•(�Z:�`�ti'�`2�% e 1999 National Notary Aesadatktn • B3550 De Sow Ave.. P.O. Box 2402 + Chatsworth, CA 97313-2402 www.nefontin0MyatgProd. No. 5907 Reader Cee Toll -Free 1-900-875-6827 BIGHT T?iUMSPRr OF SIGNER/ Tap at thumb hec0 EXECUTED IN THREE (3) PARTS PAYMENT BOND WHEREAS, the City Counci1ofthe CityofRedlands, State ofCaffornra(heternafterdesignatedas"CityI), and All Arnerican Asphalt (hereinafter designated as "Principal') have entered into an Agreement whereby Pr ncipal agrees to install and complete certain designated public improvements, which by said agreement dated May 3, 2005, and identified as Contract No 243300-7230143019,15 hereby referred to and made a part hereof and WHEREAS, under the terms of said agreement, Principal is required before entering upon the performanoe of the work, to furnish a good and sufficient labor and materials payment bond with the City to secure the claims to which reference is made w Title 15 (coinmencing with Section 3082) of Part 4 of Division 3 of the Civil Code oftlie State of California NOW,TSEREFORE, said Principal and the undersigned as corporate surety, are held and firrnly bound unto the City aad all contractors, subcontractors, laborers, matenalmen, and any other persons employed in the performance of the aforesaid agreement and referred to in the aforesaid Civil Code of the State of California in the sum of *SEE EELOW „ _ dollars ($ ***SEE BELOW ) for materials furnished or labor thereon of any kind, or for ainounts due under the Unemployment insurance Act with respect to such work or labor, that said surety will pay the same in an amount not exceeding the amount herein above set forth, and aiso in case suit is brought upon this bored, will pay, in addition to the face amoupt thereof, costs and reasonable expenses and fees, including reasonable attorney's fees, incurred by the City in successfully enforcing such obligation, to be awarded and fixed by the court, and to be tasted as costs and to be included in the judgement therein rendered It is hereby expressly stipulated and agreed that this bond shall inure to the benefit of any and all persons, companies and corporations entitled to fate claims under Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond Should the condition of this bond be fully performed, then this obligation shalt become null and void; otherwise it shall be and remain iii full force and effect The surety hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the agreement or to the work to be performed thereunder or the specifications accoinpanying the same shall in agnosia affect its obligations en this bond, and it does hereby waive'notice of any such cbange, extension of time, alteration er addition to the terms of the agreement or to the work or to the specifications. IN WITNESS WHEREOF, this instrurnenr t has been duly executed by the Principal and surety named, on MAY 9th AIL AMETCAN AsyHT Prwctp& B ignaWre Robert Bradt (Notarial Acknawlcdgmcnt5 of Principal and Surcty) , 2005. Bond No. 087 85 054 (SEAL) EIDELITY AND DE S1'ITCQ Surety (SEAL) Vicepresider(tii re 6i?(?( :ROWN, ATTORNEY-IN-FACT Address' 501 N0 , BRAND BLVD CLENDALE, CA. 91203 Surety Telephone L818 ) 409-2500 Agent; 714-935-1112 ***TQ HUNDRED RFT` S:JX THOUSAND, ONE HUNDRED FOURTEEN AND 50/lOOths ($256,114.50) DOLLA $ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Ri Vtidt1 On Maki(v� 7-QOS Date personally appeared before me, Doyivia Tina fru,11.){-avVW�c Name and Tile of Officer le -g Jane Doe Notary Public $radl DONNA THORNE Commission i 1355528 Notary Public -- California _ Riverside County My Comm Expires 8 JOO6 '91nmiulftu iton 11NInxINnlptNnlagjMlpp Games) of Signers) I -71 -personally known to me ❑ proved to me on the basis of satisfactory evidence to be the person( whose name(ise) islar-e- subscribed to th within instrument and acknowledged to me that hefshetthep executed the same in his/herftl°tetr authorized capacity(test, and that by hisAlief4ltetr signatureO on the Instrument the person( or the entity upon behalf of which the person( acted executed the instrument WITNESS my hand and official seal Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document pp Title or Type of Document 12 YY{Lat ' 1'C)14 tJO. 0?1- 0 � Document Date 'J 1 -65 Signer(s) Other Than Named Above Number of Pages DYLQ C� Capacity(ies) Claimed by Signer Signer's Name 1.O bUkradl.2y E Individual V i I! e -105t {� -JI-Corporate Officer — Title(s) ❑ Partner — ❑ Limited ❑ General ❑ Attorney in -Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer Is Representing 11 )14er i cL ksAMaj .+ OF SIGNER Top al thumb here rc�c,�i .�;�`o�:�c;��:��'�=C:'�(:`r_ �`c,<;�;�c;�crc.�e.'�'�=c.�;`�=c:`�:���>�-c,�;�� Z>�:�ii�o�-`•<;�c,�c,�c.�.�s,� 0 1899 National Notary Associalwn 9350 De Solo Ave. P0. Box 2402 Chatsworth CA 91313-2402 www.nationalnolary.org Prod No 5907 Reorder' Call ToII-Free 1 800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT c���'�'��GC�cs>. 1 A 0 State of California County of ORANGE On 5-9-05 before me, Data personally appeared &ARA J. [R Commli lorr 91444946 Nosy Raft -*Me to t dangle Carly lifftuarn.lfxpbesJW 13, BARBARA J. BENDER Name and Tela el Officer le.g. Jane Poe Notary Public') OWEN 'M, BROWN Nnma(a) d Smear{s) xiti personally known to me xK to be the person(s) whose name() is/tga subscribed to the within instrument and acknowledged to me that her executed the same in hisati=ftheir authorized capacity(ies) and that by hislla i signature() on the instrument the person(), or the e 'ty upon behalf of which the person(n) ac - d, : xecuted the instrument at S my nd and off T! i1 �� 'e Jr . igrratwa OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document PAYMENT BOND NO. 087 85 054 Document Date 5"9-05 Number of Pages Signer(s) Other Than Named Above ALL AMERICAN ASPHALT One (1) Capacity(les) Claimed by Signer Signer's Name: OWEN M. BROWN O Individual O Corporate Officer — Tills(s). o Partner— 0 Limited 0 General IxAttomey-in-Fact © Trustee O Guardian or Conservator O Other Signer is Representing. FIDELITY AND DEPOSIT OF MARYLAND COMPANY RIGHTTHL'.'L .7',W4^ Top Of thumb here 01999 Nattoriai Notary Arrodtlian • 9350 De Soto Ave_, RO. Box 2402 • Chatsworth CA 91313-2402 www.natioaafiwtaryt,ar9 Prod. No. 5907 Reorder Col Toll -Fres 1-900-979-6327 5ZURICH THIS IMPORTANT DISCLOSURE NOTICE IS PART OF YOUR BOND Fidelity and Deposit Company of Maryland, Colonial American Casualty and Surety Company, Zurich American Insurance Company, and American Guarantee and Liability Insurance Company are making the following informational disclosures in compliance with The Terrorism Risk Insurance Act of 2002 No action is required on your part Disclosure of Terrorism Premium The premium charge for risk of loss resulting from acts of terrorism (as defined in the Act) under this bond is $_waived_ This amount is reflected in the total premium for this bond Disclosure of Availability of Coverage for Terrorism Losses As required by the Terrorism Risk Insurance Act of 2002, we have made available to you coverage for losses resulting from acts of terrorism (as defined in the Act) with terms, amounts, and limitations that do not differ materially as those for losses arising from events other than acts of terrorism Disclosure of Federal Share of Insurance Company's Terrorism Losses The Terrorism Risk Insurance Act of 2002 establishes a mechanism by which the United States government will share in insurance company losses resulting from acts of terrorism (as defined in the Act) after a insurance company has paid Iosses in excess of an annual aggregate deductible For 2002, the insurance company deductible is 1% of direct earned premium in the prior yeas, for 2003, 7% of direct earned premium in the prior year, for 2004, 10% of direct earned premium in the prior year; and for 2005, 15% of direct earned premium in the prior year The federal share of an insurance company's losses above its deductible is 90% In the event the United States government participates in losses, the United States government may direct insurance companies to collect a terrorism surcharge from policyholders The Act does not currently provide for insurance industry or United States government participation in terrorism losses that exceed $100 billion in any one calendar year Definition of Act of Terrorism The Terrorism Risk Insurance Act defines "act of terrorism" as any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States. 1 to be an act of terrorism, 2 to be a violent act or an act that is dangerous to human life, property or infrastructure, 3 to have resulted in damage within the United States, or outside of the United States in the case of an air carrier (as defined in section 40102 of title 49, United 17 States Code) or a United States flag vessel (or a vessel based principally in the United States, on which United States income tax is paid and whose insurance coverage is subject to regulation in the United States), or the premises of a United States mission, and 4 to have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest as part of an effort to coerce the civilian population of the United States of to influence the policy or affect the conduct of the United States Government by coercion But, no act shall be certified by the Secretary as an act of terrorism if the act is committed as part of the course of a war declared by Congress (except for workers' compensation) or property and casualty insurance losses resulting from the act, in the aggregate, do not exceed $5,000,000 These disclosures are informational only and do not modify your bond or affect your rights under the bond Copyright Zurich American Insurance Company 2003 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland, by WILLIAM J MILLS Vice President, and ERIC D BARNES. Assistant Secretary, in pursuance of authority granted by Article VI Section 2, of the By Laws of said Company, aare set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hge 'fitr-eby nominate constitute and appoint Owen M BROWN, of Anaheim, California, its true and Igfq 61 orae -y r fact, to make execute, seal and deliver, foi, and on its behalf as surety, and as its act • : L li 4 la> , a , �e takings, and the execution of such bonds or undertakings in pursuant p se\i'r sl i -e n - 1 . ion said Company as Iully and amply, to all intents and purposes, as if th i�y exec .tfcli a 5,,; Icted by the regularly elected officers of the Company at its office in Barn r 1 h Heir r_p Aei�ts' This power of attorney revokes that issued on behalf of Owen M 3���-Th atuss ry` 1.3 The said Assistant cietar Ii�i`� rdo 1t #that the extract set forth on the reverse side hereof is a true, copy of Article VI, Section 2, of the By- a2,6Ccimpany, and is now in force IN WITNESS WI�F, the said Vice -President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of Decembei. A D 2004 ATTEST Eric D Barnes FIDELITY AND DEPOSIT COMPANY OF MARYLAND By Assistant Secretary William J Mills Vice President State of Maryland ISS City of Baltimore On this 27th day of December, A D 2004 before, the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J MILLS Vice President and ERIC D BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written POA F 012 4160 D Maria D Adaniski Notary Public My Commission Expires July 8, 2007 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND Article VI, Section 2 The Chairman of the Board, oi the President, oi any Executive Vice -President, or any of the Senior Vice -Presidents or Vice Presidents specially authorized so to do by the Board of Directors or by the Exeeutive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries to appoint Resident Vice -Presidents, Assistant Vici.-Presidents and Attorneys in -Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances stipulations policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages and to affix the seal of the Company thereto " CERTIFICATE I the undersigned Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate and I do further certify that the Vice President who executed the said Power of Attorney was one of the additional Vice -Presidents specially authorized by the Board of Directors to appoint any Attorney in -Fact as provided in Article VI, Section 2, of the By -Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 RESOLVED 'That the facsimile 01 mechanically reproduced seal of the company and facsimile or mec.hanlcally reproduced signature of any Vice President, Secretary, or Assistant Secretary of the Company, whethei made heretofore oi hereafter wherevei appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed " IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company this 9th day of May 2005 Assrstwit Secreurrry Company Profile FIDELITY AND DEPOSIT COMPANY OF MARYLAND 1400 AMERICAN LANE, 19TH FLOOR TOWER 1 SCHUAMBURG, IL 60196-1056 800-382-2150 Agent for Service of Process ANDREW K PLATT, C/O ZURICH NORTH AMERICA 801 N BRAND BLVD , 13TH FLOOR GLENDALE, CA 91203 Unable to Locate the Agent foi Service of Process? Reference Information NAIC # NAIC Group # California Company ID # Date authorized in California License Status Company Type State of Domicile 39306 0212 2479-4 January 01, 1982 UNLIMITED -NORMAL Property & Casualty MARYLAND Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance For an explanation of any of these terms, please refer to the glossary AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY CREDIT FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION Company Complaint Information Company Enforcement Action Documents Company Performance & Comparison Data Composite Complaint Studies Want More? Help Me Find a Company Representative in My Area Financial Ratma Organizations Last Revised - November 04, 2004 11 18 AM Copyright © Califon -11a Department of Insurance Disciaimei F' f PROdUCER : .:-:�S">,:.:: ..-.....-. .'i`.}:3}i;•:' i::: ..: .::•;: ':.sT::�i:3.x: . � /�.i�ir::•Tiffs::!::-::..::,i:}iiii::.:::_:'- DATE M MIDOlYY 5!09105 Cairn Ins Brokers &Agent Li o No 0829370 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 600 City Pkwy West, Sto #500 COMPANIES AFFORDING COVERAGE Orange CA 92868-2946 (714) 937-1824 COMPANY A Arch Specialty Insurance Co INSURED All American Asphalt COMPANY B Hartford Fire insurance Co PO Box 2229 Carona, CA 92878-2229 COMPANY C Great American Insurance Co COMPANY D Seabright insurance Co V:{YAS'" :�i:vsx......: ,.,. r ?..-. ::. :::>.?: ?: .:?ite.vIE:)i..:�, :tiiJt THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED BELOW HAVEBEENISSUEDTOTHEINSUREDNAMED ABOVE FOR THE POLICYPERIOD INDICATED,NOTWITHSTANDINGANYREQULREMENT,TERMOR CONDITIONOFANYCONTRACTOR OTHER DOCUMENTWITHRESPECTTO WHICHTHIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIODNY) POLICY EXPIRATION DATE (MM/DDIYY) LIMITS A GENERAL X LIABLITY COMMERCIALGENERALLIABILITY 32GPP0535900 ADDITIONAL INSURED & PRIMARY WORDING APPLIES ONLY IF REQUIRED BY CONTRACT 8/01/04 8/01/05 GENERAL AGGREGATE $ 2,000,000 PRODUCTS•COMP/OP AGG $ 2,000,000 CLAIMS MADE X OCCUR PERSONAL & ADV INJURY $ 1 000,000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1 000,000 FIRE DAMAGE (Any one fire) $ 50,000 X Par Proj Aggregate MED EXP (Any one person) $ B AUT°MOBLELIABILITY X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON•OWNED AUTOS 72UENGK5491 K2 8/01104 8/01/05 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ GARAGE LIABILITY ANY AUTO N/A AUTO ONLY EA ACCIDENT $ OTHER THAN AUTO ONLY EACH ACCIDENT $ AGGREGATE $ C EXCESSLIABLITY UMBRELLA FORM OTHER THAN UMBRELLA FORM TUE5950076 8/01/04 8/01/05 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ 0 WORKERS COMPENSATION EMPLOYERS LIABILITY THE PROPRIETOR/ PARTNERS/EXECUTIVE OFFICERS ARE AND X INCL EXCL 861049243 8/01/04 8101/05 X STATUTORY LIMITS EACH ACCIDENT $ 1,000,000 DISEASE POLICY LIMIT $ 1 000 000 DISEASE EACH EMPLOYEE $ 1,000,000 OTHER N/A DESCRIPTION OF OPERATIONSLOCATIONSIVEHICLESISPECIAL ITEMS RE Union Avenue Street Improvements, Project #243300-7230/43016 "10 days notice for nonpayment of premium" sc f City of Redlands Attn Alan K Griffiths SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WLL MOM= )XX)XAa. 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT 35 Cajon Street, Suite 4 Redlands, CA 92373 aX/A111011KNYX(ot)(YMAiXXXXX XXXIIM X)tJ(pfd(YKXNX)09IX6(XXXXXtlp(y M)0XXX 0Pi(XjMXXXXKIIXXI3I1XXAk9EX XICIMIX XXX4MIMAPIXX14308066M10000XX AUTHORIZED REPRESENTATIVE 053011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED SECTION III — WHO IS INSURED is amended to include as an additional insured those persons or organizations who are required under a written contract with the Named Insured to be named as an additional insured, but only with respect to liability arising out of your operations, "your work", or premises owned by or rented to you AU other terms and conditions of this Policy remain unchanged Endorsement Number This endorsement is effective on the inception date of this policy unless otherwise stated herein (The information below is required only when this endorsement is issued subsequent to the preparation of the policy ) Policy Number 32GPP0535900 Named Insured All American Asphalt Endorsement Effective Date 8/1/04 00 CGL0006 00 02 04 c•Wiy DocsAALLlEndt.doc THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY OTHER INSURANCE - BROAD FORM, CGL POLICY ENDORSEMENT It is hereby agreed that the following paragraph is added to Section IV, Commercial General Liability Conditions, Item 4 Where the named insured is required by a written contract to provide insurance that is primary and non-contributory, and the written contract so requiring is executed by the named insured before any Toss, this insurance will be primary, but only if and to the extent required by that written contract This endorsement is part of your policy It supersedes and controls anything to the contrary It is otherwise subject to all other terms of the policy All other terms and conditions of this Policy remain unchanged Endorsement Number This endorsement is effective on the inception date of this policy unless otherwise stated herein (The information below is required only when this endorsement is issued subsequent to preparation of the policy ) Policy Number 32GPP0535900 Named Insured All American Asphalt Endorsement Effective Date 8/1/04 00 CGL0130 00 01 04 Page 1 of 1 r RECORDING REQUESTED BY AND WHEN RECORDED MAIL TO CITY CLERK CITY OF REDLANDS 35 CAJON STREET P O BOX 3005 REDLANDS CA 92373 Recorded in Official Records.. County 01 San Bernardino LARRY WALKER Auditor/Controller — Recorder `; 10.0 IMXNAlti21,3' `dY►�I R Regular Mail x 2opD15-068159�6Ifi V��II IIIYX�I^IIII�IfI111Y1� 9114/2005 1 52 PM BR Titles- 1 Pages. 1 Fees Taxes Other O 00 O 00 O 00 PAID SPACE ABOVE THIS LINE FOR RECORDER'S USE NOTICE OF COMPLETION FEES NOT REQUIRED PER GOVERNMENT CODE SECTION 6103 $0 00 Notice pursuant to Civil Code Section 3093, this notice must be filed within 10 days after completion of work Notice is hereby given that 1 The undersigned is owner or corporate officer of the owner of the interest or estate stated below in the property hereinafter described 2 The full name of the owner is CITY OF REDLANDS 3 The full address of the owner is 35 CAJON STREET, P 0 BOX 3005 REDLANDS CA 92373 4 The nature of the interest or estate of the owner is, In fee 5 The full names and full addresses of all persons, if any, who hold title with the undersigned as joint tenants or as tenants in common are NOT APPLICABLE 6 A work of improvement on the property hereinafter described was completed on September 8, 2005 The work done was Union Avenue Street Improvements, Contract No 243300-7230/43019 7 The name of the contractor for such work of improvement was All American Asphalt P 0 Box 2229 Corona CA 92878 May 3, 2005 (Date of Contract) 8 The property on which said work of improvement was completed is in the City of Redlands, County of San Bernardino, State of California, and is described as follows Union Avenue between Orange Street and Tribune Street 9 The street address of said property is N/A Dated- September 8, 2005 da„, Senior Civil Engineer, Public rks Department City of Redlands VERIFICATION I, the undersigned, say l am the Public Works Director of the declarant of the foregoing Notice of Completion, and have read said Notice of Completion and know the contents thereof the same is true of my own knowledge I declare under penalty of perjury that the foregoing is true and correct. Executed on September 8, 2005 at Redlands California L. Public Works Director, Public Works Department, City of Redlands Fee Waiver - Redlands 4th of July Committee - On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously waived all fees and personnel costs for the annual 4th of July celebration in Redlands hosted by the Redlands 4th of July Committee, Inc Proclamation - ALS Awareness Week - On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously authonzed issuance of a proclamation declaring May as Amyotrophic Lateral Sclerosis (ALS) Awareness Month Proclamation - Toddler Immunization Month - On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously authorized issuance of a proclamation declaring May as Toddler Immunization Month Proclamation - Fibromyalgia Awareness Day - On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously authonzed issuance of a proclamation declaring May 2005, as Fibromyalgia Awareness Month Proclamation - National Small Business Day - On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously authorized issuance of a proclamation declaring May 10, 2005, as "Communities Grow with McDonald's Day" as part of National Small Business Day Appointments - Airport Advisory Board - On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously reappointed John W Ingraham and Brian J Holohan to four-year terms on the Airport Advisory Board as recommended by Mayor Peppier Contract Award - Union Avenue Reconstruction - Bids were opened and publicly declai ed on April 7, 2005, by the City Clerk for the reconstruction of Union Avenue between Oi ange Sti eet and Tribune Street, a bid opening report is on file in the Office of the City Clerk. It was the recommendation of the Public Works Department that the responsible bidder submitting the bid for said protect which will result in the lowest cost for the City was All American Asphalt, Cot ona, in the amount of $256,114 50, and it would be in the best interest of the City that this contract be awarded to said firm. On motion of Councilmember Harrison, seconded by Councilmember Gilbreath, the City Council unanimously approved this recommendation and authorized the Mayor to execute, and the City Clerk to attest to, the document on behalf of the City May 3, 2005 Page 4