Loading...
HomeMy WebLinkAboutFrank & Son Paving Inc; 1990-09-24; 3738WRITE IT- DON'T Date 81301 To File 0 Reply Wanted From Karen K UNO Reply Necessary Re: Project No. 3738 - Tyler St. Alley Improvements All actions concerning this contract were taken though the contract itself says "Housing & Red. Commission" of the City of Carlsbad, the actions taken to approve plans Sr specs, advertise for bids, awarding the contract, and accepting the improvements were all taken by the City Council, not the Commission. by the City Council. Even AIGNEA FORM NO. 55-032 PRll - t c '*I - April 27, 1990 ADDENDUM NO. 1 PROJECT: TYLER STREET ALLEY IMPROVEMENTS PROJECT NO. 3738 Please include the attached as part of the Contract. This addendum, receipt acknowledged, must be attached to Proposal Form when I is submitted. +e&/& RUTH FLETCHER Purchasing Officer RF: af Attachment 0 I ACKNOWLEDGE REC 1 Biddewignature / -. r f e 1200 Carlsbad Village Drive Carlsbad, California 92008-7 989 - (61 9) 434-2 I ,v TYLER STREET ALLEY IMPROVEMENTS * PROJECT NO. 3738 ADDENDUM NO. 1 Page 6 of the bid documents, the fifth paragraph will read: "Licensed in accordance with the Statutes of the State of California providing for the registration of Contrtctor's, License No. Add : The contractor's 1 i cense number and ekpi rat i on date stated herei n are made under penalty of perjury." .3;&&11<3 . C1 assi f i cati on( s) c- /A , Expiration Date: q/cjo c 0 a * 2- TABLE OF CONTENTS I 1 1 I 1 I 1 R I 1E L B I ITEM - PA NOTICE INVITING BIDS PROPOSAL BIDDER'S BOND TO ACCOMPANY PROPOSAL DESIGNATION OF SUBCONTRACTORS BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 1 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 1 NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 3 CONTRACT 1 CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY 3 CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 3 CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 1 I. b LABOR AND MATERIALS BOND c L PERFORMANCE BOND ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION RELEASE FORM r L L SPECIAL PROVISIONS Supplementary General Provisions Supplementary Provisions for Construction Materials d Supplementary Provisions for Construction Methods L I HUD REQUIREMENTS Introduction and Equal Opportunity Provisions Labor Rates and Forms I C t I 1 I ( I 1 II I I 1 io 1 I 1 1 I 1 I 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS 1'' Sealed bids will be received at the Office of the Purchas Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, ur 4:OO P.M. on the 30 day of May, 1990, at which time they will opened and read for performing the work as follows: TYLER STREET ALLEY IMPROVEMENTS CONTRACT NO. 3738 The work shall be performed in strict conformity with specifications therefor as approved by the Carlsbad Housing Redevelopment Commission on file with the Municipal Projc Department. The specifications for the work shall consist of latest edition of the Standard SDecifications of Public Wc Construction, hereinafter designated as SSPWC, as issued by Southern Chapters of the American Public Works Associat: Reference is hereby made to the specifications for full particu: and description of the work. The City of Carlsbad encourages the participation of minority women-owned businesses. No bid will be received unless it is made on a proposal : furnished by the Purchasing Department. Each bid must accompanied by security in a form and amount required by law. bidder's security of the second and third next lowest responr bidders may be withheld until the Contract has been fully execu The security submitted by all other unsuccessful bidders shal. returned to them, or deemed void, within ten (10) days after Contract is awarded. Pursuant to the provisions of law (Pul Contract Code Section 22300), appropriate securities may substituted for any obligation required by this notice or for monies withheld by the City to ensure performance under Contract. If Contractor elects to use an escrow agent, Sec' 10263 of the Public Contract Code requires monies or securitie deposited with State Treasurer or a state or federally chart bank in California. The documents which must be completed, properly executed, notarized are: a 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experien 6. Non-collusion Affidavit t I I I I I 1 I 1 1 li I I I I I dD All bids will be compared on the basis of the Engineer's Estim of $25,228. The estimated quantities are approximate and se solely as a basis for the comparison of bids. No bid shall be accepted from a Contractor who has not b licensed in accordance with the provisions of State law. Contractor shall state his or her license number and classificat in the proposal. The following classifications are acceptable this contract: A, C-8, C-12, C-32 in accordance with provisions of State law. The Contractor shall state his or license number and classification in the proposal. If the Contractor intends to utilize the escrow agreement inclc in the contract documents in lieu of the usual 10% retention f each payment, these documents must be completed and submitted b the signed contract. The escrow agreement may not be substitL at a later date. Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, 1200 Elm Ave Carlsbad, California, at no charge. The Carlsbad Housing and Redevelopment Commission reserves right to reject any or all bids and to waive any minor irregular or informality in such bids. The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those as determi by the Director of Industrial Relations pursuant to the Secti 1770, 1773, and 1773.1 of the California Labor Code. Pursuant Section 1773.2 of the California Labor Code, a current copy applicable wage rates is on file in the Office of the Carlsbad C Clerk. The Contractor to whom the Contract is awarded shall pay less than the said specified prevailing rates of wages to workers employed by him or her in the execution of the Contrac The Prime Contractor shall be responsible to insure compliance F provisions of Section 1777.5 of the California Labor Code Section 4100 et seq. of the Public Contracts Code, "Subletting Subcontracting Fair Practices Act." The provisions of Part 7, Chapter I, of the California Labor C commencing with Section 1720 shall apply to the Contract for wc A prebid meeting and tour of the project site will not be he By submitting a bid, the Contractor certifies that he has visi Bidders are advised to verify the issuance of all addenda receipt thereof one day prior to bidding. Submission of k without acknowledgment of addenda may be cause of rejection of k I '4) 1 and inspected the site. t I I E Bonds to secure faithful performance of the work and payment laborers and materials suppliers each in an amount equal to hundred percent (100%) and fifty percent (50%), respectively, the Contract price will be required for work on this project. The Contractor shall be required to maintain insurance as specif in the contract. Any additional cost of said insurance shall 1 included in the bid price. Approved by the Carlsbad Housing and Redevelopment Commission, I Resolution No. 90-109 , adopted on April, 1990 I Date 1" 'F-W-?d I I 1. 1 I 1 I I l I I t I I 1 I I I I 1. - I R 8 B I 1 B CITY OF CARLSBAD CONTRACT NO. 3738 PROPOSAL I " e Carlsbad Housing and Redevelopment Commission 1200 Elm Avenue Carlsbad, California 92008 The undersigned declares he/she has carefully examined the locat of the work, read the Notice Inviting Bids, examined the Plans Specifications, and hereby proposes to furnish all lab materials, equipment, transportation, and services required to all the work to complete Contract No. 3738 in accordance with Plans and Specifications of the City of Carlsbad, and the Spec Provisions and that he/she will take in full payment therefor following unit prices for each item complete, to wit: Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price 1 - Tc A.C. Paving at 120 TONS $ 51.66 $62 E3fty-a-E mer atd Sixty-six c€¶lts (dollars per ton) 4.50 $7, 2 6'' Concrete Cross-gutter 1632 S.F. at Fmr mllers ard FYEQmtS. I (dollars per square foot) 3 Unclassifed Excavation 240 C.Y. 37.70 $9, and Disposal at (dollars per cubic yard) Tflirty-S€%E!n cbllers atd skvxIty Gats. $k 400 L.F. 3.00 4 Redwood Header at (dollars per linear foot) t II 1 1 I I I 1 I I(, I $+l/L\ J L' 8 I 1 1 Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit No. Price Written in Words and Unit Price - Tot $ 601 - $4.00 I. 5 7-1/2" Concrete Slab 150 S.F. Four Dollers (dollars per square foot) 34.63 3,80 - 6. Class I1 Aggregate 110 TONS Base at Thirty-Four Dolers and (dollars per ton) Sixtv - Three Cents // c! 2,02 - 7. Slurry and Sand Seal 750 S.Y. 2.07 Asphalt Two Dollers and Sven Cents i k' 8. Adjust Utility Box 4 EACH 4.00 1.60 (dollars per square yard) & ' (dollars each) LC ? . f y Total amount of bid in words: Thrity - One Thousand Eight Hundred and Twenty-Five Dollers zero cents. $3 3', 35'3 R3 5.00 Total amount of bid in numbers: $332 Price(s) given above are firm for 90 days after date of 1 opening. Addendum( a) No (s) . one - has/have been recei7 and is/are included in this proposal. I ~~ B $i3 XI",. I x flq P' I I 1 I I l I I I I I I, I I a I I I I 1 4) All bids are to be computed on the basis of the given estima- quantities of work, as indicated in this proposal, times the UI price as submitted by the bidder. In case of a discrepancy betwc words and figures, the words shall prevail. In case of an er: in the extension of a unit price, the corrected extension shall calculated and the bids will be computed as indicated above i compared on the basis of the corrected totals. All prices must be in ink or typewritten. Changes or correctif may be crossed out and typed or written in with ink and must initialed in ink by a person authorized to sign for the Contract( The Undersigned has checked carefully all of the above figures i understands that the City will not be responsible for any error omissions of the part of the Undersigned in making up this bid The Undersigned agrees that in case of default in executing 1 required Contract with necessary bonds and insurance polic: within twenty (20) days from the date of Award of Contract Carlsbad Housing and Redevelopment Commission, the proceeds check or bond accompanying this bids shall become the property the City of Carlsbad. Licensed in accordance with the Statutes of the State of Califori providing for the registration of Contractors, License No. 36411 Classification(s) C-12 The Undersigned bidder hereby represents as follows: 1. That no Commission member, officer agent, or employee the City of Carlsbad is personally interested, direcl or indirectly, in this Contract, or the compensation be paid hereunder; that no representation, oral or writing, of the Commission, its officers, agents, employees has inducted him/her to enter into tl Contract, excepting only those contained in this form Contract and the papers made a part hereof by its ten and That this bid is made without connection with any persc firm, or corporation making a bid for the same work, i is in all respects fair and without collusion or frai 2. Accompanying this proposal is bond for ten percent (10%) of the amount bid. The Undersigned is aware of the provisions of Section 3700 of t California Labor Code which requires every employer to be insui against liability for workers' compensation or to undertake sel insurance in accordance with the provisions of that code, E agrees to comply with such provisions before commencing t performance of the work of this Contract. (Cash, Certified Check, Bond or Cashier's Chec De I I I I I I I 1 I. I The Undersigned is aware of the provisions of the State California Labor Code, Part 7, Chapter 1, Article 2, relative the general prevailing rate of wages for each craft or type worker needed to execute the Contract and agrees to comply wj ab I its provisions. (61 9) 422-8322 Phone Number May 30, 1990 i Date Mi57 34l, 1999 Date Authorized Signature Phi117 ’ t- P-1 Corporation if 92011 1 0.27 Thirc! n.- Bidzer‘l s %3&%kf vu& Type of Organization (Individual, Corporation, 01 Partnership) List below names of President, Secretary, Treasurer, and Managt if a corporation; and names of all partners, if a partnership: Fransisco A. Vasquez President Frank T. Vasquez Vice- Presidnet Alicia T, Vasquez Treasurer I Inelda T. VAsquez Secretary (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST ATTACHED) 111 ~__m____ -1_1 p-p--=-”-”- .-_I *-~ STATE OF CALIFORNIA On this 3d m day Of ‘Q3 cL,\ , in the before me, the undersigned, a Notary Public In and for said State, Person ~(?XG~ASZ ---7 &WdL 7 \i , personall) (01 proved to me on the basis of satisfactory evidence) to be the Person- v i 5 subscribed to the within instrument, and acknowledged to n executed it. WITNESS my hand and Official sed. A~KNOWLEDGMENT-G~fl~f~l-WOlCD~~S Form 233CA-Rev 5 82 -””- I -.- I__I - I AMERICAN OTORPSTS NSURANCE COMPAj w INSVIIWC. e BID BQND BOND #3SM 706 541 00 KNOW ALL MEN BY THESE PRESENTS: That We, Frank & son Paving CO. as Principal, and the AMERICAN MOTORISTS INSURANCE COMPANY, a corporation organized and existing under the laws of the State of Illinois, and authorized to do business in the State of California as Surety, are held and firmly bound unto the City of Carlsbad BS Obligee, in the sum of 10% of Bid amount not to exceed Three Thoi One Hundred Eighty-Two Dollars and .50/100* * * * * * * * * * * * * * * * * ($3,182.50)* * * * * * * * * DOLLARS, lawful money of the United State of America, to the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, their and each of their heirs, executors, administrators, successors and assigns, jointly and severally by these preseiil THE CONDITION OF THIS OBLIGATIOFI IS SUCH, that, if the Obliget shall make any award to the Principal for: Tyler Street Alley Improvements 0 according to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly made and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with the American Motorists Insurance Company as Surety or with other Surety I 1, v or Sureties approved by the Obligee; or if the Principal shall I” in case of failure so to do, pay to the Obligee the damdyes which the Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. Frank & Son Pavinq Co. 1 Signed, Sealed and Dated this By May 21, 1990 AMERICAN MOTOPISTS INSURANCE COMPAP /dHJ&+- Attorney- i n-f PLEASE DIRECT ALL CORRESPONDENCE TO: <- LOU JONES & ASSOCIATES /2/ s. MANAGING GENERAL AGENTS BY: >.”e, Ken Thomas, 2900 WEST BROADWAY LOS ANGELES, CALIFORNIA 90041 0 ti ‘I TELEPHONE: (213) 257-8291 STATE OF CALIFORNIA, ) ss. r . COUNTY OF Los Angeles ) GIi I On this day of WAY 2 3 1996 19 I before me Susan E. b personally known to me (or proved to me on the basis of satisfactory evidence) tc the person whose name is subscribed to this instrument as the Attorney-in-Fact o AMEUCAN MJIORIsrS - CCXWANY, and acknowledged to me that he (she) subsc the name of said company thereto as Surety, and his (her) own name as Attorney-i personally appeared Ken Thomas AMERICAN MOTORISTS INSURANCE COMPANY Home Office: Long Grove, IL 60049 POWER OF ATTORNEY Know All Men By These Presents: That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of II having its principal office in Long Grove, Illinois, does hereby appoint * * * ** * * * * * * ** * * * * * * * * * * ** ** * ** * * ** ** Ken Thomas of Anaheim, California ................................. a its true and lawful agentb) and attorney(s1-in-fact, to make, execute, seal, and deliver during the period beginning with issuance of this power and ending December 31, 1990, unless sooner revoked for and on its behalf as surety, and as deed:Any and all bonds and undertakings provided the amount of no one or undertaking exceeds FIFTY THOUSAND DOLLARS ($5O,OOO.OO)******+*** EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guai payment or collection of any promissory note, check, draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond dollar limit of authority as set forth herein. This appointment may be revoked at any time by the American Motorists Insurance Company. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said America1 Insurance Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowle regularly elected officers at its principal office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31,1990. This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of C said American Motorists Insurance Company on February 23,1988 at Long Grove, Illinois, a true and accurate copy hereinafter set forth and is hereby certified to by the undersigned Secretary as being in full force and effect: “VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and fi Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to exec1 of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and otl obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process.” This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution i the Executive committee of the Board of Directors of the Company at a meeting duly called and held on the 23rd day c 1988: “VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees designated in writi with the Secretary, and the signature of the Secretary, the seal of the Company and certifications by the Secretary, may be affixed by any power of attorney or bond executed pursuant to resolution adopted by the Executive Committee of the Board of Directors on 1 1988 and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall co valid and binding upon the Company.” In Testimony Whereof, the American Motorists Insurance Company h e signed and its cor to be affixed by its authorized officers, this 3rd dayof ovember I19 Ab-. ’ Attested and Certified: 0 AMERICANM TS INSURANCE ( BY h- Yavt. J. S. Kemper, 111, Senior Vi 0 caused this instrument t 5 (J .,,. ,.,,.,.. * FFMW F. C. McCuIlough, Secretary STATE OF ILLINOIS 9s COUNTY OF LAKE , I, Rose K. Rayner, a Notary Public, do hereby certify that 1. S. Kemper, Ill and F. C. McCuIlough personally known to r~ same persons whose names are respectively as Senior Vice President and Secretary of the American Motorists Insurance a Corporation of the State of Illinois, subscribed to the foregoing instrument, appeared before me this day in person an ’ acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said as the free and voluntary act of said corporation and as their own free and voluntary act for the uses and purposes there ($;> :.y=..g ‘--?mc ‘\ ill) My commission expires: August 12, 1991 Rose K. Rayner, FM836-5 7-88 1M PRINTE Power of Attorney-Term w1 88lL s- I *paieis u!aq iuaixa ayi oi pue Jauuew aqi u! ida3xa Auedwo3 ayi pu!q 01 4yoyine 1 Aay~ pue ‘u!asy~ paueu Ailexy!xds s%u!yeuapun pue spuoq ayoi u!a~ayi paweu asoyjjo spe ayi si!u!j Aau~out/jo Jam hclelaJXJs ‘U!cle133W ‘8 al .1*.111, 0 3 Ti#*% 5 .::;*. . *%.. ,~, ...‘ ~~~~ I z AW c2Zivg.F 61 ‘ P AeP s!yl uo Auedw .- msui S~S!JO~O~ U~~!JWV aqi jo leas aJeJOdJO3 ayi pax!#e pue awe~ Aur paqpxqns oiunaaq amy I 20383~~ ~NOW~ *AuedUo3 a3UeJnSUl S1S!JOlOW U\?3!JaWt/ ay1 j0 heiaJ3aS pUe lUap!Sa.ld a3!A JO!uaS pai3ala A~UJOUV jo JaMod pay3eue ayi 40 uo!in3axa ayi 30 aiep ayi uo a~a~ Aianp3adSa.l Aeianas pue iuap!sa~d a~n JO!U~S se I 40 JaMod ayi palnxxa O~M ySnolln33W ‘3 -4 pue 111 badway *s *I p!es ayi ieqi Agua3 Jayvnj op I pue !aiequa3 s!y~ $0 uo t3ap pue ~~JOJ IInj u! s! puejoaJayl aiep ayi aw!s i3ap pue ~~JOJ IInj u! uaaq sey aues ayi ieyi pue Ado3 ~a.1.103 pue ~*~*3uc*~3Ht********************~*********~**********~***~**~* WUJOl ’ 30 s=ov;l, uax lo 4lWq UO 67: ’t JWmaAoN AaUJOUV fO JaMOd FHyXJJI? ay1 $el# b!v.la3 AqaJay Op ’Aueduo3 L33uPJnsul S1S!JOJOw Ue3!Ja%\ ay$JO hPiaJ3aS ‘U!e(33W NOIN3 1 1 I 1 I I I 1 4B I I l day of , 1990. I I I I I BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, Principal, and , as Surety held and firmly bound unto the City of Carlsbad, California, in amount as follows: (must be at least ten percent (10%) of the amount) for which payment will and truly made, we bind ourselves, heirs, executors and administrators, successors or assigns, join and severally, firmly by these payments. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if proposal of the above-bounden principal for: I" I TYLER STREET ALLEY IMPROVEMENTS I PROJECT NO. 3738 in the City of Carlsbad, is accepted by the Carlsbad Housing Redevelopment Commission, and if the above bounden Principal sh duly enter into and execute a Contract including required bonds insurance policies within ten (10) days from the date of Award Contract by the Carlsbad Housing and Redevelopment Commissi being duly notified of said award, then this obligation st become null and void; otherwise, it shall be and remain in f force and effect, and the amount specified herein shall forfeited to the said City. In the event any Principal above named executed this bond as individual, it is agreed that the death of any such Principal SI not exonerate the Surety from its obligations under this bond, IN WITNESS WHEREOF, we hereunto set our hands and seals this Corporate Seal (if Corporation) Princil Surety BY Title (NOTARIAL ACKNOWLEDGEMENT { EXECUTION BY ALL SIGNATOR AND SURETY MUST BE ATTACH: (ATTACH ACKNOWLEDGEMENT OF ATTORNEY IN FACT) (CORPORATE SEAL) P I 1 I I I I 1 1 I I I I I I I I DESIGNATION OF SUBCONTRACTORS The Undersigned certifies he/she has used the sub-bids of t following listed Contractors in making up his/her bid and that t sub-contractors listed will be used for the work for which tt bid, subject to the approval of the City Engineer, and accordance with applicable provisions of the specifications E Section 4140 et seq. of the Public Contracts Code - "Sublettj and Subcontracting Fair Practices Act." No changes may be made these subcontractors except upon the prior approval of the Cj Engineer of the City of Carlsbad. The following information required for each sub-contractor. Additional pages can be attact if required: Items of Full Company Complete Address Phone No. I" Work Name with Zip Code with Area Coc 1. P I 1 DESIGNATION OF SUBCONTRACTORS (continued) The bidder is to provide the following information on the subb of all the listed subcontractors as part of the sealed submission. Additional pages can be attached, if required. Amount Type of State Carlsbad I" Contracting Business of 8 Full Company Name License & No. License No.* Bid ($ or I I I I Bo i I I I ''1 I NONE - * Licenses are renewable annually. If no valid license, indic llNONE.l* Valid license must be obtained prior to submission signed Contracts. Frank & Son Paving Inc., Bidder's Company Name (NOTARIAL ACKNOWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.) * (CORPORATE SEAL) I Authorized Signature --~--- -I__L x_" _-. _--m_~__l __J ~ }ss. STATE OF CALIFORNIA COUNTY OF sCc-- b-p*n day of lhik, , in th On this 3 cJ before me, the undersigned a Notary Public in and for said State, persc 70 XVndLA,. T \\mh,L-, i , personal (or proved to me on the basis of satisfactory evidence) to be the person- 1 5 subscribed to the within instrument, and acknowledged to executed it. WITNESS my hand and official seal. NOTARY ~lIC-ClttHWIWlA SAN DiEGa COUNTY % -c k:&L Notary Public in anaaid State. P ACKNOWLEDGMENT-General-Wolcolls Form 233CA-Rev 5-82 d 01982 WOLCOTTS INC (price class 8 2) -I _" --~---1 -__-- ~. - ___- -lll_ll_._lll _______-__ - _p - - 'k 2" h 1 I I I I I BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The Undersigned submits herewith a notarized or sealed statemc of his/her financial responsibility. B" 0 -. /l/, 1 - STATE OF CALIFORNIA before me, the undersigned, a Notarpublic in and for said State, person . yk QAC- > ,, . \;". =-&';ic, \ , personally (or proved to me on the basis of satisfactory evidence) to be the person- H \ 5 subscribed to the within instrument, and acknowledged tom executed it. WITNESS my hand and official seal. L 1 fg I ! (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED) I (CORPORATE SEAL) r, I' Financial Statements a of FRANK AND SON PAVING, INC. For the Period Ended December 31, 1989 0 I e See Accompanying Accountant's Compilation Report FRANK AND SON PAVING, INC. Balance Sheet For the Period Ended December 31, 1989 Liabilities and Equity a Current Liabilities 8,604 19 5 Accounting fees payable 291 FUTA payable - IRS Form 940 SUI/SDI payable EDD Form DE-3 1,239 1 Gross payroll clearing Amounts owed to shareholders 27,534 Workman l s comp ins payable $ F:CCA/FWT payable IRS Form 941 (955) Net payroll clearing ( 1) ---_--------- Total Current Liabilities $ 36,901 Long Term Liabilities Equity Common shares 2000 issued 20 , 000 Paid in capital 91,869 Current Income (Loss) 91 , 726 ------------- Total Equity 203 , 59 240,50 ---_-------- ============ $ Total Liabilities & Equity 0 See Accompanying Accountant's Compilation Report e FRANK AND SON PAVING, INC. Income Statement For the Period Ended December 31, 1989 1 Month Ended 7 Months Endel Dec. 31, 1989 kt Dec. 31, 198 * -_--___-__-__- --_---- ------------- Sales Contract income $ 28,721 100.00 $ 659,71( Total Income 28,721 100.00 659,71( ------------- -_---- ------------- Cost of Sales Contract materials purchase 33 , 610 117.02 212 , 56( Pnvinq payr-ollr; 2,929 10.20 19,87: Cont rwt 1 abor 16,962 59.06 118,431 Taknl Cost of Sales 53,501 186.28 350,86! Cross Profit (24 , 780) (86.28) 308,84i --------_-___ __---_ ------------- --------_---- -_---- ------------- perat iy Expenses Ltsart tnlinq 6 promotion 433 1.51 3 , 61; d, st e 't rw-k expenses 2 , 080 7.24 14 , 92€ t%atmasr relations (meals) 1,322 4.60 11,28C 2,045 7.12 5,12C @ and subscriptions 0 0.00 3,02C %"sP&~ aid and medical costs 45 0.16 3 , 695 2 *"AkUf ancw costs 974 3.39 14 , 77C ?8tails.rlal and casual labor 0 0.00 35i e,& 1 Z 4 i nq RB i ntenance & repa 0 0.00 2 , 403 eB +5&t L NSF checks 1,200 4.18 1,20C *,eg* Z t aspn i r tools 2,516 8.76 5,339 $8 ttnq mcurity expenses 0 0.00 101 aipment repair & maintena 0 0.00 3 , 862 *-'a f: i va @tippi ies 158 0.55 1,724 0 a*Faaa?ignnl fees 195 0.68 6,607 42,631 B*Vt@ 6,447 22.45 pd t ii*arat na Inr ies 7,789 27.12 46,731 f3tfiu-a salaries and wages 3,935 13.70 26,142 9;tnppf t;.cts and expenses 1,528 5.32 8 , 997 Paxw and licenses 926 3.22 8 , 995 t:kliities 6 phone 0 0.00 51 .r; rm ~5 E 27 0.10 569 Te 1 ephone 129 0.45 4,704 23 Water 26 0.09 241 Total Expenses 31,776 110.64 217,115 Net Income (Loss) $ (56,555) (196.91) $ 91,726 0.00 Trash hauling 0 ------------_ ______ -__-____---_- ------------_ ___-_- ___-__-_--_-- ------------_ ______ ________-__-_ ----c-------_ ___-_- _-_-__-_----- See Accompanying Accountant's Compilation Report e M I I I I I I I I I I I I I BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required to state what work of a similar charac to that included in the proposed Contract he/she has successfu performed and give references, with telephone numbers, which w enable the City to judge his/her responsibility, experience skill. An attachment can be used, if notarized or sealed. 1.' I 'Name and Phone' I Date I 'Contract 'Name and Address No. of Person I Type of (Amount of ! to Contact ! Work ! Contract I Completed, of the Employer ity of Chilavista i ail^ I In prwes&6 FLmth Ave C.V.92010 I fG;lq! 477~x6 I I !g116 13 00 I -firn T& m I I I I I P.3 !ked I I I I I I I Mr. Ekrley I I I I 2 I' ' I 1 I I ! I I I I I 1 1-w ' I I I I 4/16/90 I&?3t.ofmvY 1 Izw7A ! -. !q9 4m I 4/23/90 i 6500- rJrisLalm l'-.--' ILW I' ' I !!63,000.00 I 4/20/90 !=Em ! (213)394-9800 I ~- I(G;19) 47sg838 I wsb&!$28,276.00 I E.J.W&7 I I' . I I I I I I I I ! I I kl I I I I I I I I I I me STATE OF CALIFORNIA , personall (or proved to me on the basis of satisfactory evidence) to be the Person- subscribed to the within instrument, and acknowledged to 1 executed it WITNESS my hand and official seal \ 1 --- %q$ Notary Public in and for said S&e/ ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev 5-82 01982 WOLCOTTS. INC (price Class 8 21 B I 8 I 1 1 I 1 I. I 1 li I 1 I' 1 I NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California 1 County of mw 1 i. ) ss. IkEhT. VXxez , being first duly sworn, depo (Name of Bidder) and says that he or she is %xeh~~ of (Name of Firm) the party making the foregoing bid that the bid is not made in interest of, or on behalf of, any undisclosed person, partnersh company, association, organization, or corporation; that the is genuine and not collusive or sham; that the bidder has directly or indirectly induced or solicited any other bidder to in a false or sham bid, and has not directly or indirec colluded, conspired, connived, or agreed with any bidder or any shall refrain from bidding that the bidder has not in any mann directly or indirectly, sought by agreement communication, conference with anyone to fix the bid price, or of that of other bidder, or to fix any overhead, profit, or cost element advantage against the public body awarding the contract of any interested in the proposed contract; that all statements contai in the bid are true; and further, that the bidder has not, direc or indirectly submitted his or her bid price or any breakd thereof, or the contents thereof, or divulged information or d relative thereto, or paid, and will not pay, any fee to corporation, partnership, company association, organization, depository, or to any member or agent thereof to effectuati collusive or sham bid. I declare under penalty of perjury that the foregoing is true correct and that this affidavit was executed on the ah day (Title) Frank & Scn PAW Ec., PhV , 1990. -p\ Subscribed and sworn to before me on the 30 day of l%rQ,,,. 19e,c=! .-----l \ &-. ca CP (NOTARY SEAL) %=x-P-.-'- Signature of Notary (.-T . OFFICIAL SEAL BONNIE L. ZEHM MmW PUNIC-CAtlfOllWIA SAN DIE60 COUNTY f I I 1 I u I 1 I b 1 I I 1 I I I CONTRACT - PUBLIC WORKS / This agreement is made this /&&day of between the Carlsbad Housing and Rede6elopment Commissi (hereinafter called "Commission") , and whose principal place of business is (hereinafter called "Contractor1'. ) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all k w?! , 1990, by f! Frank and Son Paving, Tnr, CA 97011 1n77 Third -la - Vicl -. specified in the Contract documents for: TYLER STREET ALLEY IMPROVEMENTS PROJECT NO. 3738 (hereinafter called lrproject") For the sum of Thi rty-one tho[ Provisions of Labor and Materlals. Contractor s all prov all labor, materials, tools, equipment, and personnel perform the work specified by the Contract documents. 3. Contract Documents. The Contract documents consist of t Contract; the bid documents, including the Notice Bidders, Instructions to Bidders' and Contractc Proposals; the Plans and Specifications, the Spec Provisions, and all proper amendments and changes n thereto in accordance with this Contract or the Plans Specifications, and the bonds for the project; all of wf. are incorporated herein by this reference. The Contractor, her/his subcontractors, and materj suppliers shall provide and install the work as indica1 specified, and implied by the Contract documents. Any it of work not indicated or specified, but which are esseni to the completion of the work, shall be provided at Contractor's expense to fulfill the intent of I documents. In all instances through the life of Contract, the City will be the interpreter of the intent the Contract documents, and the City I s decision relativc said intent will be final and binding. Failure of Contractor to apprise her/his subcontractors and materj suppliers of this condition of the Contract will not relj her/him of the responsibility of compliance. 4. Payment. All full compensation for Contractor's perform; of work under this Contract, City shall make payment to Contractor per Section 9-3 of the Standard Specificat: for Public Works Construction. The closure date for c monthly invoice will be the 30th of each month. three ,huFdred fifty-three and no/lOO dollars ($31,353.00 k 2. 1 P I 1 8. I I I 1 I I I. I I I I 1 I 1 Invoices from the Contractor shall be submitted accord. to the required City format to the City's assigned projc manager no later than the 5th day of each month. Paymei will be delayed if invoices are received after the 5th each month. The final retention amount shall not released until the expiration of thirty-five (35) d( following the recording of the Notice of Completion pursu to California Civil Code Section 3184. 5. IndeDendent Investisation. Contractor has made Independent Investigation of the jobsite, the SI conditions at the jobsite, and all other conditions tl might affect the progress of the work, and is aware of thj conditions. The Contract price includes payment for , work that may be done by Contractor, whether anticipated not, in order to overcome underground conditions. information that may have been furnished to Contractor City about underground conditions or other job conditi is for Contractor's convenience only, and City does warrant that the conditions are as thus indicat Contractor is satisfied with all job conditions, includ underground conditions and has not relied on informat furnished by City. 6. Contractor Responsible for Unforeseen Conditio Contractor shall be responsible for all loss or dam arising out of the nature of the work or from the action the elements or from any unforeseen difficulties which arise or be encountered in the prosecution of the work un its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wo or matters which the specifications expressly stipulate w 1 be borne by City. 7. Chanqe Orders. City may, without affecting the validity the Contract, order changes, modifications and extra w by issuance of written change orders. Contractor shall m no change in the work without the issuance of a writ change order, and Contractor shall not be entitled compensation for any extra work performed unless the C has issued a written change order designating in advance amount of additional compensation to be paid for the wo If a change order deletes any work, the Contract price sh be reduced by a fair and reasonable amount. If the part are unable to agree on the amount of reduction, the w shall nevertheless proceed and the amount shall determined by litigation. The only person authorized order ,changes or extra work is the Project Manager. written change order must be executed by the City Manag t I I I I I I I 1. I 1 I I I I if it is for $15,000.00 or less or approved by the Commission and executed by the Chairman if the amount of the change order exceeds $15,000.00. 8. Immiclration Reform and Control Act. Contractor shall com with the requirements of the "Immigration Reform and Cont Act of 1986'' (8 USC Section 1101-1525). 9. Prevailins Wase. Pursuant to the California Labor Code, director of the Department of Industrial Relations determined the general prevailing rate of per diem wages accordance with California Labor Code, Section 1773 an copy of a schedule of said general prevailing wage rates on file in the office of the Carlsbad City Clerk, and incorporated by reference herein. Pursuant to Califor Labor Code, Section 1775, Contractor shall pay prevail wagers. Contractor shall post copies of all applica prevailing wages on the job site. 10. Indemnity. Contractor shall assume the defense of, pay expenses of defense, and indemnify and hold harmless City, and its officers and employees, from all claims, IC damage, injury and liability of every kind, nature description, directly or indirectly arising from or connection with the performance of the Contractor or wc or from any failure or alleged failure of Contractor comply with any applicable law, rules or regulati including those relating to safety and health; except loss or damage which was caused solely by the act negligence of the City; and from any and all claims, IC damages, injury and liability, howsoever the same may caused, resulting directly or indirectly from the naturG the work covered by the Contract, unless the loss or dan was caused solely by the active negligence of the City. expenses of defense include all costs and expenses incluc attorneys fees for litigation, arbitration, or other disg resolution method. 11. Insurance. Without limiting Contractor's indemnificati it is agreed that Contractor shall maintain in force at times during the performance of this agreement a policq policies of liability insurance at least $l,OOO,OOC combined single limit covering its operations, incluc coverage for contractual liability and insurance cove1 the liability set forth herein. The policy or policies shall comply with the special insurance instructions in the Supplementary General Provisions and shall contain the following clauses: A. ''The Commission is added as an additional insured respects operations of the named insured performed ux I. e 1 contract with the City.ll a@ I I I I I I I -I I Ir, I I I I 1 I I B. "It is agreed that any insurance maintained by Commission shall apply in excess of and not contrib with, insurance provided by this policy." C. "This insurance shall not be cancelled, limited or n renewed until after thirty (30) days written notice been given to the Commission." #'The insurer waives any rights of subrogation it has may have, against the Commission or any of its offic or employees. I' Certificates of insurance evidencing the coverage requi by the clauses set forth above shall be filed with the C prior to the effective date of this agreement. 12. Workers' ComDensation. Contractor shall comply with requirements of Section 3700 of the California Labor Co Contractor shall also assume the defense and indemnify save harmless the City and its officers and employees f all claims, loss, damage, injury, and liability of ev kind, nature, and description brought by any person emplo or used by Contractor to perform any work under t Contract regardless of responsibility for negligence. 13. Proof of Insurance. Contractor shall submit to the C certification of the policies mentioned in Paragraphs 10 11 or proof of worker's compensation self-insurance pr to the start of any work pursuant to this Contract. I* D. 14. Claims and Lawsuits. Contractor shall comply with Government Tort Claims Act (California Government C Section 900 et seq.) prior to filing any lawsuit for bre of this contract of any claim or cause of action for mo or damages. 15. Maintenance of Records. Contractor shall maintain and m available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chap Contractor does not maintain the records at Contract0 principal place of business as specified above, Contrac shall so inform the City by certified letter accompany the return of this Contract. Contractor shall notify City by certified mail of any change of address of s 1, Article 2, of the California Labor Code. If I records. 16. Labor Code Provisions. The provisions of Part 7, Chap 1, commencing with Section 1720 of the California Labor C are incorporated herein by reference. t I I I I I I I I I. I I I 1. 17. Security. Securities in the form of cash, cashier's chec or certified check may be substituted for any mon. withheld by the City to secure performance of this contri for any obligation established by this contract. Any otl security that is mutually agreed to by the Contractor q the City may be substituted for monies withheld to ens1 performance under this Contract. I. 18. Provisions Required by Law Deemed Inserted. Each and evl provision of law and clause required by law to be inser in this Contract shall be deemed to be inserted herein included herein, and if, through mistake or otherwise, such provision is not inserted, or is not correc inserted, then upon application of either party, Contract shall forthwith be physically amended to make s insertion or correction. 19. Additional Provisions. Any additional provisions of t agreement are set forth in the "General Provisions" "Special Provisions" attached hereto and made a part here -. (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST BE ATTACHED.) (CORPORATE SEAL) L./ -/ Title Ld;o$Li sMdk&,~ -2 Q--Z/-B& DateJ'' e. ,. -- APPROVED AS TO FORM: ' KAREN J. HIRA~A I DEPUTY CIW ATTORNEY Sedetary -~-- --- -_. -- - __- ------ ---- _--~ -__-_- -_I_ ---I ___ --~ ---- --- il--__I _-_- ^I_ __I-_ _-__ l_l__-~_ll - _____ -.I----_ day of s L- q?!C~b-id- , in the On this d : before me, the qdersigned, a Notary Public in and for said State, person Iss STATE OF CALIFORNIA COUNTY OF S(3,vz ~AC c f o \. -4 x5N4 LiA CL? A ~ /.I K.3 &),,c Lc-, and ~\mQ~& i (.' o 't , personally (or proved to me on the basis of satisfactory evidence) to be the persons who within instrument as @W-!~@-C-L- President and c s-i i.)c-tk_ respectively, of the Corporation therein named, and acknowledged to me that tt executed it pursuant to Its by-laws or a resolution of its board of directors WITNESS my hand and official seal a- vtr____.- &x 7Q i BONNIE L. ZEHM NOTARY NLIC-CALITMNIA SAN blEGO COUNTY My Cmm. EXP. Nw. 24, 1993 -e*..-.- -*A.F. .*a ACKNOWLEDGMENT-Carp -Pres & Sec -WaIcatts Form 222CA-Rev 11 83 01983 WOLCOTTS INC (price class 8 2) Notary Public in and =State -.-____P~~~ - -. - C0 K P 0 R AT1 ON D I V IS 10 N I, MARCH FONG EU, Secretary of State of the State of California, hereby certify: That the annexed transcript has been compared wit11 the corporate record on file in this office, of wliich it purports to be a copy, and that same is full, true and IN WITNESS WHEREOF, I execute this certificate and affix the Greai Seal of the State of California thi! JULI 3 1988 Swrcfory of Sfn err,crrrr cam" cr ,07 Fi- --d 1 c-- - II 4 16180 22 4- ENDORSED JUN2 8 1988 FILED )n rkooff~e of rhe Setretory of St< of the Stats of Caiifornia 0 MARCH FONG EU, Secretary of Sta ARTICLES OF INCORPORATION OF FRANK AND SON PAVING, INC. I The name of this corporation is FRANK AND SON PAVING, INC. I1 The purpose of this corporation is to engage in any lawful act c activity for which a corporation may be organized under the Gene Corporation Law of California other than the banking business, t trust company business or the practice of a profession permitted incorporated by the California Corporations Code. 0 I11 The name and address in the State of California of this corporat initial agent for service of process is: FRANCISCO A VASQUEZ, 1005 Cholla Place, Chula Vista, California IV This corpration is zuthzrized ts iss-cc ozly en3 class c5 sh=.rec stock: and the total number of shares which this corporation is authorized to issue is 100,000. DATED: 6 '' / 3 L yv , , A*-< -, q A- [/L, 0 .< Signhture of ' Incorporayor I/ 0 L' FRANCISCO A. VASQUEZ Typed name of Incorporator 0 I CONTRACTOR'S CERTIFICATION OF AWARENESS OF I WORKERS' COMPENSATION RESPONSIBILITY "I am aware of the provisions of Section 3700 of the Labor Cc which requires every employer to be insured against liability : workers' compensation or to undertake self-insurance in accordai with the provisions of that code, and I will comply with si provisions before commencing the performance of the work of tl Contract. #I r I I I I I b I I I I I CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 1 ''I am aware of the requirements of the Immigration Reform Control Act of 1986 (8 USC Section 1101-1525) and have compl with these requirements, including, but not limited to, verify the eligibility for employment of all agents, employe subcontractors, and consultants that are included in t Contract. If TG Q L'"'"y!!, /,4,45 7 $ /qLu? 1' & / L / '1 r /q -71 n -- ~ L ki Contractor CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM /I /i d I $[? -7 I hereby certify that L$, '7 $A? T; .<, , <%in ~$gpP.!fly~ ;27 :/ - , (Legal Name of contcgctor) .- in preforming under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Diego Affirmat Action Program adopted by the Board of Supervisors, including current amendments. @ - if:; -Go Date 1; __---I- - STATE OF CALIFORNIA }ss. On this I QR day of ~-k-=--- , in the before me the undersigned, a Notary Public in and for said State, perso 5- Q&,- \ G.+ vh 5 , personall (or proved to me on the basis of satisfactory evidence) to be the person- subscribed to the within instrument, and acknowledged to I executed it. WITNESS my hand and official seal. t \s 6O"tE L. ZEHM 8101m pI1pLIc-cILllm~ 0 " Notary Public in assaid State. ACKNOWLEDGMENT-General-Wolcotts Form 233CA-Rev 5-82 01982 WOLCOTTS INC (Wee Class 8 2) _I_lj_---- p_____lil__ll.- ISSUE DATE (M 09/27/ THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANC NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOV 1 e 0150 SORRENTO VALLEY ROAD #205 1 (619) 457-2440 SI INSURANCE AGENCY I COMPANIES AFFORDING COVERAGE SA,N DIEGO, CA 92121 COMPANY A LETTER AMERICAN STATES INSURANCE CO. SUB-CODE COMPANY B LETTER COMPANY LETTER c 1 CoDE 1 1NSURE.D I 1 FFLANK & SONS ' 1805 CABERNET DRIVE 1 CHULA VISTA, CA 92013- COMPANY D LETTER INDICATED, NOTWITHSTANYNG ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO \ CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL 1 EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. '1 / ii 1 co I GENERAL LIABILITY GENERAL AGGREGATE I COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE CLAIMS MADE x OCCUR PERSONAL & ADVERTISING INJURY ALL LIMITS IN THOUSl POLICY EFFECTIVE POLICY EXPIRATION TYPE OF INSURANCE POLICY NUMBER DATE (MMIDDIYY) DATE (MMIDDIYY) ! LTR /A Y OWNER'S & CONTRACTOR'S PROT CL 3 4 7 7 6 1 8) 2 /16 /9 0 0 2 /16 /9 1 EACHOCCURRENCE i FIRE DAMAGE (Any one fire) MEDICAL EXPENSE (Any one person SINGLE $ BODILY INJURY $ BODILY INJURY S I AUTOMOBILE LIABILITY COMBINED :x ANYAUTO LIMIT l0B0 , A SCHEDULEDAUTOS CC 518515 0 4 /0 5 /9 0 0 2 /16 /9 1 (Per person) 0 8 b ALL OWNED AUTOS ' x HIREDAUTOS i x NON-OWNEDAUTOS (Per accident) 0 0 GARAGE LIABILITY PROPERTY $ 1 'I 4 DAMAGE EACH OCCURRENCE EXCESS LIABILITY // // $ 0% I OTHER THAN UMBRELLA FORM WORKER'S COMPENSATION AND STATUTORY i I 1 $ p) (EACHA 0 (DISEAS 0 (DISEAS 1 EMPLOYERS' LIABILITY t OTHER // $ $ // 1 B // // I 1 Y DESCRIPTION OF OPERATIONSILOCATIONS/VEHICLESIRESTRICTIONSISPECIAL ITEMS 1 ALL 0P&/?R7LONS 07 NRfl&D IN.SU?&D AS COV€R&D W?&ZN: -- - ._-- --- ---- &_ e----* ----7- CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL MAIL 3111 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER ADDITIONAL INSURED: CITY OF CARLSBAD/PURCi-iASING DEPT, 12016 CARLSBAD VILLAGE DR. CARLSBAD, CA 92008-1989 i ! STATE INSURANCE P.O. BOX 807, SAN FRANCISCO, CA 94101-0807 COMPENSATION a Fuh! D CERTIFICATE OF WORKERS' COMPENSATION INSURANCE SEPTEMBER 11, I990 POLICY NUMBER: 072W30-9 CERTIFICATE EXPIRES: 1-1-91 r CITY OF CAKI;sBAD ATTR: BUILDING DEPARTPENT 2075 WS PALMAS DRIVE CARISBAD, CA 92009-4859 L This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the Californi Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon mays' advance written notice to the employer. We will also give you Tways' advance notice should this policy ba cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by th policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document wit1 respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policie described herein is subject to all the terms, exclusions and conditions of such policies. - 30 30 /sw PRES I DENT JOB: ALL OPERATIONS 0 - m0RS-T #2065 ENTITLED CERTIFICATE HOLDER'S NOTICE EFFECTIVE 9-1 1 -9C ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER r FEKNK & SOH, mc. 1805 CDEFDIIB! DRIVE * CHULA VISTA, CA 92013 R t SClF 10262 (REV. 10-86) - - ~ __. __ -I-_ -IN.= - -8 -8 r . 1, ..- 3, _. .. . rJ >; - --A,,+, ENDORSE ME N T At3 8 E E M EN Y L3 : JG- ALL EFFECTIVE DATES AR:P AT 12:OI AM FACiFlC Tih5,SE IhrD!CkTED AT I'AGLFIC STANDARD TiME .r - . %L 1 'r- -r. ,... i. -1 ! "i i ._'9? :~TA~DARD TIME GR r;rE ,., - e/. ,, -r- : 77,- ,,'J iit: 1L e NCTH$pjG /i;d TbajS EL\;COFtSEp$lEtdT ZCNT 43 EXTEFJQ AiSiY QF THE TERMS. COkE TATsgMS OF THIS ?8LiCY OTHER THAN AS ABOVE STATED. NQTHINC ELSEVYrEaE iN THE FCsilCY SHALL BE ; SHALL RE riEiJD .?-a yz ALTER, WA[QE $, AGF?EE,QENTS. OR , HELD TU VARY, ALTER, WAIVE OR LlMlT THE TERMS, CONOITiONS, AGREEMENTS OR LIhq1- (bk TATrONS OF THlS ENDORSEMENT. COUNTERSIGNED AND ISSUED AT SAN FRANCISCO: PR TSI DENT ' L g& AUTWQR12!ED REPRESENTATIVE $ClF 10516 (REV. 5W) 4 1 1 1: 1 I I h 1 1 I I 1 I I I OPTIONAL ESCROW AGREEMENT FOR SURETY DEPOSITS IN LIEU OF RETENTION This Escrow Agreement is made and entered into by and between t City of Carlsbad whose address is 1200 Elm Avenue, Carlsba California, 92008, hereinafter called I*CityI* and whose address is 10 i hereinafter called I*Contractorlq and whose address is hereinafter called l*Escrow Agent. I* For the consideration hereinafter set forth, the Owner, Contract and Escrow Agent agree as follows: 1. Pursuant to Section 22200 of the Public Contract Code t State of California, Contractor has the option to depos securities with Escrow Agent as a substitute for retenti earnings required to be withheld by City pursuant to t Construction Contract entered into between the City a Contractor for in the amount of dated (hereinafter referred to as the llContract**). A copy of sa contract is attached as Exhibit IrA1I. When Contract deposits the securities as a substitute for Contra earnings, the Escrow Agent shall notify the City within t (10) days of the deposit. The market value of t securities at the time of the substitution shall be at lee equal to the cash amount then required to be withheld retention under the terms of the Contract between the Cj and Contractor. Securities shall be held in the name c and sht designate the Contractor as the beneficial owner. Prior any disbursements, Escrow Agent shall verify that t present cumulative market value of all securitj substituted is at least equal to the cash amount of i cumulative retention under the terms of the Contract. The City shall make progress payments to the Contractor 1 such funds which otherwise would be withheld from progre payments pursuant to the Contract provisions, provided tl the Escrow Agent holds securities in the form and amoi specified above. Alternatively, the City may make payments directly to Escl Agent in the amount of retention for the benefit of the C: until such time as the escrow created hereunder terminated. ?. 2. 3. t I I I I 8 8 1. 1. k I I 1 I 1 I a I 4. Contractor shall be responsible for paying all fees for t expenses incurred by Escrow Agent in administering t escrow account. These expenses any payment terms shall determined by the Contractor and Escrow Agent. 5. The interest earned on the securities or the money mark accounts held in escrow and all interest earned on tk interest shall be for the sole account of Contractor 2 shall be subject to withdrawal by Contractor at any time E from time to time without notice to the City. Contractor shall have the right to withdraw all or any pz of the principal in the Escrow Account only by writt notice to Escrow Agent accompanied by written authorizatj from City to the Escrow Agent that City consents to t withdrawal of the amount sought to be withdrawn Contractor. The City shall have a right to draw upon the securities the event of default by the Contractor. Upon seven (7) d; written notice to the Escrow Agent from the City of 1 default of the Contractor, the Escrow Agent sh; immediately convert the securities to cash and sh: distribute the case as instructed by the City. 8. Upon receipt of written notification from the C: certifying that the Contractor has complied with i requirements and procedures applicable to the Contrac Escrow Agent shall release to Contractor all securities i interest on deposit less escrow fees and charges of 1 Escrow Account. The escrow shall be closed immediately u] disbursement of all monies and securities on deposit i payments of fees and charges. 9. Escrow Agent shall rely on the written notifications f: the City and the Contractor pursuant to Sections 4 to inclusive, of this agreement and the City and Contrac. shall hold Escrow Agent harmless from Escrow Agent's relet and disbursement of the securities and interest as set fo above. I. 6. 7. f I I I I I I I k I 1 II I I I n 10. The names of the persons who are authorized to give writt notices or to receive written notice on behalf of the Cj and on behalf of Contractor in connection with 1 foregoing, and exemplars of their respective signatures i as follows: For City: Title I" Name Signature Address For Contractor: Title Name 1 Signature Address For Escrow Agent: Title Name Signature Address At the time the Escrow Account is opened, the City Contractor shall deliver to the Escrow Agent a fu executed counterpart of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. For City: Title Name Signature Address I For Contractor: Title Name Signature Address ? 4 I I 1 I 1 I I kl 1 I I I 1 I I RELEASE FORM THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS NAME OF CONTRACTOR: PROJECT DESCRIPTION: PERIOD WORK PERFORMED: The above-named Contractor hereby acknowledges payment in full all compensation of whatever nature due the Contractor for 4 labor and materials furnished and for all work performed on . above-referenced project for the period specified above with . exception of contract retention amounts and disputed cla specifically shown below. RETENTION AMOUNT FOR THIS PERIOD: $ I. DISPUTED CLAIMS DESCRIPTION OF CLAIM AMOUNT CLAIMED The Contractor further expressly waives and released any claim Contractor may have, of whatever type or nature, for the per specified which is not shown as a retention amount of a dispu claim on this form. This release and waiver has been m voluntarily by Contractor without any fraud, duress or un influence by any person or entity. Contractor further certifies, warrants, and represents that bills for labor, materials, and work due Subcontractors for specified period have been paid in full and that the part signing below on behalf of Contractor have expressed authority execute this release. DATED: PRINT NAME OF CONTRACTOR DESCRIBE ENTITY (Partnership, I Corporation, etc.) BY t I I I 1 I 1 I I kl I I I 11 I I I I SUPPLEMENTARY GENERAL PROVISIONS 1-1 TERMS To Section 1-1, add: A. Reference to Drawings: Where words "shown, (I "indicated, It "detailed, It "noted, II "schedulec or words of similar import are used, it shall be understood tl reference is made to the plans accompanying these provisiol unless stated otherwise. B. Directions: Where words "directed, Il "designated, #I "selected, I# or words similar import are used, it shall be understood that the directi designation or selection ofthe Engineer is intended, unless sta otherwise. The word lVrequiredlg and words of similar import sh be understood to mean Itas required to properly complete the w as required and as approved by the City Engineer," unless sta otherwise. C. Equals and Approvals: Where the words "equal, l1 "approved equal, It Ilequivalent, It and s words of similar import are used, it shall be understood such wo are followed by the expression "in the opinion of the Enginee unless otherwise stated. Where the words lvapproved,It "approva "acceptance,*v or words of similar import are used, it shall understood that the approval, acceptance, or similar import of Engineer is intended. D. Perform and Provide: The word trperformvg shall be understood to mean that the Contract at her/his expense, shall perform all operations, labor, tools equipment, and further, including the furnishing and installing materials that are indicated, specified or required to mean t the Contractor, at her/his expense, shall furnish and install work, complete in place and ready to use, including furnishing necessary labor, materials, tools, equipment, and transportati 1-2 DEFINITIONS Modify Section 1-2 as follows: Agency - the City of Carlsbad, California or the Carlsbad Hous Engineer - the Project Manager for the City of Carlsbad or hi la' and Redevelopment Agency where appropriate approved representative P I u I I 1 I I I I 1 I I I I JCIFICATIONS To Section 2-5.1, General, add: The specifications for the work are the Standard Specificatic for Public Works Construction, 1988 Edition, the 1989 Supplemc and Amendments, hereinafter designated SSPWC, as issued by t Southern California Chapter of the American Public Woi Association, these General Provisions, and attached I Requirements. The Construction Plans consist of 2 sheet(s) designated as C: of Carlsbad Drawing No. 269-2. The standard drawings utilized : this project are the latest edition of the San Dieso Area Resioi Standard Drawinss, hereinafter designated SDRS, as issued by 1 San Diego County Department of Public Works, together with the C. of Carlsbad Supplemental Standard Drawings. Copies of pertinc standard drawings are enclosed with these documents. To Section 2-5.3, Shop Drawings, add: Where installation of work is required in accordance with * product manufacturer's direction, the Contractor shall obtain t distribute the necessary copies of such instruction, including - (2) copies to the City. To Section 2-5, add: I+ m k, 2-5.4 Record Drawinss: The Contractor shall provide and keep up-to-date a complete I' built" record set of transparent sepias, which shall be correc daily and show every change from the original drawings specifications and the exact llas-builtll locations, sizes and ki of equipment, underground piping, valves, and all other work visible at surface grade. Prints for this purpose may be obtai from the City at cost. This set of drawings shall be kept on job and shall be used only as a record set and shall be delive to the Engineer upon completion of the work. 4-1 MATERIALS AND WORKMANSHIP I To Section 4-1.3.1, Inspection Requirements, General, add: All work shall be under the observation of the Engineer or appointed representative. The Engineer shall have free access any or all parts of work at any time. Contractor shall furb Engineer with such information as may be necessary to keep her/ fully informed regarding progress and manner of work and charac of materials. Inspection of work shall not relieve Contractor f any obligation to fulfill this Contract. f I 8 I I 8 I I I. I I I 1 I I Modify Section 4-1.4, Test of Materials, as follows: Except as specified in these Special Provisions, the Agency w bear the cost of testing materials and/or workmanship where . results of such tests meet or exceed the requirements indicated the Standard Specifications and the Special Provisions. The CI of all other tests shall be borne by the Contractors. At the option of the Engineer, the source of supply of each of materials shall be approved by him before the delivery is start All materials proposed for use may be inspected or tested at time during their preparation and use. If, after trial, it found that sources of supply which have been approved do furnish a uniform product, or if the product from any source pro unacceptable at any time, the Contractor shall furnish appro material from other approved sources. After improper stora handling or any other reason shall be rejected. All backfill and subgrade shall be compacted to 90% of material's maximum density at optimum moisture content. Compact tests may be made by the City and all costs for tests that meet exceed the requirements of the specifications shall be borne by City. Said tests may be made at any place along the work as dee necessary by the Engineer. The costs of any retests made necess by noncompliance with the specifications shall be borne by Contractor. Add the following section: 4-1.7 Nonconforming Work The contractor shall remove and replace any work not conforming the plans or specifications upon written order by the Engine Any cost caused by reason of this nonconforming work shall be bo by the Contractor. I. n I 5-1 LOCATION Add the following: The City of Carlsbad and affected utility companies have, b search of known records, endeavored to locate and indicate on Plans, all utilities which exist within the limits of the wo However, the accuracy of completeness of the utilities indica on the Plans is not guaranteed. I 5-4 RELOCATION Add: The temporary or permanent relocation or alteration of utiliti including service connection, desired by the Contractor for his/ t 8 I I I I 1 I I k I I I I I I I I own convenience shall be the Contractor's own responsibility, E he/she shall make all arrangements regarding such work at no cc to the City. If delays occur due to utilities relocations wh: were not shown on the Plans, it will be solely the City's opt: to extend the completion date. In order to minimize delays to the Contractor caused by the fail1 of other parties to relocate utilities which interfere with 1 construction, the Contractor, upon request to the City, may permitted to temporarily omit the portion of work affected by 1 utility. The portion thus omitted shall be constructed by 1 Contractor immediately following the relocation of the util. involved unless otherwise directed by the City. I" 6-1 CONSTRUCTION SCHEDULE Modify this section as follows: A construction schedule is to be submitted by the Contractor 1 Section 6-1 of the SSPWC at the time of the preconstruct conference. No changes shall be made to the construction schedl without the prior written approval of the Engineer. Any progri payments made after the scheduled completion date shall constitute a waiver of this paragraph or any damages. Coordination with the respective utility company for removal relocation of conflicting utilities shall be requirements prior commencement of work by the Contractor. 6-7 TIME OF COMPLETION The Contractor shall begin work within 14 calendar days af receipt of the "Notice to Proceed" and shall diligently prosec the work to completion within 60 consecutive days after the d of the Notice to Proceed. To Section 6-7.2, Working Day, add: Hours of work - All work shall normally be performed between hours of 7:OO a.m. and sunset, from Mondays through Fridays. contractor shall obtain the approval of the Engineer if he/ desires to work outside the hours state herein. Contractor may work during Saturdays and holidays only with written permission of the Engineer. This written permission m be obtained at least 48 hours prior to such work. The Contrac shall pay the inspection costs of such work. t 8 1 I I I 1 4 I 1 I I I 6-8 COMPLETION AND ACCEPTANCE Add the following: All work shall be guaranteed for one (1) year after the filing a ItNotice of Completion" and any faulty work or materia discovered during the guarantee period shall be repaired replaced by the Contractor, at his expense. 6-9 LIOUIDATED DAMAGES Modify this section as follows: If the completion date is not met, the contractor will be asses the sum of $100 per day for each calendar day beyond the complet date as liquidated damages for the delay. If the Contractor clo the alley to through vehicular traffic for more than ten (10) d (consecutive or cumulative), then he will also be assessed $. liquidated damages for each calendar day the alley remains closc Any progress payments made after the specified completion di shall not constitute a waiver of this paragraph or of any damagc Liquidated damages, if assessed, may be withheld from . Contractor's progress payment. 7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION Modify Sections 7-3 and 7-4 as follows: I* b SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS Contractor shall procure and maintain for the duration of contract insurance against claims for injuries to persons damages to property which may arise from or in connection with performance of the work hereunder by the Contractor, his agen representatives, employees, or subcontractors. If the insura is on a "claims made'! basis, coverage shall be maintained fo period of three years from the date of completion of the work. cost of such insurance shall be included in Contractor's bid. insurance company or companies shall meet the requirements of C Council Resolution No. 89-387. I A. Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office form number GL 0002 (Ed. 1/ covering Comprehensive General Liability; and Insura Services Office form number GL 0404 covering Broad F I Comprehensive General Liability; and I 2. Insurance Services Office form number CA 0001 (Ed. 1/ covering Automobile Liability, Code 1 "any auto"; an t I I 1 I I I I I I, II I I I D 1 3. Workers' Compensation as required by the Labor Code the State of California and Employers' Liabil. Insurance. B. Minimum Limits of Insurance Contractor shall maintain limits no less than: 1. Comprehensive General Liability: $1,000,000 combii single limit per occurrence for bodily injury t property damage. If the policy has an aggregate lim a separate aggregate in the amounts specified shall established for the risks for which the City or agents, officers or employees are additional insured 2. Automobile Liability: $1,000,000 combined single li per accident for bodily injury and property damage. 3. Workers' Compensation and Employers' Liability: Worke compensation limits as required by the Labor Code of State of California and Employers' Liability limits I. I- $1,000,000 per accident. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be decla to and approved by the City. At the option of the Ci either: the insurer shall reduce or eliminate s deductibles or self-insured retentions as respects the Ci its officials and employees; or the Contractor shall proc a bond guaranteeing payment of losses and rela investigation, claim administration and defense expenses. D. Other Insurance Provisions The policies are to contain, or be endorsed to contain, following provisions: 8 1. General Liability and Automobile Liability Coverages a. The City, its officials, employees and volunte are to be covered as insured as respects: liabil arising out of activities performed by or on beb of the Contractor: products and complete operati of the Contractor; premises owned, leased, hirec borrowed by the Contractor. The coverage SI- contain no special limitations on the scope protection afforded to the City, its offici? 1 employees or volunteers. t I B I I 1 8 I I I, I I 4 I 1 I 1 b. The Contractor 1 s insurance coverage shall be priml insurance as respects the City, its officia employees and volunteers. Any insurance or se insurance maintained by the City, its officia employees or volunteers shall be in excess Contractor's insurance and shall not contribute w it. Any failure to comply with reporting provisions the policies shall not affect coverage provided the City, its officials, employees or volunteer d. Coverage shall state that Contractor's insura shall apply separately to each insured against w claim is made or suit is brought, except w respect to the limits of the insurer's liabilit 2. Workers' Compensation and Employers' Liability Covera The insurer shall agree to waive all rights subrogation against the City, its officials, employ and volunteers for losses arising from work performed Contractor for the City. P c. 3. All Coverages Each insurance policy required by this clause shall endorsed to state that coverage shall not be suspend voided, cancelled, reduced in coverage or in lim except after thirty (30) days' prior written notice certified mail, return receipt requested, has been gi to the City. E. Acceptability of Insurers Insurance is to be placed with insurers with a Bests' rat of no less than A-V unless otherwise authorized by C Council Resolution No. 89-387. F. Verification of Coveraqe Contractor shall furnish the City with certificates insurance and with original endorsements affecting cover required by this clause. The certificates and endorsement each insurance policy are to be signed by a person authori by that insurer to bind coverage on its behalf. certificates and endorsements are to be in forms provided the City and are to be received and approved by the C 1 before work commences. ? I 1 I I I 1 u I, I I 1 I I 1 D 1 G. Subcontractors Contractor shall include all subcontractors as insured unc its policies or shall furnish separate certificates t endorsements for each subcontractor. All coverages subcontractors shall be subject to all of the requireme: stated herein. I. 7-5 PERMITS Modify the first sentence to read: The agency will obtain, at no cost to the Contractor, all perm necessary to perform work for this contract. The Contractor w submit a proposed haul route for approval by the City. Add the following: Contractor shall not begin work until all permits incidental the work are obtained. I 7-8 PROJECT AND SITE MANAGEMENT To Section 7-8.1, Cleanup and Dust Control, add: Cleanup and dust control shall be executed even on weekends other non-working days at the City's request. Add the following to Section 7-8: 7-8.8 Noise Control All internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the proj with special attention to City Noise Control Ordinance No. 31 Carlsbad Municipal Code, Chapter 8.48. 7-10 PUBLIC CONVENIENCE AND SAFETY Add the following to Section 7-10.4, Public Safety: The Contractor shall maintain through pedestrian access along alley way at all times. The Contractor shall also maint pedestrian access to every business and residence along the a3 at all times during construction. Contractor shall pl barricades and warning tape around excavations, obstructions, concrete, or anything else that may be hazardous to or damaged pedestrians. It is expected that the construction will at various times req closing both sides of the alley to through vehicular traffic. contractor shall schedule or accelerate his work as necessarl limit such closures to ten (10) calendar days counted eit consecutively or in total. The provisions. of Section C t 1 I 1 I I i I I, I I 1 1 1 1 1 Liquidated Damages, shall apply if the Contractor closes the al: for more than ten (10) days or fails to complete the over; construction by the completion date. The contractor shall cooperate with residents, business, delivi services, and trash hauler to provide and maintain as much acci as possible during construction. Closure of vehicular access any residence or business shall require 24-hour advai notification to both the City's inspector and the affected businc or residence. 7-10.4.4 Safety and Protection of Workers and Public The Contractor shall take all necessary precautions for the safc of employees on the work and shall comply with all applical provisions of Federal, State and Municipal safety laws and build codes to prevent accidents or injury to persons on, about, adjacent to the premises where the work is being performed. He/: shall erect and properly maintain at all time, as required by . conditions and progress of the work, all necessary safeguards the protection of workers and public, and shal.1 use danger si1 warning against hazards created by such features of construct as protruding nails, hoists, well holes, and falling materials 7-13 LAWS TO BE OBSERVED Add the following: Municipal ordinances which affect this work include Chapter 11. Excavation and Grading. If this notice specifies locations or possible materials, such borrow pits or gravel beds, for use in the proposed construct project which would be subject to Section 1601 or Section 1603 the Fish and Game Code, such conditions or modificati established pursuant to Section 1601 of the Fish and Game C shall become conditions of the contract. 8 FACILITIES FOR AGENCY PERSONNEL Delete this section. I. I i 9-3 PAYMENT Modify Section 9-3.2, Partial and Final Payment, as follows: Delete the second sentence of the third paragraph having to do w reductions in amount of retention. 10 SURVEYING Contractor shall employ a licensed land surveyor or registe civil engineer to perform necessary surveying for this proje Requirements of the Contractor pertaining to this item are t I I I I I I i I I, I I I I I 1 I B forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of propos No separate payment will be made. Survey stakes shall be set and stationed by the Contract0 surveyor for curbs at 50' intervals (25' intervals for curve curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, st drains, and structures (4 corners min.). Rough grade as requi to satisfy cut of fill to finished grade (or flowline) as indica on a grade sheet. Contractor shall transfer grade hubs for construction inspection purposes to crown line base grade of streets as requi by Engineer. Contractor shall protect in place or replace all obliterated sur monuments as per Section 8771 of the Business and Professic Code. Contractor shall provide Engineer with 2 copies of survey sheets prior to commencing construction of surveyed item. 11 WATER FOR CONSTRUCTION The Contractor shall obtain a construction meter for water utili during the construction under this contract. The Contractor sh contact the appropriate water agency for requirements. contractor shall include the cost of water and meter rental wit appropriate items of the proposal. No separate payment will made. P f I I U 1 1 I U I. 111 I I I I I 1 I I" u PART I11 SPECIAL PROVISIONS SECTION 2 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS t l I I I I 1 le I I I I 1 I SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS 200-2 UNTREATED BASE MATERIAL Aggregate base shall be crushed aggregate base (Section 200-2.; crushed slag base (Section 200-2.3) , or crushed miscellaneous bz (Section 200-2.4). 1 " 201-1 PORTLAND CEMENT CONCRETE Concrete for cross-gutter shall be Class 564-6-3000, 4" slump. Modify Section 201-1.2.1, Portland Cement, as follows: First paragraph, first sentence amend to read: "All cement to used or furnished shall be low alkali and shall be either Type or Type I1 Portland Cement conforming to ASTM C 150, or Type (MS) Portland Pozzolan Cement conforming to ASTM C 595, unl otherwise specified. 'I Modify Section 201-1.2.3, Water, as follows: Second paragraph replace 1*1,000 ppm (mg/L) of sulfates" with Ill, (mg/L) ppm of sulfates." Third paragraph replace "800 ppm (mg/L) of sulfates" with "1, (mg/L) ppm of sulfates." (b) Air-entraininq Admixtures Last paragraph amend to read: percent is allowed. be determined California Test Method No. 504." Modify Section 201-1.3.3, Concrete Consistency, as follows: Second paragraph delete: 'land shall not exceed amounts shown following table:" Also delete table. Modify Section 201-1.4.3, Transit Mixers, as follows: Add after listing of information for weighmaster's certificz 'ITransit mixed concrete may be certified by mix design numk provided a copy of the mix proportions are kept on file at plant location for a period of 4 years after the use of the mj I I "A tolerance of plus or minus 1- The air content of freshly mixed concrete w 203-6 and 400-4 ASPHALT CONCRETE Asphalt concrete shall be Type 111, AR 4000 with an aggrec gradation of class B2, B3, or C2. Modify Section 203-6.6.1, Batch Plant Method, as follows: I t I I I I 1 I I I II Third paragraph, delete Itand from the Engineer 1 s field laborator] Last paragraph, add after D 2172: Itmethod A or B." Modify Section 203-6.8, Miscellaneous Requirements, as follows Add the following: "Open graded asphalt concrete stored in exct of 2 hours, and any other asphalt concrete stored in excess of hours, shall not be used in the work.?' Modify Section 400-4.1, General, as follows: Second paragraph, amend to read: Wnless otherwise specified, i 4000 paving grade asphalt shall be used for Type I11 asphal' concrete, and AR-8000 paving grade asphalt shall be used asphalt concrete dikes." Modify Section 400-4.2.4, Fine Aggregate, as follows: Add: "The total amount of material passing the No. 200 sieve sh( be determined by washing the material through the sieve with wati No less than 1/2 of the material passing the No. 200 sieve washing shall pass the No. 200 sieve by dry sieving." Add the following paragraph: "Fine aggregate shall be tested soundness in accordance with ASTM D-1073, and shall not excl fifteen percent (15%) loss by weight." Modify Section 400-4.3, Combined Aggregates, as follows: First paragraph, add: "ASTM D2419 Test Method may be alterna for Test Method No. Calif. 217." 0 I k I I I ill I I I I t CLASS B2 B3 1" ( 2 5mm) 100 100 100 3/4" (19rn) 87-100 90-100 90-100 1/2*' (13rn) 75-95 80-90 85-100 3/8** (lorn) 50-80 60-75 60-84 No. 4 30-60 40-55 40-60 No. 8 22-44 27-40 24-50 No. 30 8-26 12-22 11-29 No. 200 1-8 3-6 1-9 I 1 I 100 95-100 85-95 65-80 45-60 30-45 15-25 3-7 Asphalt % 4.6-6.0 4.6-6.0 1 I I I I I I I k I I I I I I I I Tests will be performed on the material retained on the No. 8 sic from each bind and will not be a combined or averaged result. E: test specimen will be prepared by hand shaking for 30 seconds, single loading of the entire sample on a 12-inch diameter, No< sieve nested on top of a 12-inch diameter, No. 8 sieve. Where a coarse aggregate bind contains material which will pt the maximum size specified and be retained on a 3/8 inch siey the test specimen weight and volume of wash water specified one inch x No. 4 aggregate size will be used. Samples will be obtained from the weight box area during immediately after discharge from each bin of the batching plant immediately prior to mixing with asphalt in the case of continu mixers. The Cleanness Value of the test sample from each of the bins w be separately computed and reported. Modify Section 400-4.4, Storing, Drying and Screening Aggregat as follows: After fifth paragraph, add: "When the Contractor adds supplemen fine aggregate, each such supplemental fine aggregate used sh be stored separately and kept thoroughly dry. I " 204-1 LUMBER AND PLYWOOD Header for bituminous pavement shall be construction grade Redwo or pressure treated construction grade Douglas Fir. t I I I 1 I I I la I I I 1 I I I I I" I PART I11 SPECIAL PROVISIONS SECTION 3 SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS E' I I I I I I I I SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS 300-2 UNCLASSIFIED EXCAVATION Excavation will be paid by the in-place cubic yard, and incluc removal of existing asphalt, road base, and subbase to the requi: grade. Excavated material shall be removed off-site to a lec dump or permitted fill site obtained by the Contractor. 301-1 SUBGRADE PREPARATION Contractor will protect the existing base material in place excc where necessary to excavate as determined by the City's inspect1 I" 301-2 UNTREATED BASE No change. 302-5 ASPHALT CONCRETE PAVEMENT A prime coat is not required for this contract. A seal coat required and shall conform the Section 302-5.9 of th supplemental provisions. Modify Section 302-5.1, General, as follows: Paragraph 1, replace "Section 203-6" with "Section 400-4 .If Last paragraph, add: "All testing of underground installations any given point shall be completed before the surfacing is pla Modify Section 302-5.2, Prime Coat, as follows: After "grade Sc-25011 add "or MC 70." Modify Section 302.5.5.2, Density and Smoothness, as follows: First paragraph, change 1/8 inch (3mm) to 1/4 inch (6mm). Modify Section 302-5.5.1, Rolling General, as follows: Second paragraph, Part (2), add: Vibratory rollers shall be limited to breakdown, unless othem directed by the Engineer.: After last paragraph, add: Wnless directed by otherwise Engineer, the initial breakdown rolling shall be followed b pneumatic-tired roller as described in this Section." Contractor to pave to meet existing water meters. 1. I at that point. Ig I E I I I 1 I F 1 I I 1 I 1 I Add the following: 302-5.9, Seal Coat The seal coat shall consist of a coat of asphaltic emulsion ant cover coat of sand. The asphaltic emulsion shall be mixing t conforming to Section 203-3 , "Emulsion Asphalt. VI Sand shall clean and dry. Immediately before applying asphaltic emulsion, the surface to seal-coated shall be thoroughly cleaned of all dirt and 101 material. Asphaltic emulsion shall not be applied when the strl is overly wet or when the atmospheric temperature is below degrees Fahrenheit. The asphaltic emulsion shall be applied by use of a power spray device that uniformly applies the emulsion to the surfacing a. rate of 0.1 to 0.15 gallon per square yard. The distributor sp bar shall be equipped with asphaltic emulsion-type spray je Curbs, gutters, and other adjoining improvements shall be carefu protected from the emulsion, and any such improvements spatte or touched with emulsion shall be carefully cleaned. Immediately after the application of asphaltic emulsion, a co coat of sand shall be spread at the rate of 6 to 12 pounds square yard. After the sand has been spread, any piles, ridg or uneven distribution shall be broomed to maintain an even la over the surface. Five days after the seal coat has been appli the surface shall again be broomed and any excess sand shall picked up and removed from the job. The Engineer may authorize sand to be broomed, picked up and removed from the job after 2 i" I [a I more days. All new and existing asphalt surfaces on the Tyler Street a1 shall be seal coated. The seal coating shall extend 11 feet i the Elm Avenue apron area and the mid-block alley. The s coating may be extended over the remainder of the mid-block a1 at the unit bid price or deleted in its entirety at the discret I I I I I I I of the engineer. F i I I I I I 1 I E) I I 1 I I I F e 1. HUD REOUIREMENTS b I II, SECTION 3 CLAUSE I I 1 8 4 I I L I 2 I I I I A. The work to be performed under this Contract is on a pro assisted under a program providing direct federal finan assistance from the Department of Housing and Urban Deve ment and is subject to the requirements of Section 3 of Housing and Urban Development Act of 1968, as amended USC 1701U. Section 3 requires that to the greatest ex feasible, opportunities for training and employment be g to lower income residents of the project area and contr for work in connection with the project be awardec business concerns which are located in, or owned in stantial part by persons residing in the area of project. I@ B. The parties to this contract will comply with the provis of said Section 3 and the regulations issued pursi thereto by the Secretary of Housing and Urban Develop set forth in 24 CFR 135, and all applicable rules and or of the Department of Housing and Urban Development is thereunder prior to the execution of this contract. parties to this contract certify and agree that they under no contractual or other disability which would pre them from complying with these requirements. C. The contractor will send to each labor organizatioi representative of workers with whom he/she has a collec bargaining agreement or other contract or understanding any, a notice advising the said labor organizatior worker's representative of his/her commitments under Section 3 clause and shall post copies of the noticl conspicuous places available to employees and applicants employment and training. D. The contractor will include this Section 3 Clause in e subcontract for work in connection with the project will, at the direction of the applicant for or recipien federal financial assistance, take appropriate ac pursuant to the subcontract upon a finding that the contractor is in violation of regulations issued by Secretary of Housing and Urban Development, 24 CFR 135. contractor will not subcontract with and subcontractor k he/she has notice or knowledge that the latter has found in violation of regulations under 24 CFR 135 and not let any subcontract unless the subcontractor has f provided it with a preliminary statement of abilit comply with the requir-ements of these regulations. E. Compliance with the provisions of Section 3, the regulat set forth ion 24 CFR 135, and all applicable rules i 11/7/86 I I, - I I 8 sli I I 3 r I I 1 1 I 1 orders of the Department of Housing and Urban Developm issued thereunder prior to the execution of the contra shall be a condition of the federal financial assista provided to the project, binding upon the applicant recipient for such assistance, its successors and assig Failure to fulfill these requirements shall subject applicant OK recipient, its contractors and subcontracto its successors and assigns to those sanctions specified the grant or loan agreement or contract through wh federal assistance is provided and to such sanctions as specified by 24 CFR 135. I. i 8 a. Fed-rj 1 Labor St2ndards ?rov 1 s !.?.is I I I 1 1 I 3 A. ApptlcabfIlty The Projsd or Program to rhlch tk construcflm vcrk aver& by +-is co:frac? pert bolng asslsted by the United States of A3zrica and u3 following F5ieral Lc5or Stan Provlslons dm 1nclul:d In t3ls Con?rad pursuant to tb pr0VlSlG:j a;2l'i,bl? ta s Federa I assf stance. 1. Mlnl.?un Wages I. (1) All laborers and rxhantcs employed v worklng u?cn tta SI+ cf ttr ark under the Unltdd States i;xslng Act of 1957 or under t+? Housrag Act of ths COnStrUCtlCfI Q &vzlopnent Of tk proj=ct), vi11 ke paid ,Jnconditio and not less often than mce a mk, and wlthout subseq.,wt &;;ctlon cc cn any account [except such payroll deductions as are ;?rnittd by regul Issued by the Secretary of Labor weer the Copeland Act (29CF2 ?art 3)l full amount of vasts and boM f!& frlrtp bsnsflts (a- cash e;..:lvalenb of) due at tlme of payment computed at rates rot less *?n ?-hose contain the wag4 detrrrnlnatlm of the Secretary of Laba vhlch Ts af%ched hsret made a part hereof, regardless of any amtractural relationshi? whlch ma alledged to exlst between the Contracta and such IaborPrS anl nechanlcs Contrlbullons made or casts reasonably antlcfpated for bona fih frlnse flts under Sectla l(bI(2) of the Davls-Bacon Act cn befalf of laboren mechanlcs are mnsldered wa~es pald to such laborers oc rechanIcs, subje the provltlons of 29 CFR 5.!j(a)[l)(lv); alsoJ regulsr contrlbl:'.!ons na& cosis lncurred for more than a weekly perlod (but not I?ss oftx an qu ly) undw plans, funds, cr programs, uhlch cover tb psricula- reekly pe are bred to be anstructlvely made CT Incurred durlng such ~2kly prl Such laborers and nechanlcr shall ka pald ths approprlal, wag? rate and beneflts on the WJ,;~ det2rnInatlon for the classlflcatl=n of ,-yk ec5Jal perforced, wlthout regard to sklll, excrpt as provided i? 29 C3 Part 5.5(a)(4). Laborers or rechanlcs prfornlng work In me ther: me class .% ; ilcn may ba compensated at tb rak speclfld fa each classlficatfcn fc 7- =?-b \- tlme actually worked thereln, provlded that ths enployer's pa',roll recor accurately set forth the tlm spent fn each classlflcatlrn In bhtch work perforred. Ths wap &ternlnatlon I lncludlng any addltisnal cl3ssIf lcat wags rates conformd undr 29 CFR Part 5.5(a)(l)(Il)l x21 the ~~vls-Sacc postsr (W-1321) shill !x posted at all tlms by the Cmttcctcr and Its tractors at the SI% of tk work In a pronlnent and accesslbls >lace uhe can be easlly seen by ih mrkers. -- --. I -, : \ %.cQ '. @,' %I y+G .\?*'. ,cGL .- :.>a ' ,\' ,I .' ' \6 1 I I I I 1 (11) (a1 Any class of laborers or mechanlo whlch Is nut Ilskd lr fh wap mlnjtlon and whlch 1s to b c:ployed un&r the cunt;-ct s.-'1l I te CI fled In confocTance wltb tb v~cp doternlnatlon. F'JD shcll approve addltlonal classlflcatlm and v3~5 rat5 and frlnge hnsfl-s tkrefc when tb follo*lng criterla ham bezn nst: (1). The work to b ?$rforred by th class1flcatfar requ=s%d Is nc forced by a cl~sslflcatlon fn -the wasa &$ernlaatlor; and (2) Tb classltlcatlcn 1s utlllzed In th area by Ye cc-tstruc?!or * Industry; and (3). Thz propsssd uap rate, lncludlng any bona fi& fylrp b5nefl. bears a reasonable rclatlonshlp to the wag9 rzfes a7taIne.J 11 wag, dzterrn1na:I on. a ?A/ t4 A s TE E i EWLA5 -1 Std. Fon HQ3-4010 ( 2-84] i. t2-?A .? I (b) If the Contr.1ctW.27d th Iaborss 3nd ,-%chanlc; S ?e ?~!o,+j 1: classlffcation (If knoiin), or fholr representatives, 2-i ::!JD 6,- 1 desfg2ee agr- cn ?:-e classlficatln an4 vase rats (i?zT,.:rng t:+ dostznated fcc frlnp hncflts wkrs zpproprlatef, 3 rs;r_ct of th; hken shall .h sent by HGD cc 1h <0~fs;1ee to the Il.oInis?ratr o1 Wag2 and Pour Dlvlslm, Fsnploynsnt Stand-rds Adnlnistr3ti~n, U.S. mnt of Labor, Hashfogton, D.C. 22219. The Adnlnis-ra--r, a 23 !zed rFprzsentatlvs, wl 11 ??prove, aodl fy, or drs~?;r~(? cvsry ad< classIf1c~tIcn actfm *;thin 30 dasfs of recslpt and Y eeffss HUa deslgnee oc will notif,; MU0 or Its &slz;1- within ++ :-:-day v.3r addltlonal ti= 1s C?:-ssdry. (A;?rovzd by ths OffiE ci !!an3s+nc Budpt under GB Control hnkr 121 5-0140.) t I 1. c (c) In th event the Contractor, +te laborers cr mchanis k~ b a.-pl< ths classIflcatlon cc thslr epresznta?lves, and hW 3r ;TS &sf9 not agree cn tb prcposed classlflc3tIcn and wage r3t3 (locludlng amount &SI gnated for frl nge &anef i ts , uhre appropri at%), tic9 or deslgnm shall refec the qurstlons, lncludlng tta v;+*5-3i all In partles and i-he recomendatlon of HUD or Its cbsl~m, 5 Tb A& tratcr fa le%rrnInatlon. The Adninlstrator, cr 2n 2s%wized re tlve, wIII Issue a &fermIn3tlon vithln 50 days of r=cef?t and x) HUD a Its deslgnee Q will notify HUD Q Its deslS,% bitSln +ha perlod -bat addltlonai tlm Is necssrary. (Approv56 by *3 OffIc Manasarnent and Budget under 0’8 Control Number 1215-3140.) The wage rate (Includfng frlnp benefit, where apprcprlah) dehr pursuzrrt tu subparagraphs (ll(b) or (c) of thls paraqaph, shall lo all workers perfcrmtng wort In ths clastltlcaticn unCs thfs c from the flrst Cay on whlch wrk 1s performed In the classlflcatl I u 1 I I I 1 I 1 I I 1 (d) (111) Whenever ths minlnum wags rafe presclbd In the contree fg a clast laborers cr mchanlcs Includes a frlnge beneflt whfch Is mi expressed hourly rah, the Contracta shall slther pay th benefft es shtd In determfnatlon Q shall pay another bona fide frlngs benefit v an hour equ I va I ent thereof. (lv) If the Contractcr does not maks paymdnb to a trustse cr 0th- thlrd p the Contractor my amslder as part of the wagss of any lzborw cr rec anount of any costs reasonably antlclpahd In provldlng kcma fi& frin fits under a plan oc program, provided that the Secretary sf L?bor has upm tt~ wrIt+en request of the Contractor, that tb appllcab:s stand2 the Davls-Bacon Act have been net. The Secretary of Lab ray require Contracta tp set ail& In a reparats account asseb fa Tie -tlng c tlons undw ths plan cr program. (Approvsd by the Offle of %napp=r Budget under OH3 Control tiumber 1215-01G.) 2. WIthholdIng HUD Q Itrr dssfgnes shall upar Its own actla a- upm wrI% P~SUZ* of an t representatlve of the bparhent of Labor vithxtld cr cause t3 ta wl3kld fr Contracta under thls contract of any other Fetsral contract wlS t’k! 5318 PI tractor, or any other Federal ly-assIstgd contrsct subjsct to kvTs%con pro! wep requirements, whlch Is held 5y thr sam pr1.a contractcr u tu& of t!m pay-snts CT advances as nay be mnsldwed nea3sary b pay laborsrs 2nd =hi IncludIng apprenttces, trainees and tslpers, e-:,loyed by the Cmtrac?~ ff 81 tractor the full anount of ~353s required by Tr-. contract. In tl.3 went of p3y any laborer cr nechanlc, including any apprentlca, tra1nw cr .kI?ef, em[ worklng on the slts of I% vork (or under the United States Hous:.-rg .?ct of l! unCw the Houslng Act of 1949 In tix constructlcn r &Vefopms~ of th proJ( w/:?AS i.. HUO-4010 (2-34) E FED/ LA Std. Form 12-84 I cr pad of tte bic=s requlrcd bl tk contract, H93 Q ;s z.:5:swe na'j, after w notlcs to the Ccnirxtor, sponscr, appf [cant, or oenc-, fiia -,Jc~ a<?i:> as ,-ay necessary to causa tb zus2enslcn of any furthy pay-snt, c!d3nce, cr ;iaranb funds untll such vlslations have eased. HUO or its &sr;-% nay, 2f:zr MI*% not!= So tho Con:r3clor, dlsburse such an0un.k vltkLsi.? :cr and 07 acEdnt of Contractor oc subcontrackr tc, t:;? respectlve cr?loye+s to *.-m thy :.-P die. 1 ConptrOIfer Cenerai shall aoke szch dlsbursenanh In $:e cr:+ of dlreci- D2vis-O: Act contracts. 1 I I I U 8 I 1 I 1 B I g ! 8 I ., 3. Payrof Is and Baslc ?ecor:s r (1) Payrolls and basfc records relatrng thereh s??iL b -3lntalned 5y thP C4 tor dulng ?ks mursp of tit. work preserv5d for I: wrY3.d of thre pars tb after fcr all labor5rs and mechanics wocklnr; zt t% si% of tte dcrk (Q +he Unlted Siates kisuslng Act of 1937, or un&r eo k-uslng Act of 1949, constructlcn cc &.<olopn*nt of th project). S-z!i rezords shall contain na-, address, and soclal Zcurlty nclnber of =c* SLZ~ ucrks, ?.:s CT kr re& clasrlilcatlon, hourly rates of wap+s piTl [ :3c:;Jlng rates of contr tlons oc msfs an:lclpated for bna fld;. !rln:+ teneiIts CT cas? cqulvale thereof of t.t typss described In bctlon l(o):2)(3) :f the Davis-3acon A dally and vskly ember of hours aocked, c!?duc:;sns -.%eo and achal vages Hhenever tho Secretary of Labor has found undw 29 CF? 5.5 (a)(l)(Iv) tha wages of any laborer oc mhanlc tncluds *e e-amt cf any cost% reasonab antlclpaW In provldlng beneflts undw a plw cr prc;,-m descrfhd In Se l(b)(2)(3) of the Davls-Bacon Act the Contractsc shall iw':?aln records w the# that tte o3mml)rrent fa provrds such 3snefix Is znforcoable. that th or progam Is flnancfally rssponslble, and that 33 pl.3 ot progr.7 has ba oommunfcated fn wrltlng to tfc laborers Q nockznla Zffected, zrd record: whlch show t?!s msts anticipated cr the actual =st i-curred In ;rovldlng bonsf Its, Contractors cnployfng apprentices cr irzl-=s under t;?roved PI grams shall nalntaln utltten cvfdence of ttrS t?;istratlon of ap?rentlcesh program and ccrtlflcatlm of traIt?z pro;rs.-s, 3% rs:rstratlm of tk JI tlces and k-alnses, and tho rntlos and w39 rit?s proscrfbed In *e a2pllq programs. (Approved by ths OfflcR of MsnaS?cs- and ?xdg& undzr OX3 Con, Nunbers 1215-0140 and 1215-0317.) (11) (a) The Contract- shall subnlt weekly fcr ea* w* In whld e-y contrac work 1s WrforFed a coyy of all payrolls % %'J3 :ae Its d.si;.xe If tl: agency Is a party tu +k contract, blit If 7% a;$q Is no: suctr a pe the Coniractbr wlll subnlt the payrolls +3 *5 c-,:llcant, ~onsw, or owner, as We cafe nsy be, fa trans.3!ssIcn $0 !-:I a- Its tsslgnee. payrolls submitted sh3ll sect out accurateti and zmpletely EII of the Informatla, requlred 5 Le malntalned undy 29 C? Part 5.5:3)(3)(11. Thfs Infwnatlsa nay k submlttcd In any f;-n &::red. Cp+:2naf Form 347 Is avallabla for thls purposa and ZY~ k purz'esed frcn the Super tcndanf of Dostnnsnts (Fnckra I Stock :lun+r 023-C:5-00014-1), U.S. Go rcnt PrfntlwJ Offlce. '43shlng+3n, D.C. 2">2. :> prTx c:.:ractr rosponslble for the subr!lsslon of cnples of pa.{rt!ls by all xibcontra tors. (Approved by t3e Offlce of lhna;eno.* an.' 5ud# unc'ir C:-B Con tlumw 1215-0:49.) IP (b) Each payroll su5.nItkd shall to acmgTaqld b/ c *Sta+ernsnt of ConpIIenc~", sf;nsd by ths Contractor cr :;::3nt?cctor a h!; cr hr uh pays cr SU~WV!S~S th pah*nsnt of t:fe :~so:s enployed LT'~ tb tract and shall ortlfy t;?~ followln;: (1) That tb p3yroll fcr tb3 payroll psr!.r*l co>-rlns 'th? f-funa+lon requlred to 50 ralntilnod under 29 CFJ-Pzrt 5.5(a)(3)(i) 3nd tha; such Infcc73tlcn Is correct nnd co-pl+?s; P+/I!ASTEjl F-ED/L/?S-ALT. E Std. Form h!S;S-:010 (2-34) i2-e4 P 1 (2) That e3ch 1ah-w tc rschanic (Including CAY=: !,?!;+r, e;-+q-r, *aI??%) cnploysd On t>? con+;-act &rlng ths fayrsll p>rio,j pald tk full *€-eekly vases earmd, without r?'sato, 01tb- CJ lndirez:ly, 2nd that n3 deductions have bee? -=d+ FtlfhPr ,ji lndlrectly frm iie full was= earnPd, other fhan ??rmiszab tlons 2: -fit forth In 23 CFR hrt 3; (3) That ezch laborer cc rschanic b.2~ b- pa!? -2t 155: th-.? t able ~3;s ratJs and frlnp bo=:tt: a- cash +<.~1~3i+nts fgr sIc3tlcn of kcrk pPrfwrPd, 2s sp~clfl+d In ik a;?lic.J!is deter3 T na t1 on r ncorporatsd 1 n?~ th4 mntracf. ;. I 1 1 1 I I 1, E II 8 1 I I T 8 (c) Tb vekly subnrissTm of a propsly sx~cuted cer?;f!caT:m s't f the revwsa sics of Optional Form 'i:2-347 shall s~tisiy t;.3 rPqtJ1 submlssicn of tb "3tatem4nf. of &~II IancB" requi.-d bf paraSr3j A.3.(11)(5) of thls Sctlon, ..- (dl Tb falsif1:3t~ar of any of t!m ab- cert1ffca:lms nzl subj4d Contractor cr subcontrac+or to clvll CT crlnlnal ;r3sec.Jtion ~n( 1001 of Titla 18 and Sectlon 231 of Tltle 31 of 3% ilnfkd Stat1 (Iff) The Contractcr CT subcontracta shall nab ths records required ur. . A.3.(1) of fils wctlon avallable for laspectfon. Copying a- trans. authorlzed represontatlves of HUD Q Its deslgGce cr f-9 DeptrtmPnf < and shall permit such representatives fa lntervlew employees durfng i . hours on tSs job. If the Contrncta Q subcontracta falls 5 subml. requlted records CT to nake them avallabls, HUD or Its desi<>= my, wrI+)en notlca to the Contractor, spo(~sor. applicant Q owner, take as may be nacassary to ouse the saspenslon of any fortSer payvent, guarantee of funds. Furthermore, faifum to submit tk requirsd reo request Q to rake such records aval lable nay be grouncs for &bar%! pursuant to 29 CFR Part 5.12. 4. Apprentloes and Traines (1 1 Apprentl-s Apprentices wl I1 trt pernltkd to uork at less than the pre&Aerrnin?d the work they prfwnsd whtn they ara eqloyed pursueit:' b ead lndlv registered In a bona fib apprentlceshlp program rcglskred .ilth ?3e kpartnent of Laker, Er;ployn*nt and Trainlng Ac!.~lnlstr:tIon, Bureau ttceship and Trarnlng, cr wlth a State A?prentlceshIp ;;~ncy recognl Bureau, or If a prson 1s employed In hts or her flrst 9f) d3ys of pr employment as an apprentlcs In sucfi an apprentlceshlp ;rasr2-, wb I rndlvlduaffy mglstered in the prosram, but who h3s kn cwflfled t Bureau of Apprentlceshfp and Trainlng cr a Stat9 Appre?tlceship Ager approprlah) to ts ellglble fw probatlonary erploymon: BS 2n appror allowable ratlo of apprenFlces tp jourcsynen cn tb Jci, si2 In any classlflcatfon sh3ll not be Srsater than the ratlo per>II???d to th4 as to the entlre work fora unda- th registered progray. t-2~ wcrki a payroll d) an epprenlice wags rate, who Is not regls-red or O~~PI enployed as stated above, shall b pald not less than tk ap?llcabl! on the wap deternlnatlon for the classlflcatlon of wcrk ac+Jally p In addftlon, any ap?rentla perfwmIng vcck m ths Jcb SI% in exc ratlo pernltted uadtr t?e reglstered prosram shall be ;3id rot loss appltcnble w393 rsts m the wap detern1natIm fa tk3 bwk rctuall, Whsre a Contractor is psrfornlng mnstructlon on a pro,'xt.'l.i a 1% than that ln whlch 1t.S progrrm Is raglsfered, tb rai1cs an:! vag3 r (expressed In perentaps of the Journ$.pan's hourly rat*) sptclffe PW/!.I I- Std. Form ki25-4010 (2-34) 12-a4 P Contractor's ff subconfrac:ccls r-; Istrr.:d 2r;:ra- sb3 1 I ke :3ssr.,+.;'. apprentle rust &> paid at not le:; th33 ?3 rz?n ~>~clflni ;a3 t-;. reg program fa t!m approntic?'; level ~f prcqresj, txpresssd 25 a p+rc-nti th9 journ-.yn*n h0u;ly rat5 s?eclflzd ln tS5 a>?llcaSlo ~3~5 I',.-iarn;a$tl Apprentles sh3ll & 'pald frfng, t?nsflts In accordancc vi- fh provl: the appren-tfcnshlp proqa". If t-z apprentlejhf? pro;rri &e; n3f sp frlncp bensfits, eppren:lces nust h p3id Yc full a.zou8T+ of frlap bfil listed on *% wage &ter7lnatlon f:r t>? a>?lfcabIe clsss!fTz2$icn. 1: AdalnlstrJ'cr deternlnzs th2t a tiffere.-+ przrtlcs prztsi 1s fa :?e ap; ap?rznti .:- cl?sslflcaticn, frfnss; shall bh pard In eccordacce vifh th' mInatIc, In tb event tk3 Oureeu of i;Jrentlcshlp and Trai3lng. CT ~ Apprentl Lrsh Tp Agency rccognl zcd 57 tk 3ure3v, wlthdra cj 2;2rQva 1 of , apprentleship program, the Contrrztcr .Ill M lcnge~ b per-led tr, I apprentles a? less than thz appl!:,.ble 7ret2tsrnlned ra's fct the worl formd untfl Zn aca?pta:IP progra'i Ts a=?rovod. I I 8 1 I 1 I B 1) I B I I I I x I I f (TI) Tralnees -. Exmpt as provldad In 29 CiR 5.16, tral:.?es wlll not b? per?i?% t3 Y( less than the predzterolnad rate 'r ths wwk prforned unl+ss they are employed pursuant to and Indfvldu?'ly re3lstersd In a pro$?aT uhfch ha: recelved prfor approval, evidence, '-I formal crtIfIcatlon by %9 U.S. ment of Labor, Employmont end Tra~?lng,i?alnlstrEtlon. Tte r3tT0 of tr to Journeynan cn the Job slto shall no+ be SreatPr than prnlttcd under plan approved by the Ernployaent and Trainlng Mnlnlstratlon. Every trz mutt be pald at not less than the .ate s?ec!fled In th4 epprc.rsd progr: the trainee's level of progress, eqress9d as a percentap C: th? j3urr hourly rate veclfled In t!le appli-ble w~a taferminatlon. Tralnees : pald frlnp boneflts In accordan- ulth ttz? provlsfons of tfe tralncs J If the train-e program &es not mstlon frlnS2 &nefIts, train-s shall fk full amount of frlnp benoflts listed cn tte w3g3 dct~r7:.tatlcn un Admlnlslrator of the Was" and Hocr 3Ivls:on &$ernln*s thzt +?we Is ar tlashlp progrsn assocldhd wrtt, t-e coa-res?czdtng Journe*j-an *33? ra+ wags dsternlnatlon uhlch provldes irx I%ss tban full frlnp bmoflts fc apprentlces. Any cmploye I lstcd =n tk payroll at a tra1:e rah wh registered and partlclpatlng ln a Lalnl3g plzn approved by 5e E,-ploym Tralnlng AdnInIs.tratfcn shall Ce prld not less than th ap?llcable vag, the wage &ternlnatlon for tho work actuiily prformd. In aidltlon, e tralnea porfor2ing work cn tb jcb siie ln excass of tte rat1.3 2ernil-k the mglstered program sha I I b p31 d not less than ths c'pp 1 l&ls rs39 tfm wap daternlnatlm fa tb wori. actually porformd. 1.7 t.b event 1 Employment and Tralnlng AC,~lnlstra-lon rithdrads epprov31 of 3 iraIn!nc gram, the Contractw wl II rn IonSsc bs pornlt%d -b ut1 11:s tT31n%Lls at than ths eppl lcablo prelrterrnlnsd rzte f?r ths work perform6 u??l I dn able program fs approvsd. (111) Equal Employment Opportunity The utlllzatlcn of apprentlces, trifnees and jaurn+ymw ua?~ this part be In conforol ty vfth fh? equal c.~!oynst q?xtunIty rc<gir$-ents of tlve Order 11246, as a?enCsd, and 23 Cm ?art 3r). 5. Cmpllancs Ulth Cqetand Act Rexlrments The Contracts shall canply with tb recyJ;rcnsnh of 29 C:? Part 3 v!l& are 1 rated by reference In I-hls antract. a 7x1:: .4 s r: E FiC/LM- Std. Fcrn HUD-4910 (2-84) P 12-84 .r - 6. Subcontti!cis I I I II I 8 il I 1) I I I I I 8 1 a I The Contractcr cr . suScc2tract-x wl I I Insert in any subcontract3 tb claUse5 , In 29 CFR 5.5(a)(l) through (73) and suck otks cladsss 6s HU3 or I+; &siS2: approprlats Instructions requlre, and also a clarrw rsylrtng the s;kcon+;ac Include these clauses In any 13uw tler subcont?zc:s. Ths prl-e c-:rac:~r responslbls fcr tb m-?IIane by any subcontractcr cr 13rw tler s'.:contrac all the amtract clausss In 23 CFR Part 5.5. 7. ContracP Tenlnatlon; ktanmi t. A breach of ths contra& claus- In 29 CFR 5.5 n37 !x Grounds fa tt-Tina+!a contract, and for &bardcent as a Contractor and a subcontractor as ;,-ovl:sd 5.12. 8. Cmpllance MTth Davlr9acon and Related Act Requir.r*nts All rul lngs and Interpretatloas of the Davls-aacm end Related Acts contain2 CFR Parts 1, 3, and 5 are herein Incorporated by refsrenc? In fils antract. -- 9. Olsputes Concernlng Labor Stadards OIsputes arltlng out of th4 laba standards provisions of thls contr5d sha1 subJect to the pneral dtspuhs clause of fils cmtract. Such dTspu??s shai resolved In accordan- wlth t5 procedures of the bparbtnt of Lab set fo CFR Parts 5, 6, and 7. Olsputos ulthln the manIng of this clause ::zluQ, d between the Contractor (a any of Its subcontractors) and HUD cr Its desl,-ne U.S. Department of Labor, or k3 enployees cr thelr reprerantatives. 10. (1) Certff lcatlon of El IgIbil lty By enhrlng lnb thls cmtract, the Contracfx certlfles tha+ nstthy ho Q she) nor any pwsa Q ffrm who has 2.1 fntssst In ths hntrac) 1s a perscn cr fln fnel ljlble fo be awerl2d Govwnnent contr-.cb by Sectlon 51a) of the Davls-Bacon Act or 29 Cr'9 5.12(a)(l) or 5 te Eda contracts cr partlclpah In HUD progra;rJ pursuent to 24 CFR ?-.rt 24. (11) No part of thls contra& shall ke subccntrzckl -h any perscn a- flrz lnellglble for avxd of a Governrent contract by vfrtue of SEtion 3( Davls-Bacon Ad- cr 29 CF9 5.12(a)O) a- * b ar-trd~d HCD con'rack c cipate In HUO proyams pursuant to 24 C% Part 24. (111) Tb penal* fa naklng t3iw statements 1s pr+scribd In tho S.S. Crl Code, 18 U.S.C. 1031. :?dlt!onalfy. U.S. Tri?!.q3l Code, kctim IC31 18, U.S.C., ''Fedora I Ha~slng hlnln1s:rat:cn trc.?sactlons", prsvfdczs 1 "Hhwver, for m? purpose of.....lnflutnci?g in any way ths Ecffon of Ad~ln1s)ratlon.. ... nakes. u thrs a- pub1 IzSs any sta+ent, inoltl~3 to b false.....sh3ll i.= rlnud not ore T333 35,CC43 or lapr!sciad rot tui years, a both." It. Cmplalnts, Proceedlngs, or TestlTony by Employes lb l8bOfW Q nechanlc k~ uhm ?h wags, salary, cr oth-r labcr stan:rdt pr ai tnlj Cantract are r??llcnbls shall ba dlscharssd cr In eny othsr -dnnfr c n3td aselnst by the Contractcr cr zny subcontracer becJusa SUG\ e-loyee f any coy,!alnt cr 1nsti:ukd CT mused b be 1nstltrr:od rn'j praceedI,?S oc has a- 1s a53ut to testlfy In any proePdIng unds Q relatlc; to th le5r star ep?l!caS!e under thls Contract :3 hIs erploycr. PM/2A! c FED/Li Std. Forn HUD-4010 (2-34) P 12-84 E. Contract ~ork L'olirs 2-d Safe+{ s tJid3rds I,,=+ I & used In this paragra2h, tS: terns "Iaborerg" cnj ",:.;.Ci=nics" i>zIdk .x~+cb,-~ dnC I guards. 1. Overtlne Xequlrments No Contrac?:cc w s1;bconf;actcr c3n:rac-tln; fr 2;~ p2-t 3: :>a czi~~:? WS;% vfil requlto w InvoIvP -kho e-ploy-w? of lsborirs cr n?ch?nlcs s+,alf r%?.~':n v ~r~r~,~ such IabOrY CT rxhanlc In zng -:?k.dek i? whiz5 + :I sk i; C.-i:>,+-j 01 such to uork In ?xcess of elcnf burs In ony c=l2n~!?~- <ay Y In exz?s; 5: !:r?/ buurs such %ot-ka& unless SUG? labor3 cr nscS3i:c r9-1~~ a-~:ns~-:m 2: c r25 nu than ma and on+-half tims t+s bslc rats of ;?/ for"ali Lmrz c~,i;4 .- - in CX-,.--- L.. 3 > elght hours In any cslends 63y cr In excc:;-35 of ?w?j hour; in t-'~~=l .-ykn%'<, wh ever 1s greafer. f I I I I I I 1) I I I I 8 II I 2. Vlolatlon: Llahl I i* for Cnpa Id Wa<:~s; LIZ,. Ida:id SF :;es -. In the event of an.! viola+lcn of +?e clauz set fcrh in s;b2ar-;;Lp? (1) of thr paragraph, tho Confractor and a;ly szbcontr-ctoi- r5s9c:slble fm-e?=r 5:ial I !x ti fa thz unpald was-.s. In addiflon, such Csntre=+a a+d subcontrzc'a s54j/ te I to th= United SfatPs (In the cas9 of uork &no c;T&r csntracf far t;:o 2isf;tct o Coiunbla cr a terrftory, t3 such Dlstrict Q 13 S~JC.~ :?rrlfcry), fcr Iiq2fd3kd danaps. Such Ilquldated damages shall t% ornpcfod kith resp, + b each lndivld laborer cr mchanlc, lncludlng watchmen and guards, e.-ployd ln vlola?icn of the cfause set forth In subparagraph (1) of this pai~grapft, In tk 5x1 of SI0 tcr ea1 calendar day on whlch such lndlvrdual was required cr prrnltted ?o uort In exces' elght hours Q In excess of tb standard vrk~s4 of forty houn wifhair: peynent the overtrae wages requlred by the clause s-.t fc,-+S In subparagraph (1) of this , graph. 3. Wlthholdlng for Un2ald 'liages and Llquldatel Din:;es HUO cr Its designee shalt upon Its om act;on cr u?cn wr1th-t reqdist 3: an authi rcprcsentatfve of the Dcparfmsnt of Labor ulthhold a- ause to k vltk\?ld, from moneys payable c(1 eccount of work perfornod by tL.9 Cs+:racty Q SIJbCZ'?iJCtW ui any such antract CT any other Federal cbnt;act -;th 733 -:e prl-5 e>tract, or other Federal ly-asslsted contract subj-ct b the &nf;?=t ;iuk Fours :?d SJfety Standards Act, whlch 1s held by f3e sari? prim czitra::x svch 511s PS -ay ke & mlned b brJ necesar-y tu satlsfy any I lob1 IItTcs of such Con:;acto v subcoatracl for unpald waps and ltquldated c%m~-3s as ?rovli-.d In tho clauss s3f fcrth In SL paragrsph (2) of Shls paragraph. I 4. Subcontracts Th5 ContracScr cr ssScont;acta shall Ingee In :-{ %~~?c:nf-~c?~ tLe Z'IUS.~ ;I+ in subpar3grdph (11 through (4) of his paragrap:i and clso s claus+ m;~ir!ng ths subcontractors tr, Inclucb these clauses In any IC.- try scbcontreck. Tk prl: contractor shall b rcspon;ible tor anplf~nce t{ sny s~~bcontr3c:cr cr 13uW tter subcontracta VI'& +he clauses sst forth In subpi-3Sr:phs (1) tkraL;h :4) of thl: paragraph. C. Heslth 2nd Safety 1. tb laborer cr nschanlc shll b requlred tu wed< 13 stirroundlngs 7 CTC? ba-21~5 conc!!tlons whlch are unsanltJry, hazardous, or &-;srocs t3 hfs beeltn end mfety dsterzlnod undw CCnSttlJCtl~ safety and h?3l th st23dxzis prg-1gl~3t+j 51 ths Secr of Labr by regulatlon. 7; I: !A S T€R 1 FZ3/LA3-ALT Std. Form E53-43i3 (2-84) P 12-84 2. The Ccntrac$cr sisll s--?i/ w!+ all reguldt!on; Isz,%d b/ th? 23cro'iry of Csi pursuant to Title 13 Part 1225 (for-erly part ijt8) 2nd fsllur- 5 ~-->lf :-a/ I Tn Inposltlm of ssnctlons pursuant to tne Con?rsct krxk hours ?Id Z:!ot.f Stan( Act (Fubllc Law 91-54, 83 StIt. 96). 1' M 1 I I I I 4 4P I i I 1 I 1 1 I 3. The Conttactcr skall incll -kt provlslons of t9ls i;tlcli In svsF{ SJbclintrdc that such provlslzns ,+Ill . 31ndlng on each s?Jocontractoc. T-3 Coq--ectsr sh, such actfar wlth r-.spect -fw dny subcontract as the Sxretsy 0' i3u5:73 and Url Cevelopr;rZ.nt cr th? Sscrdary of labor shall direct 2s a rr33ns of enfcrclng SUCI vlstons. f -- Prl/:.'A K FED/L H':3-4010 Std. Fom (2-84) P 12-e4 29. Federal Aud!? i?e:'J1JtTmS I -* u 4 I I I Clause. I I 1) I I I I 1 I B I The Adnlnlstrata of the bPar;f.*nt of H3uSlng and L'r2zn Ce/?lo;-snt and the C=.-?+roller cer of t35 Untted S:zhS w their duly buthorlzed re?ress?'atl,?; sk3i I h3v5 acess for :b4 purF audit and eXmlnaf1W k~ any bwks, doccnonfs, papers, and r.-cor$ that psta:4i fo Fcdsral i equT>xnt, and s;r?plles recelvzd by ihe Owner for thi; Cocf-cct. 30. Fedzral St2*JtOq RPquIrmenh Contracts agr- fo 03*7ply wl3 all appl tcable stanczrds, vlirs, CT regulaffons ~SSIJ~ pur to the Clean Alr Act of 1970 (A2 3.S.C. 1357 at xq.) 2nd is FF?ral './atsr T^o[ijtfon Contrc (33 U.S.C. 1251 e? seq.) as c!-en&d. 31. a. tb+lrx to PrDspxtlve Fec?ra I ly-Assisted ConsWucTlon Cznfrac'ors r tlotlce Regardlng NonsegrTated Facl I ltl+s -. 1) A Certlflcatlcn of Eloqsegregated Facjlitles. a recllred by tba M3y 9, 1967 orck- 01 Secretary of Labor (32 F.R. 7439, !.!>y 19, 19571 on if fninatfon of SPiyssated Facti t- must b submlthd prla t~ ths award of a fcl+rally-3ssl;hd constructlcn contract exceeding S10,OCO which 1s not exempt from th* provislons of the Equal Opportunity 2) BY SlGNlFG THIS 810, TM BlDDm WILL e+ DEEM9 TO EVE S13ED Am ASRED x> TI€ PRO OF THE "CERTIFICATION CS tONSEGREGAED FACILITIZS" ::I THIS PROPOSAL. Thts certttfc provldes that ths bldlw dcrs not msintatn CT grovtz enploy- facllitles which aro segregatsd on a basls of face, creed, color, 0.- natrsnal wlgtn, whsiCr such facJJ are segregated by dlrectlve Q a, a cb facto 5.~1~. Ths certiflcatlcn also provlde the bldckr wtll not malntaln such segregated facili7ics. 3) Contractcrs tecelvlng federal ly asslsted constructf-n confracf awards axceedlng $10 whlch ara not exempt fro3 -tho provlslons of k? Eq~%l 0;l;zrtunity Clause ulII h9 re to provlde fa ths forwerdlng of tk followtr: not:= )o ptospxtlvs subcontractors construction contracts and mterl~ I wpp I lers where the subcontracts oc rater1 a I su agreemen3 exceed S10,OXl and a,- not exempt frn t5r pr3.11sfons of the Equal Oppor Clause. b. Kotlcc to Pros2ectlve Subcontractors and !.la-terIal Cuppl ;an of Recjulrecent for Certlflc of Nonsegrepted Fact I ltles 1) A Certlflcattcm of tlonstgregatad Faclllties as requyrd by th3 !by 9, 1957, Or<* o Secretary of tabor (32 F.R. 7349. !by 19, 1957) on El Intn~tlon of Segregated Facll i nust be sZbnlH-4 by each subcontractor (In all tlsr;) and na?orlal su;>ller prla award of fk9 subcontrect CT amslinnatlon of a -dter:zl s!~sply agreemnt if such subcontract OT agreeinon) exceads s10,CCO and is not ?xep$ fra ths pr3vlslons of . Equal Oppwtunfty Clause. 2) BY SIGPiI:G Ti-€ SUXONT3ACT CIt E:tTc?iI:J; 1?110 A :'AT=: '1 SL,+lY AGREE!.!E!iT, TtE SUKSf OR IJATEi?tAL SUPPLIER WILL EE OEE:!ED Tc) PAVE SISSED .l:Ll hFSD TO T~E ??3VISI3tiS OF "CERT I F I GIT I Ql ff tiONSESREGATED F1.C I L I TI ES" I!; TH S JX0:iT'ACT CH b!,+TZ? I PL SUPPLY AGREE:E:IT. Thts u3rtIflcation provldes that F9 su'contrector cr rat-rlal suppl lei not na1nflfn ~r prov163 cn:,loyee facllltles wh;+ 2- seSrqskd CCI t~ basls of ri creed, color, or natlonal crlgln, whethzr SUC? !acl!'?tes cre segresats? 5y dfrect cn a &I fat+ Sasls. Th certlflcatlcn also ?:yvl<;=5 th3t tb subcon?n-acta CT na' tuppl for ut I I not nalntsln such segregated facL lltl5s. tiOTE: Tb psns13 fa n&lng fat2 statenentr in offers Is 2rescrIbd In 18 U.S.C. 1001. a PW/!lhSTEI FED/ L r?3 -, E Std. Forn P 12-84 ._ r .a .. ..- u. S. Df?A?T.'.:f?:T OS hCU3 ',< 2.3 Ij73;IN GEVZLZ:'.':'.T a us 4 II 1 8 I I I I 1 II 1 1, I CERTlFlCATlON OF 2lEDE3 REGARRDIlG E QUA L E ?,I P LOY >,: f N T C ? P 0 8 TU i.: 1 7 Y I NST 8 I-: CT i c :; 5 urn This cenihc5on is requird ptirjcant to Exxcil:ive Ords 11225 t30 c. R. 1231S2;. 7-2 iT;l+n regulations yovide that 3ny bidd2r or p:osp?::ivs c3ner:c'.or, 5: nf cf :"if prop3sed %2ccn;?,t an initial p? of the bid or nqocktions of t;..e mntnc: .:i?nhy it kj pricipt?; !.T :i-,'! ;:2vic,:;; contract s~L,:xt to *%equal o?pc;risni?{ C!Z+JX; and, if ;3, \'j-+y-ei it kzj fit& ;,i xs-;:.=nce r5cfi; applicable itxvuctions. Where tha csification indic3:es That ;he bidcar has not ?::x! c: -.zmp:iance repofl C'L? u7Ld.r crx;;~; such biddar cia11 be required to subnit a comdiance r?px wi:-;n ;?:en ufendar d3~j a?.r brd gpt shatt ba awar5.d unless such repoori is submitt?d. .. CERTIFICATION BY ElDOER c Bidder's Nam: Address and Zip Coda: 1. Bidder has 9articigated in a previor;s conirxt or subm-yac; >k~:x: to the Eqcal O?cr,rtuni:./ CIi Yes 0 No fJ (I/ansIuer is yes, iLz.iLi/y Lbe rlst rzceil: coctrclct.) 6 2. Compliant reports ware requirzd to be fi!d in conneim v.:tS zch contrzct zr =kmntract. Yes P:O 0 (Ifansicer is yes, iLe.:ti/y the '=si r=-:?ci cgntract.) 3. Bidder h3s filed all compliance reports dua undw appli;-.ble i-sruczions. inchding SF-; CO. Yes a F!o 0 Ron. Requird 0' 4. If anwm :3 itern 3 is "No," please explain in detail on ;?VHj? sida of this certificatior. Cwification -The information akovo is trus 3rd compk:? to ::-? '.= of my knovrle;e zra bd;*. Ila L9 Name acd Tirle oi 3 ;ner /.?,'<z;+ Ty,ze) Signature c Dace :Po ?a. . EU3-423SC3-1 ;:-is) Previews Edition is Sj,,lcra I 4 ? In CG .xtisa oikh th, perfDzxL-.=z of .LO-.. cr.2cr this cant=: Contractar a5:ecs 2s follows: .. 1. The Contractoz viL1 not ..+i1lZ:ll:t 2Fsc:kkata 2qainst -j ployee of a??Lic=nt fc~r cc?lo:xzzz SC?CI.";S of r==c, reliqioL color, mti~1131 oti:i=, +nces:zy, +ysi==l hzz=.i=~t, medical marital s+t.-rtzs, oc ses. ?no C~Z~Z~~:OZ xi11 :=?e azfirxatrt, to cns:rc tSst =p?LFcx~ts arc c-::~oyez, az= ::7az c-?lo:/rzs : dtlring m?loy~.cn=, withoxc rtgazri ~2 :keir rz==, rciiqious c color, nition21 ariTi3, zncescry, ?t;.iz==L :-.anCi=a?, neiicai raritaL s~atrts, or scs. suck zc:izn 55~11 ixlxis, but 110: liniteg to, the foLLo;.iicg: a=?iol-za=, s?,-r=cinc, ccmtion c recruit:ent or rsc:uicz:czt z$*.*s:=zsin=; lzysff =z te:=inztic of pay or other forls of c=:;e~:s:-ior;; 2r.d saiac=icri for tz; inc1uZi:q a??ren=ic-r?shi?. :>e C;.-.==az;z:: =~rzes t3 ?oft in places, avail3Ste to es?loyses azf ~;?-1=3.7=s fcr e.--sLo;rznc to be ptovidcd 5.1 tCc avarai.7,- az=irozi;~ ss:=L~q fcz3 ;fie 5 of this Fair S3l?lopcnc, ?rpc:ices Ac~=ae=e?t. 2. The Cantractbr will sen2 :o cscl kkr uziar, or re3rTcser uorkc=s *ditb *..-nick ta has a collac=F.zo 5L-qaizir.- 2 -y-- =--*exat contract or uzPe-s:adicq, a coti==, is 5, ?==~iCtc', 5.y t:t= 2 authorizy, ad.zisLr?g zhe slid lafzr LL-Z~SJ sr i'arkzzs' re?rese of the Contractcz' s cQrxi=:s:c,s ~tfe: :?is sectisz, ar.6 shai copies ~f tSs no:ice in cozsJFc~t=s slicas avaikble to ex21 and ap2lican:s for espI.o!xen=. 3. The Contractsr will Fe,-=..F'r aczsss ts 5is rsso=ls of e:np! cmploymz:i t advet,iskzonts, a;?llc=~i?z Za=z.s, ar.5 o::ler 3er: data azrl records by the Fai= En~1qzea~ Izzcticas Ccr-ztissicr .. awarding acthsri'-,y or any o:ker =??:s?zi=:c 2;z!?loys4, eqarl: agency cf the C3unt.y of San DL~o. cr :?e S:lr:t 02 Callzorrti nated by tSc ac;nrdi,-.c autharl-y, fsr tks c.;r;sses of invastj to ascc-r:ain Cc?liar.ce with :he lzli z?io:rt=z; ?=actices ; of this concrcct- 4; A finding of willful vi0lotic.t of slf of t!!e 7aiz'3?Loy .. Practices previsions of :his cant===: sz 05 =:le CaLifsrnFzt f as a basis tor d==e--:zizq ?k= Cc~tzz==ziz '12 :e z9t a "rc;s~,.: bidder' as ta tl;:xrs c3ntz~:s Zcr -c:=z 5==:7 C=z=ric=c: nz: bi2s,. fcz rsvc:il:q :fie Csn=r:cter' 3 =ro=-:=I~f:c~=Fc~ -. r.?zi:.g, cr?d for refusiy to eszzSlis2, re-+S=aalish 3,' rtz~il a ?=act cation ratir.? T~K tSc C3:c3c:or. Tho awazdizq auc'-ori:y shzll 2eez d fk=.lc? cf :;FLlful viol; the Califcrnit ?ai= 5z?lo:~e?c Prizticzs Xct t3 :7zq.~2 octtlzri receipt of urittaz accice Z:oz c'-s ?'ai= ?.?fo:--nr.z Iztcticei nission :k=: it 51s iavcstiqzted x2 2z:erzlzec s:1~= ::?e Ccr has violaced :k Fair Szy11c:r.e~: ?rtc=izss Ac= an2 ?as :SSUC under k5or Cace Seczion 1426 or c=-=zkcd zn injur.stlon u-Be Code Sectior. 1429. Upon recript of such written zc=i=z frsi t3:p '+ir '2-?lo>T.ent Ce.missLoa, :kc zuzrci~~ -ut.t=rr:;- shcil r.g=t=:, ~5% ier.',=zc: urttrss :* decc:szz2:ss e3 Zk? sa::s=;cr:3?i 2: :k2 X42z=Ly 2 within a stz=cC ?srisd that :kt v:~lz:r~a k2.s Oesn C~ZZP,CZCC . . prquali2icaticn za:ics will bs re*.-c:c;.c! It :kz e:<?ira=ica 3: pcziod. 5. he ~=:~=r:crgr asrecs, ?La= s?.z.:lP ~3.2 a---arr',ir.q cuth'orit nine tkc: the C;~=rzc=cr ~CS ?.a= =:-=;llcC ..:::?I =:70 ?iir Zz?j Prdctic2s ;cr:i=a of ZhLS cs.'.:z2c=, ---- -: .-.. -.*--.*-a ?-->-&3= E3 2Lixc c Sec:io.-.s Liz3 2z= i775. :ne C=~~?~Z;=JZ :?all, d5 3 s~ntL=y : >"-aZ<p= .;.,2cn=z-=, :a==-; - --.- -Le-, I,. SZC~ c:I~..ii~ =dye CT ?~~ti.: or, for CL2iI ?2:c=? L.53 :.:33 Zen1ei rrzL,**-a.?z 2s 9 rzsul: 01 cc;-cor.jLi:~.cs, :he FCZ~L~~~S ?~o-:iL:f i.2 :ke L.L~CZ Cad~ FOZ 1z:ion :i Jrc,:,?:I~z: xaqe ~3:s~. E:isc :Z~:SS 33.y he ZC=~\*C: t!~e Ccc=r>c==r. :>c a*:12riiz= ac::crr=y xy tcdc:=: =ny sccn fro3 aay -3nics ice ~h.2 ~~n:r~c:c:. I I ;. 8 I.. :. . ,' .. I I I I I I -. l6 I I I' Ig I- D?lop.=zt Practices Act shzll =e re~rrfsf 5y ;:?z =:iazcizg -. 2 *% *. .. .. .- .- -. r) .- 1 1 f \ OPZ I -- -- . - - - . - . - _. ._-.- - __._ _.-- -.. -..__ ____ - -__. -.:- :--;; ____ shall 52 CSZSCZ.:-I k.? a"! ?Jz:T~ CT :25?.>22 sa 1: y- ?:2.,.2,.= z:,? .- awar2ir.q autllsr:' of tC.e CCL:.=~ cf S.M "JAZ?~ :===. :zAi:.5 z;,? other rc-cdics t..-; nay bc.avail~b:f A: ',a:~. 7. Fair p~lc*~-=zt ?r:=:ic.>s Czrzi-Clc-icion: p=i== ta cn:e:i.-.: : --- a writ;.'Ln~~.i:c.x= ;:~=:i ci-..; CZL;::~ OK SG:~ sicc3, shall certifl- to t'cc ai.;3r5iy 2z:kcr:t;r :ha-, kc :ZS C: .dill z",t= =ks followinq stsn?.Aze.s. _FOE aflizzi:i?Jc ccz?Li;n~e, .;.3ic:i skzL1 ha .:.:LL- uated i:: cnc3 czsc by tke a-.,-zrLiy aatksrity. awardiac; aukkczit;., t!izt he il~s nocificc! aLi su;a:-rlrsrs, fg=i:sr: and ,otftcr petSC.ir?c!. oZfic2rs in fci=inq of tk c3:=0:= of tko, z.::i- discricimtion clausil. ma thsir :cs;xsiai?itLes :z?.?r it. b. The Conerxccr s1:all ?rovica cvd.cnc=. zs =y*:ize2 5.1. -_:.I= awordizq autkzrit;., tkat he hzs a9,;i:lc", all SOUZC~S a5 c??:3~21 ref &rrafs (ir.cLcdi.iq cniczs, er.?Ls:::-r,; qencics, &~ez~i=~-a- -...-.--a, - - kpartzien: of LxpLokzzn:) of :k CS::CC: of tke az=i?is;=:siRa=i=: clause. c. Thr Cofitractor shll file a basic cc?li..-ce ze;3zc, BS zequired by the awarti33. n-tksrizy . Willfully fzlsa st~tn=sn;s -ad= in sccfi rc?or:s shL1 L.1 ?'~zisk:aLs 23 ;=j~iZ~k 57 L=-.I. Tke --- " - -- Bkiancc regart shalL ais.? :?ell oct iht sacc=zs C< =he *xi=.; :or=~ and wko has :k:t reslcrxsi ity :or &e=e--.rnx; vik=x 50 Czs, oz whether 01 cot to klfz2. PcrsozaLlp, of tk~cqh his resrasaazieivcg, tk Cor.=rz=:3r shall, tbrmqh ncgc:l=:ians with Eke cniczs vl=h txa 55 k=s s;rzc- merits, o:tc=?: to tzt.-elc? 33 qr~=ze.t'~ :::lich *.f:ll: re€errzl, u~~rafizg ar.2 :=zinii-q. .. .- . &..-a I I 1 1 I' I I .'. II I I f.\I4 ~~IELC'i?!z:?:T ?w~cTzC=S cz?":"c--.:Zc:I u I I I I I ZCFZ :::% CO:~:=J=~~Z .. a. The Conlrjctor s;lril p=j*.-rcj cv:d+n=t, 25 ----*;-D< - -----& - 5.; -.- -..e la' .- .. d. .. .. (1) spcll oc: rcs;o=siSili:ies for zozo-scrzxxtim i: ?L=iq, (2) Other.-;iso &?lez:r'.-.t a affiz3ative &?tiEisc=binz:kz ?=a- . _. grm in tezs 0: ::-.e ozicn's S~~CLZLC ZZCPS 02 ~Zlll ~zi ~:=;zL;?.:/, to the en", t>Ac ~zlifizc ai-o:i::? *JQZ!<SZS vili kc cvci7ab-e a?? given an equal c~?~s:t-ait~ fat C-~LOLTSS?:. sition fa :he cxzi2is==iainatizz tlausa by i:<ivi&L=ls, Eirzs cz OrSaniraticns d~-:zs tht FericC of its arequali5LcazFcn. a: Tha CoatracZor :<ill inclc2e the ?rovisicr.s of :h fsr~~ci~~ paraqrishs 1 tkrazqn 7 in evzry firs= tier sekoz=ract. sa tka= such 9. The torn of cectiZicatz as si:o..gn Snlc-~ p:s= be c~e~~:~f az :?= fi.7., of s~5ai::ing :.".e prc~csai 33d tkllozeuoan this acra2,0n= tnt =crzi5;22z, skall bocox tart 0: :ke con::a=: ~c=sz.--nts. e. The Can===czsr shall na:i1./ t;7~ o*::tAi:~ ax'rkarity 05 =;so- b. *% provisicna will b-. 3inSi;lg UFC~ eich such suk3n:=~c:3z. To the Cwnty of San 3iego: . -. The undcrsi5zec? ia s*&n:zzizq 'a 3iC for ;crf3Xir.T :fie %Ozk s?:?=i:icf in the Co.tt=ac: ~CC*L.-C:ZS, ksref*.* ccr:ifiss ~22~ ?S >-Ti oz *..*ill --A- ,.. - - - all tks s:Lz::~=i: 05 -l:fir~l:i-;o cz:z?Lizr.ce VS;~ zks ~3LiiOZ7.ia :=x stated heroin. ~0-plo:eon: Praczicss xc; ad suck acditiczal zfqui:c=z=3 2s .==? .. LSSLii ::as-' oz izzcez ZY : [;.':in= 0: T_';cl TXTLZ: (i"=Zn; oz iy;C; c (SLS.-.ai,zl:t. 0, cL.-L==) Rcvlse2 6.!;/;; t I Timetables Goals for minority participation for each trade i All Trades Goals 9: I 16-9 - Goals for female particiF in each -. to employ minorities and ~'ST?R evtnly on czch of its I,r-~j;.:f~. ,r,e tr of minority or female enpIay2es or trainees fron Contractzr ti3 Ccztrac from project to project for the ssle purpose of meting tht Ccntractor shall be a violation of the contrac't, the Executivz Order azd ti.? rqu in 41 CFR Part 60-4. Conpl iance i.ri th the golas vi11 bz rzasurd agair total work hours perfoned. I I I.' 1 1 I II I I., I I i I I U 1 I' 3. The Contractor sit311 provide written notificaeicn to the Dil of the Office of Federal Contract Compliance Prqrans ;$itkin 19 .n.)rkii of award of any construction subcontract in excess of $lO,ClC3 at any constructicn work under the contract resulting frcm this sol i:ftation notification shall list th2 name, address and telephone nucber of the contractor; eaployer identification number; estimated do? lar molint c subcontract; estimated starting and completion datgs of t:?e sfibcontra the geographical area in which th2 contract is to be perfomed. 4. As used in this Plotice, and in the contract resulticg frcn this tion, the "covered area" is State of California, County of Sac Diego I t STA!IDARO FiT)E,Wt EQUAL E:?LO'f4 ..iT 0PPORTLI:I ITY COPlSTRIJCT IO:i Cf):IT;L4CT SPECIFICATIOiIS (EXECUTIVE ORDER 17246) i l 1. As used in these specifications: a. "Covered area" means the geographiczl area desctihd in the I i tation from Mch this contract resul tcd; b. "Director" means Director, Office of Federal Contract Cozpl i Programs, United States Dzpartment of Labor, or any person to v;horn the delegates authority; c. "Employer indentification number" rearts the Federal Social S number used on the Employer's Quarterly Federal Tax Return, U.S. Treas Department Form 941. r d. "isti nori ty" i ncl udes : (i)'Black (a71 persons having origins in any of the 3lack Af racial groups not of Hispanic origin); I (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, i 6 I B I 1 I I I 1 or South American or other Spanish Culture or origin, regardless of ra (iii) Asian and Pacific Islander (all persons having origins of the original peoples of the Far East, Southeast Asia, the ?r,dian St tinent, or the Pacific Islands); and I (iv) American Indian or Alaskan Native (all persons having c in any of the original peoples of North America and maintaining ident- tribal affiliations through membership and participation or ccmunity fication). 2. Vhenever the Contractor, or any Subcontractor at any tier, subcoi a portion of the work involving any construction trade, it shall phys include in each subcontract in excess of $10,000 the provisions of th specifications and the Notice which contains the applicable goals for t ----.- --I_ --. --_-_L .- - - - .-- ___. -- - -I 2nd female participation and khich is set forth in ti,- solicitations fr I’ I this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFi? 60-4.5) in town Plan approved by the U.S. Department of tabor in the covered area individually or through an association, its affimativ5 action obligat all work in the Plan area (inluding goals And tiretab7es) shall be in dance with that Plan for those trades which have upions participating Plan. Contractors must be able to demonstrate their participation in compliance with the provisions of any such Hometown Plan. Each Contrz Subcontractor participating in an approved Plan is individually requir comply with its obligations under the €EO cliuse, and to make a good 1 effort to achieve each goal under the Plan in each tradg in which it ployees. ors toward a goal in an approved Plan does not excuse any covered Con or Subcontractor’s failure to take good faith efforts to achievre the mO’ u 1 I I 1 k I Tht overall good faith performance by other Contractors or I goals and tinetables. II 4. The Contractor shall implement the specific zffimative action s provided in paragraphs 7a through p of these specifications. The goa forth in tk solicitation from which this contract resulted are expre percentages of the total hours of employment and training of rninoritj female utilization the Contractor should reasonably be ab12 to achie< construction trade in which it has employees in the covered area. TI tractor is expected to make substantially uniform progress toward it in each craft during the period specified. I I 1 I I I 5. failure by a union with whom the Contractor has a collective bargair rnent, to refer either minorities or wolcen shall excuse the Contractc Neither the provisions of any collective bargaining agrement, f - I obligations under these specifications, Executive Orckir 11246, or the re , tions promulgated pursuant thereto. I 1 1 I 0 lo I I I 1 I 6. In order for the nonworking training hours of ~ppr2ntices and trair to be counted in meeting the goals, such apprentices and trainees must t employed by the Contractor during the training period, and the Contract Rust have made a comitment to employ the apprentices ad trainets at tf completion of their training, subject to the availability of ecpioynent tunities. Trainees must be trained pursuant to training prograFs appro by the U.S. Department of Lzbor. 7. eniployment opportunity. The evaluation of the Contractur’s corr.[~1 iance these specifications shall be based upon its effort to xhieve raxirngrn from its actions. The Contractor shall document the efforts ?~lly, a implement affirmative action steps at least as extcnsive as the followi I’ I The Contractor shall take specific affirmative actions to ensure e I a. Ensure and maintain a working environsent free of har3ssr;;ont tinidation, and coercion at all sites, and in all facilities at shich 1 tractor’s employees are assigned to work. The Contractor, wher2 possil will assign two or more women to each construction project. The Contr, shall specifically ensure that all foremen, superintendents, ad other site supervisory personnel are aware of and carry aut the Contractor’s gation to maintain such a working environment, with specific ~ttention minority or female individuals working at such sites or in such facili Establish and maintain a current list of minority and female Rent sources, provide written notification to minority and ferrale recr sources and to cornunity organizations when the contractor or its unic employment opportunities available, and maintzin a record of the orgar I b. I ? 1 tions responses. 1, c. Maintain a cilrrent file of the nams, addresses 2nd t?iephor of each minority and fmale off-the-street apjlicmt and Kizority or reF,.- =11 frcm a union, a recruitment source or coixunity orgaqizatiori what action was taken with respect to each such icdividuai. was Sent to the union hiring hall for reterra1 and was not r2ferd I the Contractor by the union or, if rgferred, not ec:?loyed by tl-,s Cant. this shall be documenkd in the file with the reason thsrOfcr, along t whatever additional actions the Contractor may hav2 taken. I! I/ I I i If slrch 30 m d. Provide imnediate written notification to the Director when or unions with which ti12 Contractor has a collective bargainiq agree not referred to the Contractor a minority person or woman sent by the tractor, or when the Contrxtor has other information that the irnion process has impeded the Contractor's efforts to met its obligation: Deve?op on-tire-job training opportunities and/or partici pat training programs for the area which expressly include minorities anc including upgrading prsgrams and apprenticeship and train22 prop-ams to the Contractor's enployrrcont needs, especially those programs fund€ approved by the Departnent of Labor. The Contractor shzfl provide nc of these programs to the sources complied under 7b above. l II I I. I I I I I I I e. I f. Disseminate the Contractor's EEO policy by providing notic policy to unions and :raining programs and requesting their cocprac assisting the Contractor in meeting its €EO obligations; by inciudin any policy manual and collective bargaining agreecent; by publicizin in the company newspapw, znnual report, etc.; by specific revies of with all management personnel and with all minority and female emplo least once a year; and by posting the company €EO policy OR bulletin t k. Validate a tests and other selection r2c, e-xts \,+?re thl an obligation to do so under 41 CFR Part 60-3. 1 I '' I I I II I I I I 1. Conduct, at least annually, an inventory 2nd evaluaticn at 1( of all minority and female personcel for procotion31 Opp-tUnities and courags these employees to seek or to prepare for, through appro7riate etc., such opportunities. m. Ensure that seniority practices, job classifications, xork a rnents and other personnel practices, do not havs a discriminatory effe continually monitoring all personnel and emplcycent related actii/ities ensure that the EEO policy and the Contractor's obligations under thes fications are being carried out. I n. Ensure that all facilities and company activities are nonseg except that separate or single-user toilet and necessary changing faci shall be provided to assure privacy between the sexes. 0. Document and maintain a record of all solicitations of offer subcontracts from minority and female construction contractors 2nd sur including circulation of solicitations to minority and female contrac' associations and other business associations. I0 p. Conduct a review, at least annually, of all supervisors' ad1 to and performance under the Contractor's EEO policies and affinativc I ob7 igations. I 8. Contractors are encouraged to participate in voluntary associati assist in fulfilling one or nore of their affirmative action obligati (7a through 7p). The efforts of a contractor association, joint cont union, contractor-community, or other similar group of which the cont is a member and participant, may be asserted as fulfilling any one or of its oblisations under 7a through p of theso Spicifications provide the contractor actively participates in the group, makes every effort II I I I .. t L . accessible to all ernploy22s at each location where constructicn ~ork 1, that the group has a FoSitiVe irripact on the e;r,ploF?nt Cf minorities a in the industry, ensures that the concrete benefits of the prosrm are ed in the Contractor's minority and female workforce pzrticipation, ma good faith effort to Keet its indivd.ua1 goals and tirtetab12s, and can access to documentatioz which demonstrates th2 effectiif?ness of action on behalf of the Contractor. The obligation to cxply, hoevet-, is th tractor's and failure of such a group to fulfill zn obligation shall n a defense for the Contractor's noncompliance. 1: I I I I I I 4 I I I I I I I ,*a 9. A single goal for minorities and a sqerate single goal for wonier established. The Contractor, how2ver, is required to 2rovide equal en ment opportunity and to take affirmative action for all minority groul male and female, and all women, both minority and Ron-riinority. Cons€ the Contractor may be in violation of the Executive Order if a partici group is employed in a substantially disparate mariner (for exazple, e\ the Contractor has achieved its goals for women generally, the Contrac be in violation of the Executive Order if a spcific minority sroup o is underutil ized). 10. action standards to discriminate against any person because of race, religion, sex, or national origin. 71. The Contractor shall not enter into any Subcontract with any per firm debarred from Gowrnment contracts pursuant to Executive Order 1 The Contractor shall carry out such sanctions and penalties for The Contractor shall not use the goals and ticetables or affirma I 12. of these specifications and of the Equal Opportunity Clause, includin pension, termination md cancellatiofl of existing subcontracts 2s may imposed or ordered pursuant to Executive Order 11246, 2s aRended, and &!@at [n,,d&[ @g,P,u,hjic Works Employment Act of 1977 and the Community DE r irnplenenting regulations, by the Office of Fe+ral Contr':: Csyplianc grams. Any Contractor K~O fails to carry out such sanctisns and perla shall be in violation of these specifications and Executi1:e Order 112 amended. I-. I I ID 1 I I " 13. The Contractor, in fulfilling its obligations under these specif shall implement specific affirmative action steps, at least as extens those , andards prescribed in paragraph 7 of these specifications, SO achieve maximum results from its efforts to ensure equal enployment c If the Contractor fails to cornp'ly with the requirements of the Execut the implementing regulations, or these specificaticns, th? Director I proceed in accordance with 41 CFR 60-4.8. 74. The Contractor shall designate a responsible official to rnonito employment related activity to ensure that the company EE9 policy is carried out, to submit reports relating to tF.2 provisions hereof as 1 required by the Government and to keep records. Records shall at 1.e for each employee the name, address, telephone numbers, construction union affiliation if any, employee identification nur;;ber ;-;hen assign security number, race, sex, status (e.g. mechanic, apprentice, trair. helper, or laborer), dates of changes in status, hours worked per WE indicated trade, rate of pay, and locations at which the xork was PE kcords shall be maintained in an easily understandable z2d retrievi however, to the degree that existing records satisfy this requireme! shall not be required to maintain separate records. I I 4 1 I 1 I I I I I 15. Nothing herein provided shall be construed as a limitation up01 cation of requirements for the hiring of local or other arta residei r -3 I 1 I I I C I 1 N SB I I 1; I i I I I t r 0's zz g I w 5 ; zce fS c-z; z? 1- 3 ;a:2 =' 5 E%:; a $2 w ala$ 25 u 5 ig;; u) -a8 E sz*= $ s. 2 SsHd 3 51 so - 1 I R I Z3 m Q $ ,;e; 5 w8 - ill I i I1 51 ' =i yI t 5 I I I iI It s a Iliif 2 egis I I d Y"jE I I :: jf f I I I 22 E atrny - f$t2 I "8' rz EifS 3 5 sz sE s: a E$.= 2as; s "22 B BHJa If-% g 312 12 a 'Ea 1: s &CY 14 Hifq r =. h E12 1; j$$H ,j tafJ . ais 'i gfaa ay 1% Etgf t E- , dh ;5 ii E gj I 23 0 s! I !Zit- I j! I ]I 6 3 ;i - E& I sgq 3 --: 8 -i 1 Z%2 1 ' ;3:33 -- 1 0 ID I 1 I I I I I 15 P a I;: 1 4 z< I 3 $4: If uaPl E s 3 11; !i laz - f 1s ' 11: 1 !E 1 z$q& Q+fa 1 if3 0 - 3; 2 i f i fj I rrras I: E 3s - ' 5 3 ns c iI 153 ,. 0- c 3rqg -885 q;* S& ExSZ 1;; ;q s,.&E ;$HY - ::fp =I. sip 984, 4:s or&!! $?j Zgzf 0 so Z?rPd 3:; 55;: g=- ?- :Yu zgas 4 $$ qg= zezg g4i ."I fhb 8:: :It5 $3 1;ai :I2 i'43 ;z$ :laP ZII "$4 5-F %? SSD ::%p, 092 cuc-y Pa -3ttp -ac* mu*+- 2;; fo"Zg ,;iYY ;;: N3jg0 =zz '2 a i'r '$ $< - saBa :ji - zg gE,u8 =a= cc OICC YI - tf - .Yz?E a Ofl aa iL *:mer!: 5‘ kz3, i I 4 4 I I 1 1 Ir, I P I 4 I I I 1 ~ENEZ,L, bA;E DEC:S:3P; K2 tA85-+ -$ - $3 -- Suptrseaes General Wage Oecrston NO. CA88-1 - f CALIFORNIA -> State: County(1csf: San Diego 1. 3- -- - - -- construction type : Butletng. Heavy, Hignway, Resiaenttal 6 Dreagin: Construction Description: Buildlng Projects; Heavy Projects (does not rnc’ fV/Crout work or Water Wcli Drilling); Hignray F Rtsiaential Projects (includlnp single Qsmriy nr garacn type apartments up to and includrng 4 st and Dredging ModlflCatfOn R8COrd: No. Publication Date Page 34 37 34 1 Mar. 10. 1989 2 3 May 26. 1989 ApP. 14, 1989 s @? E -- i3Q9 w” jz!: 5 - LAECIF! !?ELAT!( 33 Vol. Ill r -- uv _Ie;L.. c'. 2 bCdW 1 c 1 a I I I I b s I I I I 9 a 1 C&&S- 1 e8SlC Fringe Hourly Benef its Rates ASBESTOS WORKERS 23.09 5.45 BOILERMAKERS 21.60 4.50 BRICKLAYERS; STONEMASONS 19.55 4.40 BRICK TENDERS 14-87 6.22 CARPENTERS : f 111 buildings wntch have a wood frame structure: residential nousing, condo- miniums. hotels. motels, inns. apartments, town houses and convalescent nospitals tnat are of wood frame construction 17.00 3.50 clll other work; Shinglers 20.40 5.72 P 1 1 ear iver 20.65 5.72 Millurrgnts; Pneumatic Nailer: Hard- wood Floor Layers 21.00 5.72 Cemmnt Masons 15.61 8.62 Epoxy/Rctin matertal; Fintshlng machlne Op: Clary. Bidwell or sfmllar type screed: Working from bos'n Chair; Scaffold (mlnlmum of 6'). Swlnglng scaffold, Safety belt or scaffold. attached to movable vehicle: CEMENT MASONS: Ladder over 6'; Color when dusted on 15.91 8.62 0 i vtr 45.86 5.72 Stand-by Dlvcrs 22.90 5.72 lender 21.90 5.72 Residential construction up to and *DIVERS; *DRYWALL INSTALLERS/LATHERS: 1nClUding tnrae stories: Orywall .. 17.00 3.30 Latncr 17.55 3.30 All otner work 19.50 3.30 Drywall Stocket, Scrapper and Clean- 9.13' 1.77 Work on single family hornet 6 apartments All otner work: 6 UP ELECTRICIANS: up to & Including 3 stortts 13.35 3.20+ 37 ' >P :-g: :; E 1 EC~ II: IM s 13.45 16.56 1.28+ 33 .74+ 33 Cable Splicers 19.90 Sound ftchn 1 e 1 an Telephone Interconnect Tecnnician Utillty lecnnieian # 1 16.50 13.18 i.2~ 37 Utllity Technicfan Y 2 12.50. .74+ 3; ELEVATOR CONSTRUCTORS: Mechanl cs 24.00 4.32' a He1 ptrs 16.80 4.32* a Probationary Helpers :2.00 GLAZIERS 21.27 3.81 18.66 10.25 IRONWORKERS: Fence Erectors Reinforcing: Ornamental: Structural 19.55 10.25 LASORERS: 34 VOl. Ill t CA8P- ' - 8 I d I 1 I I 1. ir, .I 1 I 1E I I; Croup 1 15.38 6.6b Croup 2 15.68 6.86 15.80 6.86 Group 3 Group 4 16.13 6.86 LANDSCAPE LIBORERf: Work on ttng'le trnlly h0-s and apartnontr All other work CUNNITE LABORERS: up to and Includtng 3 stor4.s 10.60 0.33 15.12 0.33 Croup 1 - ro0ound 15.36 6.86 Croup 2 - gun 15.68 6.86 Crwp 3 - nozzle 15.88 6.86 Croup 1 15.68 6.86 Crwv 2 15.88 6.16 Group 3 16.13 6.86 f TUNNEL LA~URERS; FfHAl CLEAN-UP AND LANDSCAPE YP1NTENANCE WORK : Group 1 1.68 6.86 LINE CONSTRUCTION: 7ransal8slon work (69 KV & up): Cmtenrry work : Lino Tufmlclan: Hoavy Ewlpmnt Operator 22.96 3.3- 4% Cabla SpI1c.r 23.36 3.3W 4% Lino Tuhnlclan; Hosvy Equlpoant Oporator 20.40 3.304 4% Ground: fmtk Drlvor 12.40 3.3- 4% C.B\O Spl $cor 20.70 3.3W 4% Ltna technlclan: Haavy Lqulpaunt Opmratot 16.40 3.30*4% cabto spt tcor 16.70 3.30+4% Ground; Truck Drtwor 12.- 3.3w 4% A11 OtMP Cr#wPtl.t WOPhr.0 llfW2 A11 othrt conr~rclal undOrgPWnd tlne: Crouna; Truck Drlvmr 12.40 3.30*4% MARBLE TERRAZZO AND TILE SETTERS 22-40 4.78 15.84 2.60 18.37 4.67 18.62 4.67 18.87. 4.67 .. . MARBLE. 'IERRAZZO AND TILE FINISHERS PAINTERS: 8ru.h. Paint 8urn.t Pamrtmnmrs. Spray (sutng stago) SandDt.rtw (8UIng sta98)t fron, stoa1 end bcldgo pa1nt.r~ (sutng staBe); Iron %toel and brldoa p8tn- tars. Spray (suing stago) 19.31 4.67 Sandblartmr: Zron, stmol and bPldg8 * 0W.h (SUrng 8t8g8), Spr8y paintmc (grwndwrk): Iron, stool and . ,P Rimes, etiaatng st.r.1: Brusn, el inb- 1ng rtosl md Driage: Spray, ctlnblng *- 18.12 4.67 st WP'l81 ack 20.02 4.67 Tapmr 1a.w 4.61 13.~2 3.62 Dc169. p.1nt.M. 8pp.y (grounauork); * St-1 8- bttdga PARKING COT WOW andlor HIWAY MARKfRS: Croup 1 16.38 3*i2 15.56 3.62 croup 2 Croup 3 Croup 1 16.38 3.62 - Slurry Soal York: VO!. Ill 35 1 I - 1 CA8B- t I I I 4 I .T I g y-. 2.' mD It 8 I I I I1 I 4 Ror8~rro~r of County 12.s9 4 17 AI I et-r -om: CIS0 Pardleton 22.88 6.52 Ilera1n-r of County 20.08 6.52 SOFT FLOOR LAYERS 12.45 3.B4 SPe tNI(LLR' p ZTTERS 24.18 3.75 *TRUCX OIZIVf1$! 1. Crovp 1 17.28 6.f3 trouo 2 17.59 6.53 GrouO 3 It.?@ 6.33 C-UD 4 17.00 6.51 Grow 5 18.1B 6.83 Crow 8 20.1s c.53 RIGGERS: VtLDtRS - 90e.t~. r8t0.w~rtb.d top Ct.ft Mr+Omutng oporrtton to *OM tiwtng or uelding 18 1ntieent.1. C OOWttt : a. CglOyW COlltPlDUt.8 w H 8.8tC hartty rat. 9UP b 98PS mofylc8 and rX of mtle murly ~ata +or i mtns to S yurs 88tW1- a8 vIc.tl(M ?Dy Cmlt. 7 PI18 MOllmy8: WW '188P88 01 mr1.1 08Ym gv DW. LIbOP Ply, Th.NI8@1vlm my. Fl *+*e =m@fV4- 88y .rr4 Ort8-8 b8y. tttc7art~aws K:.: .. s Sour# Tmltl8tt: T~l~tl~, oO.catlm 8- ~+Ortl~'flN1 CtwCI Sound Pmrson b: Ulr~(~lltng, tPl4tlng. aas.r~ling ard instrlllng 68Vlcn Utl\f%y Tmlt48R8 89: fmt.118tfOt? Of 8tf-t 1tmtS 8- tC8?91C 81-18. lnctudlng mIwtflca1 sirtuttry, pcopt~lo centre1 ler* -tal -tea ot~tr(t.1 matar wte!owrei and loylng e+ -0 assemole 28b10 In dues. TRa Iamt of aIocttlcal system aM CornunfCt:)m In8t811att8n l?W?Wlw @Pep p081t$On 09 tP'*Mh wth+a aM r8drU8 at dvCt b.NS8. lot8tlon ?or r8nMl.8, 8tP-t .* IlgntS, and trrf9lt ~1~1s. Utllfty tecfm+t18n8 02: Dlstrlbutton o* .atorla1 at job stto. Inttb118t¶On oq unb.rground wets for o\.ctrterl, tilophone. cab1 TV. an8 co=mnft.tlon 8yster8. tho rotttng. lovelfng, grounding P8Cklm w pP.C.8t -1n. NW%IOS llM tf8ntfOtr.P wa8. .I) - UWaEnS I * ~roup 1: Labetar (Wnor.1 construction): ~tpna1 t frorrcrr - Sprmao. BOf'l- mC?llfbO T.r#.P: C8rg.rlt.P 7-f: c8Ulk*+: f8SSDOO1 D1W.f' In8tall.r: Crrrcktmwmr (omapt tumors): corrcroto currt (twiol Hem 8- FO- 011.P): Corr+Ot. w8t.f CWlM, (nClud1ng US* a r8t.r t-8): Cutttng ?OPC~ OpmP8tOP (-1ctrorr): Dclller s ten (C11SSOn) IfkClUdlng 801 lowr8, DP1-P.k-i t mal-, CaPOt8 CUttl TOPCh: Dry packing OP eencreze, plogoing. +ll llng ot 3- 8093 HO Ftrw Grador on Hlghrays,. at~ats .nd rlrpott prvtng tamp 8- clcainam 11ms wmn ap1oy.a); FISQ ~arsen: :a- 8rorr.r: QS md Ptp.ttrw ~osror: ~~1rnr ~nmecg ~ousamev.c: 3.t: UnU8crO. krm Vd. 111 37 (AV. 14. imo) I * -- CLG'J- 1 8 I I I I 1. 1 I w I 11 I I I I 1 I ana HursePy; Packing Rod Stet! ana Pans: Plptlsyer's 6acrup (C grouting. nsklng of ~oints. sea1 ing. caulrlng, aiapertng ana tncludtng RuDbrr Casket cloints ana nointtng); Ratlroaa UoPk ~0 niggtng 8nd flgnaltng: Riprap Stonepaver: Sandblastor (pot Tar Scaler. Septic Tank Dcggcr ana Inatallor (Lead); Tank Scaler d cleaner; Tool Shea Checker; WInaou Claaner Group 2: AsPRalt RCLkeC; Layton Box Spreaoer (or sfnller type); 8~ggynoetle; Cemnt Dunpor (on 1 yard or Irrgor nlxarr ana har bulk carrent): Concmta S~U (excludtng tractor typo), Roto-sera chlpptng nrnror, Concrete Cora Cuttor and Concrete Grtndor anc Sanoer: CrtbDer - Snorur, Laggtng ana lroncn Braelng, Mane-gut Laggtng Hammer; Drlller - AII Pwer Drlllr, lncludlng Jackham wnetnmr Corm. Dtarona. uagon, Track, Multrple Untt, and all tl wecnrnlcal Orlllt ulthOut regard to tna form of notlve power; (all 0th.P w-re orilllng is tor use of rxplostvrr); Cas ana E Pipeltno wr8pp.r (Pot tcrndar 8nd Corm): Ga8 an0 Oil Plpmllrw wrapper (6 tncn pfpe ana ovor): Oporrtor ana Tmoaerr of pnou- rattc, gas and olcctrle tools. Concreto Pumps, Vlbrmtlng M- cniors, MUlt4-DlatO Irgact Wrenen and sla4lar aoe~nlcit teolr not separately c18sslf 1.a norein: PYpolayer (perfornlng all s( vices In tn8 laying nnd lnstallrtlon of pip. from the polnt oi rocelvlng PIP. until coargletlon of trw, op.rat1on. IncluatnO ai and all f0-s of tubular aatortal. vMtm Pip., wetalltc or Non-wtalltc Cmdult and my otmr statlormy type of tuW1.r cHvlce usee for tn8 convrylng ot any 8uaatanca or 01er.nt. uh uater. sewam. solid. gas. 81r or otmr products ub~tso8ver and wlthout ?eg.rQ to the nature of matorcal frmm un$ch' tfm tubular matar181 It f8bPiCOtOd: ?owow Blnsters' forwars; Prefabrlcated Manhole Inrtalln; Rock S1lng.r: SanU&lastor an Waterblaster (Nozzle epmrntor): ~talor (utlng Bos'n Cnatr. Sa Belt); Stmel Heaaer~ra: fc88 Clta#r. usrng mcnanrcal tool uoldlng tn c~nrnctton ulth LaDo+.f's work , I@' Croup 3: Asphalt raker .. -. Croup 4: Feneo .rector WNNEL LABORERS Group 1 : Bull Gang Muckart (track) ; mutktmaer, Cab1 et0nd.r: Concrete Crmu (lncluoes Roodart and Spr.ador8): Dump: Grout Crew; TanOer for Steel Porn Ralror8 ana Seftotr: Mucko~s - Tu no1 (hand or nrcnino): Nipper: Swampor (Brako and Switch on tunnel work): Vtbrator, Jackhammar'. Porurratic tools.,(excep DrilI8r) Muttl-plate Iapact Yrmnch Crwp 2: 8las?ars, Orltlert, P0wdOP; Cmrry P1ekor: Crout- an: Kea-r and othor pneurutic Concrate Plecar Optr8tor: Wtners rn short dry tunnalr un-r 8treat8, nlgnw8ys 8nd SfQf~ platat: B1n.r~ - tunno1 (bane or machlm): Pou08r (tunno1 work): Stoa1 Fora Rafrerr and Sattars; T1nb.r. Rottnber . uood or ateel Shaft Ana Rats. M1n.r; Snlftcrs: Blasters (llcwited) all Work * 3; Croup 3: Poueoc - Ptfner HOUSO (? itensea) on tunnel work: Vol. Ill 38 f . , -- cr3-3- 1 I 1 c 8 I Q H I Ik I I I I I I. Opratoc type); Pneurrtrc ktescing snteld (tunnel); Punpcrete Gun Operator Polar Gantry Crane Opmrator; Rotary Orit1 Operator (excluaing ce type): Rumor-ttred Eartn Moving EqulPnent Owrator (slngie angl catetplltar, Euclld, Athcy Uagon - Water Pulls and slrntlar type5 any and 61) attaChments ug to 50 CU. yUs. struck); Ruboer-tfred Scraper Operator (rmlf-laaatng P8ddlr uneol type John Doere 101 siallar rtngle untt): Sklgloaaer Operator (utwa1 or track type, I 1/2 yds. up te and fncludtng 6 1/t yds.): ~ttngar Crane (rust uustern-Pattlmm OF s~at~ar typ1 (over 6 tons): Surfrcr ~aato~ Planer Omrator: Tractor coaprurror Drill Con~tnrtlon Operator: Tractor Oparator (8ull Dozor. Tawor. Scraper. and Pusn Tractor stngto efIgln8): frencntng Uacntn. Ooerator (over 6 tt. depth C81 - runufactutecs c8tln~)): funnml LOCOSOtlve Operator (to to 30 tf Unrversal E;qucprent Operator (Shovel, lacrrhor, Oreglfne. clanrn up to ana rneludlng 1 cu. yd. Y.R.C.) (Long Boon Pay appllcabte wcluer (genera? 1 Group 7: rutmatfc Llnew tontlon Macnlna; Crane Owrator (over (Oiler tmrfrud): Decrtck Barge Operrtor (Otlor cmquirod. up tc tons) (ovorm 100 ton., Flrm Flgbtar or oiler roqulred): Dual Or& n1r.r (O11ot nqulrud): mist Operator (2 or 3 arun wlth boon attac?vmmnt): mfst -ator (tttff 1.0. Ouy Dorrlck OT rtatlrr UP to 100 'ton c8pactty) (Of1.r nqu1-8, Loq ac 3 pay awlla loa-r Opotmtor (Athey. tuclfd, Srmrrr OP stalloe typ.); wri lectmottvo -rator (dl88.1. gar, OP e!.ctrlc): Motar Patrol - Opmrrtori ukltlplo fnglrw Tractor Uperrtor (Euclld and slsllar except Wad a Cat): Pro-stmsmod urrppfnQ bbchino Opetrtot-(2 Omrator8 roqulred): Rumor-tirou farm Yovjng Equ$pnent Opora (multlpla mglrm, Euelta. Catmrpltlar an rinllar typa up to SO yds. 8tWCk): tractor L~MC Oprrrtor (Crawler and uhwl typr 112 ydt.1: trrctoc oparator (boom sttachaents) (uvor 40 +t. ba Ot1.r roqutrod): twrr cram Operator: touor Cram Ropatt:. Unl Equlpront Opar8tor (3-I. 8*6khoe, Draglam. Cl~shoIl, over cu. yd. M.R.C.): Yo\oor - cmrttflod: uolbrc-Howy.~ty Re~atr Cof-btnatlan: uo~da Mixw Oporator and othor similar Pugntll Eq nont Croup 1: hut0 Crabr Omtator (one crau. Cn.ck.r and on* s+at4 onp1oy.e cequtrou); Autom8tlC Stlp Fern Operator (Grad. Chock4 OM 8ddltllonrr\ omoloym requ~rod); Crane Uperrtor (war 1OO tt two Oporators roqulred. Long Bow Pay apgIlca~18): Mass Excsvr Dsmator: -11. Form Traveler Operator; Motor Patrol OrnPato (Wjtt-anglm): Plpm Mob110 Machl~ Operrtor: Rubbar-t+r.d Ea MOvlnQ Equtpmnt Operator (rultl-mnglno, Euclfd, Catorpt&)ar slnifar type over 50 cu. yar. Struck); Ru8&er-tlrsd Scra'ptr 0 8ddlttorut to bas. rata): Rubar-ttmd So1f Loadtng 3crap.I' 0 (0.bdlO rh+.l - AuQer typ. %If Lordlng, 2 or mot0 Unltt): PO Cr8m Operator: Tan- Equlpmt Oporator (2 units mty): tan Tractor Operator (ma8 D OP SlEll8r tm): funnel #ole Baring Can81 Ltrwr or frt~r%~por.tor~ (not 1888 than four -1-8 requlne - O11or, ~819.r - wchantc and Grad. CMC~ Halfcaptar Pllot: H$gh~tnr cableway Omrator: Remota Control' I. tent;. Up tn and I~lWt~ 1OO ton B4.R.C.) (LOW 80- Pby 8pp14C b ODOrbtOP. 108s tn8n 730 a. yU+.); W.ChWilc.1 f¶filShlnQ -Chit (wahfno !DM .mthW' Without PU8h C&t, Pu8h Putt - $.so 0.p h CrarP 8: 8 t VO!. 111 4a I . 9 -, -- -- CABS- I I I I. . ! 1 I 1. 1 b s I . I I 1 .drtn Movtng Eaurpnent operator (tt.W per hour additional to rate); ~Raiel Excavator Operator (ovor 750 cu. yot. pep noup, t Operators nnQ one Oller and tuo Heavy Duty Rcpalr fequlreg) TRUCK DRIVERS ! Group 1: l'rafflc Control, also Suaapors and Plckups Croup 2: I! ax10 Dumps: 2 aslo Flatbod: Bunker: Conc~ot. Punplog: Industrial Lllt: Forkllft, undo+ 1S.OOO le.. Croup 3: 31 axle Dump; 3 axla Flatbod: 2 ax10 Vatot Trucra: Ero Control Hottlo: Dunpcc~to. 10s. tmn 6 f/2 yes.: Forktltt 15.0 lbs. and over: Pretl: Pt~ltno WOrklnp Truck Drtvor; Road 01; Sgreadar: rment DIstrlWtor or flurry Driver: Boot: ROBS Cart l or Group 4: 0ff-road Dump. mow 35 tons: 4 axle out loss than 7 LovDad anal Tral1.r: frrnslt Wlx, vMI.r 8 yat.: 3 axlo Yatar tr Eraston Control: Grout Ylxmr: Ourpccoto 6 1/2 yet. and oMr: bwltmP8: bY 90'8. td'8 8nd OVOP; F-1 Tf%Ck and 0mit8: Ut 4. axle: Truck armamor Group 5: Dft-rs8Q Durg. 3S tom a- wort 7 axlo or more: Trm Mix. 8 y88. and ovor; A-fPU. or Smf8h Crana8; 71m uorkar; Pull T8nrrets; Yalaar: Ylncn truck, 3 8x1. or aorm Croup 6: Truck Uopmlr Unlistod cl~sslfleatlorrs nomded for uork not tnc?udod uttnin th as provlaoQI In th. labor stand.re8 emtract clauses (la CFR, 6. (a)( 1 I( 11 1) Scow Of tN Cl8S8fflC8t?OnS 1fSt.6 Ory b. Add08 8ft.t 8WaPd On .- . .* 3 'LI I - - i - 1 Vol. Ill 42 L I - , - -*-- a BUDGET i3LT3'J 53. 63.3~33 -n, .r-*m u. SI DEpkqmTT 07 cu J>--IJ .i..!! LTLIJ; DZ.TU?)EIT CERTIFICATION BY PROPOSED SC3COSXACTOR REGARDI1;G d I I I I I 1 I I or subcontract. mn * SOrr I U 8 EQUAL EIIPL-0YC.T Q2103TLSITY fisie of Pricle Contractor FTOJ ect DTsmLmm r&s certification is required pursuaot to Extca257e Or%r U246 (30 F.R. 12319-25). ThC implementing rules and reg.tlatiszs cro-ride that any bidder c prospective centractor. or aW of their pro-cose sx'bcostrac2ors, shall state an initial part of the bid or negotiatioPs of t5.t contract vhethcr it has - paf-icipated in sny previous centrsct er sukert;ra& sc3ject to €he equal opportunity clause; and, if 80. vhethtr *# it 4 hs filtct Ptt cvpliance reports =der ap2Ucable instructions . blue the certification inkcates that th5 sa3&in%zmz%or has not filed a CQ plfa3ce repert due under applicable instn;r&fozS,. such sukoutrsctor shall requiredto submit 8 compliance report before the emf= apgroves the subcon er pedts work to begb under the subcoatract. - I -- - SUBC0,'JTRACTOS' S C;--.ZE'ICATIC3 t - II, ' Sl;bcontracLpa be: *- AdSebs : 8. 1. Bidder has participated in a previeus coatrsct e= FAcontract subject e 2. Cmliance repofis yere required to be file3 k cor=r%ction vith such c 3. Bidder has filed all cempliance reports due uszs s~?licable instructi KO:= REQUmC 4. If aqrnr to %Len 3. is "Ho," please cqhh ir? Cttsil 011 reJerse side 1 Equal Qpartunity Clause. w a . ma .. including SF-lO(3 If .psa sa 3 * .- 1 this - ccrt33icat;fon. CertfYication - The inforxaation above %e txs cd CCJ=?~=~P to the Best of havledgt ~3. belief. .. I Hame and Title of Sigzer (?lCZSe Type) Date tit' Sisature # li OP 0 f U.S. DEPARTP,E,.iT OF HOUSiNG AND URBAN DEVELOPPENT 1 I e(=- CERTXFICATION OF BIDDZR REGAEDIKG EQUAL EDLOMfENT OPPORTUNIn io% e. INSTRUCT1 OHS - e -hi's certificatioa is required pursuant to ExecutLre Order 112L (3GT.R. 12319-25). The LqlP-tztticg rules esd regdetioas provlde thst e;ly bisdcr or prospective coztrsctor, er say of their proposed subcontractors, 6Ul state as an initid pszrt of the bid or negotiations oi tk contract vhetker it has participated in 8qf previous contract or subcoztrsct subject to the equsl ogportdty clauee; ud, if 80, vhetbr it has filed ell ccql reprts due under apslicable instructions. Whtrc the certification indicates th8t the bidder has not file2 a coqlimc repart due under aiqlicable instructions, such bidder shall be required to a-t ~5 corpliaEce report &thin seven calendar days after bid opanicg. Eo contract shall be e-ardcd dess such report is subzitteb. I I I I 1 I 1 I I b '< CERTIFICATIOX BY BIDDER Bidder's Rane: Address and Zip Code: 1. Bidder has p8rtiCipBted in a previous contract or subcontz subJect to the Equal Opgortuaity Clause. WU (If answer is yes, idtntifi the rost recent c Conp3imce reports vert required to be filed in coztctioa vith such contract or subcontract . =n (If answer is yes, identify the ~ost recent c Bidder has filed all cqqlimcc reports due under tqplicE3le instruc? incluSag SF-109. If ansver to ite- 3 is "Bo," please explain fn detsil on re-etse si6 EO= 2. Ron 3. 8 YES n x0 a Eone Requiredm 4 this certification. 4. Ccrtizicstion - The irriorzstio3 above is true &ad co=?lete to the best of :( hculebge and belief. I I Eac a31 Title of Sig3cr (Please 'i~pt) ti. Date Si eatu e -'*x P-PX~ fz-v 1 -+.OW ?~.:'.t?.~r? is 0bsalcfe (u * D-a8 OrYN.**WU* i : 1 m .*a---m=~o i I tu cevo*anooa-e.reea,- t-w ST.*.O* IU 0V-g. r~~.rt.ttor~J..cbI r... I f i I I i II i W-8 aZPe.1. I I I 1 ..Tu..O* rrn.cse --- . rrkrcJ I- C. /rf -e. I. ~U.D .* 1 I 1 ao.118- TUOS cw~-*c&nor c/o . -- PffOje=T PIAM(: -- tIAUt . 71TLC . 1 ,. ' I .. - Aeon ~ -- .. - P: *;. , * .** --.---..- -- -...--. I -- --- - I. -- - .. - - .- -- -.. -.------I-- .. - .* - ... .. e - ..- -----.---I AOQR CSS t tIEUC .. . . .- *. 1 . TnAoc cL*::ic -- .. *- .. I *' .I) *e 0. .. .. . 1 .T * CLEAN AIR ACT ---- .. Contractor itgrces to coniply with a1 1 appl icsblt: stan.dsrds, orders, or tions issued pvrsticnt to the Clem Air Act of: 1970 (11'2 U.S.C. 1857 Et and the Fcdcral \!ater Pollution Control Act (33 U.S.C. 1251 ct. scq.) aniertdcd. Violations ski1 1 bc reported to the gt-iintor- agency arid the i Office of' the Envi ronoietital Protection Agency. 1.. ' 9- H i I I II II I I '. 4 I 1 I .*' I 8 .. 1 I L .I *. .' .. * 1. .. .I .. .. ,. -- ,' .. 5 I!- : .. .* .. , .. .. P . .. . .. ., . i It4Si'I:UCT10:~S roc P~?EPA?STICJN 01' 1 I 1 1 1 8 .. 1c 4. II. 8 I I I " 1 . *:e. * I STAT El.! E:! T c) F CO!.:?L I ,:I ice [ <o rv,.@ LQ r\ '3 - cj .. TIiis sl3tcj:icnt Of CompliZflCc rllce!S il<TdS r;.ScItillg ffolll tllC aRlcllt~ll~~llt of ;!le DJyiS. C;acon Aci to iricllldc frin;i. hc;icfi:s i>:".isior.s. dr1d:-r.tliis 3niciidcd In..\.. the cotl::.lc;:r is rcqt:irctl to pay fringe kllciits 35 i:rt.ctct:!r:zicr:d t)y I t:c !J<-[I;L~[K!P~I~ ci L~II;~. in c[iii- tion io pyii;tzt of IIIC ;P.I:IIIIIUIII r2!~s. ?'?IC coai:;lc!or's obli2:lticil t;1 p3y frir.k.2 ~.::~ii:~ .nay bz [;IC!! b;, !Ja)*lll2Rt Of tllC fril1;;c.s t0 tilib v;rious p!a!lS, flItldS, 01 {)fOgf'lLlis or by c;2-.;. It .. t. . ' ing thcse p:iy:ticiits to tIic c!i!ployczF ;IS cns!~ in lict1 of fri1rSc.s. I hc conkicfor c,h0~21:1 f1:n:~ on ilic f?:$x-o_fJi-ic,pa\.rglI A_--- :III -__..-- zgnics c:titl --------- to the .~:n~!::e+; -__ - \vlict?lcr a5 ti32ic m:cs or ns cxlj in 1;c.u oi fiingcs. t!:c corrttzctcr sli:tl! rc!)rLx5,:n! ;2 i:.: . sla(crnttnt of conl)liar.ce thr.1 112 i~ ~3; it?: to oLh:?S - frinys rcquirrd 11s tl\~ co2irGcr acj no! paid ;1S Cash iii lieu of fiiilgCS. 'Contrnctws v:h~ pap all rcqliirzd frinze bEne!its: X conlractor \*:!?a pap fringe tc:ie:its to apprx2d plans, funds, 01 prstrmis ir! ~RSU~!S not' lcss th:i:i ';;a? tlctcrrnircrl in ~IIC applicable *r'astf dccjsim of the Sccxtary pi Lab< sfit11 cofitic1is IJ sbcv: crn the face of his payroI! l!ir basic cash hx:lj. rate 36' ovcrtir.:? rate .pic! io .I;!s en;pIoyt.cs, just as lit?. has 3I~::ays dm?. Ssdi a contractw s:.:,~I cI;cc!.: p3r;:p:)h .!(ai of the statemct\l to ii~liczf~ t!mt 112 is 3150 pzying to a?provcJ ;dz:s, i~r12;. or pr.oqran? r.cl lcss thaR the x!:tu.?t !;r.r.:l?:crr:tir?cd i!s frinnpc. bendi ts for each mft. .:cy oxccptton si\:!il b. iicrtcd in Sec1ic:i 4(z). ?. -* ,. DCkilCd i;l>~illC!iOUS bL16W: - - .. . . L: I Contractors xI:o pay m :rinse benefit;: -. 0 .* A corit.r;ictor s:hs pays no friiiy,e benefits shtlll FZ~. ?o tlie.cn:plqe ni~d icsr;;t is tht o(riiir,ht iin;~ I!c,~\rll* rzte CO![;IC!II of hi:: p?yr911 ?I: :i:i~~t~iY! !!ot less Ih:iu 111,. pIecftt~i~.>inc.! rate foi cach classification plus [!IC$ axcull: of irir;gc bnniifj ts drt~r~ni~~ccl To; c~c.11 c:zssi- fjc.r!iion it: [Iic arplic2bic cage dccisiat:. I~tas~tli~Il ;r~ it is ;lot nccesmiy to p;:; ti:.:? :ii::J tl Iialf on cx!: p:!id iii lieu of fringes. the overtis? rat? shll be IlGl Icss than r::? ss:: d the f):tsic p:~ii:krrai~ctf ri:te, II~LIS ill^ half tiiile pipzitia\ OI\ the IJLiSiC oc rcgtIlsr CZ:;! \I!ES {he rcq\ijrc;l cnsI: in lieti of friny!s at the strc.i&i tim rat?. TO siisplify CO:I+;:::!Z!:L):I C.; o\Vertjn:c, it is suzystcrl that (!IC strzigtrt fircc* bisic ra:? irr?d C;~SII it1 Iie~i of ;:iil<:*s ki. sciizr:ltc!y st:tii:;l ill :~lc I10c:Iy rate ccItI:,;fI, thus S?.? j!.40. In ariditio:1~ tilt. tO:lii:!Ct>: sll;ill CIICCI; p=rngc3P!I q(b) of thc sta!ctnent to iili!iCSiC tJl;l( h~ is j)>)'iII:: frin;? bt.r.=%fi:s i1r cash ({ir+.c(iy to Lis cmplqccs. Any escc:I>iions ~,f;lil IIC noLctl jii Scctiorr .I(c). ' . . * . ,* e- I- , . tkc. or SCC~I~:~ -i(c). Exccptioris . Any. ct:'ntmctar who is inakiirc' p;iyti!c.nt 10 Blipcod pI:\ris, Cuiids. or proy:tins ir; xto:mts ICSS 1h:ru tlrc? v;:I;:L- ilctcrsiiii;iIion icquircs is o!,Ji~;cd to 11;iy tlic cli*ficil1,c.S Jir:*,*:l!' !a I!!:' clnployws :IS c:i!;h in Iicu of frii?!;ps. Aiiy c-sclytio::s tu Sr,c'ticw -?(;I) or -0). *?.!:i~i:*:.\~.r JI~(? ~c)ii~rii~-to~ i:iay cIlc.l.I;, sll;tl~ I),, vtit:uitxl in Sc~tic)!: .d(r). I.:II[c~ i ti !I!<* !.ht-c~pti:~~~ (.o~:~x~~ tlik Ci2f't. 2iitl t*titt*t iir flit? j<.ypI:;ti:i~joti c.oIir:nn i!lLm IioqiIj* ii:i1our1t 1):1i(I tI)\b CI;!~J!--'~~'CS ;I,c. ca!~ irr liw of Ilin:;cs, :t:d {tic Iiorirty :t!![tJul:t pJid 10 ~II:III:;~ fuiid:;, cir pro:;rws ;l$ iiiws. i 0 e $ (Ob(Ub-tb9 ,#.albb: 08#.<1 I($* 9.*BO~*M~ .* * ITw ~.itr- by (t,c Scclwiiict ti.htit *,!'I> b um+.jitx I' 6;. (;+I\C~:~I:I~IU f'tintil\.< 0:Ii.b \\+JI~.IIIJ:I~III. 1) C, .'~~III.' .. I'iitt. $I,,.'$ 1v.r I*,IJ i*t 111i1 * . *, t . *. . .. .. I .. , I- :. I c * '* . .. '. '. -0 '. .. .* A..' e .. .- - .. .. .' I .- ' 1 fico.1 k-43:: :! I (--- I c-. ' f II I I 1. U I u R I I I 8 I, c.3 P -24 . c. 88 p.3. iaJ3.4&0L 1 I - 1 - - .--_-.- - __ . - . .-- -_ - ._-_.. . . ....- -. -- - --. I " e t m I I I 1 b I I 1 I 8 II I I 8 MAIL FORM CC257 TO THE FOLLOWING ADDRESSES: A. U.S. DEPARTMENT OF LABOR EMPLOYMENT STANDARDS ADMINISTRATION OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRP 880 FRONT STREET, ROOM 2-S-19 I SAN DIEGO, CA. 92183 B. CITY OF CARLSBAD REDEVELOPMENT OFFICE 2965 ROOSEVELT STREET SUITE B CARLSBAD, CA. 92008 It INSTRUCTIONS FOR i ,dNG MONTHLY EMPLOYMENT U I ~LIZATION REPORT The bjonthly Utilization Report is to be completed by each subject contractor (both prime and sub) 2 responsibls official of the company. The reports are ta be filed by the 5th day Of each month during Contract, and they Shall include the total work-hours for each employae classification in each trade in tl for the monthly reponing period. The prime contractor shall submit a report for its aggregate work fc and submit rcpOnS for each subcontractor's aggregate work force to the Federal compliance agency tha Order 11246 responsibility. (Additional copies of this form may be obtained From the U.S. Depart1 Employment Standards Administration, OFCCP's regional office for your area.) Compliance Aqency ............................... .US. Gowrrnmcnt agency asrigfled responsibility f ment opportunity. (Secure this rnformation from officer .) I .. I li I @ I I II Bo II D 1. I I I m psriw 1 f Fedsfat Funding Agency ............................ .us. Government agency funding projecr (in wha Contractor ...................................... Any contrac!or who has a conrtruction contract w more than one agency. lis1 all. ernmenl or a CORtfaC1 funded in whole. or in p funds. ?,ti nority ...................................... .I ncfudes Blacks, Hispanic., American Indians, Alas Asian and Pacific Islanders-both man and women. 1. Ccrv~red Area ................................. .Geographic area identified in Notice required unae 2. Ernpl:?vrr's Identiflation Ntmber ................... .Federal Social Security Number used on Employer era1 Tax Return IUS. Treasury Department Form 9 . 3. Currdn: Coals (hlinority PC Female) .................... .Sea con:ract Notiliation. 4. R.:po::inj ?eri;d ............................... .Monthly. or as directed by the compliance ageno the effective dare of rhe contract. 5. Construction TrJae ............................. .Only those construction crafts which contracot covered area. 6. Wor4.Hourr of Employment (a e) .................... .a. The total number of male hours and the total r hours worked by employees in each clawfication. b:e. The total number of'rnafc hours and the fcmalr hours worked by each rpectfied group of mir in each clauiflcWiOn. Q Clauif~cmon ................................. .The Isvaf of accomplirhmmt or srxus of the wot (Journrv Worker. Appreortct, Trmme) .The p.rebotago of total mimiry workhours of 011 sum of columns 6b. 6c. &3. and 6. dwded by colt flgure for each ansiruction rrade). - .. 7. Minority Pcrcmcqe ............................. e. Fmale Perancage ........ ;.. .................... .For each wade the number reponrd in 60. F drvdctl Ute numbus r-0R.d in 61. M and r' 9. ToA Number ot Empiovces ....................... .Total numb of male and tatal number of fenu.e 1 inq tn each daruf#carion of eacn trae in tm mntr work form durmg reporting periac. .Total nu- ot mak minori:y emolovees rod I fernah minorrty ernpl-eei working in escf, chsi trade in ;ha contractor's aggregate work form c 10. Total Numr of Minority Employees ................ ? al- -;.'Is -4 ; 3 g i P' -0- 2-4; 5: L T p #- r m SJ 0 < zp 2 3) 3 PZ mz $rrn Zm I' 4 i~ Gi! 1; z I I; I 0 v) GI z I] C m B z 0 -I I- 5 r' m c) 0 z I :3 Lg; i;: L:: >= :: G; y2 1 .l .l a"-" I - 0 2 C? 3 0 Cn -lbL V) +PLW i>L z :%>: +D$ +m r( .I E! 3 PI +- 0 I C D;: C n;: C a;O 0 m zg5 225 2:; o zm;; 2:~ - m2 f: zzs 7 23; 7 23; s ;52 0 "'.o, ~55.2 miz -. < I -. -. rn rnr z q : * &or nyr n?,2 I3 7 '? 0' g y @vr ,m+L +r> ' 30r >< n gmD mm' 3 <$$ ai P \o - ;_1 Zmq 2 mi2 B r B 75: n3 r m 2 mr r ?' - cnr * 41 i i 5 a* "s 3. s - :z; 0 i).o,> ' la X 0 ?G. x -n -. e. - C 31 ntx . I. - I I ~-- 8 I .r. ' b K 01 4/ ' ___- f--. - --. I - "- I ... q 1i .. ,: :-I rn :: 1: i ! ... .* i -'. " e 0; I !I-- I '. .I 0 1 !E * 1 m -*. I I '.- L .! i : I! gi e .1 - ': I I. d.. '-.. i .:;;.I ' .JI p - .I B .i nl ?- 2: 0: 2 -. 0. , ,. , 0 1: * ,I . ': i :-.:I ,. .. .- J . . 4.1 :! . -.i -I .I i ., :j ! I . .i iII -! -4' .* ., *a ..I ,: i 3 ! ; i I ,' 1 .).. :- .! ._-._. .! . !.' 11, i .I - . -! .. .. I . - ..- -?.. I 4' .. g: I. 0 .e 6. ,.I tf N m. .* 8 .. " ' I f r-f' -n z s-- LT 2 v) 0 > m _. -n .5 r 0 : g ?TJ> >>; zo - Cm 1 z -4 onz 2 r> - VI T ?L .*- -..* *.# ' ,I -n E"? 5 > -z.. z '2+ =;; 0 ,3oan < ::%j 0 I -n'rn? ZB 2 L=& cl@ ~. . .. SI. .. .. I' ;i - !: .: , ! '' I *, v .u !$ .. . ._ I i .,.i i "0 52 D+ x a< ! rn rn Dn i om "Z z> i 0 m ..-I '. ! .I ? .. I . , .:, :! .i '0 a, 1 j ! * 2s br .! *,I .I ,'+ - ,l:3 Et= .i ! 8 r ' , :z-4 cnn 9l * o$ s: ll mO 'I !I. I)/ !I Iji :!. .I i"; P- e:. , . L. - i- I* 8: ! iI ;! : .. :3, d ?' !:: 'm z '; ' ;[<I 1 : (___ -/-,I .; . . 1, [ i . L j , !...!.;-.I iC-1 , : 9 .. ! *!I ;'I '! i - ';I -1 u, ?* i ;'* Y =; ;% nmz 1 -' SPt- zq I . EXCCPi;'3:1 !C?.'.F3 E x PLf,:f ?,YI?S .. .. .. k - 8- I ,a. .. *. .. .. 4" ' - . -- - .* .. .- April 1, 1992 Frank and Sons Paving, Inc. 1027 Third Ave. Chula Vista, CA 92011 Re: Bond Release - Contract No. 3738 - Tyler Street Alley Improvements Per instructions from our Engineering Department, we are hereby releasing the followi bond for the above-referenced project: Warranty Bond - Remaining 25% of Performance Bond No. 3SM75953200 $7,838.2 5 The bond is enclosed so that you can return it to your surety. ddp Assistant Ci lerk Enc. c: Yvonne, Eng. ___ - ___ ~ -- ~- __ 1200 Carisbad Village Drive - Carisbad, California 92008-1 989 - (61 9) 434-28( * -W@ITE IT- DON'T SAY @ L Date @A, -- TO +/A- s,. a Reply Wanted From 43ren Kundtz, Assistgt City Clerk UNO Reply Necessary Re: Bond Release - **- --K=37a-- -9. & 9 yyG- Our records indicate tliat the SA wa CbW or tlie above-referenced subdivision/proj ect idligible for release. your written authorization/approval for release. Please let me know the status, and if release is 0.k. we need Thanks, +: +?iw // 9- AIGNERFORM NO 55-032 Pl4ll I Authorized By c', v Principal Inspector 11 %: 1 I - b)Wl\d’I bAY ’ i! Date 56 __ - w To #&?,L%H1h- y&‘ 8 Reply Waritctl --- Frorii Cqreii Kundtz, Assist$?t City Clerk UNO Reply Necessary (BW 7 or tile dA %/- Y W%c. Re: Uoiid Release - %; -&d7S-- -9L & Our records iiidicate tliat tlie above-refereliced subdivisioii/proj ect is4ligit.le for release. your written autiiorfzation/approval for release. Please let iiie know tlie status, and if release is 0.k. 9d-V \{e rleecl ?hanks, +.+ d.p4w / Yd Pll AIGNCR roiw NO 55 a32 1 * I Q August 30, 1991 Frank and Son Paving, Inc. 1027 Third Ave. Chula Vista, CA 92011 Re: Bond Release - Project #3738 - Tyler St. Alley Improvements Per instructions from our Engineering Department, we are hereby releasing the followi bond for the above-referenced subdivision: Labor & Materials Bond No. 3SM75953200, American Motorists Ins. Co. $15,676.50 The bond is enclosed so that you can return it to your surety. &%?-* Assistant City Cle Enc . c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-28 WQITE IT- DON'T SAY 'y To J // (IgRep "- y Wanted r&> From <are, Kundtz, Assistant City Clerk UNO Reply Necessary ~ k=%7l&%ApB~,c&tc. Y >-#,J73f - * &*-- Re: Bond Release - % Our records indicate that the h bond for the above-referenced subdivision/proj'ect is eligible for release. your written authorization/approval for release. Please let me know the status, and if release is 0.k. We need *e* @$4, Thanks, PRlN Y- AIGNER FORM NO 55-032 RELEASE APPROVED BY: m Date I RELEASE AUTHORIZED BY: RELEASE APPROVED BY: fy., Da e 1 I c I I - UUN I 3AY ! ”@ 4 &%AYT,-* Y &2.2?73/ - * #**V To I @Rep v-- y Wanted - From earen Kundtz, Assistant City Clerk UNO Reply Necessary Re: Bond Release - % Our records indicate that the I h bond for the above-referenced subdivision/proj’ect is eligible for release. your written authorizationfapproval for release. Please let me know the status, and if release is 0.k. We need +** %A, Thanks, PRlF Y- AIGNER FORM NO. 55032 I April 16, 1991 Frank and Son Paving, Inc. 1027 Third Ave. Chula Vista, CA 92011 Re: Bond Release - Project 3738 - Tyler St. Alley Improvements The Notice of Completion for the above-referenced project has recorded therefore, we are hereby releasing 75% of the Performance Bond. Pleas consider this letter as your notification that $23,514.00 of Performan Bond No. 3SM75953200 (American Motorists Ins. Co.) is hereby released. We are required to retain the remaining 25% for a period of one year. At that time, if no claims have been filed, it will be released. The Labor & Materials Bond in the amount of $15,676.50 will be eligiblc for release on August 8, 1991. A copy of the recorded Notice of Completion is also enclosed for your records. &%*z Assistant City Clerk Enc . c: Yvonne, Eng. 1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2808 TI!* pz I991 ~~~~~~~ Q$jS,? ';$ a,?' B B Wk =m $I$*? pz ;;o ,v-FCr:i-177 i-ri *,-,ni i e 2 3 5 7 $# OIEGfi C[]!jgy RJCggBER'S OfFI Recording requested by: 1 nl I I , L CvMk3 1 COtdT E.,L.-.-.LI\ 1 i-q? n CITY OF CARLSBAD 1 1 r *-d = When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 <\?f!"Tr Tji" it? " 'f F; r@brfi 1 Space above for Recorder's Use Carlsbad, CA 92008 Notice is hereby given that: 1. 2. 3. 4. 5. 6. 7. 8. NOTICE OF COMPLETION The undersigned is owner of the interest or estate stated below in the property hereinaf described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of he undersigned is 1200 Carlsbad Village Drive, Carlsbad, Califom 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on NovemI 19,1990 The name of the contractor, if any, for such work of improvement is Frank and Son Pavir Inc. The property on which said work of improvement was com leted is in the City of Carlsb; County of San Diego, State of California, and is describe B as follows: Tyler Street AI Improvements, Project NO. 3738 (located between Carlsbad Village Drive and Oak Avenu, The street address of said property is NONE. VERIFICATION OF CITY CLERK I, the undersigned, say: I am the/City Clerk of the City of Carlsbad; the City Council of said City on 2 January , 1991, accepted the above descnbed work as completed and ordered that a Notice Ass is tan t Completion be filed. I declare under penalty of perjury that the foregoing is true and correct. Executed on January 23 , 1991 at Carlsbad, California. CITY OF CARLSBAD Z KAREN R. KUNDTZ, Assistant City Clerk EXHIBIT 2 i v m 8 -/