COUNTY OF LOS ANGELES

Similar documents
Project ID No. FCC Belton Drain, City of Bellflower (4), to Herman Weissker, Inc., in amount of $353,

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES

COUNTY OF LOS ANGELES Internal Services Department 1100 North Eastern Avenue Los Angeles, California, 90063

The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, California 90012

NOTICE OF INVITATION FOR BID

ADDENDUM NO. 1 PUBLIC WORKS CONSTRUCTION PROJECT NO

DISADVANTAGED BUSINESS ENTERPRISE

CITY OF SIGNAL HILL Cherry Avenue Signal Hill, CA

CITY OF YUBA CITY STATE OF CALIFORNIA PUBLIC WORKS DEPARTMENT NOTICE TO CONTRACTORS

SKLYINE BOULEVARD PAVEMENT REPAIR PROJECT

AUTHORIZE A FORM AGREEMENT TO PROVIDE SPACE FOR VARIOUS EDUCATIONAL OPPORTUNITIES AT THE DEPARTMENT S HEADQUARTERS LOCATION (All Districts - 3 Votes)

CHAPTER 57 ARTICLES II & III

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Ohio Department of Transportation Central Office 1980 West Broad Street Columbus, OH John R. Kasich, Governor Jerry Wray, Director

Bidding Requirements, Contract Forms and Conditions of the Contract

PRESENTER: Christopher J. Blunk, Deputy Public Works Director / City Engineer

JOINT RECOMMENDATION WITH THE CHIEF INFORMATION OFFICER THAT YOUR BOARD:

The deadline for submitting bids under this RFP is Monday, March 26, 2017 at 2:00pm.

BID FOR LUMP SUM CONTRACT

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

APPLICATION FOR PRE-QUALIFICATION OF GENERAL CONTRACTORS FOR NORTH ORANGE COUNTY COMMUNITY COLLEGE DISTRICT

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

Federal Transit Administration (FTA) Federal Aviation Administration (FAA)

NOTICE TO CONTRACTORS

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

Champaign Park District: Request for Bids for Playground Surfacing Mulch

PUBLIC WORKS MAINTENANCE SUPERVISOR Public Works Department $5,597 6,773 per month DEADLINE TO APPLY: Open until filled (No s or faxes accepted)

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

SUBCONTRACTOR QUALIFICATION FORM

Illinois State Toll Highway Authority SPECIAL PROVISION FOR DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

(b) Approve a ten percent contingency in the amount of $304,024; and

SECTION 1.A BID FOR LUMP SUM CONTRACT

CITY OF ELK GROVE CITY COUNCIL STAFF REPORT

NOTICE INVITING GENERAL CONTRACTOR PREQUALIFICATION

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

PRESENTER: Christopher Blunk, Deputy Public Works Director/City Engineer

BIDDER'S PROPOSAL TO THE HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

RFQ #1649 April 2017

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 8A

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

SECTION BID. Valley Court Force Main Replacement Contract No. BE17-029

Town of South Bruce Peninsula. Tender PW Asphalt Paving

FFY DISADVANTAGED BUSINESS ENTERPRISE (DBE) GOAL FOR FEDERAL TRANSIT ADMINISTRATION (FTA) ASSISTED CONTRACTS

PUBLIC IMPROVEMENT PROJECT INVITATION TO BID. Solicitation No: Cedar Hills Blvd. Widening and Access Road Construction

THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

Black Hawk County Engineer

THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

BIDS AND CONTRACTS. Limits Bids or quotations shall be secured as may be necessary to obtain the lowest possible prices as follows:

BURLINGTON INTERNATIONAL AIRPORT South Burlington, VT INVITATION TO BIDDERS NOTICE OF PREQUALIFICATION

University of Louisville PURCHASING DEPARTMENT LOUISVILLE, KENTUCKY

Solicitation No. B RA 2010 Concrete Placement Work Order Construction Contract Package No. 2 PROPOSAL. PROPOSAL OF, a corporation a

Alameda Corridor Maintenance Services RFP. Pre-Proposal Meeting

GENERAL CLAUSES AND CONDITIONS

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PREQUALIFICATION OF PROSPECTIVE BIDDERS

This project is subject to Title 49, Part 26.13(b), Code of Federal Regulations [49 CFR 26.13(b)]:

Bus Shelter Installation at Thunder Mountain Road and Valley Blvd. RFQ No. E13-073

BID PROPOSAL. PROPOSAL OF, a corporation, a partnership consisting of. an individual doing business as

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION. CMD ATTACHMENT 1 Requirements for Construction Contracts

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

CITY & COUNTY OF SAN FRANCISCO CONTRACT MONITORING DIVISION CMD ATTACHMENT 3

AWARD CONSTRUCTION CONTRACT FOR NAVE DRIVE MULTI USE PATH (MUP) AND ADOPT A RESOLUTION AMENDING CIP BUDGET

COUNTY OF LOS ANGELES

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

CITY OF FLORENCE, SC INVITATION TO BID NO DEMOLITION AND LOT CLEARING at W. CHEVES STREET

ORDINANCE NO. THE PEOPLE OF THE CITY OF LOS ANGELES DO ORDAIN AS FOLLOWS:

Pavlick, Kenneth - DEN Date: :26:57-07'00'

SUBCONTRACTOR/VENDOR PREQUALIFICATION FORM

Jun CITY OF LOS ANGELES

Department of Public Works. Bureau of Engineering Bureau of Contract Administration Joint Report No. 1. February 8, 2017 CD No. 11

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

EL MONTE UNION HIGH SCHOOL DISTRICT

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

BHP Project IFB #

CHAPTER 57 ARTICLES II & III

2012 WATER & SEWER CONSTRUCTION CONTRACT, PACKAGE IV SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B DD BID PROPOSAL

SHORELINE AREA TREE TRIMMING

SLC-3-90 INSTRUCTIONS TO BIDDERS

STATEMENT OF BIDDER S QUALIFICATIONS (GENERAL CONTRACTOR)

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SAN DIEGO CONVENTION CENTER CORPORATION

Housing Authority of the County of San Joaquin

ONONDAGA COUNTY WATER AUTHORITY MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

WEST VALLEY SANITATION DISTRICT

PROJECT #7016 UNDERGROUND STORAGE TANK REPLACEMENT FREMONT HALL OF JUSTICE PASEO PADRE PARKWAY FREMONT, CALIFORNIA

COUNTY OF PAMLICO REQUEST FOR QUOTES: PAVING DRIVEWAY OF GOOSE CREEK ISLAND VOLUNTEER FIRE DEPARTMENT

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

Failure to acknowledge all addenda in the BID may cause rejection of the BID. See Instructions to Bidders.

** The due date has been extended to June 16, 2017 at 3:00 p.m. **

Transcription:

COUNTY OF LOS ANGELES DEPARTMENT OF PUBLIC WORKS JAMES A. NOYES, Director 900 SOUTH FREMONT AVENUE ALHAMBRA, CALIFORNIA 91803-1331 Telephone: (626) 458-5100 ADDRESS ALL CORRESPONDENCE TO: P.O. BOX 1460 ALHAMBRA, CALIFORNIA 91802-1460 IN REPLY PLEASE REFER TO FILE: C-1 The Honorable Board of Supervisors County of Los Angeles 383 Kenneth Hahn Hall of Administration 500 West Temple Street Los Angeles, CA 90012 Dear Supervisors: AWARD OF PUBLIC WORKS CONSTRUCTION CONTRACTS SUPERVISORIAL DISTRICTS 1, 2, 3, AND 5 3 VOTES IT IS RECOMMENDED THAT YOUR BOARD: Award and authorize the Director of Public Works or his designee to prepare the construction contracts in the form previously approved by County Counsel, execute the contracts, and establish the effective dates following receipt of approved Faithful Performance and Labor and Material bonds filed by the contractor for the following: Project ID No. RDC0013008 - Cienega Ave., vicinity of Covina (5), to Gentry Brothers, Inc., in amount of $515,279.53. Project ID No. RDC0013671 - Paramount Blvd., vicinity of Montebello (1), to Promena Corp., in amount of $63,149.34. Project ID No. RDC0013879 - Agoura Rd., vicinity of Agoura Hills (3), to Sully-Miller Contracting Company, in amount of $142,709.30. Project ID No. RDC0013888 - Hawthorne Blvd. at 104th St., vicinity of Inglewood (2), to Taft Electric Company, in amount of $75,302.22.

The Honorable Board of Supervisors (date) Page 2 PURPOSE/JUSTIFICATION OF RECOMMENDED ACTION We are recommending that your Board award these construction contracts and authorize the Director of Public Works or his designee to execute the contracts and establish the effective contract dates following receipt of approved bonds and insurance filed by contractors for each of these projects. The enclosure for each project includes the project description, the call for bids and bid opening dates, a tabulation of bids, and financial information. The certified record of receipt of bids and the original bid proposals for each project are also enclosed, including an addendum to the contract specifications for Project ID No. RDC0013888. The recommended construction and maintenance services contracts are necessary to execute Board-directed and approved Public Works projects in support of operational missions. Your Board's approval of the recommended contract awards and our subsequent execution of the contracts will ensure the timely completion of the projects. Implementation of Strategic Plan Goals The award of these construction contracts is consistent with the County Strategic Plan Goal of Service Excellence since these contracts will provide improved infrastructure to better serve the public. FISCAL IMPACT/FINANCING The enclosure for each project includes the amount of the recommended contract as compared with the engineer's estimate and the other bids received. These projects are included in the 2001-02 Department of Public Works Budget. The enclosure for each project includes more detailed fiscal and financial information. FACTS AND PROVISIONS/LEGAL REQUIREMENTS Recommended contract awards are to the lowest responsible bidders in accordance with the California Public Contract Code and your Board's directives.

The Honorable Board of Supervisors Page 3 On October 27, 1981, your Board adopted a program for the use of small Minority and Women-owned Businesses (MWBEs) on Federal and State funded highway construction contracts. Companies meeting these requirements are certified by the State as Disadvantaged Business Enterprises (DBEs). An overall goal for subcontracting portions of the work to DBEs is established for each project. Contracts are recommended for award to the lowest responsible bidder who meets the goal or documents a good faith effort to do so in conformance with the program. We have also developed an outreach program to encourage all qualified contractors to participate in the bidding and contracting process on our projects. Under this program, we place notices of upcoming bids in local and minority newspapers throughout the County. These notices indicate that copies of plans and specifications are available at specified libraries and the Public Works Headquarters building. This allows interested contractors to view the plans and specifications at convenient locations. We also provide telephone numbers (including one for Spanish-speaking contractors) to obtain further information on bidding and subcontracting opportunities. To further increase contractor awareness of contracting opportunities with Public Works, each of these projects was listed on the County Office of Small Business website. The State Labor Code requires contractors to pay prevailing wage rates to all persons employed on public works construction contracts. These rates are determined by the Department of Industrial Relations and include contributions for fringe benefits such as vacations, pension funds, training, and health plans for each employee. As required by your Board, language has been incorporated into the project specifications stating that the contractor shall notify its employees, and shall require each subcontractor to notify its employees, that they may be eligible for the Federal Earned Income Credit under the Federal income tax laws. The contracts will be in the form previously approved by County Counsel. We will also review and approve the faithful performance and payment bonds filed by the contractors.

The Honorable Board of Supervisors Page 4 ENVIRONMENTAL DOCUMENTATION Each of these projects was found to be categorically exempt from the provisions of the California Environmental Quality Act at the time your Board called for bids. The specifics of these findings are included in the enclosure for each project. CONTRACTING PROCESS The contracts were solicited on an open competitive basis in accordance with the provisions of the Public Contract Code. The project specifications contain provisions requiring the contractor to report solicitations of improper consideration by County employees and allowing the County to terminate the contract if it is found that the contractor offered or gave improper consideration to County employees. Public Works has confirmed that all of the respective contractors are in compliance with the County's Child Support Compliance Program. The project specifications also contain a provision that, should the contractor require additional or replacement personnel to fill employment openings, consideration shall be given to hiring qualified participants in the County's Greater Avenues for Independence (GAIN) Program. To ensure that the contracts are awarded to responsible contractors with satisfactory performance histories, bidders are required to report violations of the False Claims Act, their civil litigation history, and information regarding prior criminal convictions. The information reported by all of the respective contractors was considered before making this recommendation to approve execution of the contracts. IMPACT ON CURRENT SERVICES (OR PROJECTS) These construction contracts will result in improved public works infrastructure in the communities where the work is scheduled. Where appropriate, local residents and businesses will be informed that traffic and local access may be mildly disrupted during the

The Honorable Board of Supervisors Page 5 construction. The proposed schedules for construction are included in the enclosure for each project. CONCLUSION Please return one approved copy of this letter to Public Works. Respectfully submitted, JAMES A. NOYES Director of Public Works RKM:lm C:\TEMP\AWD.WPD Enc. 4 cc: Chief Administrative Office County Counsel Office of Affirmative Action Compliance

AWARD OF CONTRACT PROJECT ID NO. RDC0013008, CIENEGA AVENUE (in the vicinity of Covina), Supervisorial District 5 TYPE OF WORK: Resurfacing of pavement; reconstruction of sidewalk, driveways, cross gutters, curb ramps, curb, and gutter; root pruning of parkway trees; and modification of traffic signals. CALL FOR BIDS DATE: November 13, 2002 (Synopsis 37) BID OPENING DATE: December 11, 2001 BID SUMMARY: Low Gentry Brothers, Inc., a corporation $515,279.53 384 East Live Oak Avenue Irwindale, California 91706 (626) 357-9631 2 Shawnan $519,037.01 3 Silvia Construction, Inc. $537,256.60 4 Excel Paving Company $537,789.65 5 Elite Bobcat Service, Inc. $542,113.61 6 Sully-Miller Contracting Company $544,553.49 7 Tyner Paving Company $587,270.70 Windsor Fuel Company submitted a bid in the amount of $599,991.34; however, they left a bid item totally blank and were, therefore, considered nonresponsive. Their bid was rejected in accordance with the Instructions to Bidders, Part 6, Section H, Nonresponsive Bids and Bid Rejection. FINANCIAL INFORMATION: Amount of estimate $498,700.00 Amount of recommended contract $515,279.53 Amount of recommended contract above estimate $ 16,579.53-1A-

The amount of the recommended contract is 3 percent above the estimate. This project is included in the Fiscal Year 2001-02 Road Fund Budget. MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE DATA: Gentry Brothers, Inc., has one MWBE subcontractor/supplier under this contract, yielding a proposed DBE participation of 62 percent. This contract does not have a Federal- or State-mandated DBE goal. ENVIRONMENTAL IMPACT: This project is categorically exempt pursuant to Class 1, Subsections (x)(2), (x)(4), and (x)(14), of the revised County Environmental Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987. CONSTRUCTION SCHEDULE: The contract specifications require the work to be completed in 40 working days. It is estimated that the work will start in March and be completed in May 2002. IA:en C:\TEMP\AWD.WPD -1B-

AWARD OF CONTRACT PROJECT ID NO. RDC0013671, PARAMOUNT BOULEVARD (in the vicinity of Montebello), Supervisorial District 1 TYPE OF WORK: Resurfacing of roadway pavement, construction of a bus pad, and modification of traffic signals. CALL FOR BIDS DATE: November 20, 2001 (Synopsis 40) BID OPENING DATE: December 18, 2001 BID SUMMARY: Low *Promena Corp. $63,149.34 13640 Imperial Highway, Suite 9 Santa Fe Springs, California 90670 (562) 802-3430 2 All American Asphalt $65,815.00 3 Tyner Paving Company $69,127.26 4 Sully-Miller Contracting Company $74,958.50 5 Excel Paving Company $77,554.00 6 Elite Bobcat Service, Inc. $78,490.85 7 Sequel Contractors, Inc. $81,257.60 8 *Calmex Engineering, Inc. $91,182.74 *MWBE FINANCIAL INFORMATION: Amount of estimate $74,991.00 Amount of recommended contract $63,149.34 Amount of recommended contract below estimate $11,841.66 The amount of the recommended contract is 16 percent below the estimate. -2A-

A portion of this project is within the City of Montebello. The City of Montebello is to finance its share of the cost of the project under a service request. This project is included in the Fiscal Year 2001-02 Road Fund Budget. MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE DATA: Promena Corp., an MBE, has one MWBE subcontractor/supplier under this contract, yielding a proposed MWBE participation of 2.4 percent. This contract does not have a Federal- or State-mandated DBE goal. ENVIRONMENTAL IMPACT: This project is categorically exempt pursuant to Class 1, Subsections (x)(2), (x)(4), and (x)(14), of the revised County Environmental Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987. CONSTRUCTION SCHEDULE: The contract specifications require the work to be completed in 25 working days. It is estimated that the work will start in March and be completed in April 2002. SS:lm/ssa C:\TEMP\AWD.WPD -2B-

AWARD OF CONTRACT PROJECT ID NO. RDC0013879, AGOURA ROAD (in the vicinity of Agoura Hills), Supervisorial District 3 TYPE OF WORK: Resurfacing of roadway pavement, and installation of stamped, colored concrete on the center median. CALL FOR BIDS DATE: August 21, 2001 (Synopsis 51) BID OPENING DATE: September 18, 2001 BID SUMMARY: Low Sully-Miller Contracting Company, a corporation $142,709.30 1100 East Orangethorpe Avenue, Suite 200 Anaheim, California 92801 (714) 578-9600 2 *Channel Islands Paving, Inc. $146,423.40 3 *Padilla & Sons Company $148,765.70 4 Tyner Paving Company $152,736.59 5 Security Paving Company, Inc. $159,513.60 6 Excel Paving Company $164,349.70 7 *Berry General Engineering Contractors, Inc. $167,997.50 *MWBE Olivas Valdez, Inc., was the apparent low bidder with a bid of $113,271.75; however, Valdez requested that its bid be withdrawn due to a clerical error in the bid computation resulting in a significant underbid. Our review confirmed that a bonafide clerical error had been made and that Valdez should be relieved of its bid. Therefore, under Section 5103 of the Public Contract Code, we recommend award of the contract to the next lowest, responsible bidder. -3A-

FINANCIAL INFORMATION: Amount of estimate $154,616.00 Amount of recommended contract $142,709.30 Amount of recommended contract below estimate $ 11,906.70 The amount of the recommended contract is 7.7 percent below the estimate. This project is included in the Fiscal Year 2001-02 Road Fund Budget. MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE DATA: Sully-Miller Contracting Company has no MWBE subcontractors/suppliers under this contract, which does not have a Federal- or State-mandated DBE goal. ENVIRONMENTAL IMPACT: This project is categorically exempt pursuant to Class 1, Subsections (x)(2) and (x)(10), of the revised County Environmental Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987. CONSTRUCTION SCHEDULE: The contract specifications require the work to be completed in 30 working days. It is estimated that the work will start in March and be completed in April 2002. ADDITIONAL INFORMATION: The contractor's industrial safety record indicates one accident resulting in a fatality on October 1, 1998. The Sully-Miller employee who suffered the fatal accident was not working on any property controlled by Sully-Miller and was not supervised by anyone from Sully-Miller. The employee was on loan to another contractor as a roller operator when the accident occurred. Sully-Miller's Workers' Compensation insurance carrier is handling this case. Cal/OSHA has completed their investigation and cited Sully-Miller for violations of California Code of Regulations Section 3203 (a)(2, 4). The citation is under appeal. The case is still under investigation by the San Bernardino County District Attorney, and no decisions have been made. The contractor's operations on County projects have been conducted in accordance with the appropriate safety standards. MLM:ssa C:\TEMP\AWD.WPD -3B-

AWARD OF CONTRACT PROJECT ID NO. RDC0013888, HAWTHORNE BOULEVARD AT 104TH STREET (in the vicinity of Inglewood), Supervisorial District 2 TYPE OF WORK: Modification of traffic signals. CALL FOR BIDS DATE: November 20, 2001 (Synopsis 40) BID OPENING DATE: December 18, 2001 BID SUMMARY: Low Taft Electric Company, a corporation $75,302.22 1694 Eastman Avenue Ventura, California 93003 (805) 642-0121 2 *L. A. Signal, Inc. $75,875.00 3 Steiny and Company, Inc. $83,142.00 4 *C. T. & F., Inc. $86,380.86 5 California Electrical Services $91,756.00 *MWBE Carlos Villegas Electric, Inc., submitted a bid in the amount of $79,172.00; however, the Schedule of Prices submitted was incomplete. Therefore, Villegas was considered nonresponsive and its bid rejected in accordance with the Instructions to Bidders, Part H, Nonresponsive Bids and Bid Rejection. FINANCIAL INFORMATION: Amount of estimate $71,244.00 Amount of recommended contract $75,302.22 Amount of recommended contract above estimate $ 4,058.22 The amount of the recommended contract is 5.7 percent above the estimate. -4A-

This project is jurisdictionally shared with the City of Inglewood. The City of Inglewood is to finance its share of the cost of the project under an existing Traffic Signal Maintenance Agreement. This project is included in the Fiscal Year 2001-02 Road Fund Budget. MINORITY/WOMEN-OWNED BUSINESS ENTERPRISE DATA: Taft Electric Company has no MWBE subcontractors/suppliers under this contract, which does not have a Federal- or State-mandated DBE goal. ENVIRONMENTAL IMPACT: This project is categorically exempt pursuant to Class 1, Subsection (x)(4), of the revised County Environmental Document Reporting Procedures and Guidelines adopted by your Board on November 17, 1987. CONSTRUCTION SCHEDULE: The project specifications require the work to be completed in 20 working days; however, an additional 120 calendar days are required for the contractor to obtain the necessary equipment and materials. It is estimated that the work will start in May and be completed in June 2002. MLM:ssa C:\TEMP\AWD.WPD -4B-