HomeMy WebLinkAboutJames Chase and Associates; 1988-12-21; 3723I
TE
(61'
1200 ELM AVENUE
CARLSBAI), CA 92008-1989 m
mu of aarlnball
PURCHASING DEPARTMENT
October 17, 1988
ADDENDUM NO. 1
PFLO JECT : CHASE FIELD REHAB
Please include t.he attached as part of the Contract.
This addendum, receipt acknowledged, must be attached to Propos: Form when bid is; submitted.
0 .+d-&r&
Ruth Fletcher
PTJRCHASING OFFICER
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
a3 $iddie 's signature -2 I \
3)
TA3LE OF CONTENTS
I
I PAXT I - PROCEIDURAL DOCUMENT - I??
NOTICE INVITING BIDS
PROPOSAL
BIDDER'S BOND TO ACCOMPANY PROPOSAL
DESIGNATION OF SUBCONTRACTORS
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE
CONTRACT
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS'
I.
I
1
I
I
I
I
1.
I
I
1
I
I
COMPENSATION RESPONSIBILITY
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF
AFFIRMATIVE ACTION PROGRAM
LABOR AND MWTEiRIALS BOND
PERFORMANCE BOND
ESCROW AGREEMEXT FOR SECURITY DEPOSITS IN LIEU
OF RETENTIOF? n
RELEASE FORM
PI PART I1 - GENERAL PROVISIONS - I Section
1. Plans and Specifications
2. Work to be Done
3. Defi:nitions and Intent
4. Codes and standards I 5. Construction Schedule
6. Non-Conforming work
7. Guarantee
8. Manufacturer's Instructions
9. Internal Combustion Engines
I.
I
I
I
I
I
I
10. City Inspectors
11. Provisions Required by Law Deemed Inserted
12. Intent of Contract Documents
13 e Substitution of Materials
14. Record Drawings
15. Permits
16. Quantities Modifications
I.
I 17. Safety & Protection of Workers and Public
18. Surveying
19. Utilities
28. Water for Construction
21. Test for Materials 1 22. Compaction Tests
1. 23. Cleanup and Dust Control
24. Special Insurance Instructions for Contractors
25. Order of Precedence
26. Supplemental General Provisions - HUD Requirements
1
I
I 1-
I
E
I
1
I
PA PART 111 - TECHNICAL SPECIFICATIONS -
PART IV - DETAILS
(SEE LIST OF DETAILS AT BEGINNING OF SECTION)
I.
I
I
E
I
I
I
I.
IC
1
ID
II
I
I
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
I.
Sealed bids will be received at the office of the Purchasing
4:OO P.M. on the 17th day of October , 1988, at which time
Officer, City :Hall, 1200 Elm Avenue, Carlsbad, California, unt
they will be opened and read for performing the work as follow I
CONTRACT NO. 3723
The work shall be performed in strict conformity with the
specifications therefor as approved by the City Council of the
City of Carlsbad on file with the City Clerk. hereby made to the specifications for full particulars and
The City of Carlsbad encourages the participation of minority women-owned bu s ine s s e s .
No bid will be received unless it is made on a proposal form furnished by the Purchasing Department. Each bid must be accompanied by security in a form and amount required by law.
The bidder's security of the second and third next lowest
responsive bidders may be withheld until the Contract has beer fully executed. The security submitted by all other unsucces$ bidders shall be returned to them, or deemed void, within ten (10) days after the Contract is awarded.
provisions of law (California Government Code Section 4590),
appropriate securities may be substituted for any obligation
required by this notice or €or any monies withheld by the Citi
ensure performance under this contract.
The documents which must be completed, properly executed, and notarized are:
Reference is I description of the work.
Pursuant to the
1. Proposal
2. Bidder's Bond
3. Designation of Subcontractors
4.
5.
Bidder's Statement of Financial Responsibility
Bidder's Statement of Technical Ability and Experienc
All bids will be compared on the basis of the Engineer's
Estimate. Thle estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's Estimate is $ 126,000 . I I.
I
NO Sid shall be: accepted from a Contractor who has not been
:.icensed in acc!ordance with the provisions of State law. Contractor shall state his or her license number and
classification in the proposal.
Sets of plans, special provisions, and Contract documents may 1: obtained at the Purchasing Department, City Hall, 1200 Elm
Avenue, Carlsbad, California, for a non-refundable fee of $15.( per set.
'The City of Carlsbad reserves the right tb reject any or all 3 and to waive any minor irregularity OF informality in such bid
'The general prevailing rate of wages for each craft or type of
worker needed to execute the Contract shall be those as
determined by the Director of Industrial Relations pursuant to
the Sections 1770, 1773, and 1773.1 of the California Labor coc Pursuant to Section 1773.2 of the California Labor Code, a
current copy of applicable wage rates is on file in the Office
the Carlsbad City Clerk. The Contractor to whom the Contract awarded shall not pay less than the said specified prevailing
rates of wages to all workers employed by him or her in the
execution of the contract.
The Prime Contractor shall be responsible to insure compliance
with provisions of Section 1777.5 of the California Labor Code and Section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The provisions of Part 7, Chapter 1, of the California Labor C commencing with Section 1720 shall apply to the Contract for work.
A prebid meeting will held on October 14, 1988 at City
Hall, Council Chambers at 3:OO p.m.
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior to bidding. Submission of bids without acknowledgment of addenda may be cause of rejection of
Bonds to secure faithful performance of the work and payment c
laborers and materials suppliers each in an amount equal to or
hundred percent (100%) and fifty percent (50%), respectively,
the Contract price will be required for work on this project.
The Contractor shall be required to maintain insurance as specified in the contract. shall be included in the bid price.
Approved by the City Council of the .A City of Carlsbad,
California, by Resolution No. py-z<-, adopted on the
I
I
E
I
I
1
I
1 a.
I
1
1
II
I
0 - I".
Io .-.$&Z-- D te
I
The
I*
I bid.
Any additional cost of said insura
,-,,: -, - dai , 1988. r I 1 1- -*-.
I
1’
CITY OF CARLSBAD
COWRACT NO. 3723
I* u PROPOSAL
City Council City of Carlsbad
1200 Elm Avenue Carlsbad, California 92008
The undersigned declares he/she has carefully examined the
location of the work, read the Notice Inviting Bids, examinei
Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation, and services
required to 130 all the work to complete Contract No. accorilance with the Plans and Specifications of the City of Carlsbad, and the Special Provisions and that he/she will ta
full payment therefore the following lump sum and unit price each item complete, to wit:
I
1
I
I
ZTEY iil Demolition (including existing sidewalk and f .p I. --
$/ Z-I ?3! 1 --
s &3,%/
ITEX it4 Trash enclosure (including concrete foundation. $ 5/17 1
1
ITEY if7 Custom triangular bleachers s 14,5’
ITEY. +S All bleach.ers (excluding triangular custom bleaches) $ b! 2r I -__
B
1 --
B
3723
I
miscellaneous removal )
ITEM 112
ITEM :t3
Pavers and sand base (including redwood headers)
Concrete s:Labs or walks (exluding picnic table slabs -- trash enclosure slab)
-- masonary , ,wood work! wood stain and concrete slab)
$
s bd ITEM St5 A11 concrete benches -.__ B ITEM $6 All bike racks (including foundations for posts) $ \,IS( --
--
1~~i.11 $9 Seat wall (including wood seat, masonary and foundations) 9 3, Is
ITEPL #lo Flagpole
ITEFI #ll Drinking fIountain
--
$ I, 5
ITEM $112 Concrete mow strips x--L-
-- -
$ 1
5c7 I@ --
I
ITEM if13 Redwood headers against existing chain link fence (see 5 1,5q
Construction Sotes ::13)
1‘
1 -- ITEN ii14 Retaining rGall (see Construction h’otes $14) ( including 5 q4
4 -- ITEH iF15 All Picnic Tables (including concrete slab) and s I,W
I --
8 --
i
I
I --
e --
footing )
and concrei:e slab for trash receptacles
ITEPl ;!16 X11 barbeques (including footing) $46
$ I,%
ITEM $118 Curb cut arid driveway $ &I
$ zq,5Z’
-- ITEM Sf17 Railroad tie retaining walls around existing trees
-- ITEM #19 Irrigation (excluding alternate Item D,
irrigation)
ballfield
-- ITEY It20 Rough grading (including mounding and topsoil import, $ b,qI
if necess r )
1 84 $4
*ITEM it22 All 15 gallon trees $ %,3
“ITEY :t23 All 15 gallon shrubs $ 5:
Iz 63 $----L-- 1 ::ITEEI 1k25 X11 1 gallon shrubs s 6,d;
?d1# “ITEM Sk21 X11 jd’? BcFk trees --
-- ’ 0 -- “ITEX j~24 All 5 gallon shrubs
-- t.Irnr\ kL1.S p-ll 7-6” i7D‘IC -h-eR5 F $f 6, I:
I
I ITEM, 1/27 Bark mulch !3 zp
4 --
I
1
1
I
J- Items include excavation backfill, guying or staking
$ I, 4
ITEN #28 Finish grading and soil preparatlon $ SJ
ITEM 5/26 Seeded turf --
--
$ 3/74 ITE3 #29 60 Day Maintenance Period --
I.
I
I
I
1 $
I
' ITEM $30 ANY OTHER ITEMS CALLED FOR ON PLANS OR SPECI-
FICATIONS BUT KOT PREVIOUSLY LISTED $
$
$
$
$
I* --
TotalL amount of Base 13
~ I
$ 174,422.QO -4 d/ltkh A I
8-
Total. amount of Base Bid in numbers:
ALTEIWATE ITEMS: The following items may be substituted for or added to Item
Alternate Item A: A.C. Paving (in-lieu of Concrete per item 2.) $ M,,/.
- Alternate Item B: $ /', 5
Alternate Item C: Turf Block (see Construction Note 1/21) (includes
overseeding with turf seed)
Alternate Item D: Irrigation of ballfields (includes Rainbird ISC
tliru 30 of the Base Bid.
I- Concrete paving (in-lieu of Pavers per item 1. )
$4,0
$(o,ar
I. -
I--
1- excavation, backfill, guying or staking)
ITEM E-1: 48" box tree $ I,~~SPO ea. 1 ITEM E-2: 36" box tree $ bj5~0 ea.
ITEM E-3: 24" box tree $ l42.0~ ea.
ITEM E-4: 15 gallon tree $ 67-00 ea.
ITEM E-5 5 gallon shrub $ gI.Oa ea.
ITEY E-6 1 gallon shrub $ k-9 ea.
ITEM E-7 ground cover $ ~g ea. fhd&
Addendum(a) No(s). I has/have b(
J; Rk'
24 auto-controller in-lieu of ISC-16 controller)
Alternate Item E: Unit Prices for Planting (prices include $
I
I
I
I plant from flats
received and is/are in'cluded in this proposal.
F &y/L/ydli'l*l I.
Y d ' J' 41 8" 8 i
k\] ,,p &A/
1
I All bids are to be computed on the basis of the given estimate
quantities of work, as indicated in this proposal, times the u
price as submitted by the bidder. In case of a discrepancy
between words and figures, the words shall prevail. In case o
an error in the extension of a unit price, the corrected extension shall be the calculated and the bids will be compute
as indicated above and compared on the basis of the corrected
I.
1 totals e
The Undersigned has checked carefully all of the above figures
and understands that the City will not be responsible for any
error or omissions of the part of the Undersigned in making up this bid.
1
8
1
I
1. Identification B
I
1
U
1
I
1
The Undersigned agrees that in case of default in executing th required Contract with necessary bonds and insurance policies within twenty (20) days from the date of Award of Contract by City Council of the City of Carlsbad, the proceeds of check or bond accompanying this bids shall become the property of the C 1 of Carlsbad.
Licensed in accordance with the Statutes of the State of
California providing for the registration of Contractors, Lice
No. 4wBq.
I The Undersigned bidder hereby represents as follows:
1. That no Council member, officer agent, or employee of
the City of Carlsbad is personally interested, direct or indirectly, in this Contract, or the compensation
be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents, c
emplcyees has inducted him/her to enter into this
Contract, excepting only those contained in this form
Contract and the papers made a part hereof by its
terms; and
2. That this bid is made without connection with any
person, firm, or corporation making a bid for the sam
work, and is in all respects fair and without collusi I or fraud.
Accompanying t:his proposal is
for ten percent (10%) of the amount bid.
(Cash, Certified Check', Bond or Cashier's Chf
I.
I
t
1
I
1
l
I
I
'The Undersignec? is aware of the provisions of Section 3700 of i
California Labor Code which requires every employer to be insui against liability for workers' compensation or to undertake se insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the ?erformance of the work of this Contract.
'The Undersigned is aware of the provisions of the State of iT.alifornia Labor Code, Part 7, Chapter 1, Article 2, relative I
the general prevailing rate of wages for each craft or type of
worker needed to execute the Contract and agrees to comply wit1
its provisions.
1.
LkVmAw /+G%Dki ---- Bidder's Name
b (4 - 4 87 7 6sy
\&-u lbenlt 83(&Ct: 4urk (-j
G4M DL , Lijl6YhQ qzi2&
Phone IVumber
(?JJWGLLGTS ----- uthorized S:.qnatur e
b47-36 Bate
-- - Author i z e d S i gn a tu-e
h@o&iQq
Type' of Organization
(Individual, Corporation,
4 Address 1. or Partnership)
I List below names of President, Secretary, Treasurer, and Manag
if a corporation; and names of all partners, if a partnership:
I d!Ws l-. Chbe p../q?+2/&
8
t
I
1
I
ss.:
October
1 1 STATE OF California
COUNTY OF Sari Diego
On this 17th - day of
James L. Chase ,to me known, who being b ap9ee.c d
duly sworn, did depose and say: that he resided in the City Of' San Diego State Of' Ca1ifornia I
of James Chase and Associates'. &E
by order ofihe Board of Directors of said COI
' [hat he IS the President the corporation described in and which ex
r Ki:red to said instrument wais such c
liw, and that he signed his name LIieret
rn
- *k
BOND #NAA 005054-05
BIDDER’S BOND TO ACCOMPANY PROPOSAL
XNOW ALL PERSONS BY THESE PRESENTS:
Principal I and MERITPLAN INSURANCE COMPANY , as surety ar held and firmly bound unto the City of Carlsbad, ‘California, in an amount as follows: (must be at least ten percent (10%) of t
bid amount)
for’which payment will and truly made, we bind”ourselves, our heirs, executors and administrators, SUCC~SSO~S or assigns, jointly and severally, firmly by these payments.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the above-bounden principal for: SITE WORK CONSTRUCT10
0
That We, - JAMES CHASE AND ASSOCIATES, INC ....... _, ,_I as
- 1.0% OF THE AMOUNT BID NOT TO EXCEED EIGHTEEN THOUSAND AND, oo/lOO ($18,000;0
-
:INCLUDING PAVING, RETAINING WALL AND LANDSCAPING AT CHASE FIELD.
in the City af Carlsbad, is accepted by the City Council of sai city, and if the above bounden Principal shall duly enter into and execute a Contract including required bonds and insurance policies wlthin twenty (20) days from the date of Award of contract by the City Council of the City of Carlsbad, being dul notified of said award, then this obligation shall. become null and void; otherwise, it shall be and remain in Eull force and effect, and the amount specified herein shall be farFeited to the said City,
In the event any Principal above named executed this bond as an
shall not exonerate the Surety from its obligations under this kiond.
YN WITNESS WHEREOF, we hereunto sat our hands and seals this 2,
C!nrposate seal (if Corporation)
IERITPLAN INSURANCE COMPANY
z individual, it is agreed that the death of any such Principal
e
1988. clay of October -.--I
ni --
(NOTARIAL ACKNOWLEDGEMENT? OX
,EDGEMIENT OF EXJ3CWFION BY ALE PRINCXPALE
6‘ ATTORNEY XN FACT) AND SURETY MUST BE ATTACHE1
‘1
U
..I , . . . , , . .
8.. 0 \ ?*
ti .
ss.:
October , 19-, 88 before me 1
appeared James L. Chase ,to me known, who be!
duly sworn, did depose and say: that he resided in the City Of Sari Diego State Of Ca1ifornj
that he is the
the corporation described in and which executed {lie foregoing instrument: that he knew the seal of said sorporatia
S e seal; that it was amxed by order of the Board of Directors of sai
t e order.
1 STATE op calif ornia
COUNTY OF Sari Dlego
On this 17th - day of
President of James Chase and Associates,
,
(Seal arid Address)
bl’A.ihUb a e -I
) ss:
Clounty of Sa’ Dieg’ I
19A October On this 17th day of
Lisa L. Martin , a Not(
personally appeared I Joanne Burdette personally known to me for Droved tc r5asis of satisfactory evidence) to be the Attorney-in-Fact of the Meritp1 an Insurance
‘Company and acknowledged to me that he subscribed the name of the Meritplan Insurant
‘Company thereto and his own name as Attorney-in-Fact.
/\
LISA L. MARTIN ,
\OTARY PU9:C CAL\FDRNA , PRINCIPAL orwx 1~ ,
I I SAY DIEGO WJhTY / SaaDiego , State ofCa1 i forn
30272
MERITPLAN Insurance Company
L 3349 MICHELSON DRIVE, IRVINE, CALIFORNIA 92715-1606
GENERAL POWER OF ATTORNEY
KnowAllMenby Z?zesepreSent.s, ThathElUTPLANINSURANCECOMPANY, acorporationdulyorganized andexistingunderl State of California, and having its principal office in Irvine, Orange County, California, does by these presents make, constitute
JOANNE RURDETTE
of SRn&rro - and state of California its true and lawful Attorney( shin-F
power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
$1,500,000 ANY AND ALL BOlJDS
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporz Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s>in-Fact may do in the pr appointment is made under and by authority of the following resolution adoptedby the BoardofDirectors ofthe Meritplan Insurance C meeting held on the 1 lth day of February, 1974.
“BedtRt~soivecC that the President, <my Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested wi
and authority to appoint any one or more suitable persons as Attomey(s>in-Fact to represent and act for and on behalf of the Compa the following provisions:
“Section I. Attome,win-Fac& Attorney-&Fact may be given full power and authority for and in the name of and on behalf of the ( execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements ofindemnity and other conditional or oblig
takings and any and alI notices and documents canceling or terminating the Company’s liability thereunder, and any such instrumentr by any such Attorney-&Fact shall be binding upon the Company as if signed by the President and sealed and attested by th Secretary.”
and its corporate seal to be
‘Tn PEmess ~oJ Meritplan Imurance Company has caused these presents to be signed by its Vi rp Pr&dPnt
day of -&lwry , A.D., 1
atate of California -.-
ss.:
County of Orange
onthis- 26th dayof- , in the year19R8
, a notary public, personak
K.R. Huckabay , personally known to me to be the
t on behalf of the corporation therein
Grace B. ~ P&na
executed the within instrument as - Vice President
acknowledged to me that the corporation executed it.
-&4 > ~/i:
Nc
<TJ - =\,-
/ Grace B. Pelina
ab
I, the undlersigned Secretary of Meriitplan Insurance Company, hereby certify that the above and foregoing is a full, true and correc Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of Attorney is still in force
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under and by the autl following resolution adopted by the Board of Directors of the Meritplan Insurance Company at a meeting duly called and held on the 1 mary 1974, and that said resolution has not been amended or repealed
“RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of Corporation, ma or printed by facsimile to any certificate to a Power ofAttorney of this Corporation, and that such printed facsimile signature and seal SI and binding upon this Corporation.” 0 GIVEN under my hand and the seal of said Company, at Irvine, California, this 17th
Cctober -, 19 88.
i?xkh.&#&
4LZOORI 86 Secretary
~ --x--.-,,%----7.I- ---- 1-11-/- c T---.-.Tim?m-,-- - - r ---
B
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the subbids of the following listed Contractors in making up his/her bid and th
the subcontractors listed will be used for the work for whic
they bid, subject to the approval of the City Engineer, and
accordance with applicable provisions of the specifications
Section 4100 et seq. of the Public Contracts Code - "Sublett
and Subcontracting Pair Practices Act." No changes may be m
in these subcontractors except upon the prior approvai of th
City Engineer of the City of carlsbad. The following inform
is required for each subcontractor. Additional pages can be
attached if required.
Items of Full Company Complete Address Phone No Work Name with Zip Code with Area
I
I
I
I
I
I
II
I -
8.
I
II -
I
I
I -
P
I
I.
-
hq -7%-i
j2,14 Ll , a- r-
7s 3s Zq. zf zb:Z7,'z6,4,qp5& - 4% L$&d%$q-
5-,7,54rs at$/ * 714-m -
-
-
- 1.
-
-
-
-
-
-
-
-
i
I - 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 bid
submission. Additional pages can be attached, if required. I.
Type of State Carlsbad Amount Contracting Business of
Full Company Name License & No. License No.* Bid ($ or 5
II
I
I
I
I
I
1
I
I
1
1;
I*
I
1.
* Licenses are renewable annually. If no valid license, indic flNONE.ll Valid license must be obtained prior to submission of
signed Contracts.
d4@55&% imh
I\@ Ih'y Vb@ %ik
h ~(ey Mii?mM 4
I Bidder's Company Name
(NOTARIAL ACKNOWLEDGEMENT OF Bidder's Complete Address
EXCEPTION MUST BE ATTACHED. )
(CORPORATE SEAL)
Y
I.
- ---_ -
NOTARY Put
STATE OF California
COUNTYOF Sa* Dieffo
On this 17th - day of
appeareld James L . Chase
dtly sworn, did depose and say: that he resided in the City of Sari Diego
hdt he is the President of James Chase and Associates.
the corporation desctibed in
seal affixed IO said instrument was such
lion, and thttt he signed tiis narne there
, to me known, who be
State of Californj
_I
i
I
1
I
BIDDER'S - STATEMENT OF FINANCIAL RESPONSIBILITY
The Undersigned submits herewith a notarized or sealed state
of his/her financial responsibility. *!w &hk 1Ahm- dwl /c&f 7Lh I.
~- --
NOTARY PUBLIC CAL
PRINCIPAL OFFlC ss.: 1 STATE OF California
COUFlTYOF San Diego a
17 th day of October On this
appeared
-duly sworn, did depose and say: that he resided in the City of Sari Dieffo State Of' California
that he is the President of James Chase and Associates. u
the corporation described in arid which knew the seal of said corporation: seal aifixed to said instrument was such of the Hoard of Directors of said ( tion, c,nd thut he signed his name theret
James L . c 2aSe ,to me known, who being
I
i
I
I --
I. ---
I"
1 .'
I.
8
1
(NOTARIAL IiCKNOWLEDGEMENT OF EXECUTION MUST BE ATTACRED) 11 ( CORPORATE SEAL )
JAMES CHASE & ASSOCIATES, INC.
BALANCE SHEET
July 31, 1988
0
ASSETS
CURRENT ASSETS
Cash $ 1,773
Trade Accounts Receivable 134,089
135 , 862 TOTAL CURRENT ASSETS
PROPERTY AND EQUIPMENT
Furniture, Fixtures, and Equipment 15,139 Vehicles 15,731
30,870
Accumulated Depreciation (28,744)
2,126
$ 137,988
LIABILITIES AND STOCKHOLDER'S EQUITY
CURRENT LIABILITIES
Current Notes and Loans Payable (Note 2) $ 39,481
0
Loans from Stockholder (Note 3) 22 , 458
Accrued Liabilities (Note 4) 8,907
TOTAL CURRENT LIABILITIES 70,846
DEFERRED INCOME TAXES (Note 5) -
STOCKHOLDERS' EQUITY
Common Stock, $100 per value, 50 shares
Additional Paid-In Capital 13 , 400
Retained Earnings 53,722
67,142
$ 137,988
authorized and outstanding 20
+dUiwf?/ /P,9-@
SEE ACCOUNTANT'S R PORT' AND ACCOMPANYING NOTES
0
I
1-
I
I
I
I
I
I
1.
I
I
I
I
1
1
I
ri
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
The Bidder i.s required to state what work of a similar chara
to that included in the proposed Contract he/she has success performed arid give references, with telephone numbers, which enable the city to judge his/her responsibility, experience skill. An attachment can be used, if notarized or sealed.
I.
I Date I IName and Phone1 I /Contract /Name and AddresslNo. of Person I Type of /Amount
ICompletedfof the Employer I to Csnta,gt I Work 1 Contra E?Jmg I *?,Q? I I lq% 1 I LwL@icb&7 i$,,{& '... lwl lqu 15fl
v +/Q ; jhf;ewq ;7,047,a I khk Ww$qVd/7/$- &- j!f7
I @G, Q$&wJ-, , I I
1 iq$?fj 1 ,Gi4/w+dw &$y;:-pJ;@ ;q ;q,f*; /]OLfllG
I I i E%YL3&f''%v;7~ I zo I I I I
I--
I I 1 i I I I I I
I I I I I, I. I I I I t%i-lM bus1 91 f6-6Uk%f&or/l I I
I I I i
I I &Dl &st-
I I I I I I I I I I I I 1 I I i I I I I I I I I I i I I I I ! I 1 I I I I I 1 1- I I I I ! I I
I lqb I I "I I I I I I I
I I
18 / .A4 I I
&4qk&333: I I 1
L
I 1 I
8@* @ba( %* I I
o&= I 19 i33h &y- Y
--
*
OFFICIAL SEAL
LISA L. MARJIh
PRINCIPAL OFFICE IN
NOTARY PUBLIC CALIFO~'
SAN DIEGO COIJNTY
Mv Commission ~xp March 31
STAyE OF California
cou]qmOF Sari Diegcs
On this 17th
James L. Chase ,to me known, who bein, apperired
duly syvorn, did depose and my: that he resided in the City Of San DieRo State Of' Ca1iforu
or *I
en;; that he knew the seal of said corporation
ed by order of the Board of Directors Of said
I'
I
at lie is the President e c,orporation described in and wliicfi executed the foregoi
affixed to said instrument was such corpornte Seal: that , and that he signed his name thereto by like order-
I
II
1
II
1
1
I
1.
I
1
U
I
I
CONTRACT - PUBLIC WORKS
This agreement is made this %J/yday of
between the City of Carlsbad, California,/ a municipal corporation, (hereinafter called "City") , and
James Chase 1i Associates
whose principal place of business is 11650 Iberia place, sui-
San Dieqo, CA 92128 (hereinafter called "Contractort1 s )
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract documents for:
(herein sf ter called 1' pro j ec t I' )
2. Provisions of Labor and Materials. Contractor shall prc all labor, materials, tools, equipment, and personnel tl perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of
Contract; the bid documents, including the Notice to Bidders, Xnstructions to Bidders' and Contractors' Proposals; the Plans and Specifications, the Special
Provisions, and all proper amendments and changes made thereto in accordance with this Contract or the Plans a
Specifications, and the bonds for the project; all of w
are incorporated herein by this reference.
The Contractor, her/his subcontractors, and materials suppliers shall provide and install the work as indicat
specified, and implied by the Contract documents. Any of work not indicated or specified, but which are essen
to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances through the life of the Contract, the City will be the interpreter of the inten the Contract documents, and the City's decision relativ said intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materi
suppliers of this condition of the Contract will not re
her/him of the responsibility of compliance.
4. Payment. All full compensation for Contractor's perfor
of work: under this Contract, City shall make payment to
Contractor per Section 9-3 of the Standard Specificatio for Public Works Construction. The closure date for ea monthly invoice will be the 30th of each month.
Invoices from the Contractor shall be submitted accordi the required City format to the City's assigned project manager no later than the 5th day of each month. Payme
will be delayed if invoices are received after the 5th
each month. The final retention amount shall not be
u , 1988, by
I*
I
I
II
1.
D
1
II
1
I
1
1
1
I
1.
N
II
I
1
M
I
I
released until the expiration of thirty-five (35) days
following the recording of the Notice of Completion pur
to - California Civil Code Section 3184.
5. Independent Investigation. contractor has made an
Independent Investigation of the jobsite, the soil conditions at the jobsite, and all other conditions th
might affect the progress of the work, and is aware of conditions. The Contract price includes payment for a1 work that may be done by Contractor, whether anticipate not, in order to overcome underground conditions. Any information that may have been furnished to Contractor City about underground conditions or other job conditio for Contractor's convenience only, and City does not wa that the conditions are as thus indicated. Contractor satisfied with all job conditions, including undergrour conditions and has not relied on information furnished
City.
Contractor shall be responsible for all loss or damage
arising out of the nature of the work or from the actio the elements or from any unforeseen difficulties which
arise or be encountered in the prosecution of the work its acceptance by the City. Contractor shall also be
responsible for expenses incurred in the suspension or discontinuance of the work. However, Contract shall nc responsible for reasonable delays in the completion of work caused by acts of God, stormy weather, extra work,
matters, which the specifications expressly stipulate wi
1.
6. Contractor Responsible for Unforeseen Conditions.
1 borne hy City.
7. Change Orders. City may, without affecting the validit
the Contract, order changes, modifications and extra wc by issuance of written change orders. Contractor shall no change in the work without the issuance of a writter change order, and Contractor shall not be entitled to compensation for any extra work performed unless the C:
has issued a written change order designating in advanc
amount of additional compensation to be paid for the wc
If a change order deletes any work, the Contract price be reduced by a fair and reasonable amount. If the pal
are unable to agree on the amount of reduction, the WOI shall nevertheless proceed and the amount shall be determined by litigation. The only person authorized t order changes or extra work is the Project Manager. TI written change order must be executed by the City Manac it is €or $5,000.00 or less or approved by the City Coi and executed by the Mayor if the amount of the change c exceeds $5,000.00.
8. Immigr3tion Reform and Control Act. Contractor shall (
with the requirements of the "Immigration Reform and C( Act of 1986" (8 USC Section 1101-1525). I.
1
I
1
I
I
I
1
II
1. u
I
i
1
8
I
I
9. Prevailing Wage. Pursuant to the California Labor Code,
director of the Department of Industrial Relations has
determined the general prevailing rate of per diem wages accordance with California Labor code, Section 1773 and a copy of a schedule of said general prevailing wage rates on file in the office of the Carlsbad City Clerk, and is incorporated by reference herein. Pursuant to California Labor code, - Section 1775, contractor shall pay prevailing wagers. Contractor shall post copies of all applicable prevailing wages on the job site.
I.
10. Indemnity. Contractor shall assume the defense of, pay a expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature description, directly or indirectly arising from or in connection with the performance of the Contractor or work or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations
including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; and from any and all claims, loss damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature the work covered by the Contract, unless the loss or dama
was caused solely by the active negligence of the City. expenses of defense include all costs and expenses includ
attorneys fees for litigation, arbitration, or other disp
resolution method.
11. Insurance. Without limiting Contractor's indemnification
it is agreed that Contractor shall maintain in force at a
time during the performance of this agreement a policy or policies of insurance covering its operations and insuran covering the liability stated in Paragraph 10. The polic
or policies shall contain the following clauses;
Contractor's liability insurance policies shall contain t following clauses:
A. "The City is added as an additional insured as respec operations of the named insured performed under contr
with the City.''
B. "It' is agreed that any insurance maintained by the Ci shall apply in excess of and not contribute with, insurance provided by this policy."
All insurance policies required by this paragraph sha contain the following clause:
I
C. "This: insurance shall not be cancelled, limited or nc renewed until after thirty (30) days written notice h been given to the City." 8.
I
I
1
I
I
I
I
I
1.
1
I
1
1
I
1
I
I
D. "The insurer waives any rights of subrogation it has
may have, against the city or any of its officers or
employees. I'
Certificates Of insurance evidencing the coverage require
by the clauses set forth above shall be filed with the Ci
prior to the effective date of this agreement.
requirements of Section 3700 of the California Labor Code
Contractor shall also assume the defense and indemnify an
save harmless the City and its officers and employees fro
all claims, loss, damage, injury, and liability of every
kind, nature, and description brought by any person emplo or used by Contractor to perform any work under this Contract regardless of responsibility for negligence.
I.
12. Workers' Compensation. Contractor shall comply with the
13. Proof Of Insurance. Contractor shall submit to the City
certification of the policies mentioned in Paragraphs 10
11 OF proof of worker's compensation self-insurance prior
the start of any work pursuant to this contract.
14. Claims and Lawsuits. Contractor shall. comply with the
Government Tort Claims Act (California Government Code Section 900 et seq.) prior to filing any lawsuit for brez of this contract of any claim or cause of action for mOnE or damages.
15. Maintenance of Records. Contractor shall maintain and mz
available at no cost to the City, upon request, records 1
accordance with Sections 1776 and 1812 of Part 7, Chapter
Article 2, of the California Labor Code. If the Contract
does not maintain the records at Contractor's principal
place of business as specified above, Contractor shall sc inform the City by certified letter accompanying the retr
of this Contract. certified mail of any change of address of such records.
16. Labor Code Provisions. The provisions of Part 7, Chaptel
commencing with Section 1720 of the California Labor Cod6
are incorporated herein by reference.
17. Security. Securities in the form of cash, cashier's chec
or certified check may be substituted for any monies
withheld by the City to secure performance of this contrl
for any obligation established by this contract. Any ot
security that is mutually agreed to by the Contractor an
the City may be substituted for monies withheld to ensur
performance under this contract.
18. Provisions Required by Law Deemed Inserted. Each and ev
provision of law and clause required by law to be insert in this Contract shall be deemed to be inserted herein a
included herein, and if, through mistake or otherwise, a
such provision is not inserted, or is not correctly inserted, then upon application of either party, the
Contract shall forthwith be physically amended to make s
insertion or correction.
Contractor shall notify the City by
I.
I
I 19. Additional Provisions. Any additional provisions of tl
agreement are set forth in the "General Provisionstf or "Special Provisions1' attached hereto and made a part hc
d%m-+t-b@mM
1.
I Contractor
(NOTARIAL ACKNOWLEDGEMENT OF
EXECUTION BY ALL PRINCIPALS
MUST BE ATTACHED.)
I
I BY
I
I
1.
1
I
I
I
1
1
I
OVED AS TO FORM:
l2AQeJ I '7 &ney /2/b /tit*
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
WORKERS' COMPENSATION RESPONSIBILITY
IsI am aware of the provisions of Section 3700 of the Labor C
which requires every employer to be insured against liabilit workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will coml
with such provisions before commencing the performance of tl I work of this Contract."
I.
California
89,:
December
1 STATE OF -
COUNTYOP' San Diego
day of 7 th On thils
appeared - James L. Chase
duly sworn, did depose and say: that ha resided in thc City Of Sa* DiePo State Of California 1
that hc is the President of James Chase & Associates, Inc.
the corporation described in and which executed the foregoing instrument: thnt he knew the seal of said corporation: that lhc seal affixed to mid instrument was such cotpotnte SCR~ that It s affixed by order of tlia Hoard of' Directors of suld corpom-
tion, and that he slgned his name thereto by like ordd/[ - &),+,<, ~
,to me known, who being by mo
/-- 1 :'i. ,./'c,.L. : f < /+A. bL-
\ , NoJnql Public (Seal and Address)
I
IC
1
I
I
I
1
I
I.
I
I
I
I
I
I
I
CONTRACTOR'S CERTIFICATION OF AWARENESS OF
IMMIGlUTION REFORM AND CONTROL ACT OF 1986
"I am aware of the requirements of the Immigratlon Reform an Control Act of 1986 (8 USC Section 1101-1525) and have compl with these requirements, including, but not limited to, veri the eligibility for employment of all agents, employees, subcontractors, and consultants that are included in this Contract. v
I=
k J.l@$C& wfis tA591.lrn @ ChQe QW'K Con et
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
OF AFFIRMATIVE ACTION PROGRAM
I hereby certify that
in preforming under the Purchase Order awarded by the City o
Carlsbad, will comply with the County of San Diego Affirmati
Action Program adopted by the Board of Supervisors, includin current amendments.
d&@ ah% 1 f&%Iw lNr
(Legal Name of Contractor)
\2-?- gb & h.de/ ----- Date i n ire
?p?wQ-T- -I Title
STA'rE OF California
SQ'. DiiGO C3U'tT' .'l, z2* -31=.so1: EXP %m9 --
88 . , I9-, before me p
appeared James L. Chase ,to mu known, who bel
duly sworn, dtd depose and say: that he reslded fn the State Of' Calirorz
that he 1s the President
the corporation described in and which extcuied the foregoing instrument; 1hRl he knew the seal or said corporatio acsl ilffixed to wid instrument was su
lion, and ihnt he signed his name the
tis.:
December
I COUNmOF Sari Diego
day of 7 th On thls
CitX Of' San Dieffo
L of James Chase & Associates,
I' .
- COVERAGE
NOT AUTO COVERED LIABILITY COVERED c1 Owned
Hired 0 Non-Owned
CI ' Contingent Liability
CI El Employer's Non-Ownership
Single Limit Liability for Coverages checked m above
GENERAL LIABILITY M&C - OLT
Owners & Contractors
Elevators
Completed Operations
fl Products and/or
c] Contractual * f m
El
Single: Limit Liability for Coverages checked [x1 above
El CARGO 00
WORKERS COMPENSATION - * Includes Goods or Products Warranty, Written
COMBINED LIMITS OF LIABILITY
Bodily Injury $ ,000 each person
$ ,000 each occurrence
Property Damage $ ,000 each occurrence
$ 1 ,OOo ,000 each occurrencc
$ ,000 each person *
$ ,000 each occurrenc
Property Damage $ ,000 each occurrence
Bodily Injury
,ooo annual aggrega,
,ooo annual oggregatt
products * * * $
$
$ 1,000 ,000 each occurrence
products * * *
annual oggregote $ 1 9 OOo ,000 products * I
$ ,000 each vehicle
$ ,000 each occurrence
Statutory
Lease of Premises, Easement Agreement, Municipal Ordir
YEAR, MAKE, TYPE OF BODY, LOAD CAPACITY OWNED AUTO- MOB1 LES, IF
COVERED
IDENTIFICATION NUMBER
SI -
1494 76 82 Umbrella Liability
POLICY NUMBER
-
$ 10 ,000 retained limit
$7 wo ,o(JJ each occurrenc $1,uwuuu aggregate
LUDLO W & ASSOCIATES
17220 Newhope St.
Fountain Valley, CA 92708
(714) 549-8644
CHASE ASSOCIATES
630 S. EL CAMINO REAL
SAN CLEIIENTE, CA 92672
COMPREHENSIVE FORM
PREMISESlOPERATlONS
PRODUCTSCOMPLETED OPERATIONS
INDEPENDENT COKTRACTORS
BROAD FORM PROPERTY DAMAGE
ALL OWNEII AUTOS (PRIV PASS )
ALL OWNEIJ AUTOS ($${RJi$N)
NON-OWNEIJ AUTOS
GARAGE LII\BILITY
t’ COMPENSATION WP88-473948-01
CITY OF CARLSBAD
II
I
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad,
California, 92008, hereinafter called IrCityt1 and
whose address is
hereinafter called "Contractor" and
whose address is
hereinafter called tfEscrow Agent. If
For the consideration hereinafter set forth, the Owner,
Contractor and Escrow Agent agree as follows:
I.
I
1
1
1
E
1
E.
1
I
1
I
I
I
I
1
1. Pursuant to Section 4590 of Chapter 13 of Division 5 of Title 1 of the Government Code of the State of California Contractor has the option to deposit securities with Escr Agent as a substitute for retention earnings required to withheld by City pursuant to the Construction contract
entered into between the City and Contractor for
in the amount of dated
(hereinafter referred to as the rtContractlt). A copy of s contract is attached as Exhibit "A" . When Contractor
deposits the securities as a substitute for Contract
earnings, the Escrow Agent shall notify the City within t
(10) days of the deposit. The market value of the
securities at the time of the substitution shall be at le equal to the cash amount then required to be withheld as retention under the terms of the Contract between the Cit and Contractor. Securities shall be held in the name of
and sh designate the Contractor as the beneficial owner. Prior
any disbursements, Escrow Agent shall verify that the
present cumulative market value of all securities substituted is at least equal to the cash amount of all cumulative retention under the terms of the Contract.
2. The City shall make progress payments to the Contractor f such funds which otherwise would be withheld from progres payments pursuant to the Contract provisions, provided th
the Escrow Agent holds securities in the form and amount specified above.
3. Alternatively; the City may make payments directly to Esc Agent in the amount of retention for the benefit of the C until such time as the escrow created hereunder is terminated. P
1
I
I
R
t
E
I.
1
I
I
1
E
I
I
1
RELEASE FORM I. THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION: d PERIOD WORK PERFORMED:
The above-named contractor hereby acknowledges payment in full for all compensation of whatever nature due the Contractor for
all labor and materials furnished and for all work performed o the above-referenced project for the period specified above wi the exception of contract retention amounts and disputed claim, 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
the Contractor may have, of whatever type or nature, for the period specified which is not shown as a retention amount of a
ldisputed claim on this form. This release and waiver has been
made voluntarily by Contractor without any fraud, duress or unc
influence by any person or entity.
Contractor further certifies, warrants, and represents that a1
:bills for labor, materials, and work due subcontractors for tht specified period have been paid in full and that the parties signing below on behalf of Contractor have expressed authority execute this release.
‘DATED :
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership,
Corporation, etc.)
BY
BY I.
E
I 01
PART XI - GENERAL PROVISIONS
Sectiom f - Plans and Specifications
Seetiom 2 - Work to be Done
1.
1
Section f
PPams and SDecifications
1
I
E
E
I
II
I
8
I
8
I
IF
I
The Specifications for the Work shall consist of the la edition of the Standard SDecifications for Public W Construction (1985 Edition), hereinafter designated SSPWC, issued by the Southern California Chapters of the American Pu Works Association, the Contract Documents, and the Gene Special and Supplemental Special Provisions thereto,
The Construction Plans consist of 6 sheets designated as Cit
CarPsbad project # 3723, Sheet Nos. 1 through 6.
1. The Standard Drawings utilized for this Project are the San D Area Resional Standard Drawinss (1985 Edition), hereina designated SDRSD, as. issued by the San Diego County Departmen Transportation, together with the City of Carlsbad suppleme Standard Drawings, Costa Real Municipal Water District Stan Drawings, and other selected standard drawings, Copies pertinent Standard Drawings are enclosed with these Documents
Section 2
Work to be Done
The work to be done shall consist of furnishing all la equipment and materials, and performing all operations neces
to complete the Project Work as shown on the Project Plans an specified in the Specifications.
I.
00'
PART I% - GENERAL PROVISIONS
Section 3 - Deffwitioas and Intent
Section 3
Definitions and Intent
A. City Engineer, Engineer, Water Bistpict En ineer, Wat
The above words shall mean the City of Carlsbad Proje
Manager D
District Representative p Lamiscape Architect, ~rcxltect
B. Reference to Drawings:
Where words sRshownsg I "indicated" B B9detailad@g f "noted ~~sched~led@~, or words of similar import are used, it sha
be understood that reference is made to the Pla accompanying these Provisions, unless stated otherwise.
C a Directions :
Where words ttdireetedv8 p "designated" p ttselectedll I or wort
sf similar import are used, it shall be understood that tlr direction, designation or selection of the Engineer j intended, unless stated otherwise. The word ttreq;li.redtt ar words of similar import shall be Understood to mean tt: required to properly complete the Work as required and :
approved by the city Engineer", unless stated otherwise,
D. Equals and Approvals:
Where the words llequaltt, *Iappproved equaltt, ttequivahentst ar such words of similar import are used, it shall t understood such words are followed by the expression srin th: opinion of the Engineer", unless otherwise stated. Wher the words 91approvedtt, ttapprovaltt, "acceptancet*, or words c similar import are used, it shall be understood that th approval f acceptance, or similar import of the Engineer i intended o
E, Perform and Provide:
The word fgperform shall be understood to mean that th Contractor, at her/his expense , shall perform a1 operations, labor, tools and equipment, and further including the furnishing and installing of materials tha are indicated, specified, or required, to mean that th Contractor, at her/his expense, shall furnish and install
I
1
I
i
E
I.
II
I.
1
I
1
11
I
f
i
I
0
PART I1 - GENERAL PROVISIONS
Section 4 - Codes and Standards Section 5 - Construction Schedule
the work, complete in place and ready to use, inclu furnishing of necessary labor, materials, tools, equip
I.
1 and transportation.
section 4
@des and Standards
Standard Specifications incorporated in the requirements of
Specifications by reference shall be those of the latest edi
at the time of receiving Bids. It shall be understood that
manufacturers or producers of materials so required either
such Specifications available for reference or are f
familiar with their requirements as pertaining to their pro
or material.
Section 5
Construction Schedule
A Construction schedule is to be submitted by the Contractor
Section 6-9 of the SSPWC at the time of the pre-construc
conference. No changes shall be made to the construe
schedule without the prior written approval of the City Engin
Any progress payments made after the scheduled complekion
shall not constitute a waiver of this paragraph or any damage
Coordination with the respective utility company for remova
relocation of conflicting utilities shall be requirements of Contractor prior to commencement of Work by the Contractor.
The Contractor shall begin Work within 15 calendar days a
being duly notified by an issuance of a lsNotice to Proceedll
shall diligently prosecute the Work to completion withir
consecutive calendar days. If the completion date is not met
Contractor will be assessed the sum of I' $300.00 per day for
day beyond the completion date as liquidated damages for
delay. Any progress payments made after the specified comple
date shall not constitute a waiver of this paragraph or of
damages.
I.
OW
PART I1 - GENERAL PROVISIONS
Section 6 - Mon-Gonfoming Work Section 7 - Guarantee section 8 - ;taanufacturer*s Instructions section 9 - Internal ~ca&ustiopl Engines
Section 6
Non-Conformincr Work
The contractor shall remove and replace any Work not conformj to the Plans and Specifications upon written order by the Ci Engineer. my cost caused by reason of this non-conforming Wc shall be borne by the Contractor,
Seekion -7
Guarantee
All Work shall be guaranteed for one (1) year after the filing a Wotice of Completioni1 and any faulty Work or materia discovered during the guarantee period shall replaced by the Contractor,
be repaired
Section 8
Manufacturer's Instructions
Where installation of Work is required in accordance with t product manufacturerss directions, the Contractor shall obta and distribute the necessary copies of such instruction including two (2) copies to the City Engineer.
Section 9
Internal Combustion Instructions
All internal combustion engines used in the construction shall equipped with mufflers in good repair when in use on the Projel with special attention to City Noise Control Ordinance Noo 310' Carlsbad Municipal Code, Chapter 8.48,
li
1
i
#
0
1
1
I
i
t
0
I
.I
8
O(
PART PI - GENERAL PROVISIONS
Seetiom fO - City Inspectors Sectism PI - Provisions Required by Law Deemed Inserted Section 12 - Intent of Contract Documents
I.
i Section IO
Citv Inspectors
All work shall be under the observation of a City Construcl
Inspector. Inspectors shall have free access to any or all pz of Work at any time. Contractor shall furnish Inspectors h such information as may be necessary to keep her/him fu informed regarding progress and manner of Work and character materials. Inspection sf Work shall not relieve Contractor f any obligation to fulfill this Contract, 1
Section II
Provisions Required by Law Deemed Inserted 4. Each amd every provision of law and clause required by law to inserted in this Contract shall be deemed to be inserted her and the Contract shall be read and enforced as though it w included herein, and if, through mistake or otherwise, any s provision is not inserted or is not correctly inserted, then u application of either party the Contract shall forthwith physically amended %o make such insertion or correction.
Section 12
Intent of Contract Documents
The Contractor, her/his Subcontractors and materials suppliei shall provide and install the Work as indicated, specified i
implied by the Contract Documents. Any items of Work I indicated or specified, but which are essential to the complet. of the Work, shall be provided at the Contractor's expense fulfill the -intent of said documents: in all instanc throughout the life or the Contract, the City will be in 1 interpreter of the intent of the Contract Documents, and 1 City's decision relative to said intent will be final i
.b i nd i ng . Failure sf the Contractor apprise her/h subcontractors and materials suppliers of this condition of t Contract will not relieve her/him of the responsibility compliance. I.
001
PART II - GENEXAL PROVISIONS
Section 13 - Substitution of Materials
Section 14 - Record Drawings
Section 13
Substitution sf Materials
The Proposal of the Bidder shall be in strict conformity with Drawings and Specifications, and be based upon the it indicated OF specf€ied. The Contractor may offer a substitut for any materials, apparatus, evipment, or process indicated specified by patent or proprietary names or by names manufacturer which she/he considers equal in every respect those indicated or specified, he offer, made in writing, sh include proof of the State Fire Marshal's approval (if require a%% necessary information, Specifisatims, and data, required, the Contractor, at her/kis own expemse, shall have t proposed substitute, material, apparatus, equipment or proc tested as to its quality and strength, its physical, chemical, other characteristics, and its durability, finish, OF efficie
substitute offered is not deemed to be equal to that so indica or specified, then the Contractor shall furnish, erect, install the material, apparatus, equipment, or process indica or specified. Such substitution proposal shall be made prior beginning of construction, if possible, but in no case less t ten (18) days prior to actual installation.
by a testing laboratory as selected by the City. If
Section 14
Record Drawinss
The contractor shall provide and keep up to date a complete "as-built" ret
set of plans, which shall be corrected daily and show every change from I original drawings and specifications and the exact "as built" locations, sin
and kinds of equipment, underground piping, values, and all other work I
visible at surface grade. Prints for this purpose may be obtained from the
Architect dt cnst. This set of drawir:gs shall be kept on the jcb and shall used only as a record set. Upon completion of the work, and prior to rele
of retention, the Contractor shail transpose all "as-built" information on tc set of reproducable mylars. Drawings shasi be drafted in a professional ma and shall locate by dimensions and elevation all changes in concealed work
changes in manufacturer information.
lr
I
t
1
I
1
B
II
1.
i
1c
I
1
8
I
1
Q(
PART I1 - Gmm PRomsIoNS
Section 15 - Permits Section 16 - Quantities in the Schedule
Section 17 - Safety €i Protection of Workers and Public
Section 15
Permnits
I.
The general constmetion, electrical, and plumbing permits I be issued by the City of Carlsbad at no charge to the Contrac- The Contractor us responsible fer all other required licenses
fees e
Section 16
mantities Mod if ica t ions
a
The City reserves and shall have the rights, when confronted I
ungredicted conditions, unforeseen events, or emergencies
increase or decrease the quantities of Work to be performed ui
a scheduled lump SPX item or to entirely omit the perform thereof, and upon the decision of the City to do so, the ( Engineer will direct the Contractor to proceed with the said 1
as so modified. If an increase in the quantity of Work
ordered should result in a delay to the Work, the Contractor 1
be given an equivalent extension of time.
Section 17
Safety & Protection of Workers and Public I
The Contractor shall take all necessary precautions for
safety of employees on the Work and shall comply with
applicable provisions of Federal, State and Municipal safety and building codes to prevent accidents or injury to persons
about, or adjacent to the premises where the Work is bl
performed. He/she shall erect and properly maintain at
times, as required by the conditions and progress of the W all necessary safeguards for the protection of workers and I.
;ao'ds.a
PART XI - GENERAIS PROVISIONS
section 17 - Safety $s Protection of Workers and Public Section 18 - Surveying
Section 17
Safety ti Protection of Workers and Public
publie, and shall post danger signs warning against hazai created by such features of construction as protruding nail hoists, well holes, and falling materials.
Section 18
Suxvevfnq
All construction surveying shall be performed under t supervision of a Registered Civil Engineer or Licensed La Surveyor at the expense of the Contractor.
As a rnhkmm, survey stakes shall be set and stationed by t Contraetorss surveyor as follows:
1. Curbs 50' Intervals (25' intervals for horizont
2, Curb Returns BCR, 1/4, 1/2, 314 and ECR Points 3, Headers 58! Intervals
4, Sewers 50' Intemals
5. Storm Brains 50' Intervals
6. Waterline 50' Intervals
7, Structures 4 Corners with Reference Elevations
8. Rough Grade As required to achieve cut or fill
and vertical curves)
finished grade (or flowline) as indicated a grade sheet.
The Contractor shall transfer grade hubs for construction a inspection purposed to crown line base grade of streets required by the Engineer.
The Contractor shall provide the Engineer with three copies ' survey cut or grade sheets prior to commencing construction ' surveyed item o
P
1 -00
PART II - GENERAL PROVISIONS
Section 19 - Utilities
I.
I Section 19
Utilities for the purpose of these Specifications shall considered as including, but not limited to, pipe li conduits, transmission lines, and appurtenances of "pll Utilities'l (as defined in the Public Utilities Act of the S of California) or individually solely for their own use or use of their tenants, and storm drains, sanitary sewers, street lighting. The City sf Carlsbad and affected uti companies have, by a search of horn records, endeavorec locate and indicate on the Plans all utilities which exist wi the limits of the Work. However, the accuracy OF completenes the utilities indicated on the Plans is not guaranteed. Ser connections to adjacent property may or may not be shown on Plans. Pt shall be the responsibility of the Contractoi determine the exact location and elevation of all utilities their service connections. The Contractor shall make his own investigation as to the location, type, kind of material, and condition of existing utilities and their appurtenances service connections which may be affected by the Contract W
and in addition he/she shall notify the City as to any uti1 appurtenances, and service connections located which have incorrectly shown on or omitted from the Plans.
The Contractor shall notify the owners of all utilities at 1
48 hours in advance of excavating around any of the structu At the completion of the Contract Work, the Contractor s leave all utilities and appurtenances in a condition satisfac
to the owners and the City. In the event of damage to utility, the Contractor shall notify the owners of the uti immediately. It is the responsibility of the contractor
compensate for utility damages.
The temporary or permanent relocation or alteration of utiPit including service connections, desired by the Contractor his/her own convenience shall be the Contractor's responsibility, and he/she shall make all arrangements regar such Work at no cost to the City. If delays occur duc utilities relocations which were not shown on the Plans, it be solely the City's option to extend the completion date,
In order to minimize delays to the Contractor caused by
failure of other parties to relocate utilities which inter with the construction, the Contractor, upon request to the C may be permitted to temporarily omit the portion of Work affe by the utility. The portion thus omitted shall be constructe the Contractor immediately following the relocation of the
I
c s
B
I
0
1
I
I
I
I
II
I
fa
P
000
PART PI - GENERAL PROVISIONS
section 19 - Utilities Section 28 - Water for Construction Section 21 - Tes% for Materials
Section 19 - Utilities
Section 19
utility involved unless otherwise directed by the City,
All costs involved in locating, protecting and supporting of a
utility lines shall be included in the Price Bid for varic items of Work and no additional payment will be made.
Section 26
Water for Construction
Water for construction is available at the existing 2" meter off of Jefferson
Street. The contractor is responsible for the cost of water used during the
construction period a
Section 21
Test for Materials
Testing of.materials shall conform to Section 4-1.4 of the SSP and the following:
Except as elsewhere specified, the Agency will bear the cost testing material and/or workmanship where the results of su tests meet or exceed the requirements indicated in the Standa
Specifications and the Special Provisions. The cost of all 0th tests shall be borne by the Contractor.
At the option of the City Engineer, the source of supply of eat
of the materials shall be approved by him before the delivery
started. All materials proposed for use may be inspected ( tested at any time during their preparation and use, If, aft1
trial, it is found that sources of supply which have bec approved do not furnish a uniform product, or if the product frc
any source proves unacceptable at any time, the Contractor sha: furnish approved materials from other approved sources. Aft( approval, any material which becomes unfit for use due 1 improper storage, handling OF any other reason shall be rejectet
I
P
I
1
I
I
II
1
il
I
i
I
I
5
*Q 1
PrnT PI - G- momSPBNS
Section 22 - Compacticm Tests
Section 23 - Cleanup and Dust Control
Seetion 24 - Special Insurance Instructions for Contracto
I.
I Section 22
Compaction Tests
All backfill and subgrade shall be compacted in accordance
the notes on the Plans and the SSPWC. Compaction tests ma]
made by the City and all costs for such testing shall be born
the City. Said tests may be made at any place along the Wor
deemed necessary by the City Engineer. The costs of any re-t
wade necessary by non-compliance with the Specifications shaf # borne by the Contractor,
Section 23
CleanuD and Dust Control 1. Cleanup and dust control shall conform to Section 7-8.1 of
SSPWC and shall be executed even on weekends and other
working days at the Cityss request.
Section 24
Special Insurance Instruction 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
the performance of the Work hereunder by the Contractor,
agents, representatives, employers or Subcontractors. If insurance is on a "Claims made" basis, coverage shall
maintained for a period of three years from the date completion of the Work. The cost of such insurance shall included in Contractor's Bid. The insurance company or compa
shall meet the requirements of the City Council Resolution
8108 o
A, Minimum Scow of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office Form Number GL-0002
1/73) covering Comprehensive General Liability; and I.
'OOt
PART I1 - GENERAL PROVISIONS
section 24 - Special Insurance Instructions for Contractors
Section 24
SseciaP Insurance Instruction for Contractors
Insurance Services Off ice Form Number GL-0004 coveri Broad Fsm Comprehensive General Efabflity; and
2, Insurance Services Office Form Number GL-0001 (E
1/78) covering Automobile Liability, Code 1 8'any aute and
3. Workerss Compensation as required by the Labor Code %ha State of California and Employer@s Liabill Insurance; and
4. The Owner may require the Contractor to procure, befc commencing any work, insurance to indemnify the Om from any damage to the work caused by earthquake or
determination by the Owner will be made prior to t award sf the Agreement to the Contractor and t Contractor will be notified of such determinati concurrently with the Notice of Award.
If the Owner determines not to require the Contract to procure such insurance, the Contract Price shall reduced by the amounts set forth in the bid items f the premium for such insurance.
tidal wave or by both such occurrences, su
E3. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,008 combin single limit per occurrence for bodily injury a property damage. If the policy has an aggregate limi a separate aggregate in the amounts specified shall established for the risks for which the City or i agents, officers or employers are additional insured.
2. Automobile Liability: $$,OOO,OOO combirned single lim per accident for bodily injury and property damage.
3. Workers' Compensation and Employers' Eiabilit Workers' Compensation limits as required by the Lab1 Code of the State of California and Employer Liability limits of $1,000,000 per accident.
-. 8
B
1
I
1
4
1.
I
I
I
1
li
I
8
OI
PART %I - GENEFtAL PROVISIONS
Section 24 - Special Insurance Instructions for Contracto
Section 24
SPPeeial Insuramce Instruction for Contractors
I.
#
C. Deductibles and Self-Insured Retentions
Any deductibles of self-insured retentions must be decP
to and approved by the City. I B. Other Insurance Provisions
The policies are to contain, or be endorsed to contain,
1. General Liability and Automobile Liability Coverage
a. The City, its officials, employees and volunt are to be covered as insured as respe Liability arising out of activities performec or on behalf of the Contractor; products completed operations of the Contract; prem owned, leased or used by the Contractor; automobiles owned, leased, hired or borrowec the Contractor. The coverage shall contaii
special limitations on the scope of protec
afforded to the Cityl its officials, employee
$4. The Contractor's insurance coverage shall
%o%lowing provisions:
1 volunteers.
primary insurance as respects the city, officials, employees and volunteers. insurance or self-insurance maintained by city, its officials, employees or volunteers s be excess of the Contractor's insurance and s not contribute with it.
Any failure to comply with reporting provision
the policies shall not affect coverage provide the City, its officials, employees or voluntee
c.
2. All Coverages
Each insurance policy required by this clause shal endorsed to state that coverage shall not be susper: voided, canceled, reduced in coverage or in li except after forty-five (45) days' prior Written Nc I.
-- Qo
PART I1 - GENERAL PROVISIONS
Seetion 24 - Special Insurance Ins%mc%ions for Contractors
Section 24
Special Insurance Instruction for Contractors
by certified mail, return receipt requested, has be given to the City. If the insurance is suspende voided, canceled, reduced in coverage or in limits, t Contractor shall obtain other insurance which compli with these requirements.
E. AcceDtability of Insurers
Insurance is to be placed with insurers with a Bestst rati
sf no-less-thaw A:XI unless otherwise authorized by Ci ~ounciP Resolutiom NO, 8188,
F, Verification of Coverase
Con%ractor shall furnish the City with certificates I insurance and with original endorsements affecting coveral required by this clause, The certificates and endorsemen for each insurance policy are to be signed by persc authorized by that insurer to bind coverage on its behal
The certificates and endorsements are to be in fon provided by the City and are to be received and approved 1 the City before Work commences,
G. Subcontractors
Contractor shall include all Subcontractors as insurec under its policies or shall furnish separate certificate and endorsements for each Subcontractor. All coverages fc Subcontractors shall be subject to all of the requirement stated herein.
Section 25
Order of Precedence
Should a conflict arise between any of the Contract Documents
the following order of precedence shall preside.
1, MUD requirements
2. Plans
3. Details
4. San Diego Area Regional Standard Drawings
5. Specifications
6. Standard Specifications for Public Works ~onstr~~ti~~
-i Ii
I? 0: 111 7 / @ li
li
8.
i
4
I
E
I
I.
1
I
I
I
I
I
I
I
t t /
I Section 26
SUPPLEMENTAL GENERAL PROVISIONS
HUD REQUIREMENTS
C.
z OO(
_.
SECTION 3 CLAUSE
A, he work to be performed under this contract is on a proje
assisted under a program providing direct federal financi
assistance from the Department sf Housing and Urban Develo
ment and is subject to the requirements of Section 3 of t
~ousing and Urban Development Act of 1968, as amended, usc %7B1U. Section 3 requires that to the greatest exte
feasible, opportunities for training and employment be giv
to lower income residents of the project area and contrac
for work in connection with the project be awarded t business concerns which are located in, or owned in sul
atawtial part by persons residing in the area of ti
project,
B. '%he parties to %his contract will comply with the provisioi
0% said Section 3 and the regulations issued pursuar thereto by the Secretary of Xousing and Urban Developme1
set forth in 24 CFR 135, and all applicable rules and ordei
of the Department of Housing and Urban Developmdnt issue
thereunder prior to the execution of this contract. Th
pa~ties to this contract certify and agree that they ar
under no contractual of other disability which would preven them from complying with these requirements,
C. The contractor will send to each labor organization o
representative of workers with whom he/she has a collectiv
bargaining agreement or other contract or understanding, i
any, a notice advising the said labor organization o
worker's representative of hislher commitments under thi
Section 3 clause and shall post copies of the notice i conspicuous places available to employees and applicants fo employment and training.
D. The contractor will include this Section 3 Clause in ever
subcontract for work in connection with the project an will, at the direction of the applicant for or recipient o
federal financial assistance, take appropriate actio!
pursuant to the subcontract upon a finding that the sub-
contractor is in violation of regulations issued by thi
Secretary of Housing amd Urban Development, 24 CFW 135. Tht
ccantractor will not subcontract with and subcontractor whert
he/she has notLce or knowledge that the latter has beer
found in violation of regulations under 24 CFR 135 and wib:
not let any subcontract unless the subcontractor has first
provided it with a preliminary statement of ability tc
comply with the requirements of these regulations,
E. Compliance with the provisions of section 3, the 'regulations
set forth ion 24 CFR 135, and a11 applicable rules and
'o(
4
B
1
1
8
B
I
I.
t~
I
8
I
8
1
I
1 *
orders of the Department of Mousing and Urban Develop1
issued thereunder prior to the execution of the contra
shall be a condition of the federal financial assist:
provided to the project, binding upon the applicant
recipient for such assistance, its ~ucee~sors and assic
Failure to fulfill these requirements shall subject
applicant or recipient, its contractors and subcsntraetc
its successors and assigns to those sanctions specifiec
the grant or loan agreement or contract through wk
federal assistance is provided and to such sanctions as
specified by 24 CFR $35.
io
1
I.
’ QO(
In f Y .3
6: ri 0 L’ i. a 2
E
8 e * 8
w
*
s s z
E
3
I?
W v)
C’
e 3 0 I
0
::
I E
f
*
d
*
E
1 . - -
T - I - z : e
c oc B. Federal Labor Standards ProvOslcms
I'
I I.
t
I
1
I
1
<a:2 b
A. App I lcab! I Ity
The Pro&& or Program to UhTch the constructton vwk aver& by ?+?s coitracb Fertal
belng assfsted by the Unlted States of Aserica and ths following Federal Labor Stan&
Provls%ons are Incruds8 in .thTo Contsed pursuant to tb provlslois apptizable b suc
Federe I ass f sfance-
lo 1\41nlmum Wager
Si% All laborers and mchanTcs emp!oy& cd- workfng upm th3 slk cf tk! work I
under the Un%led States Hws%ng Act of 1937 or under *P Houslng Act of 19
the ssnstm~fla a- hwloprnent of tte projecf), v%ll 5s paId uncondltlons
and not Des5 often than once a mk, and wlthouf subseqL%nt Gfxtlon a- r
BCB any accounl lexeep* such payroll deductfons as am pornlited by regusad
Sssued by the Secretary of Labor under the Copeland Acf (29 G.? Part 3% 1,
bull amern? of vases and $0- f16 frrntp benefits tu- cash acrs%valenfs tR QBI due al *%me of payment eompolted at rates rot lets %--an those contafned *Re! wap deterrnlnatlma of the Secretary of Laba wh%& lo atkched herefo
made a part hereofp regardless of aay axatracturaD re%at%onsh?p whlch may I
elledged b exist befneen the Contractw and such laborers and mechantcs.
thnk3but%on% made op costs reasonably antlclpeted for bna fife Pr%nge bi
f1-k under Se&%on l(b%{f%l of the DavOs-Bacon Ad. at bebslf of Daborera or
meshantes are oansldered wages pald lo such laborers ur PechanYcs, subJect
tb provlstons of 29 CFR 5.5%a)(1)(?v); also, regulu oontrlibutfons nab 01
ec%s*s Incurred for me than a ueekly perfad (but nat tzss ob%n than quar
Oy) under planso funds, cr programsI whlch mver the paticulzr weekly per1
are deemed to be constructHveIy made er Incurred durfng wch mkfy perlod.
Such laborers and nechanlcs shall b pald ths approprla% was safe and frl
benefits on the wp det5raInatIon for the dasslficai-lm of b.xk actually
perforred, wlthorrt regard fo ski I I 8 except as provldd la 29 Gt Part
. , 5.5(alf410 Laborers OT mchanics psfornlng work Ira me dhar. one classafl
ttm may ba compensabd at tb rafe specfffd bcr each classfffcat!m fcr i
ttme ashaI%y Prosked thereln, provfc?ed that the empSsyw's payroll records
accurafely set forth th3 tfm spent In each classlflcatlcn In wh%& uork fs
performd. fhs wap Bjternlnallon I lncludlng eny addltional classlf fcatfon
wap rates conforned under 29 CFR Tart 505(a1111(11)1 acd the Davls-8econ
postw (Mi-1321) shall bs posted at all f%ms by the Contrectcr and Its sub
Sractort at the at% of th3 work In a promlnent and acwssfble plaae vhere
can be easYly Seen by thfp workers.
. a-p:
@+) v. $G$$~$$+
qj&$G%
.e
#!-?&A -- w e J
x-% . o rI I
i
U
I
I
1
I
(St) (a) Any class of laborers cr meshanfa whlch 8s nut IlsW IF th vags def
mlnatlon and vhlch 1s lo bs enpfoyed undor fie contrrct ~3311 te class
fled ln conforaance vi-h ths vcp dsternlnatlon. R'JD shell approve an
addltfona! clatslflcatlon and vase rat9 and frlnge knPfl?s threfcr a
when th3 folloltfng criterlla hws been nst:
(1) Ths work to be porformed by the classfflcatim requsstd 1s not p
formdl by u classTfleatlon In the wase deternlmtfon; and
(2) Th elass!t!catlm 1s utlllzed In fk crea by th ccnsRuctIon
Industry; and
(3) Tk pro2osed wap sale, Including any bo6% flb fhIre bansf?ts,
bears a reasonsble rclatfonshYp to the w3ss rzses mntalned in ffit
wap dzterntna?ion, a
-Ad/llASTm
FED/LS-ACT.C E g 0 Std. Form
HL'3-4010 f 2-84]
12-84
QO1 OT park of tb ~35s~ requ6rcd by tb contract, flg3 cr ;% 1+rlgnss nay, aftv url:
notfcs to the ContTactor, sponsor, appl?cant, or orlaas-, hk.5 such actl-,n as my b
necessary to taus d.t~ ws?e?nslm of any furthy ~%y-sr,t, C!rmce, cc Ssaranb ot
funds until such vfaiatfons have eased. HUD or Its &s%s:” my, abtsr wl+ten
nottw to tho Confractor, dlsburs such amounts vtthk?!d fr and aa acmunt of the
Csn%ractor OT subcontractor to tbs respective cc?loyu.s Po *:?ora thy ~PP &e. The
CmptroIler C*enerai shall cake wch d1sbursenen-k In $?I? czz of dlrece Davls-Baa
A& confracts-
Payrsl is and 8aslc Reesr&i
tfl)
3.
Bayrs%%o and basts records relating there- sh18 b 3afntalned by the Contl
for QSng tho cOurfe of tnz work preserved for a wrid ob fire3 years therc
after fa- ail laborers and mechan!a warklng a% fa% 5!b of the YU-k gcr on!
the United States Hms%ng Acf of 19.37, or undw %3 ?msIng Act of 1949, In
construcflm v ~~VP~OPIRPR~ of tk project). $267 s*.;wds shall ConiaIn ths
nam, address, and Social security number of eck SUPS ~SO~~DS. :.IS CT kr (XI
red cSars%flca*%cn, hourly sates of wag25 pa%C t !nc::d8ng rats of- contrlbu
%Yosas cr asts anticipated for hna ffds fsOrag9 bn3ii-t~ w cash equlvalents
fher-eof of t,b types described In Seetion l(bl(f)(3) zf the Davis-aacon Act1
daafiy and ~=kIy oumbenr of burs worked, dsducfisos ?et9 aad sc*da1 wager pa
Mhenever the Secretary of Labs has found mds- 29 CF3 5,5 Ca%(%l%fv) thaf f
wages sf any labarer or mhantc %ne%ude %e e-aaanb c: a~lp sesfs reasonably
endictpakd In prov?Q%ng benefik under a plea a= pre;rzn descr%%ed In %ect?I
tb%QZBB) sf %e Klao%s--Bacon Act %he Contrackr shalK ntatnfatn records whfc,
she# that thg com~ltnmnf. Rs provl& su& bsnetifs Is enforceabfe, that ths p
or progam Is ffnanclally responslble, and thaf %e pfra or progran has been
eommun%eated In wrlt%ng to.tk laborers cr nec.L.anlcs zffected, s6d recards
wh%eh show dfas costs antrclpai-ed cr the actual as? i.teurred in provfdtng SUC
bensf t ts. Contractors en? Ioy rng apprcntlces Q trs?s+es under ~;pr~~aved pru-
grams shall snalrataln wrlften evidence sf tb ra;lstretfon of apprentlceshlp
program and cerf%%fcatlm of tra!ms prograns, tb rqfstratfat of tb appre
%ices and in1neesp and th3 ratios and ~333 ratas Fresdbed In 338 applfcabl
programs. (Approved by the Offlce of Manassnee end Ztsdget undtr Ob8 Control
Numbers 1215-0140 and 1215-0017.)
’
.
(%%I (a) The Contsacta shall subr;a%S weekly fa- ea=;. wd In uhSch my contract
work 1s per-fwned a a~py sf all payrolls tr, H3a 57- 0)s c!es?,-~ee ff the
agvncy is a pa=-* io the contra&, b~i %f $te azsncy 1s no? ou& a parfy,
the ConfsacPor w% KO submlt the payrolls b fhe e;s% %cant, qwnscr, or
owner* as thg eiss my be, fa transnisslcn to F.2 ~e its designee. Tho
paysol Is subml Wed sha I I sot out accurate! f and 2npfetely zl I of the
Onfwnatlia, requlrd b bs ndlntalned undy 29 CT? Part 5.5:a)(3)(1).
Thls Onfornatfm nay b submlwed In any k.m ckslred. q*;snaf Form UW
343 Is avallable fa this purpose and csy 33 pur:?esed frcn the Superln-
tendsnt of Documents (Federa I Stccb :lun%r O29-C3-0QOl4-l Is U.S. Govern
nent PrYnttng Offlco, h‘ashlngfon, D.C. 2‘232. 5? pria? c:??ractcr Is
rosponslble for the subilsslon of aoples of pagrzlls by alI subcontrac-
tors.
Number 1215-0149.)
(Approved by the Off ias of 14anap-1a.* and 3ud@ un&r OW Controt
(b% Each payroll suhfftcd shall h, accoymnrd bj .E “Statement of
Gonpl %~nc2~*~ s!.;nsd by fie Contractor cp x5cont.--ctoP ce his ge h‘r agPn.
W?MJ pays ce suptrv%ses ths paynenP sf 4.h ;=rsor.s enp!oyed en* ths coa-
tract and shall csrtify t?m foilowlag:
QSJ That t8h FsyroI% fa th.3 payroll pwf‘r! co~izins ‘th? Iz:wn~+fon
requlred to 50 mlntstnod under 29 Cr?*Pzsf 5.5(a)(3)(i) and +ha+
such infcr;.,3tIm 1s correct and co-.>Ibto;
P;‘/?!AASTEX
FE,7/L?.3-ALT. t tI S+d. Fom
;fG3-4QIO (2-34)
12-EP
Contractores cr subcontractw's re; Istzred program $ha I1 te &served.. nr;
I'm
1
t
I
I
1
I.
1.
I
I
II
8
I
I
I 4
1
apprentrce rust b pald at not le55 ~3a T5s rate s2cclfIed in *e reg?:
program for tho apprentice'; Iev*l of progress, expressed 2s a percentai
fhs Journsynsn hourly rate sjccT:!sd ?n e3 qpll ICS'31e u3.23 *:*arnin3,tlc
Apprent?ces shall b paid frlnp kenefits In accordan- WI-FI %-e provts
the apprentlceshlp prosran. If trz apprenttcEsb12 progr27 &e; not spec
fr!np benefits, spprcntlccs nust b,~ p3id t?z full azounP Gf fr9n~ ben!
I Isteci' on fie wage cistsralnation :;r tb5 a??! IcabIe ciassfflcatlon. If
Adinlnlstratcr determ?nes that a <iffereat psactle preval Is fa t?e app
apprenO?cs e%ass?flcatfon, frlng?: shalt h pard In eccordcnce wlth tha,
m%natloig !n *ha event the Bureau of ~,;?sentlcesh8p and iraialng, cc a
ApprentKcashlp Agency recognlzed >y i+ts Bureau, wtthdravs a>?rova I of a1
apprentOseshlp program, the Contr?stcr i.fll m lmgw ke pori1i-M b u
spprentlcs at less fian ths applf:zble pse&ternlned rata fcp the work
fwmd until an ac-ptable prograa Is a22roved.
I. >.
' (81) Trarnees m.
Ex~3p-k QS psov!cdad In 29 CFW 5,16, tralc=s will not b permi?ted to woi
less than the predeTernlnad rate f=t ths work prtrfwned unl5ss they are
employed pursuant t0 and fnd?v%du:lfy regtstered In a progra:, ~hlch has
reeelwed pr10r approval, evfdencec. 5y forma% ert%ftcat%on by %3 U.S.
men* ~f Labor, Employmd and ?ralrr%ng ;..da?nIstra%lon, ?be ratIo of fri
to Journeyman cra the Job sYto sRa8i not ke Sreater *an p=snl+ted under
plan approved by the Empfoynetaf an5 TraYnlng b.dmInlstra%lori. Evety tra:
must &I pald a? not less than the ,-ate speslfIed In ttre approved prograr
the tralaee's Devel of progresss eqressd as a perantag3 of ik Journc
hourly rate specified Yn the appli2ble mc~a &lerm?naSlon. Trafnees rl
. pard frlslgg beneflb In accwdane wltlr tke prevfsSons of the fraIne4 pi
If fie ttaInee program bs not m3nflon frlnsn beneffts, trarnss shall
tb full amount of frtnp benafYts %Ist& QO -tke vagj deter~l~atla unit
Admlnlstratw of the Waga and Hour 30vOslon &ternlnes that %ore Is an
tlcoship progran assoc?a%d wfth t+ corres2ondIng Journepan wa~ rats
wage dsternlnatlon whlch provldes fr less than full frlnss bnaftts for
apprenllces. Any empfoyw If s-bed m the payroll at a Iralaes rah wh I
registered and partlclpatlng tn a *alnrag plan approved by be Enployme
Tsalnlng hdmlnfstratlm shall k peld n& less than ths applIccSle wags
the wage &3termlnatIon fw the work actueOIy prforned. In eldltfon, an
trafnee perfornfng work cn the J& sib ?n excess of tb ratlo permitted
%he mglstered program shall bs pa15 not fpss Ihn ths appilcsblo wage r
Pha wage dsfernIna)lat fcr tho work actually perforred. la +;Le event tb
Employment and TralnIng AGnlnfstraffon withdraws cpproval of a fra?nlng
gram, the Contractm wl II ro longs ta pern1M to ut1 I lzz fralne at than th~ ~pplfeable predstermlnsd rzte for ths work perforred t~ntll an 2
able program Is approvsd.
e
'
(III) Equal Employment Opportunity
The utfIlzat?cn of apprentlces, trz?nees and ~JU~YI~~CIW undltc this pad
be In confornIty wlth th3 equal ezploymoat c+?ortunlty reqerirrents of E
tlve Order 11216, as mended, and 23 CFZ Tart 30.
5. Cmpl lance With Capeland Act Requlrenents
The Contractor shall c3r1ply vfiS tb req~;z?menk of 29 C,;R Part 3 wLlch are In
ratcd by reference In thls wontract-
?X,':!,STS i_ FEW!&-A
1. Std. 6om
HUD-4310 (2-84)
12-84
dol 8, Contract work bJfS andl safe* Sfandbtds Act
Aa used In thls paragraph, fh terns "Iaborers'D and i*,*c5mlcs" [~ZIC~ w3tcb3m and
guards.
1 m Overtfme aequ Branenis
NQ Con%rac+e ~k subcontsactw contracttng fw 8r.y pt,+ of fl.e coatrzct nos% whlch
requKre or twvotve the ewfoynent of %aBor~rs v" svtchanSes shail requ'as op permit
such laborer e neehantc %n any rarkwek in whS& be cr sbe Is c-ptwpc! m sua5 WOP
-ko work 11% excess of elshf hours in any czlbndar day CR In excoss of tarly hurs fn
such workwe& unless such laborer cr mechaalc rseSvs cs..?~sasa~%cn a3 a re% ne+ I
than aw and onb-haSf l0r;les th5 Caslc rate ob ;1y for ai% hours mrked In excess of
e%&% hours In any ealendw day Q In exass of fw* hours h sw5 bxkweek, whfch
ever Is greatw.
%e Woiatton; LYabll T-ty for Unpa%d Wages; LlcQlYdafed Cvzges O.
Ire %h event of any vlota+im of th ciaus? st?t fw-h On subparagraph (a) of thls
paragraph, the Cbn?rac+oos and any sobcontractor rspcnsfb8e dSwefor shal I & Itabt
fer the unpaid wages. Ora addrf?on, such Conl-ractcr and subconSrackr shall be llab
d.0 the United Skater [In the cas9 ob work rbns en8e.c antsscS for fits Distrtcf of
damages;, Such i%qu%dabed damages sRa%% b cr~mper%d r%%h wspar t tr, each %nd%vfduaS
faborer cr mchanieo ?ncKud%wg watchmen and guards, eapisygd On vfsfatia, of the
etause sef %or% %w subparagraph [I) of thfs paragraph, In the sm of 110 fa each
ca%endar day em whfch such Ondtvrdual was reqaIrsB cr gsrml*ed to work In excess o
eOgDs% Roue cr ln exass of ths standard vdweL,'c of for* houn witha& payient of
%e owrtYme wages requared by fie clause %% fa-th In subparagraph (1) of thls parr
graph.
WlQhhoIdOng fop Unpaid Wages and Llqrafdaied Dm~tss
HU[P Qg 1% deslgnes shall Upm 1)s Win actiar ff upm UrttSen rayst of an authorlz
ropreseratatlvs ob the Deparhenf of Labor wlthhold OT ausa lo bs vitthld, from any
moneys payable a, aecounf of work performed by the Confractcr cb rubcontractw und2r
any such mnfracf cp any other Federa t aon+ect with t.59 sa.= prrn= C=Jtracts of any
&her Federal ly-ass9sd.4 confrad subJctc% ta the Contract iiwk Eours tad Safety
Standards Act, wR8ch Os bfd by f?t3 saxe pr%ra cntracfor svch s3-s ES nay be doter-
rnPsted to BIO necesary b sa%%ofy any I %ob%% S)Ies of rush Contracta v subcontractor
for unpa%d wages and IlquTdated daamages as provI?,od In the clauss zat fcrth ln sub-
paragraph (2) of fhis paragraph.
COBunbOe a= a fers!tory, -g, such Dls%rH& Cr %ra s%h terr%Pwy), bcr Il$ulda*d
3e
4. Subconlrads
The Conlsactcs cr s?rbcontractce shall insert 1n ety su>cmtrac?s t?e =!~USM ;el for.
In subparagraph (19 through (2) of fils paragraps and also a clause reyirlng the
subcontractors to Inclu& these ciausas In any leer ttw sobcontracfs. Tb prf,m
contractor rha ID fm rcsponsrbfe for amp1 lance by any ssbcontracfcr cr lover tfer
subcontracta with the clauses set forfh In subpsisgrzphs (11 throuph (41 of thls
paragraph o
C, Health 2nd Safeiy
P. Ob laborer er mchanle sh3Il &9 requtred to w&! Yn swroundYngs g- IX~W wwklng
cond1tDons nBlch are onsaaltsry, hazardousp or &?;woos t3 bIs teat:.? cad safety as
defernlnd unds ccnsfrirctlm safety and hsalth stslards pro-tst?atej 51 tSe Sccrotx
of Labor by regulation, I FE3/LiJ-ALT.6
?'g/:!AST3 Std. Form
H'$3-COiO (2-84)
12-84
01
.B -
11
1
I
I
1
1
I
I.
8 e 1 a use.
I
I
II
I
R
B a
I
ze Federal Audit Resulatims
The Adnlnlstratw of the Lkparhl-nt of HDusSng and Ur5s;l Ced%la>-w~t and fb Cxptroller Cen
0% t;ps United S?lhS W fhelr duly authorized rcpreso?tat?vss sh?i% haw acc9ss for tho purp
aud%f and examtnaticn tc~ any books, documents, papers, an% rccot-5 that pertala to Fedaral f
equ!?mnP, and supplies rece1vtd by the Owner for tRss contract.
30. Federa! Stahtory Requirmenk
&mfractaP agreos to anply V?* ai1 applicable stanczrds, vdsrs, cr regolatrons is.sued pur
$.a ths Clean Air Act of 1970 (42 ?r-S.C- 1857 ef seq.1 end 5% Federal !{ater 2oliutlon Contra
(33 19.S.C- 1259 et seq.9 as aaendpd.
31.
a.,
I.
bgoPlce Regardfng Nonsegregated Facl I ftls
tbtlos to Bmspect?ve Fed?ra I Iy-AssIstisd Construction Csnfractors
8)
P-
A Certlf%catlar ob blonsegmgated Facllitles, &s reqdlred by t!-~ Msy 9, 3967 order o%
Secretary of Labor (32 F-R. 7439, ky 19, 1967) on :I Ymirastlon 0% Seg-epated Faei Sft
must be submti%d prScr to th award of a tcCaralfy-ass?sW constructfa, contract
exceeding %IO,Q00 which 1s not exempt from thP provisions of the Equal OpportunOfy
Clause, . .
23 BY SiGMlbjG THE 810, TM BlDOER WILL E€ DEff4D TO EiVE SISNED AM AGREED TO THE PRQY
.OF %HE "CERTIFICATION ap' RONSEGREGATED FACDLITIESv' :N lH%3 FT?OPOSAL. This oertffrca
provides thal th btdGer das net ma%nd-ah a 9rovl;s enploy- faclifties whld are
segrega%ed on a basIs of race, creed, co%or, OP natimal ortgtn, whetkor such feclli
are segrega'hd by d0rectlve cr en a cb facto basls. Tb cerfiflcatlm also.provldes
the blcfdw w% II not maTnfaOn such segregated idcl liiies,
bnlraetors recefving federas ly ass?sted construstlm confrad awards exceedtng $16,
wh%ch are not exemp) from ths provfsfons of ?:e Equal O?pxtun?ty CIzuss w06l be mq 3-0 provi& fa tb forwardlng of ttu followfnp notY= to prospscslve subcontractors
cons-6%-uctlon conkacts and md-erOa I SLIP? I Iers vhsre ?%e subcontracts OT mterla 1 sup
agreemenfs exceed %%O,OOa and am not exempt fran $?e provf s?ons of the €qua f Opport
3)
be tdotios .io Prospective Subcontractors and Hateria'l S.upp1 :~n of Requirenent for &tal f Ica
of Nonsegregated Fact ! [tles
1) A Certificatlar of tionsegregated Fas?i?ties as requ;red by tf-e ?4ny 9, 1957, Order of
Secrefary of Labor (32 F,R- 7349, by 19, 1957) on El?nfnstlon of Segregated Faclllt
must be subrnl-if4 by each subcontractor (In all tiers) and na-fzrlal suppller prta- %
award of tin3 subcontrrct OT amsumation ob a -afer:i1 svpply agreemni' I% such
subcontra& ok agreement exceads flO,C(X, and is no? 2xeept fran tb piavlslons of thc
&qua% Cpportunfty Ciause,
2) Br SIGEII:G TE SUECONTRACT Cti ENTERi:B lNTO A :.'AT3:X S'C;i?LY AGREME:iT, Tlf SUEWtiTi
OR NATERIAL SUWLIER WILL BE DEE:.IED TO HAYE SIfSED .2-'iD AVZED TO T'rE r1?3YISIOtiS Oi TI
YXRTIf ICATiCN CF NOWSEGREGATED FACILITIES" I!; TI€ S2CC!IT?.ACT CM b!ATG!lIL SUPTLY
AGREENENT. Thi s mrtl f 1 cation provI d~s that *.5 sukonlrector OT rater I a I supp I fer
not natntaln Q provfck enploy- facltitles which 2.2 sesropafcd ~1 t!-e basls of rao
creedo color, or national wIgTn, whether such fac!!l?!es 2re SSreSat-d by dlrectlv!
cn a Cb facto Sasls. Tb certfficattcn also pr~vlt- th3t tb subcontractw u- nate,
suppl ler wi It not maintarn such segregated facl Ilties.
tiQTE: Tb penai~ %a- caklng f.31~ statenmk In of!:= Is 2rescrib-3.J in IC U.S.C. 1031.
PW /!.!AS TER
F ED/L 1?3 -AL E Std. Fom I. 12-84
Y"c-;%i ".I s1c - I
U. S. DZPART!,'IENT OF HCUSI';G A';> UF!ZA,N DEVELSS?*!E'dT 001
4 F
CERTtFICATDON Of 2!%CBZ.R REGARDlPlG EQ U A L E hi P LO Y ?A EM T 0 PPO 8 TUN I TY
1 A% ST W U Cf 1 6 ?i S
This ceflifiErion is ~quird pUr~3nt PO Exxutipi,o Oadw 1124 j t30 F, R. 1231425i. T?P im;lmen:in;
agguKations provide that any bidd3r Or pfospxtbve confxeop, c: my of their propOSX! %~~XECOCS~ s'
an initial pae of tha bid or nqotiztions of the contsjct -,vkzthx it has pdcipatd i;l any prevhou; contra
contract sti$%x~ to tho equal oppmnity clause; and, if XI, i.r?%:her it has fiid .Si ax$;anca rsFrti ds
applicable ier~uctions.
Where the mification indicates that th_p bidder has not fii& J cernp:iarace repord dtia urdar aiy;icabk ir
such bidder ~JOI be required to whit a compliance repjrt wiz'in SEYD~ de~dat days zksr bid opening.
&as$ be awarM usrfess such repo~ is submibed.
CERTIFiCATBON BY BIDDER -
/ Bidder's Nams:
-_ Address and Zip Coda:
,. Q
1. Bidder has gahticipated in a previous conirad or submwact. z.kijsc: PO thc Eqcal OpprtuniT/ Clause.
Yes No Q (If answer is yes, iCentify the KQst rccen: coctmct.)
2. Compliane reports were sequirsd to be filed in conne5on v;:.Y%h sch contrsct cr skmtrast.
%@e$ a NO a (IfanSlCet is yes, s'derr6ify Lhe c2st reirnL controef.)
3. Bidder ha5 r'iKed al! cornp,liance reports duz under apphbie irxtsuc?ions, including SF-ICO.
Yes No a NoneRequired
4. If anwm t3 item 3 is "No," please explain in detail on ;?VWJJ si6e of rhis certificatioc.
Certification -The information ahvo is true and conpkr~ fo t?? 5s of my knovrlkg 2r.d bd;ei.
Name 2nd %iKh oi Skner !.=;+z:c Ty;ej lR s
Sign3 eupe Date .e
c
. ELl~-~~j~c>-! ,:-;SI ?revizvs ECiPisC: i; .2j->l:te
CP 0
I
~n conacctisa with 'the perfozaaT=z of uork G:r.fcr this contrac ~OntZX~OP agrees IS foll~usr :
1. Tke Contractoz vi11 not willfcL1y Zisccisl3Zte 2cptinSt am
.. plioyee or a??iicznt %z cn.~~o~-a~zr scc=~t;c of rzcc, religious
ctaritnP status, or ses. ~nc ~o~:zasror vifr ==?e aEEirzutfve to cn83:c t53t +?Eicants are c-~:Loy~-P. a:% th: c:?Eoyces az du~ing emplop=ca=, withoxt reyarJ =a :heir zzco0 rcligioxs cr color,, nation+P arigirr, .zn~zs=t~~ ?%yzi:c=l ;lab~c~;q~ Eeiical mKita1 statass or scs. such c.c:i.cn s:".~pL izcfr;zii., but not b lhite$ to, t.5~ r'ollo;.iicg: c=?lo:z.r-nt.,, mqrzdinc, &.-,ation or recruILcent or zzctuitzczt c~*.~~==tsin~; laysff e= terxinztion of pay OP other forris of toz.;ensz.+io+,; azci szlecticn for trai includiq appren=ises:ii?, ~2% ~=.zt=acttr as-ees ts ?est in c placeso availsbk to crqloy=*s 2~2 as:>~rcaz;s for zzFZoyzencp to be pzovid6.d by the owardizg ,=~=k3ziz;r sst:ii~ fozzb the I)P af this Pair %islopent: ,oractices Ag=s==e.c.
2- TRB Contractjr will S&C! to EZC~ ls2gg uziols or represer,t
WQ~~CS with ~-iafcb ks has a coflo,c=Lv= fzzcakir.;. qzee%eit c contract or ua2ezstaadirzg, a r.oti=a, t= 3s ?rcvic2ed by tko CY auf&ori=y8 cdwishg =!%e said kbcz LT~CJ GZ '~TOT~CIS' re?resen of the Contzaetct8 s cxzTie.5zts ee-.Eer :fir jlectf2n, acd shall copies ot tho n3:fce in cos,sjic.*-*- -bMs #=c~s avaifable to en?10. and ag?hicaits ZOK ezqlo>=ex.
3o he fantzac",ar will ~e,?-,f': a===ss tza his resorCs of e:npLo: employmat a&wes=isi==snts,, +~?12cz=iziz 3zr;s e am5 other Ferti:
a data at& resogZs %y the, Eai= zzt~lq~exe 3rncticzs Ccmissicn,
e. awarding autharFty or any otker =??rotri=te ezploy~s, ee_=ara
acjesasy sf the Caunty of san Dieo. er tZe S',z:t.oL CaPiSsrxia
to ascez:aia qxqlizuice. with the ?zL* =?ioyz=z= Srcctices an
4; A finding 05 wi%O%P vio',aticz of cy of the Faig-Zz??loyZJ
' Praetics psavisforans of this cmtzz~t cz 02 ",ie Cdlif=mia ta
e -. -9loynont Practices Act shell 5.z rqirf& fy ST= z.<zzZizg au
as a bzsis FOP Cs=e,zkikg ttt Coz'.,z+c=s= == ke z~t a "=~s?m biCdet" as to ='.sz.are cantzaccs fez wkkk sztk Caz:==ctcr nry bidse. ~G,P zsvckiz-.g '.,!le Ccnzz=ctzze B tr=~~-~Sificz:ic~ -- rpz.cinq, 2nd PO%. refasiq to es:rbP,ish, re-es=aktlish ar rc3coI a ?rsc;u= cation rakinz 53%. the Cozcrac=or.
ha at;az&iEg autkoeity shrll &e- a fiztica cf ?:illluf violat Cbc +liEcraia ?ai= s~?Poyxer\e P:ztt5xzs ;?ct to hzvt occurred receipt of writtaz actice Zzox <:e 'air ?.?fa:z-cr?-, ?=actices nission ",=t it has iavcstiqzkrd r-2 Ez=er=izeE r3a= the Ccnz has violated :St Fair Zz?lo:c.ar.t ?rac=l=es A== an2 53s issued under h5or Coic Sec:ion 1426 or s=-=zk& zn injcr.stSon under
Cod+ SectiorP 1429.
~p~rj receipt of SUC~ writtea r.ctis+ <ZS=: tka ?ri~ >.?lo>;;lont !
Ccmiss:on. tke cuir6ir.g nrrt:tctit;- s5c19 r.o=i=y ::7= Icr.L;z2ct31 raaltsr ps demezsorabts to the satlsfzczrzx =?E E:?? a-.a=sxtg as: within a stczcd p.tgf-A thnc :h v:olc=;sa i.2~ ken correczcd,
peziod.
5, he ~z:rtr:cz~,r or;roes, t.b..a-~ s5~zL2 53 a--*nr3i~~ autkorftf
nine t.L.2~ the C;;?=zsc=cr nas ?.a= zcz?Lice -.:Et3 :>e ?air Zz2ic:
Secciczs 1735 az5 1775. ~ze ttrafrrc=or rzall, as 3 $e~31=>r :O
of, fcr c;=:I ?szscn xh~ *..:as teziaf t~~Lz>z~.?; 2s a zssul: of cc:-cor.?lix.cz, :he ?er?cli.',ies Fro-:iti25 irr ::le 2hcr Csdc for s lation =i ?cc*.*.::IL~G 'n'aqe CJZCS. 5:isc Z:~~ZS ;r.ay SP :cc~\*cz~=:
't% Cxtrxzzr. :kc aGsr2izT au:%=rl=:- :ay tcG.ct= a.ty stlcn C, fro3 any zsnics Sce C~J C~a:r=czcr.
01 u- ~
8
I
I
sy
I
i.
1 so 0% this earntract,
1
I
1.
8
ri-
I-
1 I.
8
B color8 national oriqln, enccs:ry., ghyriczl !tzz2icaa, neCica1 1. ' ' Io
.f
.-
.*
wated by tfpc awardizq aut5oraitip. IC=" - t+ F2rscoas 05 investiG<
& 110. --
.- ..
P
0 .prequa1ific;lticz z3c-ir.g will t2 r-xckzc', =t =he ex?iza:icn 05 :
prcctic2s ;octisa ot' 5:s cs.I=zIc~, 2:lc.l ?rrrs2i?ar, to ',abet coc
&-azt?i:? :!~t:13~'r=? Esrfei=, Ecr i-2f.7 c2:t-..llr 5y. C' ?or'lion
\ OPE
NOTICE OF REQUIREMENT F9R I;FFIK*L4TIVE ACTIG 1 TO ENSURE EQUAL Et;PLOY;WIT JPPORTU?IITY (EXECUTIVE ORDER 112%)
OQI
,
.. .-
3, The Offeror's or Ba"dder's attention is called eo the "Equal Qpp,
%unity Cnauie? and the 89~tandard ~edera~ ~qua~ ~mp~oy~ent Opportunity ~on
struction Contract Sped fica%i oris" set forth here.i"n o
2. . The goals and timetables for minority and fmale participation,
expressed in percentage terms for the Contractor's aggregate workforce in
each trade on all construction work in the covered area, are as follows:
Timetab% es Goals for minority
pastfcipation for each trade
o - _-
Goals for fmaIe participat in each tr
These sozls are applicable to all the Contractor's construction work
(whether or not it is Federal or federally assisted) performed in the cow
area.
The Contractor's compl iance with the Executivz Order and the regulat
in 41 CFR Part 60-4 shall he based on its inplementation of the Equal Oppc
tunity Clause, specific affirmative action obligations required by the spc
fications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goall
established fop the geographical area where the contract resulting from tl
solicitation is to be perfumed. The hours of minority arad female employ
ment and training must be substantfally unifam throughout the length of
contract, and in each trades and the contractor shall make a good faith e
-.
d
P - ,- *. . -. - I.
.. -0 1.
0.
--a
STANDARD FEOEFUL EQUAL E!-tPLOYf.lENT O( OPPORTUM ITY COflSTRUCTIQY COIITRKT SPECIFICATIOiIS (EXECUTIVE QWDER 11246)
i **
1'
I
1
1
1
I
10
1
I
8
1. As used in these specifications:
a- "Covered area" means the geog~aphicat area descri42d in the :
tation from wha'ch this contract resulted;
1.
b, "Director" means Director, Office of Federal Contract Conp'l ii
Programsg United States Department of Laborp or any person to ~hom the
delegates authority;
c, "Employer iwden%ifieation number" mans the Federal Social St
number used on the Employer's Quarterly Federal Tax Return, U-S. Treasi
Department FOS~ 941, 1 do '%i nori tyE8 i ncl udes :
(i) Black (a83 persons Raving origins in any of the !?Jack Afi
racial groups not of Hispanic orfgin);
(3%") Hispanic (all persons of Mexican, Puesto Rican, Cuban, I
or South heriean or other Spanish Culture or origin, regardless of rac
(iii) Asian and Pacific Islander (all persons hzving origins
of the original peoples of the Far' East, Southeast Asia, the Ifidian Sui
tinent, or the Pacific Islands); and
1
I (iv) American Indian OF Alaskan Native (all persons having o
in any of the original peoples of North America and maintaining identi
tribal affiliations through membership and participation or ccmunity 1 bication).
2, k'henever the Contractor, or any Subcontractor at any tier, subcon
B portion of the work involving any construction trade, it shall phyol'
include in each subcontract in excess of $10,000 the provisions of the
opeci fl'cations and the Notice which contains the appl icab'1 e goal o for
1
I*
1
o$-j igati ons under these specifications , Executi ve Order 11 246, or the reg1
tions promulgated pursuant thereto. OG
1.
g, In order for the nonworking training hours of zpps2ntices and trainel
to $e counted in meetfng the goals9 such apprentices and trainees must be
employed by the Contractor during the traa”na”ng perfod, and the Contracto
must have made a comitment to employ the apprentices and trainets at the
completion of their training, subject to the availability of esrployneitt 01
tunities, Trainees must be trained pursuant to training prograws approve!
by the U.S. Department sf tabor.
7- The Contrac%sr shall take specific affirmative actfowo to enoure equ
employment opportunfty, The evaluation sf the Contractor’s corrpl iance wi
these specifications shall be based upon its effort to zchieve raximurn re<
from its actions. The Contractor shall document these efforts fblly, and
implement affa’mative action steps at least as extensive as the following
Ensure and maintain a working environnent free sf harassnent, ii
timidation, and coercion at all sites, and in all facilities at Hhich the
tractor’s employees are assigned to work. The Contractor, where possible
will assign two or more women to each construction project- TIE contract(
shall specifically ensure that all foremen, superintendents, ar.d other on.
site supervisory personnel are aware of and carry out the Contractor’s ob‘
gation to maintain such a working environment, with specific attention to
minority or female individuals working at such sites or in such facilitier
Establish and maintajn a current list of minority and female ret
ment sources, provide written notification to minority and femle recruitr
sources and to cornunity organizations when the Contractor or its unions f
employment opportunities available, and maintzl’n a record of the organiza-
a.
b.
k. Validate all tests and other selection requirements wh2re the)
O( <
I
I -,
8. ~
I etc. , such opportunitieso
i
B
1
I
1.
I
1
1
I
1
1
I
1
an obligation to do so under 41 CFR Part 60-3,
11. Conduct, at least annually, an inventory 2nd evaluaiicn at le;
of all minority and female personnel for proEotiona1 opportunitS~s and (
gowags these employees to seek or to prepare for, through appropriate
m, Ensure that seniority practices 9 job el assi fica tions s work as
mewts and other personnel practices, do not kavs a discriminatory effec
continually monitoring all per-sonnel and employment related activities
ensure that the EEO policy and the Contractor’s obligations under these
ficatm’sns are being carried out,
-no Ensure that all faciaities and company activities are nonsegr
except that separate or single-uses toilet and necessary changing facil
shall be provided to assure privacy between thL 0 sexes. 1
0. Document and maintain a record of all solicitations of offers
subcontracts from minority and female construction contractors 2nd supp
including circulation of solicitations to minority and female contracto
associations and other business associations,
p. Conduct a review, at least annually, of all supervisors’ adhe
to and performance under the Contractor’s*EEO policies and affinative
ob1 igations.
8. Contractors are encouraged to participate in voluntary associatior
assist in fulfilling one or rriore of their affirmative action obligatior
(7a through 7p)- The efforts of a contractor association, joint contrz
union, contractor-communi ty , or other similar group of which the contrz
is a member and participant, may be asserted as fulfilling any OR^ or li
of its obligations under 7a thrcugh p of these Spicificztions provided
the contractor zctively participtes fn the STOUP, makes every effort 1
.a
I.
001
I that. the group has a positive impact on the enplopent of minorities and
in the industry, ensures that the concrete benefits of the program are r
ed in the Contractor’s minority and female workforce participation, make
good faith effort to met its indivdual goals and timetables, and can pr
access to documentation ovhfch demonstrates the effectiv2neso of actions
ow behalf of the Contractor, The obligation to empty, however, is the (
tractor’s and failure of such a group to fulfill an obligation shall not
a defenoe for the Contractor’s noncompl iance.
go A sjng~e goal for minorities and a sepesate Agie goal for women hi
established. The Contractor, however, io required to provide equal emptc
ment opportunity and to take affjmatl’ie action for a11 minoi-ity ‘groups;
maKe and female, and all womeno both minorfty and non-ninority. Conseque
the Contractor may be in violatioi of the Executive Order if a particular
group l”s employed in a substantially disparate manner (for exmpk, even
the Contractor- has achieved its goals for women generally, the Contractor
be in vl’olation of the Executive Order if a specific minority cjroup of WOI
is underutil ized).
’00- The Contractor shall not use the goals and timetab1es;or affirmative
action standards to discriminate against any person because of race, colo
! *. -
.. :* r < -, I
.* , ., - c ’ 0.
- - ,‘ -* - 9
~ . I- 0 .-
./ . -1 -. ~
-- (r .-
-- -* .-,
rea igion, sex, OS national origin. 9.
-
11 s The Contractor shall not enter a’nto any Subcontract with any person c
firm debarred from Government contracts pursuant to Executive Order 11246.
12, The Contractor shall carry out ouch sanctions and penalties for viol;
sf these specifications and of the Equal Opportunity Clause, including sus
pension, termination and cancellation of existing subcontracts 2s may be
imposed or ordered pursuant to Executive Qrdes ’91226, 2s mended, and its.
p.. OI
8' O-'
I
I
I
I
1
8
I.
I
1
I
1
8
I
I
u
those under the Public O.lorks Employment Act of 199; and the Cornunity 0: I ** . opment Block Grant Program) o
1.
- .. , .. - _. ..
I .. .. -._
.. ,. .
..: 0 0 e.
~. i
I U.S. Department af'babm !
i_
~ .- GENERAL WAGE OECXSION NO. CA87-t
,Sugesotedes e4BnakcP1 wage o@CfI%OA NO, 6A86-1 --
state: CALXKiRNf A
ceunty(lss1: San DfeFpo
GUwStPUCtfQn . . .Type: BrPllcBlng. Heavy. Hlghway, Resleentia1 & Dredging.
COnStrUCt 3 On
! Oeserlpo9on: Bullddng Projects: Heavy Projects (aoaa net inclum
BM/Grout work or Water We%$ D~tll$ng); bl~ghwey Psofacts: Wesfee PF~S~QC~S (Inclugttmg atrsgle ~as~%y hamars ana garden type apartme
$0 and Onc%uddng 4 s%or"%asl; ana DFedgfng
Med981eatten RICOP.~: e.
No 0 Pub 1 4 Cat f ow, Date , Page No 1 daw. 36. $987 36-43 ,a feb. 6. 1987 36
."
..
. .~.
..
a' -
..
!
35
vea. 011
-'T
00
.a
, U.3. .-pa& bI*.-..- -* .. m. ..::. . -_.
8
8
I
I
I
I
U-
I. eo
1
1
1
il
8
1
I f~RfCnTfDN una LAWN SPRINKLIZS 15.60 39%
I
eaj3.p - 1
Bas 1°C Fy 1 nge
Hou~l y glenef ! ts Rates
ASBESTOS WOffKERS 33.89 5.43
BO~LERMAKER~ 21*6Q 4.50
B~~~cKLAYERS; STONEMASQNS 19.35 3.85
glRfeK TEWOER5 14.87 5.43
I.
CaRPENfEWS: carpenters: Shfnglert 19.76 5.05
Wagk on single farnlly nenes end apart- ments up to and lncludlng tnree SZO- 16.60 2.50
20.09 3.05 Pres
wood Floor Layers 20.36 5.05
P t 1 eeP4ver
~$lluclgnts: ksreunatlc Naltcs: Hard-
CEMENT MASONS: Cement Masons 15.61 8.62
Epexy/Res!n metestel: PlnBthlng macntnc
Wekkipsg freta bos'n chafk; Scatfold
belt: or scaffold. aztached to *tnov&\e verafc'le: LardUeP over G8; Color when dust+& on 15.91 8,.62
43.37 5.05
21.26 S.05 Q %rep
Stand-by Blvers
Rctlaential canstruc%9en up te and
AI 1 other work
. Op: Clary. %fawell or sOallar type screed;
$88hb%nSUrn of 6')e SW%nglng Scaffold. safety
QfVERS: -
Tenaer 21.36 S*CS
Including fbrrec stortes $5.315 4-97
UP 9,73 ¶.??
* . DRYWALL fNSTALLERS/LATHERS 2
19.455 4.97
'Drpa:1 Stocker. Scrapper and Clean-
"ELECTRXGXANS:
Wsrk on tdngle family homes €i apesonrents
A1 1 Ofher work:
up to & including 3 staples 13.50 l.Si+ 3%
Borrego Springs Square: El ectticlans 18.i8 3.501 3%
Rerni i near ob County: Cable Spl lccrt 15.03 3.s04- 3;:
El ec=r $ ci an3 19.10 3.5w 3::
Saunc Tecnnactan 15-95 1.23L 3;:
lJ:~;I~.y tecrrntcrars a t 16.50
He1 oeps tsa7z 3*37* c
Dpooatronary heloert. at.255
SLt:=S;ZS 17.87 3.15
Fence ~xcz~t-s ta.x 8-93 Ictnforerns: Ornamcntaf: Svuettdg-al 19.15 8-93
19.55 3.5QI 3% Caote Sol ictrf
Scum Person a 8.6;' 1.29~ 2%
.TO+ 3::
12.50 .Id+ 3% Uzqttty Tccnntclan I 2
Hecnan 1: cs ZLZ'JATUa CQNSTZUCSOZS : 23,31 3.371 a
:aCNWORKEZS:
36 (feBe 6, 1987)
1 @ Vel, Ill
.. .. - 00
< * . h.S. Department 0% L~W
CA89- B
*LASORERS:
epoup l %fo18 6.60
Gmup 2 * %b,SQ 6.60
Group 4 ff.95 6.6Q
35.20 6.60 Group 1 - rebound
.GGOldP a - gun 65.50 6-60
Cpoup 3 - nozzle 15.70 6.60
Group 1 65.50 6,60 15.70 6.60 Gmup 2
2.G 15.95 6.60 eraup 3
Group 3 %5e70 6.60 .
=GU"ETE LAB(SRfRS:
"TUNNEL LABORERS:
LINE CONSTRUCTI ON : dattnury work and Dtstsdbutf~n work:
22.96 3.3- 4% bane Teehnfcian: Heavy Equdgsnent Operator
Graund; Truck Briveh.. l7,f;P 3,3w 4% eae1e $PI %eer 23.26 3,38+ 4%
&$ne ~eshntcaan: keevy Equtprment OpePator 20~40 3.3- 4% Gboesund: Truck Driver ff.88 3.3- 4% Cable SpBIeer ao.70 3,3w 4%
All otgnsr cswmartdal eve%bsaad %%ne:
MARBLE. TERRaazo AND TXLE SETHEFZS 24.1 t 8.12 MARBLE. TERRAZZO AND TILE FINISHERS 19.84 2-60
Brush [swing s9aga). spray lEi,62 4-67
~apemengass. spr-ay (swing stiga) 18.87 4.67
PAINTERS 2
BrusGa. Badwt Burner 18-37 4-67
San~blester (swtng stage): Erom. . Steal end brfdge pafnoars (Swing stage): Iron steel and brldge pafn-
bers, Spray gswfng stage) 13.37 4.67
paintesg (g~oundwokk): froo, sees1 and
Rlggers, cldmbfng steel: Brush. cldmb- fng steel and bstdge; Spray. e'lfrnblng
steel and br Odge 39.12 4.61 - Statpl ef ack 20.02 4.67 Taper 19.37 4.67
OanetBlasPcr: Xron, steel and bridge
'IssDtctge gelnters, spray (groundwork);
\
PARKING LOT WORK'and/or HIGHWAY MARKERS: Traffle Bcllneatlng Device ~ppli-
Wheel %tap Installer; Stslpcr:
Pavement Seultng. Slurry Seal. Re-
-
eator 14.83 2.W+ b
saneblaster 14-38 2.80.6 b
surbaclng and Repelr:
Mlxek Operator 63-99 2,QQ' B Applleetor Operater: ShutzTe:
'POD 1Q.39 2.W+ 0
Squeegee 12-%'% %.W+ D
fpagtte ConProl and Sewfee Yarn 2.00+ e BLASKbEFZ TENOERS: Slnglc farally homes'and apartments
All other work lf.39 6.44
UP to and lnclualng 3 sterles 12.99 6.44
4 - hi. Ill
37 ($an, 96. 1987)
. .. .. .. . . . .. .. .. .. .. . f ... .. . ... I. .._'... . , ... .
8:
. , or .D
m i. ..
e. .. .. 0' u.k D8pafimena Qf bbot ..
d..
CA89-%
PLAOTERERS': Single famdly homes and apartments up
All othw work 18.47 4.49 PLUMBERS; PfPEFITTERS: STEAMFSTTERS; AIR .
PC$ and ineluding 3 stories %J .47 4 0 49
I. -. . .e*". :.:-: ' .:# .. . . ' :
CONDXTION. REFRIGEi3ATION:
I
m
II :.:
I
I.
I
1
1-
II
I
I
8
1.
I
9
Camp Pendt eton 23.93 8,91 .
Gr-oup i 6a.tx 7.15
. ereup 2 68.33 3.25
'GFOUP 3 19.62 7.25
18.16 7.25 .GpoMIp 4
ePoup 5
Group 6 -. 19.Q9 4-25
Group 7 13-26 7.25
d9e33 7-25
39.51 7-25
Gmup 8
GPOUP 9
Lever Watch engineeptng. Welder, -and Deck-
Wdnch Operator (stern Winch on Dkedge) .19,42 7.35 Bargehand: Deckhand: fQ,ref lghtcr:
Rest ab County 21.68 8.32 POWER EQUIPMENT QPERATQWS:
5 .. 18-98 7-25 '/
DREDGING : ..
. HYDRAULIC SUCTXQN DREDGE: ..
20.55 7.35 - . .
. mate .. ' 39-97 7.35
Qller; Leveehand 18'"8a 7.35
Lever . . 20.55 7.35
Bargehand: Deckhand: Fircftghter:
- Dozar . . 28.08 . 7.35 CLAMSHELL DREDGES: 1 a .-': ' ..
Wateh Engineers; Beckmate : 19*97 7.35
Basgemate 19.49 7.35
. .- ,ia.aa '7.35 . . ..- Otter
R610FERS 15.12 3.08 *SHEET METAL WORKERS :
' Restdentiat Construction:
. A11 other Construction: .
Camp Pendl eton 13.79 , 3.62 Rernatndes of County' 12.59 . 3-61
Camp Pendleton . 23.98 6.12 Remainder of County . ' 2Q.98 6-12
.e. 18.4s 3.94
. 21.87 3.23
SOFT FLOOR LAYERS -. SPRINKLER FITTERS
TRUCK DRIVERS:
Group 1 . ' 17-29 5.5a',
Group 2 . . . .-17,59 .s.54
~ -. Group 5 18,19 5-54 Group 6 . 20.39 5-54
. Group 3 . 17.79 5.54 , . . ,Group 4 17.93 5.54 .
RIGGERO: WELDERS - Wecefve rate prtitc~lbe8 for craft'performing
' operation '0 which rigglng OP welding Is tncloental.
.. ..
FOOTNOTES:
8, . Employer contributes 8% of baste hourly rate for f years ' 1 ,
.
servlce an8 6% ef bastc hourly rate fop 6 months to 5 years 1. . .
Vof, !If.,. . . - *. -
., _--._ P 38 (dart, lS0 1987)
-.
.. .- ue~. ;epertmznt of Labor . -. 00
..
CA87-1 .
aesv$ca as \lacatfan Pay Cred%%, 6 Paid Holfdayt: New Yeard :~em,or4a3 Day, Xndependenee Bay, Labar Day. Thankagfvlng Day
Ghrfstmas Day,
3. ~m'loycr contpfbutes t.88 pass how %Q Vacation Fund for the fQrst yeas of employment, 1 year bug less than 5 years St.1 bes noerr to Vacation. 5 years but less than 10 years 31.48 1 hour to Wasatdon Fund. ower 10 years $1.83 per hour to Vaca
r'crna D
-
ELECTRICIANS
,f3
Seunc Tecnnictan: Termlnating. oparaztng and performtng ftnal ct
Sauna Psrson 8: Wlrapulling. spticing,.assembling and installin<
o dew i ces
LRtlf%y Technictans If: $nsbal%a%ion of stmat 1tgBts and Waf1 'srgnafs. includt.ng elactrtcal edree~itry. programab9e cantrolles
peoestal mounted electsisal meter enclosures and laylng af pra.
assembled cable In ducts. The layout of electrical systems anc
cmm.micattop instatlation inctudfng proper positton of trench . deorns, and Padtus at duct banks, location for manholes. StFf8l
%%grits. and orafflc signats.
%nstallatton of underground ducts for electrical. telephone. CL
TV. and communfcation systems, The setting. levcting. groundin racking of precast manholes, handholes and transformer pads.
lJz%%fty Technicfans 82: Dtstrdbutton of material at job site.
LABURERS
~koup t : Lab;j';.er (general constructton) : Asphal t Ironer - Spsea
Eortng Machdna Tender; Carpemtcr Tender: Caulker; Ccsspoef Dfgg Inszal'ler: Cl-IUCktender (except tunnets): Concrete Curer (Impcrv
Memcwane and Form Oller); Concrete Water curlng. (excluding use water trucks): Cu+ttng Torch Operator (demolition): Driller s T
(CatSsGn) including Beltoucrs: Dri-Pak-tt Machlne. Concrete Cut
Torctr: Dry packing of concqete. plugging. fllllng of Shct Bolt
Fin8 Grzaer'o5 Htgnways. streets and airport paving (sewer and
dsatnage lines when employed): Flag Person: Form Bloues: Gas an
Pipeline Laborer: Guinea Chaser: Housemover: Jet: Landscape Gar and Nursery: Packing Rod Steel and Pans: Plpelayer's Backup (ca Wouzlng, making of joints. sealing. caulktng. dtapertng and tncluatng Rubber Gasket Jolnts and potntfng): Rallroad work tak Rfggdng and Sfgnallng: Riprap Stonepaver: Sandblaster (Pot Tend . Sealer. Sesgtc Tank ~tgger and Xnttaller (bead); Tank Scaler an
eieawcr: Tool Shed Cnecker; Wlneou Cleaner
~pOu3 2: Aspnalt Raker: Layton Box Spreader (or StmileP type):
guggymooile; Ceaent Bumper (on 1 yard OP larger rnlxers ana hand
au1k cernenr): Concrere Saw (excludlrrg tractor type). Roto-scrap
ChtUplng Hammer. Concrete Core Cutter and Concrete Grlnaer and Sanaep: Crtboer - Shorer, Lagging and Trencn Bractng. Hand-gutd Lagging Hammer; OrIlter - All power Drllls. lncludlng Jackhamme
"hetnes Core, Dtanond, Wagon. Track. Multiple Unlt. and all tYP
vet, 111 --
39 (Jan. 16. 1987)
-- ..
- US. Department of Labof 00
CA84- 1
Mechanical Drills wfthout regard to the form 015 moztve power: (a%% other where drtrtfng it fer use e~ explosqves): Gas and c
Pipellne Wrapper (Po0 Tenaer and form): Gas and Oil Pjpeltne
Wrapper (6 lncn pipe and over); Opeplator and fenders OF pneu-
naTfc, gas and tlecfric tools. Concrete Pumps. Vibrasfng Ma- cbfnes, Multi-plate Impact Wrench and similar mecRanSeal tools not separately classified herein: Ptpelayer (pakfcirming all se
M%C~S %n the laying and inszallation of pips from the p0dts.r: of: receiving pfge unfdl comptetton sf tne operatdon. imciudrng ?R and all forms of tubular rnatapdal. whether Pipe, Metallic or
Non-metallic Gondudt an6 any other oratfawary type ob tubular
eSevieet used for the conveying of any substance 06 element. whe water, sewage, saltd, gas. atr or ezher products wha”csaewer
- and vithoux re&rd to tee nature ob matesfat from which the
tubular waoer‘%al is fabpicaoed; Powder Blasters8 Tenders: .Prefatwieated Manhole Installer; Rock Sllnger; Sandblaster anc Wateretastet- (bdozzle operator): seater (using BosBn Chafr. Saf
Belt): Steel Headerboaset; Tree C’Blmber. uslng mechanical tools
Welcddwg dn sannectdon wfth babarer9s work
Lo a I* r 1 r 1 f r f. *- Of 1 --I I 1 1 -- .e 1 A*
Group ‘3: BSpkabl t .P;$eP
Group 4: fewccs esector ..
TUNNEL LABORERS
Croup 1: Bull Gang Muckers (Track): Chucktender-. Cabletender: Cancrete Crew (includes Rodders and Spreabers): Dump: Grout
Craw; Tender for Steel Form Raisers and Setters: Muckers - Tun
ne% (hand 8%0 machdne); Nipper: Swamper (Brake and Swttetr
OR tunnel work): Vibrator. dackhammer. Pneumatic Pesols (excep:
Ordller) Mult$-plate Impact Wrench
Group 2: Blastivs, DrillcPs. Powde~; Chersy Plcker: Grout Gun; Kemper and other pneuma%t%c Concrete Places Operator;
Mine~s fn sho~t dry gunnels under streets. hfgnways and sfmila
places; Miners - tunnel (hand or machjne): Powder (tunnel
work); Steel Form Rafsers and Setters: Timbep. ReftrnBer
weod or steel
Group 3: kaudes - Primer House (licensed) o’n tunnet work; 5hat.e and Ra$& Mlner: Snifters: Blasters (Tdcensed) all work ei leadtng holes, plactrag I blasting all powder & explosives 0
whaoaver’typa regardless of method used for such loading and placrng
.*
PQWE2 EOUXPMENT OPERATORS
Group %: Brake: Compressor OperaTor: Engineer Clites; Generator-. Pump: Slgnal: Sudtch: Ditchuleeh: Ele-
vZtoP Operator (tntiae): Forklift (unaer 5 eons) 1-
1
1
Group 2: Concrete MIxer (skip type): Conveyor: Flreftgneer: H~I static Pump; Plant Qperatsr; Generator, Pump OP Compressor; Rotary ~cilt tender (ollfield); Sk‘lpioaaep - wheel type up
to 314 yd, wlthout attachments; 501;s fjeld Technlctan;.Tas
voi. 11% 4. o
40 (Jan, 16, 9989)
0.
I.
-. .. .oo
4 ussa 3eoar;nent sf tabor
eLaa4P- B
-2t Ff~cf%ghter; Temporary Heatlwg Plant; Trenching Machtne 8%Per; -;";erere Pump Oflcr (tsuck mersntadl
;.-sua 2: ford Farguson (wdth dragtype attachments): Half-
:=~ger Rab$o Operator (ground); Bower Concrete Curing Machine; p.guer crtven Jumbo Form Setter; Stationary Pipe Wrapplng
ane 61raatng Machine: Gradall Offer: Surge Tank and Weight
aa~ter (HOT Plant]: Trencher Oiler (foundations): Truck
C;.-ane 01 1 e6
SCQUQ 4: Asphalt Plant Fdrefightes; Baring Machdne: Chlp
ZDreading Machlne:,,Concrete Pump Operator; Ddnkey Loco-
Zerttve or IMQ%OP Operator (10 ton); Helfceptes. Idolso; Highline
~~ca~eway ~igwai~i PQUW Sweeper; Trencbislg MacRjne (ud
t3 6 +%.I:' Concrete Pump Opemtor, truelo mounted: He11coptes
1. 2aato opera$eP D
Groun 5: Bb-epame WtwcR Truck Opara%%or; Asphalt Plant Ok
Cencmze Bazc~ Plane Ciperater (whe~e coamercfal poww is
no'b usee8, ne %ess.thaw OWQ Generater+ Qperato~ Os required);
&.sona%t Spreading Machine Operator (Opreaaer Bar and similar):
.Zip Sharpener; Box or Mfxer (asphalt 0r concrete): Con- ' ._ . c~tte doint Machtne Operator (canal and siradlap type); Con- . . crett Planer Operator; Besrtck (o%%daie%d type): Drfllfwg
MaenOne Operator (IncIuddwg water wells); Eqesdpmtnt Greaser O.:.laofPe and Crease Rack]; Fo~kltft Oparaso~ (over S tan capa-
~ 61Ty%: Hyctx-a-hammer - Aero Stamper: HydPegrapRQe Seeder !a-
CWtne Bperatss (straw. pulp; OF seed); Machine Tool Operator: %glnniS fnternal Futl Slab Vibrator: Mechanical Findshes Ope-
rator (Concrete-Caary-Johnso~-ffi~~ell or similar); Pavement Breaker Operator (truck mounted. oiler kequired).; Road QQl
)a'%xfng Mach%s%e Qperatot?: Rallak Qperamtok; Ross Carrier Ope-
P~P~P (joeodte): Self-gmpePTed Tap ~%paltradng Machine Ope-
pa~or: Sktplaa&s. Operator (wheel or %rack type over 3/4 yd. W fa and Inclluding 1 9%2 yds,); Skipleader - Fopd Feswson up
ta 314 ye. wtth drag attachments: SKip Form Pump Operator
(power driven hydsaulic rifting devtce for concrete ferns):
fcrled Operator: Stinger Crane (Auszdn-Western or similar
type): Travellng Plpe Wrapptng. Cleaning and Bending Ma- mine Operator;'Truck type'loaeer; Tugger bfotst (1 drum)
GPQUQ 6: Asphalt or Concrete Plant Engineer: Asphalt or Cancrezc Sorcaddng Operator (tamping OP finishing): Asphalt Paving Macntne
caerator (Barber Green or sdmilar type); Automatic Curb Machfna;
leet Splicrr or Vulcanizer: BHL Llma Road Pactor; Wagner Pactor
QP s%mdtar Operator: Eriage Crane Operator: Brddge type Unloader-
3nc2 Tum",d39a Operator: Cas%-dn-place baying Machfne: Combinazfsn
Msxer ana Cemetpessor ope~ato~ (~untte wo~k): Concrete Mlxer: Con-
=Fete Mfxer Operater - pawing (Oiler requireel; Crane Qperator (up rQ am lnclucing 25 ton capacity) (Otisk requdred) (Lorig Boom Pay
aDoltcaale); Csusntng plant Operater (ai'%et- requtreal (where cam-
--c:al power is net used. no less tnan me Generator Operator is
r~cUtR?Ul: Deck Engine Operator: Drill Docfor: ElevaTing Graoe We-
razor: Gracall Operator (alter requlred): Grade Cnecker; Creuting Macntne Operator: Guard Rail post Driver operator: Heavy Duty RU-
PafP; Hotst Operator (single drum - Buck Holst- Chicago Boom ana Slmllar type); Hoist Operator (2 or 3 drum); Kolman Belt Loader
.e
.. VOI, 119
41 (Jan. iG, 3987)
. ._
a-
US. Department d Latbsr
D -e:
I
I
I
I
I
8
II.
1.- .. *
U
I
I'
4
I
I.
1
8
CABS- P
and SlmllaP type.(when tua or mort ape weskirag together an ac
%tonal. employee shall be raqulred): $@Tourntau Blob Compactor slmjlar type; Lift Mablle Operator (Oiler requlred); tiff Slz
Machfne Operator (Vagtborg and stmilas types): Mazerfa1 ~~{si - Operator (t drum): Mucking Machine Operator (114 yd.) (OIler requlseh) (rubber-tlked. rail or track type); Pfle Drfver Opc -Patar (Oiler required); PneurnatlC Concrete Plactng Machfne
Operator (Hackley-Presswell or stnaflak type): Pneumatfc Head!
Shfeld (tunnel): Pumpcsete Gun Operates; Polar Gantry Crane C
P~%BP; Rotary Or911 Operator (excludfng Caisson type) (Ofler
qulred); Rubber-tired Earth Mowing Equlpaemt Operator (single en&%ne - Caterpfllar. Euclfd. ntmy Wagon - Water PU%IS ana : ntllar types wftn any and ail attachmcnOs up ae 50 cu. yds. sa
Rubber-tlred Scraper Qperator (set%-$oadtng paddle wheal typc John Deera 164 and sfmllar slngle unlt): Skiploader Operator
(wheel or track type. over 1 11'2 yds, up to and lncludfng 6 yds.); St%ngeP Csame (Austln-We~tern-PBfPfboRe or sdmilak tyr
. 5 tons); surqace ~aaters and Planer Operator; sact tor Cornpre:
Okdll 6om~dnatlon,OpePator; Tractor Qpcsator (Bull Dozer, Tal S6Papek. end Push Tractok., slngle englne); Trenching Machinc
PB~BP (over 6 ft. depth capaejty - manufacturers rating) (81
.required); Tunnel Locsmotlve Operatop (10 ts 30 tons); Unlvei
Equipment Operator (Shovel, Backhoe. Drag'ldne. Clamshell. up and tncludlng 3 a. yd. W.R.C.) (Oiler Pequtred) (Long Boom I
epplfcablt): Weldar (general)
GPoup 1: AUtOmatlC Llneau Tenston Machlne (2 Operator requfri
Ckm@ Operator (over 25 tons. up to and dncluddng 108 ton M.1 (bong Boom Fay applfcable) (Cli'ler rtylred); Derrfck Barge 01
Pator (Otlcr requlred, up to lo0 %ens) (over 100 tons0 fire or Odfer requlred): Dual Drum Mfxca" (Oiler required); Holst I
(2 or 3 drth with boom atzachment); Hoist Operator (Sttff Le< DarFIck oc~ tlm.tlar type up to 180 ton cagaedty) (Oiler rev1
bang Boom pay applicable): Loader BperaloP (Athey, EucIId. 5 . C)P sdmllar type): Monorail Locomotfve Operator (diesel. gas. electric): Motor Patrol - Blade Operator; Multiple Engine Tr OpePator (Euclld and s%milar type. except Wad 9 Cat): Pre-s
Wrapp'lng Machine Operatar (2 Operators required); Rubber-tlr Movfng Equdpracnt Operator (multlple engfnc. Euclld. Caterpfl sPmilar typo up to 50 cu. yds, S~FUC~): Tractop Loader Opera (Crawler and wheel type over 6 t/2 yds.)'; Tractor Operator (
e%tachmcnto) (over 40 ft. boom, Oiler required): Tower Crane rator (two Operators required); Tower- Crane Repalr: Universa
Eqerlpment Operator (Shovel. Backhoe, Dragline. Clamshell. ov
' ctp. yd. M,R.C,); Welder - certified: Welder-Heavy Duzy Repai
Contblnat9on: Woods Mixer Operator and other slmflar Pugmlll
bent
Group 8: Auto Graber Operator fcne Grace Caecker and one ace
employee required); AutomaIlC Sltp Form Operator (Grade Chec one actdltlonal employee requtred): Crane Operator (Over 1OO Svs Operators requtred. tong Boom Pay aoplfcable): Mass Exca Operator (tuo or mort Operators and Oiler requtred. less tha
s CPI. yes.): Mecnanlcat flnlshfng Macnfne Operator; Mobile For
Traveler Operator; Motor Patrol Operator (multt-engtne): PIP Mobllc MacnOne Operator (two Operators required): Rubber-tir
I. .a --
D -=- *
Vol. 119
0.
-. 42 (Jan. 16, 9984)
0 * .. 001
4 cos. ze3arrrr;~1t of Labor
CA$?- f
->?on ~ovfng Equfpment Operator (multi-ewgfne, Euc%fet, Gatarpf$%aP
:rjs s~arlar type ove~ 50 cum yds. struck); Wubber-tf~ed Scraper Ope
-l:ar i;ush%mg awe anothek wfthout Pusw Cat, Push Pull - $.5Q par
-:ur 3exft%ena% $0 base raze); Rubbe~-t%red Self Coadtng Scpapep
:=eraror (paCd%e wheel - Auger type Self Loadfng, 3 OF mope units%:
'S:BP" CPane Opesat0P: Tandem Equipment Operator (2 units only%: Tar
="w Tracros Operator (Ouad 9 or sfmiler type): Tunnel Male Boring
909~319= Operator
;~L;C 9: Canal bdner or Trimmer Opesatera (nat less than four (4)
.arraetayets requiscd - Bfler. Welder - Mecsranfc and Grade Checker): %%?c3~+er Pilot: Highllne Cableway Operator: Remote Controlled Ewrn Moving 'Equipment Operator (no one Operator shall operate mora
azan zwo pieces of earth mowing cqutpwasst a% one time) (S1.80 pes
-sar sedazfo~aal to bate sate): Wheel Excavator Operator (owes 750 ,tp. ycs. per hour, two Operators and one Otlek awes TWO Heavy Duty
aes33r requtred)
B
TRUCSC DRIVERS
Zsoup %: Trafffe Conerat, also fwampera and' Ptckupa
J~QMU 1: 2 axle Dumps: 2 axle Flatbed: Bunker: Concrete ?umolmg; Industrfal LfTt: Fork1 lft. undies" 75,000 lba.
'ZPOMP 3: 3 axle Dump: 3 axle Flatbed: 2 axle Water Trucks; EPOStOn
Control Noz=%e: Dbompcset@. less ohan 6 %/a yes.; Forkltft 15,080
:83. 2nd ovep; Prell; Pdpelina working Truck Brlvcr; Road Oil
Exeaaer: Cement Distributor OP Slurry Driver: Boo+: Ross
Cam t er
1
CsQuo 4: Qff-poad Bump. bonder 35 tons: 4 axle but less than 7 axle: LapJBea and Trafler: Translt #fx. under 8 yds.; 3 axle WateP frucks; Et-'aslon CsnPraO: Grout Mtxer; Dumpc~ete 6 3/1 yds, and over:
~UmBStert: DW to's. 206s and over; Fuel Truck and Dynamite: WfnCR. 2
axle: Truck Greaser
G~OUQ 5: Off-road Dump. 35 tons and over-: 7 axle or mort: Transft
Wlx, 3 yes. and.over; A-frame or Suedish Cranes: Tire worker: WaPer
pUil Tankers; WeTder: Winch Truck. 3 axle or more
GrouO 6: Truck Repair
Qn'iSted clastfflcatfons needed Tor work not tnClUded ulthtn tile
SCace of the c!asslffcations listed may be added after award omly
as cravieect tn tne labor standards confrad+ clauses (23 CF2, 5-5
ra)( f 9f B i) 1
43 (dm, 116, 1987')
VSS. 111
CLJnii ---..I"- I mm BWU xo. 53.u33
1,
I
I
01
U- SI DPAXEEE4T OF E3'JSZZ AX3 E33 DZELO?XE3T
CZRTXFICATIBN BY BRQPOSEB SU3COS'EtACTOR RXGARDIKG EQUAL EW%OY!SST CQPOIiTL3XTY
t *
ie a -e
saae ~b Prine Corx%)c"ac%or Project
l2mEUxm-
Tds c&iflcatbX fa req&eB pUpsuan% to Bx~e57e OrZsr la246 (SO F.R. 123L9-25). . !€%e bplaentfag nxles and rcgfiatfsss prodde that sny bidder 01
p,roopective @entractor, Or any of their ~rs_oost?% s&costrsrcfors, shall state
$I% hitist% part sf the bfd QP ntgotf8tfQns Ob %>e centraed; whether -ft has -.*mfeipatcd in ~.previearr% ceetract er suke&rac$ s=>deet to %he equa
Ogprtwxity claha-, 0 a8a, Ai Bo, vbether st bs rnd a ccipliance reports
%%ere the e&ificogtibso i&kates the% the sti&5z&sr 'has net-ffPed 8 cm 'p%fmse 1Lpepr-t due tfmt%& &,p&l.%cabh ~~s~splctfo~~~ such su~coa*rector shall. P
zequ3xeib to SU.~ 8 cempXiazace report befere the Q-mez approves the subson:
I
l d
1
a atleg asasable bnstruetfonie rn * .-8
B er pedtS -e& %Q kgb Pnmdf2aP the mbcQatracto
a= mo-mm03~ s c2TLu'%Gncs % I6 -- B
I 'Aaartbs:
hbsontxeetorl s ke: a
-
L -
0' I 1. B.%dder has p&icfpated %n a previeus ioatr3-t e=. sA3co;ltract subject .i
I . 2, &q&mce reports vert required to be files b ceaection uith such cc
[ 3- Udder has ifled a%b 'eempliancc rep& due ker a?z.licable instructi EO:= REQUIREDE
1 81, f;b *rep to %tea s ii QO,* .&ast CJQLS~ % Cet=ib 02 reverse side
EqU 'Qprtrprrity Clause, m a . -. 330
or subcontrack msn -5On
.e
..F?p- sa
1. 1.
fncl~dirrs SF-lOQ-'
3
1- .. a -5
this certification,
D a .
Ctrtiiication - ThC irpfondxion above is tzs .s& caigiettl! to the Best sf bavEet3ge acd belief.
s
1
I
.. .
Erne and Title of Siqar (~cese Type)
Date Sig3atuPe
It
0 OP 8
---- 4
00 U.S. OEPkRT'HEsiT OF MOUSDNG AND URBAN DEVELOPHENT
* &- -k
CERTIFICATION OF BIDDZR REGAFDIh'G
EQUAL WrnWENT oPPoRmM%n
e- -9 .
D N STRUCT I OH% -
"as certfficatioz is required pursuant to Executive Qrder a1246 (~o?,R, 1239-25). me wlr-cztfng wes MCP tez~eti~as proddie thst eny
'bidder or grosgectivc costrec%or, er EIlgp of the%% progoged subcontrectors,
shsff state 8% 8p initid psrt of the bid or negotiatfons oi tke contract
vhetbr %t has pkrtiefpatcd in any predotns contract OF subcoztract subject
to $he equal ospox-tuxi.ty elaulae; ma. if so, whethr %t has filed sfl coq@iar
reports aue under apgiUcabPe iistpmctions *
)6$ere the eert%bfca%%oe LnUcates that %be bidder $as not filed a soqA%eace
repod due under a~pXicebblc fastruct$ons, sa& biader sl$al% be rcqxC.r~ed $e
So eontraet shafl be a-aardtd unless such report is aubzitted,
-
stzwt Eb sos?pPi-ca report Pr%thi,.x% seven cdead= days gbztex" bid opernirg.
'al GERTIFICATIOX BY BIDDER
BidcZtr's Bane:
.Address and Zip Code:
%
1. Bidder has partic%pated %n 8 prev%ous eontract or subcontfacl
subject to the Equel @gofim%ty Clause,
WU (If answer is yes, identif'y the zost recent coat:
Conpliasce reports were reqrPired to be filed in coxectiorr with such
=U (If answer is yes, identim the cost recent coat
bidder has riled U cqzplisace reports due_ under a?plice>le instructio-,
inclu;liig SF-109. . YES I ti0 a KsnB Required=
xi asver to ttez 3 is "BO," please explain in detsfl 01% XpeTerse side of
this certification.
NOR
2. . contract or subcontract,
NOD
3-
4-
Certificstioa - The izriorzatioa above is true esd coz2lete to the 'best of r=jr
;[ kxio-iledgc anti belief.
I x .
EP-e UXI Title 0% Sigxr (Pleese %-PO)
P' ~-m~+i-rm Dste
r- ai *a OC 1-1
Exhibit 2
=A. Z-W rg .w *moa. ;g*rb:3ac*r
C-ITTe~+.Lo,r~mT~LocXeOorV PIOCIY
cboTR&C1OI'S ei~~iricino*
a *-b-s--ud.C-nmedb
fa*--d&e- MmrbrWp be *
(d h W-merrs .n irt.lad is Ik af-d -
Bb~.(IpLkdQ.ILL.d.U*cwbN.*CkYyrC.Qi...CI~JL*..-.J .* ..p - CLC a- u Me r-wbru*;
'L korrlrhk
(d - b 4 w fh m&nmluv 09 meb.od8m h mb& L b &mud ul- w ddgwod e8 ma pa- --a rp tb Cawd4m &rad d pk Umtd Qua pnmawa te bcoa S.hW d b. Row-
&* - OB Labe p.rC 0 (29 OR. PUC S/r )mm( o - 1(.)d rL -8m-W A-es
gd.l KM LC& 11(6pllalp e
8b &* d Cb-d cI(M1 h& k. U Od8 b i- IO- 88ksaR rf 8d h - w -9 t- aqamolr. putdap w emuulle I. rbrh swb eeLnuncsr be s s~L.C.un6 w m~ kyhd m om e+(l@blo ea- proid I* ea) d ILC 8Ir-s.rl p.mblq a eut.tq
lmRaa
8. IC roOn W *a 84 fwd fa Ibe d-hd tm)i.( enha U. 4.m .lor bo .S.C.IPI deap.W.1. iM.I - nmrd b bm arSratmedn ad 8119 tw.r.r t*s BdemarncnoI.. a S.kah*'8 Cartrier - pks arM. 04 RNU~I Wage Rv~nwU -.IC( b rb s.hb.Ra%
- -. - L )C.ow-*rhrr
(., b(9(acdhkumsJkr4Jhkwdm
s i I!
1 -1
1
11
Page 1 Sf 2 9/75
w-., 0. c \
--------
.e d d .. dm
00 U 6500.3
Exhibit 2 c
64 T'b - d -100 d dl 6- WLO, bPL 4-1 rd a-a hq o ds*ah.I m~ea18 om he .dm.pad. dIh-dd*c..pEeU W~~YO. *e omaeb .-
.a
. __. a-
fC9m-d CO
-.
h
WAbSl*e
u w ea - mc14 nu0 li(, w.~& - m w m D -. . r~q -ma r&hk 4 - - -ID m w rime a D .- e~ L. u L - w as.- w - - - nrm rr.~ w --
9pss Page 2 ob 2 c --a= ~
-- -
* .a I **
..
--
t84YC' . TIVLL ~ AOORCS'
-- ---..- 1c-
9. 4. e. --- -- I e.'* '. ne
------e---. --L-----.-.L..
0 ..
-p__
--*.--.---DI-PI---
..
e --___-__L_-- - -- ---- rc
~ ...,. , (~j'lb? p:mes elrr: c!,re;\ei ~l t:; .-.!L:e 2b.r:5\:e 5:1% ra:cr;l OA~ ca'gzrJt:, bawicg 0 $ui\!ar.p*<I tnt?r.:,t I,-, 1:': v
--
. ..
.' e
f.
-.
9 - -. : .e
-*
;a -
d .
.. ~.
-e
.. ..
r.
*- -.
i a'
.e 9 0.
.a- *
-0 f.
..
a . 0..
..
9 e.=
' Ism bc~allttct~*J -. . e. ~ *'e. * I 0 .*
.a . .. .. . a.
a.a
.e
.. -e
.e
.. . -
.. e. .. 0..
'. 0
<i'gri~~rI .. (Typed.Yamr - .. err4 T;:!cJ . , * el
a.
eo 0 e e* e*
*s
0.
0' e ** '.
e* e-
' b. * ._
[:' ' 0 PPI- WP.RNll1t *I e .*e 0 . *- .: * *e .(. lL!L Ciiztisst Cork. ktiea Sol*. Tittc tb. t!L.%COe pPsv;Cro Zx pait: *'V%qaver, eo o * makes. D~%s~s* ~i:wi. ut eU:!igb
S~WCZC*(, Lnnvsrre, 11rr SSXIK to be Pddr. o o o o %hat% &e lind nat mace 0!1;1a Sj,OLO Ise ii.spronncd.n.ac moec t'us,~ t,.a rr,,
9 0. ~* *Li
**
i* .e*
0' . 08 D '
'0. .. *. -. * .e ** . 0-
0 .
.o .D . a
..
*. '. .
.D
.. O[
I,, :*.
-5 *
10
1-
CLEAN A.IR ACT . 1 I*, a* :,. '., D ~
.. O.
Contractor agrcis to comply with .a, 1 ipp1 icaljje stindards. 'orders, or rcgul
tlons issued pursnant to the Clean Air Act of 1970 (li2 U.S.C. 1857 et sq.)
and the Federal Water Pollution Control Act (33 U.S.C. 1251 et. seq.) as
a~~er~ded. Violations stla11 bc reported to the grantor agency and the Rcglor a D gfficc of the Environmo-ntal Protection Agency.
-e *. ..
-e
0% 1.; *.a 6
I -,
E'
I 0. -. * '_ '.
I
I- I... 0.
Io
I' :
I
I
..
00 . o
0
-0
..
0.
06 ..
..
.D *.
a- -.
-0
D
..
..
..
I e
e"
* ..
.P 0 a. 1 Do
.D
8'
$
*. . 8 eo
e*
:
0 .o e-
...
. ,e
e.
.- I. -*.- * . .
. ..
*. .. .. t
ooc IHSS'RUCTIONS COT: PREPA2ATlOt-4 OF
$'TATCt.lEdT 3r CO!.!?L!t,I.[CE ' (F@ r*%.s La t4 ytcj:, ~ D ..
' TI& sfatenlent of csmplkncc mcels needs resclting from %he anicndiiicnl of ;!!e !J,ayi+ B;%eon Act to I"IlCl!ldc fringe %Pb.ijcfi',s g!OO.a"Sa"OCS.. YfItPc?f~t!~is; 3flk-1~dcd laiy- fhd' ~~alf:aci~p
is seqoircg% to pa)' ff'i6l:C kJtPfi!S 35 I>k'c'dCtCKZiCCd by IbC !)C?(;:krlfl~C?nt 6f E3lEp. in zdsi- . tion to pyii~fit ob the ai:ainnum saics. . TIE CO~~~;IC~OK'S obii~~~ticil to ~3%' fri~;? b..,a~ii!s
. -may &a kCi by pa~tl'lcnt Of 1116 %fiKIgc" tS tilC \'3r%Ous plams, ftlltds, 0% p%ogr2nLS or by cjzk-
iwg thcse p:q:ncnts to 1116 c!iiplsyses :is cash in Hieti 0% fringes.
The coniiactor sho9ld S~QS on ihc fr:~~-pd his p31~0ll 31: xcrnics ;aid to the ~a~I~*;~~s ------.--- L, ------- -__ - . aiicthcr ra5b35ic ratcs or as ccsli in b;cu of fringes. l!:e corntrsctcr shnl: rc!)res:At in 1:~~
. u stafcincnt ,of conlAiar.ce thst 114 i~ pk~ihs to oth:1:r; frinzcas rccluircd 1)). 11iz co,?ir;;cr acj
, . not paid 8s sash i11 lie? of fiingcs. Dctailcd instrlmctiotis hlloiv:
~
.
..
-%
..
'Coritrzclgrs who pay all reqlts'rzd fringe benefits:
w csnfsactor v~a pays fringe tcwefits to B%~~KWCA plans, ftiaiis, 0% prnpms in a~ount.r
nss' %css'th:i:, re dt't~tsi~i~id iro t%ac app%ieabIc QXZI~Z dc~i~ion of the Se~i-etaq -of tab-x
shd% contimc %a S~CW ow the facc c9f his payro%! the basic cash ha~ly rate ac% ovcrtizs rate paict ~o*I.,!s cn;pIo~~c~, j~t a~ 1ia ks $I-::;ays dme. Sc& if contractor stdl e."bts:.: paragrap5 -?[a) of t66c staknrcnt to indicate that he is also pcying to a2provcJ piixs, fw!ds. or pr~granq ncb lcss thm 11.1~ amurit pr.t-d?lcarnincd is fringc.bencfits foe each crsft: Acj-
exception shaili bc noted in Secticii 4(z)*
-
.o
-.=
. -
~ .-
. -
:
.
t
Confanc%ors .,p..l?a pay c3 fringe befiefits; -' .. b
I.
. A con(rtl$x ~hs Pays no friiise. benefits shall py to tke.cn:ploycc and insd in thc
slroight time !!at.rlp rate CO!WCII' of his p").roll nr. :mx~nl !lot Icss 1h:ia til? preGtkinh&
mtc bar tach c%~~~ilicatios~ P~US the azcuilt of irii;ge benefits d-5!tc!i*ini6lCd foi CXII C:ZSS~-
fiCft$iCUI iE tilt app%iC3b%C Cilgf2 C!eCiSioC. IKlSZKiCfl as it is :60% llcCCSSai)f $0 [JC:; tfiGk:I:?g '
CO ha%% Or% CCS!t .p:!id %la IiL911 Od frillges., t%iC O\-ertiSe r?;k Shll be rlOt ICs% hfl 152 SS% C!
.~
. . .the b;isic prctictcrniracd rz%el plus the liaff tine prmiim on the bci~ic or rcgttlsr ra:c p!:s
--* ;hc reqrmirc.;~ cx1: in liei9 of fringes at the strzigiii tinx rate. TO siisplib co:rt;:~:io:~ C:
. overtim, it is sug~cstcrl that t!ic strajglrt liince bzsic rate :d cash in lieti ob irii~gzs k*
' SCprstCly, Sfstrd irr !!IC h0l;:Jp rate ~c~11311, thus s3.25./.-!0. In ar.idilio:I, thr* cOiI:ir!C%C~s
sb:ill clicck pera:mp!i 4(b) of thc stateincat to iadicatc that tic is payini; frills bixr8fi:s in cash directiy to his criipliryccs. Any esccpiions shnil bc nc)Iccl iit Scction 4(c). D .. .. .*
e-
D - use of SCCli& .I@)? Excsptiot1s .
a
Any. cciitractar who is making payn!c.nt to dpprovd pIms9 furitls. or pao~:rains ifi ;I:ao:ints kss thna itit> t~:tg~ r.9&!cs.a~itr:r[i<itl rcquises is ollligcd to pay thc dc.~icr'~~cc\. clirtsL-:%y KJ 16!d tiq)lloyccs a:: c;ish in licii of frii:gcs; AKI~ c*sccptiocs to S'TO~OII -I(;I) or -I(I)h ~~!:i~*l:-~v~*r.
f!~? &"OlI%r;ICt(v ~133 ck?r!;, sll;ill hL* Clif,!*8Cd if1 S~Ttic):: .q(C)e 1~116~1' ill !I!? !ht.L'~~!i:~!~ ~'OjLi!W ~ll"~ crxft. aiIt! awli\r in [Sit? j<spI:;rl:iticttr ccifti:lin SLO ]liJ!\l'!)' X1101611~ l~titf thc ~.I~!~~!>!*~~C~ ** ;IS .
~a!;!! 111 1)~~t ijl Itii1;L*s, n:td !lie Iiotirly :t!!it~~i:t pait! !o 6~~~~!i~;~'~~~11(I~~~ or po;;ra.ws ;IS if1~~~~~-
i
.a
e.
0 U 8 COrt***,l*l (.a&llh: 004K $I$* I.-lO#.bbI ~.
Fair s.ih* 11y ihc Stqwhti ii.lriit a,{ 1j.r iiiiv.iig>. \' 5. (;~nviiit:ititt 1'ciiitm.c 0:k e ~Yd.l~tll~:l*lll. 1) c, 38 11): .' i'lht. $1 .? 5 1.1'0 pt,I &If !I188
. ..
,a!,::., ii6: LkbbOfg t err, /,!.tv'., . %. i , ,..,,a fs,Jf-, #*LIl~LhC
*LE 15 c&l.rlslon., ~
5 f A'C E }A c 1; 'f ' 0 F 60 f.l P 1. f ,', K C fb . I ll*B~kCI lidIe.s,l :io. , ,.
' -. 0.
I
a. .. .* - e do tat-rcby state: -- ._ (fittc)
7. I. ~
sJmr 01 sipi>twr t*ar'l)
9
__I_
~~,, o, suTc.r rjsr- tisc pnpstli ne tIlc~ pcrscsms ~n~pf~g~.~~ inbe -7L--,L...u#,t,13 c I "I) . ; that diiring t!m p:s;.roIt peridJ.conttns&irs~ on i)ar-da]p 0% (#l>lhi$ne VI u.mi)
r
-e
.ndi:tc I~\C-%+~Y of * , ¶9-. ell pers0r.s ~ntplog~d BIP, ~aiic% pnjcct .lia~~. ~CC~S paid th E
t-
,..7p,co c:,l:rcd, that :io :cbako f:3VC teen Or ~1~~~ b-3 tirack either dixtctly or iirdiscctly to.oe on bt4~31C of rc1;d
,____ ' . Isom the 511 \vcckIy wages cmwd by nnp pcrom tnd !ha! no L'zzIcciic~a tla __ *i:k:rt dirc.ctg!t or.i:n!i:c~tIy frnnr P~C r::i! \v;~~:cs enni~d by arrp 7zrs7n; o:!icr t~-.in ~:A!s!~~L*I~ t:cZu;tiono -1s 8, !s:ic,aso pa:! 3 (13 C!:ft Ss:.itit:e \)e i::*~ied try thc Sceretarj of &J?~P trnd~r ~p:c Cnp;.:.~:rd hc:. 3s a:jcnc:c.d (4s
on:,a.cgo.- 0, .,ci:l,cbntrs.'ros)
. 005, 7:: s::Ite 957; 76 Stat, 357; 40 U.S.C. 27fc), :tnJ dc.r;:ibcd t.clow:
.D '..
'0 .I
0. .
I
.. .' . .
: as;. piyrolbs othea-isc undct thh ce~tr3et hcqcirccd PS be rcb3ittcd fat the r,Bovc perioc! JZC c;rrcct and cez
sge rates foe b+a:c.csor -cchtnics sorn:aI:aarl thcrdirs O:C n:: iess 1:rars ti;c tp?Iics%!r vacy pates eentaiws gzlmtio5 incx?ara:ed in:e L!C coiotrJG:; th~t tho clasoi.gfc+:ion.i set fwth rae:ck7 b: cas:? I;rt3= cr n.r.chani
, t tire \*ark he pcrlomecb
B-ig Pny .npp:r*n:icc% cz?la;ed in the aba~e pb\r!od zw Gu:~ rsi;ktcrcc! irr o bzna fide ~:$~Kcc!~cs~+ psqrarn rcci
->>:e .p-.*i-ea(i~'es!G? S;~SCY ?ccc*,:$z?c! by !he l33rixau uf A>>:~ntlccs:iip ?nd Fra jnbt-, L'zigcd StjtQe Dq,;g:::
?iat!i rr.cci-,nizcd apnty exiiit~ in 9 &ate?. arb icgirk-cr3d with di~ GU:C~U OS' Appirnliccrhip and Tsainia,~ .. on: ul :,aimre -. 0
* .e *
..e .. 0.. . . :
Ttsbt:. he '-
\WERE FEI::GS.ZZ:-ZFITS ARE PA~D TO APPI~OVED PLiSS. .FUSI)S. OR PZQGXAXS
f3- JQ s6ci;tior. I:, :I:* ~asic ~isc~y wake ra:ct pJid to cactr Johorcr aem&c<e 1is:cz ic? aha a~ove rcfctcncr.
o - roll, ;*?)'C:CD:L d irinz? benefits ips listed in !!)e c?i)::i:ct hove t*ori cr will Li: r.:a& Io +g:~i~:ia:.~ pi fer ths bc-niiic sf F.U& c-p!9yccs, cxecpt as noied in Scctiora 4(c) Srlww,
v
e* s. XlEXTC FKOSCS D9XEPITS X?E PAID 13 CASH
, a- Ehctc &?h:z or nech&c Iistc4 iz 050 shvc rofcreoccd p;.fn,lI.'!~ss been paid as jndic:&d or, th:, 7
gtn s:nnucrt net !rss tiinn thc sum of thc oppliczS!c hzsic :3oc::y wscc mtc pO:2s :I~c znaurle of ti.czerpi:& bcncfi!s cs !is:zd in the contract. crqept as noted ir. section <(c) tc10v~
I
.
0 EXci::'ITOSS . .
...
\ .. .
*e
00
0- *
*- 0-
e -0 .
* .----_l- -----.
Io*-'.'* *..
-----e--...--.
--I --*---w-. ..- ----.-------.---
*I:.#.:. tt**rt.
r. .at b e,, ai1 r 1 tasl (:(,#, Q ba:d v .)IO c1b0 P$l!'f <*es* )ah.( 1
D %I I191 \lid8 S D tb :.$A
. * -. -.---- -.- -..e- -e* .* 009 .**--*---------*-------- - 1 e-. -..* -0. ----. L a*.,, 11 I b. 1,
- . L. - *. - .-. . . --.. -. .. ..-..-.e- .- e- *.
F- '*
00
CLEAN AIR ACT . /--.- . ..
~~,ntrjctar agrcer to conlpOy with a1 I app~ icais~e siandarcis, orders, or rcgu\
tions issued pgrsuGnt to the Clem Air Act: of 1970 (1iZ U.S.C. 1857 et ~eq.)
and the FcdcraI \i'ater Pollution Control Act (33 U.S.C. 1251 et. seq.) 3s
an~endcd. Viol~tions shall bc reported to the grantor agency and the ~cgion
Office of the Envi ronm=ntal Protection Agency.
.. .. .. e -. *.
0. .*
.e
0
.. 0- ~ ~
.e
e.
-0 .. ..
..
a- .o .. . *.
*.
P -
. ,* *
I
P
09
. ..
a" *. e'
.* b
!!-
8 eo :
08 . ~. ..
. -0
0
.a
. ..
.I 04
I ,a Eo ', *'a**
-1
-.
.. IEIS'I'ItISCTIO:JS FOR PREPt\2h%lON Of'
a- ST'AYCMEflT 9T CO!.!?Ll,\lfCE ' ( r-'a \--\** LLJ +\ 'j ct t** j'.* .
his statenlent of compliance nscets needs ri.snltin2 from thc ;Inrt.ndwnt of :!tp navis-
~~csn Act to irriclttdc fringe bc.;acfi!s psvisiocs.. :'ndr'r.tliis ~nicnclcd laxs the c~l~ir,7c;2r is qciig't~ to pay fri11gc k~iit~ 35 prc.dctt.r:air,cd by Il!c !9cpart~:rcnt cf Latm, in Zci;9ia I . tion asp [)?)vi;Cn{ Of t11C ~~i:lif!lUKtl rates. ' TIX! COflll3CtOr'S Obiic3tiCil ti3 pa)' fris.5~ ~.~~pji,~
.may &e rnct by pay~cnt ob ttac! friagcs to the vE;rious plans, flll1dS, nr progmis or by clLk-
ing thcsc psy:ncals to the cqdoyccs ;rs cns!~ in lieu of friilzes.
T~E CfintjaCIcp sho~ld shes on tl~c %ZC?-?~ his pa\.rQi! all' i~onics pi!?! to the *:;no~:*;cts
, rvi9et1acs as li3sic rn:es or 3s CCS~I in LCU of fricgcs. L!:C coirtiactcr SIKII: rcyw<:T&~<~
. D statctnent of conyliacte thzt lis is pa7'riv~ to c?rh-.:s friqes rcquircd by tlic cc.sir;;cr ;~cj
, . not paid as s;ish itt lie? sf fhges. Detailed instructioris fallow:
1.
. -
-' -,
1
I
II
I
I .Confrac;ors ~:o pay c3 fringe h-nefiti:
i-
I
I a .__ Cori fractws who pay all reqlrixd hr%nze benefits:
e- A coatsactor v;.;ho pays fringe bcxfits to appsavcd plans, funds, or prs~raais in asr.s:un!s
no% less thxa YCE c?etcrwincr% iro the applicable 1::agz dccisio~o of the Sec;ctsry *of Labsr
shsll contir,t;c !a skc\s* on the fnec of his paysol! !!re b:isie cash hm:ly rate a1-2 ovcsticr rate peict tca-kis en;pIoyecs, just as he Ins 51v.q-s dme. Sudi a coiltractor SM c>ec!.:
pafagraph -!(a) of tflb9 Stntanlcrlt to indicate that ht is dso IX\'ing to ZI?[JhO\.cd :1!22s, fEl!ds.
or pmgrarnq ns% less than the awu?.t ps?d?!crmincd 8% fringc.benn,fits for each cwft. Aq cxccptiow shit &a nloted in Sectic11 4(2).
. -
. n
-
.
?
.e .. .* A CCX~@$W \?Sa tays no ftiage. benefits sh%1 FS~ !O the*en:pIoyee and ifiseit in the
SIsiigRt 1ia:c !~s::r~)* r& co!t:lr.n of lis Pqroal nc ari:wnt sot ICSS t1i:iii tlie pret5tcirzine:
satc lor cadi cfassificatisn plus Ihc azcunt of fskg: bendits detcrigincd bo; cxh ebssi- fication ip. ~fic ~spplicablc! rage e'ccisisn. Innsa6;t.h as it is ;lot ncccssxy to p~;; tk2 rtcJ
a half on CX!X paid bri li~.u QI friilgcs. !Sic o\-crtine r?;tc! shall be !lot less that1 tk? ~5~s: ~f
. . .the %X~S~C p:~-'dctcriained ~:tt., pl\i~ tll~ hnif tinie k'icnialm or\ the bot;i:: 01 rcgrlI3b :a:*? P!ZS
e-e :he rcqtoirc.d cash in Ii& of fringes at the otsr;ig!t; tinx rat?. To sirsplify co:~ty!::!~:f~~:~ GI 1. sasesKin:c.?, it is sug_=tslcd that the straight limc bzsic rate irwf cas11 it1 lieu of i:ill$s k? scpsratcly s!:tlcd in !lie InourIy rate cclitr,lat, lh!~r S3.25,'.40. 111 adiPilio:l, Ihb* fOIlli:!C%3.'
~;%s;tIt CIICC~ pnragr,rap!a ;Iljb) of thc S~~!CKII~II~ to iiltiicftc that IIC is payiil;; friils bt.~~fi:s 1 * its cash Iiirectiy to I;is cmpiiryccs. Any escepiions s;haii bc notccf iii Section .~(c).
D
o
.. ..
e*
PI
o * tlse of ScclI6:t -i(C). Esccptiotrs
Q
~ny. ctintrxtar wtro ig making p;iyn!c.nt 10 'iipprorxi p~:ms, fuiltls. or pro!:r:lins i6 moetnts %c?ss ttiriti I~M? wi~ rlclril1litl:1lic)11 icquircs ir, ci?,fi\:,c.J to py tiic dcficiiiuc>* dir:*t*:Iy .. KJ &a
cinp1aycc.s as ca:;h in lict~ of friI!!:cs. 31iy c*scrp;ic)i!s tu !h*cliclii -I(a) or -I(!)). *A !::C[:-:Y~*C
alii? C0tttriIct(lr i:q c!~c.~I;, sli;iIl IjC* cy;tcii.c1 in Sr*ctici:r .q(~). Enter it1 ti:&' I.:st*.c\l1ris!t ~.O~:IX~~
cash iii licuof fiiily,ese :6hd {ltc hourly :immI:i pait! !o pj:i!is9' rltld!;, or 1iro;;rJ.tIis :is I~II:;L~S-
I
I-
I 10 :a 0
I . ,.
~
0- (hb cl.sf!. 31I.d l'!\tt%r il1 tflc ~~K{)~~ll;l[~(ll~ c<tl[l:lln ;!c'' hi>![l1y ;J:JIcJ1)111 I););(! tllc' ~!;!]3~~~l'~~ .. :I:
c v s cobc*e+.r ra.hlih: oo.cg IS$* ?-JW-#U
SD
.* B
PsW Sdh. #+y 111C ~ll~'l";tlCC l:.!&tl~ +a< 1j.b llM1*.l1{S. 1' ?*. (~~l\~flll~l~ll~ ~'l~ll8&l~.< l':libc
\\'.t&It,:i.w. i>.t.e 51 1112 -. Pll,s- $I.> \ I'"r p.1 sqr tit61
.. .. A- . .... ..
I -. 600.3
P%b:: I! t3 .c.
..- 0.
.o .*
You wst be paid not Iess tfw the wqe rate h the sch&L WtM with this Notice for the &id of work ~ar mfwm .
Yeca must be smid not test than one and eirehalf times pr
&de rate 0% pay for all hours worked over 8 a day or 4Cl a week-whichever is greatw. Thefoe are some exccptionz
Apprentice rates apply only to apprentices propsrfy
registered under a2proved Fedoral or State WDranticP
. c (3
I
1
tf yors do not receive pmpw pay. contact the antrading
OtReap at’ given Maw.
Division. Washington, 0.G ma0
<* -+J I WkDb 9/r
! i i
0
I
PL
1
1
I
I
U
t -
I
1
1.
I
II
I
I
I
I
I
1
0
1.
MAIL FORM CC257 TO THE FOLLOWING ADDRESSES:
A. U.S. DEPARTMENT OF LABOR
EMPLOYMENT STANDARDS ADMINISTRATION
OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAM
$80 FRONT STREET, ROOM 2-S-19 SAN DIEGO, CA. 92183
B. CITY OF CARLSBAD REDEVELOPMENT OFFICE
2965 ROOSEVELT STREET SUITE B
CARLSBAB, CA. 92088
I.
uut
INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (ci
~.
The Monthly Utilization Report is to tie completed by each subject contractor (both prime and sub) and
responsiblp official of the company. The reports are ta be filed by the 5th dJy a% each month during the
' contract, and they shall include the total work-hours for each employee classification in each trade in the c
for the monthly reporting period. The prime contractor shall submit a report for its aggregate work force
and submit reports for each subcontractor's aggregate work forc~ts the f desal compliance agency that ha
Order 13246 responsibility. (Additienai copies ob this form may be obtained from the US, Qepartmew
Egnp[oyment Standaids Administration. OFCCP'I regional office for your area.)
~ Compliance Agency ~ ~ D . o D o D os o D o e o o a o e o o o o c e n - o o m b .US, Government agency assign@ responsibibity fop e
merit opportunity. (Seeum this information from thl
officer.!
Fe&fid Funding Aqency ~ * n - D e e e . D D a a o - - - D a o f Q o e o s n o .US. Government agency funding projecf (in whole C
more ohan one agency, tiri at9.
Contracxor ~ . . . a a . e . n e . e . . o o . - . . - D e e :. *. . . 6 . . . . . . An\r contractor who has a construction contract with 1
ernmen% or a eontraa funded in whole. or in parr 1
fUPsd0.
Minority o c . e . a o . o e 0 D D o 6 s . . a e e - . 9 ., - e -, e - o D D D o s D a .Includes Blacks, Hispanic; American Indians, Alaskan
Asian and Pacifk 6stande~s-both men and women.
0. Coves& Area D s q E . D o o - o 1 o o e - o . D o e o e - D D e o * D e D e - .Geographic area identified in Notice required under 41
2. EmpIoy&ros Identificarion.Niimbe~ s . . . . ~ . e o o s e o o o s s D e .Faders! Social Security Number used on ErnploGtrf'Q
era9 %x Return W.$. Treasury Drpartme?t form 941)
. 3. Current Goals (Winority 6'6 Fernate) . e . a . s . . s D s . e o o . o . D .sea conxact Noriliwaion.
4. Repof:inj ?eci& . D D o a - o . s o r e m e o a e D s e e 9 o * o s m m D s e .Monthly, or a% directed by the cornpliana agency, be
B .. . ..
ahe effective date 0% rhe centrad.
5. ~onrt?uction%"fadb s a c . s . D D e o o o . . e o . a . . e e o e D D o . . .(bly tho@ construction crafts whkh conifactor em
cowered area.
6. Work-Hours of Employment be), . . . . * s s I, e e s . e 9 . . . . o . .a. The aoral numb% of male hours and the total'numl
hours worked by employees in each clasification.
b.-e. The torat number ol'rnale hours and the tota
ff?snak hours worked by each specified group of minoris
in each clad' sebiton.
1
Cfauifieatron D o r ~ . a . . ~ . . o - o -. e . o . . . . : s - s . . s a . D .The tcvd of ~rxzomplirhmtnt or sl3tus of the worker .. {JournPy Worker. Apprannce. Trsinee) .. *. 7. Minority Perantage . e . a e . - . . D . D o . o . . . . L e (. . e D D . a . .The pcrcantq of total minority workhmrr of all WOI
sum of columcrr 6b. 6c, 69. and 6e dt~drd by column
figure for each wnrtruction trade),
8. FrrnofePerantagc o . . . . e . . . . s s e . . . . . . n . n * -. D r D e q .Fw.tach wade ?he number reponed in 60. F divded b
.the numbus rwoortcd in 6a:M .nu F
9. TO:,[ Number of Ernplover . . ~ o . D o ~ o ~ 5 ~ D o . . o D D D ~ D ~ .Total number of male and tstal number of fermir cmp
#ng in csch~daut~a~rion of each Prde in One cofl~rac~~
work force durmg reponing pe~tce.
30. Total Numbcr Of Minorcry Employee% ~ ~ ~ ~ s . ~ ~ ~ ~ D ~ ~ * ~ . .'bmal numbcr uf rnak rnino~t:j- empbm$ and rota
fzmab minority crnptoyees wortcng in eac? cbssifia
trade tn rhe contractor's qgeqate work fore durr
pelbod
-. *. ~
r,.!*::*, i);' LAIIUrl r 01r9 i>:.:. .,. , j
J1**I(*Cb :' , -.,.I ::". +(.I:l ,e 12..,i, t.~n OW(*CIC : IS IU'dI'itO~.r . $TAT EM El; 'r' 0 I' COIAP Ll ;\N c ti
*. -. 0. .. '. -- - . do tlc-tct)' SlJtC.: .. ------- ' (Trllr) (sJlnr 06 ~i$~O831UVt' !*arcY) - r ~~,, ~~ sU~C'PYibr. tisa- pqziciic af 0t~pcrr.onr cnqifoyvtl t$)* - on 'IC-oIB'b LIlj a' UI, tr 3 c I "I j
i that during \!\e pe?toI% pcrii;docoori:>ehcinC on t16r dny ob __. (##vi 8ds8vC U8 w€Wk)
vndi:sp. tltc-cfa~ *f ' o 19..--.* ;dl PCSSOS,S smpleycd ow raid prajcet ISJVC. t:cn paid tire !
,ce5 rnl:,cd, rhat Iso :r.ba".s +avo. been 09 ?Jilt &a 8883tfC hoithfP dit9CtlF OP irtdirccliy te~sde OR b-~ito!% of s:riJ
. (rem the %%% tvcrklly wages cimrd by any yrsom tnd ghat no d~!~ctisc~ 1t.3vc
% <.i:kra ,.jir~P~;~~~ or .i::c!irPctt%* ~~oza the r::ii W~):.OI ennipd be i.3~)' 3ert-m; otlrcs :t..:n pGris:.ittc. c!e~ucriono .Is dpfi etic,ns, part 3 (29 c!::: i;s?.itittc 41. i::e.sara~ tr)- the S~c~d:tsg ob L.a:mr tartcc.r tl:e Cop:.:xad XC:. JS 3::rcnt:cd (4s s
C~.~:r:.g(j~ oc %UlDbbMtar(e')
3;. lo:, 7;: S:;dt. g,S&7,ai SG.Stat. 357; GO M.S.C. 27Gc)a Jtnd &SC:ibeJ >,?SOW: ..
-0 .. - , - '. 8 ..
e. .
-40. a3-g paym~is athcwixe sln~nr t~t~ coztmct rorr,osrpod IS bc sub=?;ittcd for the xhve pQtiQd are cirrcct *Vas c&pil
%ago rapcq ~OP I*~%:CPSOB ~CX%>S~~CS eorr:.af:d thetdiw a:b~ nz: less nsmn she t?aticat~v ace P~:OS centaizte$ IW :ee.lastio5 inc%3+raPed in:@ L?e e0fataG; thbt h? Clasai%q:ioni sot fvcth :acsuin 5s; each IJba= er gzuchanic q
h the \.;or;: fvs perk=aetL
kat any 2qrp:m%iss3 c=?hged Ia the obnra porhd xc duly rr$r,tctc& h B bans Ikia &yxct.!fccs.hihip pmzrsm rqist? $:ate ayp+~tica.sh;p ~sz=y rt?c~*z3i~d by lixr DJZT:~U of A>p:ccticc&ip ~nd Traittiopa C.:igcd S:at-s Du~,.s:;::t~::
.p if e3 svC!r :c:c%;miZed afZ.sCy CXkP?P irS 3 %3:a, ate tCgkkrb.d \vith :!8Q Ctr:c%u of Appicri~iccsf~iy and -Cixini3pH ur.
*. hpastecn: of X4nabor. -. 0
%at:. .. 0
,aj WERE ,FAS::G~~~?U^;~~ZSTS ARE raw TO APP~~QVET~ PL~SS. ~FUXDS. OR PT;OQ:AXS
.. -. - * e. Q .. - a - ~g s~:ion S% :!:$ LJSIC ~iacray waie r;l:cs pair1 to CJCS fa?)atcr or rncrl:saic 1is:cC i~. the s~orc icfctcntc-d 1 roll, pyesats ~4 Cti'n-,.l bceeli:s as listcd in t!re can::;.ct have 1toc-l CP will La t=.;s.',e go +;rop:ia:.: 5t-y; ios sfre k-die cap ex% ~~z?p!~y~ct, ci-ept :*s hcs in srctiotl ~CI SCIW.V~
*
.o 0. 3) 31gESFz FhTESGS EZSF22",PS <:X% %h6D 13 CASH
, a* Ezch &a:..- or mt?cR&ic %Es:c.i is. tho dmvc tcsfceeecd prQ~rcdt'h3s Lee, paid as indiso:kd FCI tht psi, an arlnoutrt am$ Iexs tfraar the sum of the applica!aPe k~sie hoeSy w,s,:e ntr p1;zr :itc cmsurtg of akciecpf:ed I:
bcnrfijs ss Xkxs! in the contract. except as noled in smdon ;(e) &=~OVA -.
(e, EXCEP37?QXS . ~ - txeEeT;m :s::.F~ E x P L t.:t.:-: I c! s I
e - . .. .. -. .. ...
dDI - 0.
-.
e ~. -
- --- b
0.
:* *
e* 0. . *D
D 0. . 0, 0
0' -0
m:*-
O' ------ - * ---- '
-8 - -- -. '"4.- .. .-.--.-- .--~ Y4#. 4 b
-a .. .
a=' *Q
e*.
e. 0-
Q
00 .
*I 6 -.--=-m---v=-m-.-.-,..---..- ----- --. -------
-_I_- -4s ------ ---- .D - *- --.. ------ he:oP~*b i686*L,
.. . * #*a* \ 3 * L 8 11 tt (OS1 \l:4l I1 (8 :. h 1. 1 $
1 ----e..DeD-O-O_Po '.'k &@*a I1 I $.d.
-'- --.a-.o*-o -o*P.DIo Dh-*o_o ~~ PD*Ds.~_._._.. O.-O_ .--- -P.-..-fP - ..-. ~~-..~-------.a_-~---.--- -.- -.-. ,*.. ,a:t,sr.p T.,.i,,-~ f,,l c~.~~I~~:~ I ~~~~~e~~i~'~~~~.~~~~~ tc.8
L
Am urban county cannot be required to exclude a local jurisdiction from its c
nity development program, because of the localityss failure to perform satisfact in using other HUD grants, HLJD makes clear, in an 1%/8 memorandum to field offic
(*CDS 2550, 1p.--see last page to order.)
HtfD can prohibit an urban county's use of CDBG funds for a locality that fail
cooperate in providing assisted housing or undertaking other essential activitie
.where this would result in the county's failing to meet any requirement of the g
gram or applicable laws, offices are told.
case: is digfererat where the participating locality failed to perform satisfac
on a HUD-assisted activity independent of its eoumty pa~ti~ipati~n, such as a CO hold harmless entitlement grant. NO restrictions can be applied to county fundi
the participating jurisdiction, unless it cam be shown that current actions of t
calitp would cause the county not to measure up to established performance stand
memo sayso
TOWNSHIP HAS TO REPAY COSTS OF PARKING LOT SEGMENT SERVING POLICE STATION
- _..__ ---LILY
-I
1
B
1
8
1 Waterford Township, Mich., must reimburse its community development block grax
gram for a portion of the cost 0% reconstructing a parking lot that serves both t
WD field office had questioned the eligibility of that portion 06 the lot USE
the pol$ce staflon. Funding of buildings fOK the general conduct of government ir
eHg%ble, and polfee stations are speci%ica%ly cited in current CDBG regulatfons
HUD concurs in field office conclusion that those portions of the parking lot
ing the pof%ca station are part of the facifity, it tells U.S. Rep. Carr (D-Mfch.
a %O%lO latter. Q*CDS 2552, 2pp.--see Past page to order.)
HUD agrees that 30% of the parking Pot serves the neighborhood recreation cent
which is an eligible CDBG activity. Unless township can show that more than 30%,c
the 1st is.:used for the recreation cenker, it must put back in its CDBG program
$31',%$9 of the $44,570 spent on the lot, HUD says. It must also repay $10,492 foi
neligdble items as an underground gas storage tank, gas pump and island, Carr is
borhood faci%%ty and the township pofice station; HUD says. I N
I
I
such a building.
la
P.
1
B' . .P"c".?"--- ___ FEDERAL- WAGES NOT-REQUIRED WHERE CDBG USED SOLELY -FOR-LGN GU&ES:
Davis-Bacon Act labor standards, including wage requirements, do ROC apply whei
mennity development block grant program authority is used solely for loan guarantec
or default reserves, HUD informs Indianapolis field office, in a %1/1 memorandum.
2553, Pp.--see last page to order.)
South Bend sought waiver from current fedOl labor standards for a CDBG commerci
rehab loan guarantee program.
Waiver is not required, HUD says, because there is insufficient direst relatior
60 construction OK rehab to constitute "financing," as defined in the CDBG law or
rent program regulations, memo makes clear.
I
I STATE PROGRAMS
PLANNING ONLY GRANTS TO BE PERMITTED UNDER STATE CDBG PROGRAM, WITHIN LIMITS
States can award community development block grants for comprehensive planning,
if area covered by plan has a 51% lower income population or is considered slum ar 8 blighted, HUD decides, in 10/31 memorandum to Birmingham, Ala., office. (*CDS 254i
5pp.--see last page to order.)
1
1
1
- - ___ -- -- - - - -__-. - -~ - - - -- - -. .-- - -*_ - - -. - - --- -- - -1 -_ ------ ------- - -
I. e
l
1
1
i
8
II
I
1.
1
8
I
I
I
1
0
DIVISION I - GENERAL REQUIREMENTS
SECTIQN 1.01 - SUMMARY OF WORK
WORK COVERED BY CONTRACT DOCUMENTS
I.
Construction of new park facilities at an existing park including but I limited to new paving, concrete, walls, site furnishings, irrigation l pl anting o
This work includes furnishing labor, materials, appliances, transportat and services required for satisfactory construction and completion of project identified in these contract documents in accordance with Drawi and Specifications.
CONTRACTS
Construct entire work under single lump sum contract. 1 ACCEPTANCE OF SITE
The Contractor shall accept the site and the character of the work as tt exist on the first day of work under this contract.
MAINTENANCE OF EXISTING PLANTINGS
The Contractor shall protect and maintain all existing trees and plantii to remain from the first day of work under this contract to acceptance.
NOT IN CONTRACT
Items shown on the contract drawings, but marked N. 1.6. 9 are not incluc in this contract.
e
I. SUMMARY OF WORK - 1.1
I
00
SECTIQN 1.09 - CUTTING AND PATCHING
PART 1 - GENERAL
RELATED WORK SPECIFIED ELSEWHm
SUMMARY OF WORK: Section 1.04 EARTHWORK AND GRADING: Section 2.2C SITE UTILITIES: Section 2.5E ASPHALT CONCRETE PAVING: Section 2.6C CONCRETE : Division C ELECTRICAL: Division 1E
DESCRIPTION
Execute cutting (including excavating), fitting or patching of work requirec to:
Make several parts fit properly Uncover work to provide for ill-timed work Remove and rep% ace defective work Remove and replace work not conforming to the contract documents Remove samples of installed work as required for testing Install specific work in existing construction Properly join work by others
11% addition to contract requirements, upon written instruction of the Engineer:
Uncover work to provide for Engineer’s observation of covered work Remove samples of installed materials for testing Remove work to provide for alteration of existing work
Do not endanger any work by cutting or altering work or any part of it.
SUBMITTALS
Prior to cutting which affects structural safety of work or work of another Contractor, submit written notice to the Engineer requesting consent to proceed with cutting, including:
Identification of the! work Description of affected work Necessity for cutting1 Effect on other work, on structural integrity of the project Description sf proposed work
Designate:
Scope of cutting and patching Contractor and trades to execute work Products proposed to be used
CUTTING AND PATCHING - 1.07-1
0 I
1
I
N
I
1
I
I
1.
8
I
I
Extent of refinishing A1 ternatives to cutting and patching Designation of party responsible for cost of cutting and patching
Prior to cutting and patching done on instruction of Engineer, submit cc estimate.
Should csndi tions of work or schedule i ndi sate change of materi a9 s methods, submit written recommendations to Engineer, including:
1.
Condi ti ons indicating change Recommendations for alternative materials or methods Submittals as required for substitution
Submit written notice to Engineer, designating time work will be uncoverc to provide for observation.
PAYMENT FOR COSTS
Costs caused by ill-timed or defective work, or work not conforming Contract Documents, including costs for additional services of the inspectc Engineer or landscape architect shall be borne by the Contractor.
BART 2 - PRODUCTS
Materials for replacement of work removed shall comply with specifications . type of work to be done.
PART 3 - EXECUTION I INSPECTION
Inspect existing Conditions of work, including elements subject to movemc or damage during cutting and patching or excavating and back-filling.
After uncovering work, inspect conditions affecting installation of I products o
P RE PARAT I ON
Before cutting provide shoring and support as required to maintain structui integrity of project; provide protection for other portions of project; l provide protection from the elements. a PERFORMANCE
1 Execute fitting and adjustment of products to provide finished installat complying with specified tolerances and finishes.
Execute cutting and demolition by methods which will prevent damage to otl work and will provide proper surfaces to receive installation of repair l new work, I
I
CUTTING AND PATCHING - 1. I*
00
Execute excavating and backfilling as specified in Section 2.20 - EARTHWORK
AND GRADING.
Restore work which has been cut or removed; install new products to provide compll ete work conforming to contract documents o
Refinish entire surfaces as necessary to provide an even finish:
Continuous surfaces - to nearest intersections Assembly - entire refinishing
CUTTING AND PATCHING - 1.07-3
II
1.
1
I
I
1
I
B
1.
I
1
I
1
1
1:
I ~
1
0
SECTION f.10 - ALTERNATES
PART 1 - GENERAL
The Contractor shall review and become familiar with pertinent specificatic affected by 1 i sted a1 ternates *
Additional specification sections contain the pertinent requirements f rnateri a1 s and methods affecting the described a1 ternates o
Cosrdi nate pertinent rel ated work and modify surrounding work as required complete the project under each a9 ternate designated in the proposal o
1.
I. ALTERNATES - 1.1
OO(
SECTION 1.20 - PROJECT MEETINGS
PART 1 - GENERAL
RELATED REQUIREMENTS SPECIFIED ELSEWHERE
SUMMARY OF WORK: Section 1,Cl.l SHOP DRAWINGS, PROJECT DATA AND SAMPLES: Section 1.34 PROJECT RECORD DOCUMENTS: Section 1.72
PRE-CONSTRUCTION MEETING
Schedule within fifteen (15) days after the date of award by City Council.
Minimum Attendance:
Prime Contractor Major Subcontractors City Building Inspector City Parks Planner Uti1 i ty and Mai ntenanee Department Representative
PROGRESS MEETINGS
Schedule regular meetings at work site. Hold called meetings as progress
of work dictates.
The Contractor and any or all of Its subcontractors shall attend these meetings as directed by the Engineer.
PROJECT MEETINGS - 1.20-1
i
I
1
1
1
1
I
D
1
I
I
1 u
1
I
0
SECTION 1.30 - SUBMITTALS
PART 1 - GENERAL
SCOPE I.
Whenever possible, throughout the contract documents, the minimum acceptar quality of workmanship and materials has been defined either manufacturer’s name and catalog number or by reference to recognized indust standards. To ensure that the specified products are furnished and install in accordance with design intent, procedures have been established f advance submittal of design data and for its review and approval or rejecti by the Engineer.
PRODUCT HANDLING
Make all submittals (shop drawings, literature, samples, color chips, requc for substitution) in accordance with provisions specified herein, and ir timely manner to allow for checking and/or coordination. I PART 2 - SUBMISSION REQUIREMENTS
Schedule all submittals no later than fifteen (115) days after award of contra
The City will not be responsible for delays to the Contractor for any submit1 not received within the specific time.
Contractor’s distribution shall be as required, plus three copies for Citj retention p or number of sampl es speci f i ed in pertinent sect i on e
Transmittal letter and submittal s‘hall be in duplicate, containing date, projc title and number, Contractor’s name and address, the number of each shop drawir project data and sample submitted, notification of deviations from contri documents and other pertinent data.
Submittal shall include:
‘0
Date and revision date Project title, number, park name or names Names of: City, Contractor, Subcontractor, Supplier, Manufacturer i separate detailer where pertinent Identification of material Re1 ation to adjacent structure or materi a1 s Field dimensions, clearly identified Appl icabl e standard, such as ASTM number or Federal Speci fication Space for 1 andscape architect’s stamp Identification of deviations from contract documents Contractor’s stamp, initialed or signed, certifying review of submitti verification of field measurements and compliance with contract documer
1. SUBMITTALS - 1.:
oc
PART 3 - RESUBMISSION
SHOP DRAWINGS
. Revise initial drawings as required and resubmit as specified for initial submi ttal a
Indicate on drawings any changes which have been made other than those requested by 1 andscape architect e
PROJECT DATA AND SAMPLES
Submit new datum and samples as required for initial submittal.
PART 4 - DISTRIBUTION AFTER REVIEW
Distribute stamped copies of shop drawings and project data to:
Contractorf s fi l e Job Site file Record Documents f i l e~ Subcontractor Suppl i er Fabricator
SAMPLES
Distribute as directed by Engineer,
PART 5 - COORDINATION OF SUBMIlTALS
A. Prior to submittal for Engineer’s review, use all means necessary ta
Determine and verify all field dimensions and conditions, materials, catalog numbers and similar data.
Coordinate as required with all trades and with all public agencies i nvol ved *
Secure all necessary approvals from public agencies and others and signify by stamp, or other means, that they have been secured.
ful ly coordinate al 1 materi a1 , incl udincj the fol 9 owing procedures :
1,
2.
3.
4. Clearly indicate all deviations from the Contract Documents.
B. Unless otherwise specifically permitted by the Engineer, make all submittals in groups containing all associated items; the Engineer may reject partial submissions as not complying with the provisions of the Contract Documents,
SUBMITTALS - 1.30-2 -
0 I
1
I
PART 6 - TIMING OF SUEMIITALS
A, GENERAL
1, Make all submittals far enough in advance of scheduled dates installation to provide all required time for review, for securi necessary approvals for possible revision and resubmittal, and f pl aci ng orders and securing del i very.
2. In scheduling, allow at least ten (IO) full working days for t Engineer’s review following his receipt of the submittal o
back-charged as necessary and shall not be borne by the Owner.
1.
8
8 B. DELAYS: Cost of delays occasioned by tardiness of submittals may
I
1
i
I.
1
1
I
1
1
1
1
1
SUBMITTALS - 1.3( I.
00
SECTION 1-31 - CONSTRUCTION SCHEDULE
Contractor shall submit a construction schedule as required by Section 6-1 of
the SSPWC.
CONSTRUCTION SCHEDULE - 1.31-1
0 I
I
1
1
I
I
I
I.
1
I
1
8
I
1
SECTION 1.34 - SHOP DRAWINGS, PROJECT DATA AND SAMPLES
PART 1 - GENERAL
SUBMIT
I*
Submit to the Engineer schedules, shop drawings, project data and sampl required by specification sections.
RELATED REQUIREMENTS SPECIFIED ELSEWHERE
GENERAL CONDITIONS CONSTRUCTION SCHEDULES : Section 1. SUMMARY OF WORK: Section 1. PROJECT CLOSEOUT: Section 1. PRODUCTS AND MATERIALS: Section 1.
CONSTRUCTION SCHEDULE
Designate dates for submission and dates reviewed shop drawings, projc data and samples will be needed for each product. I
PART 2 - SHOP DRAWINGS
A. The Contractor shall submit initially all shop drawings as one ( complete set of Omalid transparencies and three (3) complete sets prints. After reviewing the drawings, the Engineer will return them the Contractor. If required to be resubmitted, the Contractor sha correct the original tracings and resubmit one (1) complete set of Omal transparencies and five -(SI sets of prints made from such correct
B. The Contractor shall make such copies of "Reviewed" stamr transparencies for his own use as required. Submit five (5) copies material and brochures, bound in covers, indexed and organized as type. Any material rejected shall be resubmitted as required to t Eng i neer for rev i ewe
1 originals for final review.
PART 3 - PROJECT DATA II MANUFACTURER'S STANDARD SCHEMATIC DRAWINGS
Modify to delete information which does not apply.
Supplement standard information where applicable to work.
SHOP DRAWINGS, PRQJECT DATA AND SAMPLES - 1.2 I.
OC
MANUFACTURER'S CATALOG SHEETS, BROCHURES, DIAGRAMS, SCHEDULES, PERFORMANCE CHARTS, ILLUSTRATIONS AND OTHER STANDARD DESCRIPTIVE DATA:
Clearly mark each copy to identify pertinent information. Show dimensions and cl earances required, Show performance characteristics and capacities. Show wi pi wg di agrams and control s a
PART 4 - SRMPLES
wc c U RAC Y
Unless otherwise specifically directed by the Engineer, all samples shall be of the precise article proposed to be furnished.
NUMBER REQUIRED
Submit all samples in the quantity which ik required to be returned plus owe (1) which will be retained by the Engineer,
COLORS
Unless the precise color and pattern is specifically described in the contract documents, whenever a choice of color or pattern is available in a specified project, submit accurate color charts and pattern charts to the Engineer for his review and selection.
Unless all available colors and patterns have identical costs and identical wearing capabilities and are identically suited of the installation, completely describe the relative costs and capabilities of each.
PART 5 - CONTRACTOR'S RESPONSIBILITIES
Review shop drawings, project data and samples prior to submission,
Verify field measurementsg field construction criteria, catalog numbers and similar data.
Coordinate each submittal with requirements of work and of Contract Documents.
RESPONSIBILITY FOR ERRORS AND OMISSIONS IN SUBMITTALS
Not relieved by Engineer's or Landscape Architect's review of submittals.
RESPONSIBILITY FOR DEVIATIONS IN SUBMITTALS FROM CONTRACT DOCUMENTS
Not re1 ieved by Engineer's or Landscape Architect's review unless Engineer gives written acceptance of specific deviations.
Notify City in writing at time of submission of deviations in submittals from requirements of Contract Documents.
SHOP DRAWINGS, PROJECT DATA AND SAMPLES - 1.34-2
0 1
I
I
I
I
I
B
1
E.
I
I
li
1
I
1
I
I
Begin no work requiring submittals until return of submittals with Landsca Architect’s stamp and signature indicating review. I. Distribute copies after revs’ew.
SHOP DRAWINGS, PROJECT DATA AND SAMPLES - 1.3 I.
00
SECTION 1.37 - SCHEDULE OF VALUES
PART 1 - GENERAL
RELATED REQUIREMENTS SPECIFIED ELSEWHERE
PROJECT MEETINGS: SeCtiQn %,2c CONSTRUCTION SCHEDULE: Section 11.31
SUBMIT TO CITY
Schedule of Values, at least ten (IO) days prior to starting work at the site. Upon Engineer's request, support values given with substantiating
data. Quantities of designed materials.
SCHEDULE OF VALUES
Used only as a basis for Progress Payment.
PART 2 - FORM OF SUBMITTAL
Typewritten on 84" X 1Ign white bond paper-.
Use Table of Contents of this Specification for format for listing costs of work for Sections under Divisions 2 through 16.
Identify each line item with number and title.
PART 3 - PREPARING SCHEDULE OF VALUES
Itemize separate line item cost for work required by each Section of this
Speci Pi cation o
Wound off figures to the nearest dollar.
Make sum of total costs of a91 items listed in schedule equal to total contract sum.
PART 4 - REVIEW AND RESUBMITTAL
After review by Engineer, revise and resubmit schedule as required. revised schedules in same manner. Resubmit
SCHEDULE OF VALUES - 1.37-1
OI I
I
1
@ NOTICE
1
I
1
1
I.
1
1
1
I
I
1
SECTION 1,42 - INSPECTION QF WORK
PART 1 - GENERAL
INSPECTION I.
The City will inspect and approve all installations and operations. 1 submittals to, and communication between, the City and the Contractor relal to the work of this contract shall be directed to the Engineer.
The Contractor shall give the Engineer a two (2) working day notice pr- to work inspections requested or required by other Divisions.
The work shall be ready for inspection at the scheduled times arranged the Contractor. If, in the Engineer’s sole judgement, the work is not rei and the inspection must be reschedule,d the Contractor shall be notified i shall reschedule the inspection, and shall provide twenty-four (24) hc notice of the reschedul ed i nspecti on c
In order to allow for inspection, and in addition to any inspection requii by the City Building Department or any inspection required elsewhere in thc specifications, the Contractor shall notify the responsible age! sufficiently in advance of the permanent concealment of any materials work. The following list is typical, but may not include all of SI required inspections:
1, Foundation material, footing and slab beds 2. Reinforcing for concrete 3. Contract surface of concrete forms 4. Concrete surfaces; such as bearing seats, construction joints 5. Piping and automatic valves 6. Manual and automatic valves 7. Completion of sprinkler system 8. Incorporation of soi 1 amendments
9. PO. 11.
If any work is concealed or performed without the prior notice specif above, then the work shall be subject to such tests or exposure as may necessary to prove to the Engineer or responsible agency that the materil used and the work done are in conformity with the plans and specificatioi A11 labor and equipment necessary for exposing and testing such work shl be furnished by the Contractor at his expense. The Contractor shall repla( at his own expense, any materials or work damaged by exposure or testin!
Any inspection or approval by any representative or agent of the City w not relieve the Contractor of the responsibility of incorporating in * work only those materials which conform to -the specifications, and any nc
Completion of grading prior to planting Placement of plants prior to digging plant holes After planting and finish grading
I
INSPECTION OF WORK - 1. I.
8
00
conforming materials shall be removed from the project site whenever ident i f i ed.
FINAL INSPECTION
Upon the completion of the work, the Contractor shall notify the Engineer seven (7) days in advance of when he desires a final inspection of the work, Engineer will make suck inspection as soon thereafter as possible.
DEFECTIVE WORK
No work which is defective in its construction or deficient in any of the requirements of the specifications shall be Considered as accepted. The Contractor shall correct any imperfect work whenever discovered, before the flnal acceptance of the work.
INSPECTION OVERTIME
The Contractor shall compensate the City, either upon receipt of a bill therefore or by deduction from the final amount due the Contrac%or, for all hours worked by the Inspector or other authorized City employees or Saturdays, Sundays or legal holidays at one and one-half (14) times the employees’ basic rate of pay, plus current rate for overhead.
INSPECTION OF WORK - 1.42-;
I 0
SECTION 1.50 - CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS
PART f - GENERAL
1
I
1
I
1
1
1.
8
1
1
I
I
8
1
REQUIREMENTS INCLUDED I.
Provide al 1 temporary construct i on faci l it i es and control s for t prosecution of work. Maintain strict supervision of use of tempor; cons%ruction facilities, Enforce compliance with applicable standarc Prevent abuse of service.
Pri nei pal i %ems i ncl ude:
A, Temporary Utilities:
Temporary electric lighting and power Temporary water Temporary facilities Temporary sanitary facia ities Temporary first aid, fire protection and other temporary uti1 iti I as required by and in accord with legal requirements
B. Construction Aids
6. Barriers D. Special Controls
Eo F. Temporary Storage Facilities G. Construction Project Sign H. Clean-Up
Praffi c Regul at i ons
COST OF INSTALLATION AND OPERATIONS
Pay costs of temporary power installation, maintenance and removal * P costs of electrical power used, whether temporary or permanent source..
Pay costs of temporary water, including installation, maintenance a removal, Pay costs of water used, whether temporary or permanent source
Pay costs of temporary sanitary facilities, including costs of installatio maintenance and removal o
LIGHT AND POWER
II or property. Maintain in a safe manner and utilize to not constitute a hazard to persol
Provide temporary electric power for items listed, and as requirec throughout the construction period, so that power can be secured at ai desired point with not more than a 10Q foot extension.
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS - 1.5( I.
01
A, Power centers for miscellaneous tools and equipment used in the
€3.
C.
construction work.
Lighting for safe and adequate working conditions throughout.
Power to maintain continuous operatdon of the Owner’s present facilities during changeover of electrical equipment.
Power for testing and checking equipment. D.
E. Power for welding units.
Comply with legal requirements.
WATER
Provide and maintain temporary water service for drinking and construction purposes for all parts of the work,
SANITARY FACILHTHES
Provide and maintain temporary portable toilets and other sanitary facilities for a91 workers on the project.
FIRST AID, FIRE PROTECTION AND OTHER TEMPORARY FACILITIES
Provide as requdred by and in accord with legal requirements.
MISCELLANEOUS TEMPORARY CONSTRUCTION AIDS
Provide and maintain all miscellaneous temporary construction aids required for the proper execution of the work, such as:
Ladders, ramps9 rail ings Scaffolds, hoists, bunkers Chutes, barricades, enclosures Platforms, swing staging, walks, etc.
Locate in and about the work in such a position as is practicable and where it will not interfere with the progress of the work. Remove at completion of the work.
Provide openings where required for moving in large pieces of equipment of all types, Close and restore all openings and finish after equipment is in pl ace o
BARRIERS
The owner may provide such watchman services as he deems necessary to protect its interest during the progress of the work. Any protection so provided by the owner shall not in any way relieve -the Contractor of the responsibility for the safety of the work and the acceptance thereof.
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS - 1.50-2
t 4
i
I
m
1
1
1
8
le
8
I
I
I
I
I
I
1
The Contractor shall employee such watchman service as he may deem necessi to properly protect and safeguard the work.
The owner shall not in any way be liable or responsible for the damage less to the work due to trespass or theft.
Provide protection for materials, tools and equipment employed on the WOI including the tools of workers. The owner shall not be held to have incuri any liability for loss of, or damage to, materials, tools and equipment the Contractor, or of those employed by him by contract or otherwise.
Continuously maintain protection of work in such suitable form as w- protect the work as a whole and in part, and adjacent property, grounds i improvements from accidents, injuries or damages.
Properly protect the work with lights, guard rails, temporary covers i barricades. Brace and secure all parts of the' work against storm i accident o Provide excavations with proper enclosures. Provide si additional forms of protection which may be necessary in prevail. circumstances,
Provide and maintain in good condition all protective measures as may required to adequately protect the public from hazards resulting from I work and to exclude unauthorized persons from the work. When regulated local building code or other authority, such legal requirements i protection shall be considered as minimum requirements; be responsible i the protection in excess of such minimum requirements as required.
Provide and maintain construction fence and canopy where required, warn. I ights in connection therewith, in compliance with the minimum requiremet of applicable codes and regulations of pub1 ic agencies having jurisdictic Remove protection fence and other related construction upon completion works or prlor thereto when so authorized or required to maintain projc progress. Restore occupied space to its original condition as approved
1.
SPECIAL CONTROLS
Dust Control - Throughout the entire construction period, effectively du: palliate the working area, unpaved roads and involved portions of the si.
Water Control - Do not allow rain, surface or subsurface water, or otl fluid to accumulate in excavations nor under or about the structures. Shor such conditions develop or be encountered, constantly control and lega' dispose the water or other fluid by temporary pumps, piping, ditches, d, or other methods. Provide, operate and maintain erosion control devices I plan and City grading codes.
Pollution Control - Comply with all pollution control regulations in effc at project site for all materials, equipment and work procedures used the project,
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS - 1. II.
O(
Weldinq - Provide and maintain all forms of protection necessary to prevent damage resulting from welding,
TRAFFIC REGULATIONS
Traffic Maintenance = Prior to start of workp determine the routing of construction vehicles, and the safeguards and procedures necessary to carry out the work. Obtain Owner's approval of such routing.
Parking - Be responsible for regulating and maintaining order in connection therewi th t
TEMPORARY STORAGE FACILITIES
Provide such temporary storage facilities as are necessary to protect materials and equipment delivered to the site from damage. Maintain sheds in a clean and sightly condition. Distribute materials stored in permanent structures to prevent overloading of floors or structures. If on-site storage area is inadequate, arrange and pay for necessary off-site facilities.
CONSPRUCTION PROJECT SIGN
Provide a temporary sign of 4" X 4'--8" X 8'--Q" exterior grade Douglas Fir plywood face with a rigid frame, having painted background and lettered name
of the project and names of owner, architect and contractor in accordance with sketches prepared by the architect. Do not place other signs on or adjacent to premises. Locate sign where directed,
CLEAN-UP
Proceed with due caution to protect the work of others. Periodically remove and legally dispose of all excess materials, debris, etc., resulting from his work,
During performance of the work, clean all finger marks, smudges, smears, spatters, drippings, etc., from his work and the work of others, caused by workmen in his employee. Supplementary cleaning shall be performed as may be required due to work performed pursuant to items as listed on final inspection (punch list). Cleaning of various items shall be done in accordance with recommended procedures for respective material and damage by improper cleaning shall be rectified by the Contractor at his expense.
PART 2 - PRODUCTS
Not used.
PART 3 - EXECUTION
Not used.
CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS - 1.50-4
8
I
1
1
I
I
I,
I.
1
1
1
1
I
I
I
I
SECTION 1-68 - PRODUCTS AND MATERIALS
PART 1 - GENERAL
WORK INCLUDED
I.
Transportation and Storage Products List "Or Equal" and Reference to Trade Names Contractor's Options 1 Substitutions
RELATED REOUIREMENTS SPECIFIED ELSEWHERE
SCHEDULE OF VALUES: Section 1. SUBMITTALS: Section 1, SHOP DRAWINGS, PROJECT DATA AND SAMPLES: Section 1. TESTING: Section 1.
INSPECTION: Section 1. I PART 2 - HANDLING
TRANSPORTATION AND STORAGE
Products or materials to be incorporated in the work shall be transporte handled and stored in such a manner as to assure the preservation of the quality and fitness for the work and to facilitate inspection.
PART 3 - PRODUCTS LIST
Mithin fifteen (15) days after date of Contract, submit. to Engineer three ( copies of complete list of all products which are proposes for installation.
Tabulate list by each specification section. For products specified unc reference standards, i ncl ude with 1 i sting of each product:
Name and address of manufactures Trade name Model or catalog designation Manufacturer's data: Performance and test data Reference standards
PART 4 - "OW EQUAL" AND REFERENCE TO TRADE NAMES
Whenever in the specifications any material or process is indicated or specifi by patent or proprietary name or by name of manufacturer, such specificatio shall be deemed to be used for the purpose of facilitating description of t material or process desired and shall be deemed to be followed by the words " equivalent". However, if the material, process or article offered by t Contractor is not, in the opinion of the Engineer, equal to that specified, th the Contractor must furnish the material, process or article specified, or Q
PRODUCTS AND MATERIALS - 1.6 I.
00
which in the opinion of the Engineer is the equal thereof in all essential characteristics.
If the Engineer shall decide to accept for use in the project a material which is not the equal of that specified, authority $BY the Substitution shall be made in the manner described for "Extra Work and Changes" 9 w-i th appropriate monetary allows for the difference in value.
PART 5 - CONTMCTOR'S OPTIONS
For products speci fi ed only by reference standards , sel ect any product meet i ng standards, by any manufacturer.
For products speci f i ed by naming reference standards, sel ect any product meeting standards, by any manufacturer.
For products specified by naming several products or manufacturers, select any product and manufacturer named.
For products specified by naming one or more products, but indicating that option of sea ecti ng equi val en% products by stating "or equal I' after specified produs%, Contractor must submit request, as required for substitution, for any product last specifically named.
PART 6 - SUBSTITUTIONS
G EN ERA L
The Contractor may offer any material or process which he believes to be equal in all essential characteristics to that so indicated or specified; and it shall be incumbent upon the Contractor to furnish sufficient evidence to the Engineer to support his claim of equality. Said offer and supporting evidence must be submitted t~ the Engineer within fifteen (15) days after the award of contract or Contractor will be deemed to have waived his right to offer substitute materials and processes. Do not substitute materials, equipment or methods unless such substitution has been specifically approved for this work by the Engineer.
SU BM I TTAL
Submit three (3) copies of request for substitution. Include in request:
Complete data substantiating compliance of proposed substitution with Contract Documents.
For products:
Product identification, including manufacture's name and address. Manufacturer's literature: Product deseri pt i on Performance and test data Reference standards
PRODUCTS AND MATERIALS - 1.60-2
1
( I Samples
Name and address of similar projects on which product was used, and da of instal 1 ation.
For construction methods:
1.
Detai 1 ed description of proposed method Drawings i 1 I ustrati ng methods I
I
I
II
I.
I
1
I
I
I
1
Itemized comparison of proposed substitution with product or rnetk specified.
Re1 ation to separate contracts e
Accurate cost data on proposed substitution in comparison with produ or method specified.
I Data re1 ated to changes in construeti on schedul e e
CONTRACTOR WARRANTS
It has personally investigated proposed product or method, and determin that it is equal or superior in all respects to that specified.
It will provide the same guarantee for substitution as for product or meth speci fi ed e
I% will coordinate installation of accepted substitution into work, maki such changes as may be required for work to be complete in all respects.
It waives all claims for additional costs related to substitution whi consequently becomes apparent.
Cost data is complete and includes a91 related costs under its contrac but excl udes:
I
Costs under separate contracts Landscape architect's re-design 1 LIMITATIONS
Substitutions will not be considered if:
They are indicated or implied on shop drawings or project data submitta without formal request submitted within fifteen (15) days of" award;
Acceptance will require substantial revisions of Contract Documents.
Delays in delivery of specified materials will not be consider I justification for substitutions e
PRODUCTS AND MATERIALS - 1.E I.
oc
SECTION 1.70 - PROJECT CLOSE-OUT
PART 1 - NOTICE
At least seven (7) working days notice shall be required for final inspection; such notice shall be given to the Engineer,
PART 2 - REMOVAL OF PLANT AND CLEAN-UP
Upon completion of the work, the Contractor shall remove a19 its plant, tools, materials and other articles from the property of the City. Should it fail tc take prompt action to this end, the City, at its option and without waiver of such other rights as it may have, may on seven (7) days notice treat them as abandoned property.. The Contractor shall a1 so sweep a1 1 floors broom cl ean, clean all exterior work and windows and remove all rubbish from the property of the city.
PART 3 - DAMAGE
Damage to existing utilities, trees, pavements or other property caused by the Contractor shall be restored to original condition at the Contractor's expense, prior to final inspection.
PART 4 - GUARANTEE
A11 guarantees required by the following divisions of the specifications shall be presented a'w writing to the City prior to final acceptance of the work and shall be in addition to the requirements set forth in the General Conditions of these specifications.
PART 5 - RECORD DOCUMENTS
Submit to the City prior to final acceptance all record documents required by the other Divisions of these Contract Documents.
PART 6 - CLEAN-UP
During progress of the work, keep the premises reasonably free of all debris and waste materials resulting from the work. All debris, tools, equipment and rubbish shall be removed from the site on completion and before final acceptance of the work.
PART 7 - PREREQUISITES TO FINAL PAYMENT
Before final payment under the Contract is authorized, the following requirements of Contract Documents shall be fulfilled:
Satisfactory completion of construction work and acceptance by Engineer.
Submission to Engineer of required written guarantees.
Submission to Engineer of "As-Built" drawings.
A.
B.
C.
PROJECT CLOSE-OUT - 1.70-1
c I
I
I
I
I
1
1
I.
I
B
I
I
I
I
I
Do Deliver to owner a complete file of operation and maintenance manua of equipment and materials used in work.
E* The submission, by the Contractor to the Owner, of an affidavit, swo to before a Notary Public, stating that all workmen and persons employe all firms supplying the materials, and all subcontractors upon t project have been paid in full, and that there are not bills outstandi against the project for either labor or material , except certain item if any, to be set forth in such affidavit covering disputed claims items in connection with which Notices of Withhold have been filed und prowisions of the Statutes of the State where the work was constructe
I.
I
e
1. PROJECT CLOSE-OUT - 1.7
OO!
SECTION 1.72 - PROJECT RECORD DOCUMENTS
PART P - GENERAL
RELATED REQUIREMENTS SPECIFIED ELSEWHERE
PROJECT MEETINGS: Section 1.2C CONSTRUCTION SC.HEDULES: Section 1.31 SHOP DMWINGS, PROJECT DATA, AND SAMPLES: Section 1.34 PRODUCTS AND MATERIALS: Section 1.60 PROJECT CLOSEOUT: Section 1.70
PART 2 - MAINTENANCE OF DOCUMENTS
Maintain at job site, one (1) copy of:
Contract Drawings Specifications Addenda Reviewed Shop Drawings Change Orders Other Modi ficati ons to Contract Field Test Records Construction Schedules
" As-Bui 1 t I' Drawi ngs
STORAG E
Maintain documents in clean, dry, legible condition.
USE AND AVAILABILITY
Not for construction purposes.
Available at all times for inspection by Engineer.
PART 3 - RECORDING
GENERAL
Provide red ballpoint pen for all marking.
Label each document "PROJECT RECORD" in 1 arge9 printed 1 etters.
Keep record documents current on a daily basis.
Do not permanently conceal any work until required information has been recorded o
These drawings shall be up-to-date and so certified by the Project Inspector at each progress payment request submittal.
PROJECT RECORD DOCUMENTS - 1.72-1
01
I
I MARKI NG
Contract Documents: Legibly mark to record actual eenstruction. (S individual divisions for additional information.)
Field changes of dimension and detail Changes made by Change Order or Field Order Details not on original Contract Drawings
Soecifications and Addenda:
I.
I
I
I
I
I
I
1.
1
I
I
I
I
1
Legibly mark up each section to record:
Manufacturer, trade name, catalog number and supplier of each produ
Changes made by Change Order or Field Order Other matters not originally specified
and item of equipment actually installed
S~OD Drawinqs: Maintain as record documents; legibly annotate drawings record changes made after review.
"As-BuiIt" Drawinss: City will furnish the Contractor with one (1) set blueline prints for %he use of the Contractor as "as-built" drawings. T Contractor shall clearly mark on each set as specified above. Refer GENERAL PROVISIONS, Section 14, and individual sections for more details
BART 4 - MANUALS
G EN E RAL
Where manuals are required to be submitted covering items included in th work9 prepare all such manuals in durable plastic with binders approximate
84 X 11 inches in size and with at least the following:
A. Identification on, or readable through, the front cover, stating gener nature of the manual.
B. Neatly typewritten index near the front of the manual , furnishi immediate information as to location in the manual of all necessary da I regarding the installation.
C. Complete instruction regarding operation and maintenance of all equipme i nvol ved o
D. Complete nomenclature of all replaceable parts, their part number
E.
F.
I
current costs, and name and address of nearest vendor of parts,
Copy of all guarantees and warranties issued.
Copy of the approved shop drawings with all data concerning changes m; during construction.
PROJECT RECORD DOCUMENTS - 1.7 I.
OC
Extraneous Data
A. Where contents of manuals incl ude manufacturer's catalog pages, clearl, indicate the precise items included in this installation and delete, o otherwise indicate, all manufacturer's data which this installation i not concerned.
B, Number of copies required:
1 o Unless otherwi se spec! fi cal 'By directed by the Engineer, del ive two (29 copies of the manual to the Engineer,
PART 5 - SOBblIITAb
At compl eti on of project, del i ver record documents to Engi neer. Accompan, submittal with transmittal letter, in dupl icate, containing:
Date Project title and number G~ntractor~s name and address Title and number of each record document Certification that each dc%cumen%s as submitted is complete and accurate Signature of Contractor or its authorized representative
NOTE: Prior to final payment, Contractor shall submit all record documents for review, correct all deficiencies, obtain required approvals, and deliver all approved record documents to the Engineer.
PROJECT RECORD DOCUMENTS - 1.72-3
I
I
1
I
1
I
P
40
I
I
I
I
1
I
OC
SECTEON 2.10 - CLEARING AND DEMBLITIQM
PART 1 - GENERAL
The provisions of the Standard Specifications for Pub1 ic Works Constructi (SSPWC), Section 380, apply except as modified herein,
SCOPE
I.
Protection of all light poles9 fire hydrants and other utilities to remai Protection of trees indicated on drawings to remain. Clearing and grubbing of the site of work. Removal and di sposal of a1 1 deleterious materi a1 s. Furnishing, development, applying and providing watering equipment
Removal and disposal of any additional items not specifically mention required for the project.
herein which may be found within the work limits.
RELATED WORK SPECIFIED ELSEWHERE:
EARTHWQRK AND GRAD I NG : Section 2. LANDSCAPE WQRK: Section 2. ELECTRICAL WORK: Section 16 I IRWIGATIQN SYSTEMS: Section 2.
RESPONSIBILITY AND COORDINATION
Contractor shall secure and maintain all required permits and licens necessary to legally complete the work of this section.
Contractor shall notify utility companies for all utilities to be cut of modified or related, and shall maintain and protect all active utilities
PROTECTION AND SAFETY
Contractor shall provide signs in necessary places to exclude persons, excc those connected with the work, from entering the working area. Contracl is responsible for preventing unauthorized persons Prom entering work arc
Protect the project site and adjacent properties from dirty water, mud i water accumulated due to Contractor's operations, rainfall runoff or wal that enters the project site from any other source.
1
SALVAGE MATERIALS
AI1 salvage materials remaining on the site after official notification vacation by the City shall be property of, and removed from the site by 1 Contractor, except as noted on the plans and herein. I
CLEARING AND DEMOLITION - 2.: I.
00
PART 2 - EXECUTION
GENERAL REMOVAL WORK
Removal work shall be carefully done to avoid damage to existing facilitier to remain.
SITE CLEARANCE AND DISPOSAL
Clear the site to be improved of grass? weed growth, trees (except as note( on the plans), rubbish, debris, and pavement, concrete slabs, thrust blocks etc., that are to removed for construction of the improvements shown on thc construction plans. Roots three inches (318) in diameter and larger, rock: and broken masonry larger than four inches (4") in the greatest dimension Existing irrigation may be left in place.
Holes resulting from removal of buried obstructions which extend belor finished grades shall be filled with compacted soil.
UT I e IT1 ES
Inactive or abandoned uti I it ies shall be di sconnected, removed and pl ugged or capped subject to the local governing ordinances.
Should the Contractor encounter any existing underground utilities not shown
on the drawings, he shall at once notify the Engineer who will determine further procedures.
DEBRIS BURNING
Burning of debris will not be permitted except by written permission of the Air Pollution Control authorities and governing fire authorities.
CLEARING AND DEMOLITION - 2.10-2
-
I
I
B
I
1
I
1
R
1.
I
I
I
1
I
I
0
SECTION 2.20 - EARTHWORK AND GRADING
PART 1 - GENERAL
The provisions of Standard Specifications, Sections 308 and 301, apply exce as modified herein.
These speci f i cat i ons present general procedures and requi remeaats for gradi ng a earthwork as shown on the approved grading plans, including preparation, of are to be filled.
SCOPE OF WORK
I.
Rough grading as shown on the plans, including imported fill placement a
Finish grading of site, Excavation and backfill for all footings, structures, walls, etc., a compaction. Stockpiling and placing topsoil.
Soi I compacti on as required o Soil testing as required. Protective measures. Dust and noise abatement. Obtaining construction water.
RELATED WORK SPECIFIED ELSEWHERE:
CLEARING AND DEMOLITION WORK: Excavation and backfill for any mechanical,
connection.
Section 2.1
Appropriate Sectia I PLANT I NG : Section 29 p% umbi ng 9 drainage or el ectri cal work:
PART 2 - MATERIALS
WATER
Construction of water is available from existing two inch (2") meter (P+O.C 1 shown on irrigation plan.
AGGREGATE BASE (A1 ternate)
Crushed aggregate base shall consist entirely of crushed rock and rock dl conforming to the requirements of Section 200-2.2 for ?;;'I crushed aggregat of the SSPWC. Percentage of wear and grading shall conform to Sections 2C 2.2.1 and 2QQ-2.2.2 of the SSPWC. Maximum size aggregate shall be k inc
TOPSOIL
Suitable soil with organic content encountered on site shall be stockpil for reuse in planting areas. Topsoil shall be Class "C" per SSPWC Secti 212-1,1.4 and when available, with all rocks one inch (1") and 1arg removed .,
EARTHWORK AND GRADING - 2.: I*
oc
If not enough on-site soil is available to accomplish grades as shown on thi plans, Class "A" topsoil shall be used to make up the difference.
PART 3 - EXECUTION
ROUGH GRADING
The site shall be graded to the limit lines and elevations shown ont hi drawings with such allowances as may be required for the construction o walks, and other intended site improvements, Tolerance for rough gradinl is l/lOth of a foot, plus or minus, at drainage swales, building pads an1 paved areas. At all other areas, appearance and function shall be thl governing factor.
FINISH GRADING
Finish grades shall slope to drain without water pockets or irregularitie: and shall conform to all plans and sections, after thorough settlement an( compaction of the soil at the end of the project maintenance period, Finisk grades shall meet all existing or established controls of sidewalks, curb and walls and shall be of uniform slope and grade between points of fixec elevations or elevation controls and Prom such points to established grades. Tolerance for finish grading is 1/10 foot, plus or minus. (See "PLANTING", Section 2900 for additional specifications.)
UNSUITABLE SOILS
Unsuitable soils excavated from areas to be landscaped may be buried ir areas under paving upon approval of the Engineer. Any excess shall be removed from the site at the Contractor's expense.
TOPSOIL COMPACTION
Planting soil shall be compacted to provide a stable, uniform surface in accordance with the specified grades and surface drainage flow lines. Soil shall not be overly compacted so as to cause surface water to run off rather than be absorbed in the soil.
EXCAVATION
The Contractor shall make all necessary excavation for footings and slabs and do any additional excavation necessary to provide ample room for instal 1 at ion of concrete forms where required.
Footings wi 11 be poured against undisturbed soi 1 , except where caving occurs a
Bottom of excavations shall be level, free from loose material and brought to the indicated or required levels in undisturbed earth. AI1 excavations shall be kept free from standing water. The Contractor shall do all pumping or draining that may be necessary in carrying on the work.
EARTHWORK AND GRADING - 2.20-2
I
I
II
1
1
I
It
1-
I.
I
I
I
I
1
I
I
Should excavations for footings, through error, be excavated to a great depth or size than indicated or required, such additional depth or si shall be filled with concrete, as specified for footings, at the Contractor expense D
BACKFILLING
I.
After the foundations and wall s have been pl aced, forms removed, and concre or masonry work approved, the excavation shall be backfilled with earth the required grade.
Select site material shall be used for backfill and shall be free from Sar stones and clods. Material shall be approved by the Engineer.
Backfill shall be deposited in layers of 6" thickness.
Layers of backfill shall be moistened with water, the amount to be rigid controlled to ensure optimum moisture conditions for the type of fi material used. Excess water causing saturated earth beneath footings wi not be permitted.
Backfill shall be compacted by suitable means to 90% density.
All trenches for other work shall be backfilled in accordance with th Section, and may be tested at the discretion of the Engineer,
PROTECTIVE MEASURES
All excavations shall be protected and guarded against danger of life, li and property e
Existing improvements and trees within contract limits or areas of activi shall be properly protected.
DUST AND NOISE ABATEMENT
During the entire period of construction, site areas shall be sprinkl adequately to control dust a i
EARTHWORK AND GRADING - 2.2 I.
O(
SECTION 2.23 - SOIL TREATMENT (ALTERNATE)
PART 1 - GENERAL
SCOPE
All ares to be surfaced with asphaltic concrete (alternate) shall be treated
RELATED WORK SPECIFIED ELSEWHERE
EARTHWORK: Section 2.2( A.C. PAVING: Section 2.6(
PART 2 - MATERIALS
PRODUCT AND APPLICATION RATE:
"Casaron W-50" (50% Active Qichlobenil) or equally effective physiologic- photopathic equivalent chemical.
"Casaron k%-50" applied as wettable powder a% rate of 24 pounds in no less than 100 gallons of water per acre, nor more than 150 gallons of water per acre. Chemical shall be applied to damp soil surface.
PART 3 - EXECUTION
G EN ERA L
Notify Engineer two (2) days prior to application of chemical.
EOU I PMENT
All solution mixed applications shall be applied with a paddle agitator spray rig,
TREATMENT
Apply after the sub-grade has been completed and just prior to placing the aggregate base course. The time lapse between soil treatment and placins of cover shall be the practicable minimum. After the chemical treatment has been made, the area shall be thoroughly sprinkled so as to distribute the chemical through the first two (2) or three inches (3") of the sub-grade.
PROTECTION
The Contractor shall provide all necessary protection to prevent injury ta animal or adjacent plant life and property occasioned by the application of the soil sterilant. The Contractor will be held responsible for all personal injury or property damage caused by the application of soil sterilants or the storage of same.
SOIL TREATMENT (Alternate) - 2.23-1
02
I
I
1
1
1
1
1
1.
I
1
i
I
1
I
I
SECTION 2.68 - A.C. PAWING (ALTERNATE)
PART 1 - GENERAL
RELATED DOCUMENTS
1.
Standard Specifications for Public Works Construction (SSPWC), 1985 editi
City of Carlsbad standards with 1986 supplement
2 WORK INCLUDED
Protective Measures Asphal tic Concrete Surf aci ng
RELATED WORK SPECIFIED ELSEWHERE
AGGREGATE BASE: Section 2, CONCRETE: Section 3. REMOVAL AND DEMOLITION WORK: Section 2. EARTHWORK AND GRADING: Section 2. SOIL STERILIZATIQN: Section 2. DRAINAGE: Section 2,
PART 2 - MTEWPALS
ASPHALT CONCRETE PAVEMENT
Asphalt concrete materials shall be Type I or Type I11 AR 8000,
conformance with Section 203-6 of the SSPWC. The finish course of A. pavement shall be Class C2 or C3 AR 8000; however, underlying courses A be Class 82 or B3 AR 8000.
LIQUID ASPHALT
Liquid asphalt used for tack coat shall be Grade SS-lh Emulsified Aspha in conformance with Subsection 203-3 of the SSPWC.
PART 3 - EXECUTION I STRUCTURAL SECTION
Asphalt concrete pavement shall be constructed in accordance with Secti
302-5 of the SSPWC to the limits and grades shown on the construction pla
and as specified by the Engineer. The maximum thickness of any A.C. pavi
course shall not exceed 24 inches.
A tack coat shall be applied to all asphalt concrete and P,C.C, cmcre
surfaces to be joined by new A.C. pavement.
The rate of application of the tack coat shall be as designated in Subsecti
302-5.3 of the SSPWC.
W.C. PAVING (Alternate) - 2.6 I.
80
SECTION 2,76 - SITE FURNISHINGS
PART 1 - GENERAL
SCOPE OF WORK
Fusndsha'ng and Install dng Barbecues Furnishing and Installing Flagpole Furnishing and Installing Benches Furnishing and Installing Drinking Fountain Furni shi ng and Instal 1 i ng Bi ke Racks Furnishing and Installing Picnic Tables Furnishing and Installing Bleachers Ordering Custom Bleacher and Coordination Installation by Manufacturer
RELATED WORK SPECIFIED ELSEWHERE
Mas 0 fl ry Concrete
PART 2 - PRODUCTS
BARBECUES
Three (3) required. "Extra Heavy Duty Park Stove", Model No. 1520 by Quality Industries, Inc. (818) 331 -9936
FLAG POL E
One (1) required, "Ground Set Flagpoles", Model No. PLP20R by PLP Composite Techno1 ogi es o (617) 747-3315
BENCHES
Four [4) required. "Hollywood Bench", Part No, Q-HB (concrete color) by Qua'ekcrete Products Corp. (714) 737-6240
DRINKING FOUNTAIN
One (1) required. "Pedestal Mount", Model No. M-43 by Murdock. (714) 542-4255
BIKE RACKS
Two (2) required (north location). "Wood Bike Rack", Model No. 6900 by
One (1) required (south location). "Wood Bike Rack", Model No. 690% by
Quality Industries, Inc. (818) 331-9936
Quality Industries, Ins. (818) 331-9936
SITE FURNISHINGS - 2.76-1
01
1
I PICNIC TABLES
Two (2) required. "LBT Picnic Table Set", Model No. Q-LBT-PTS (concre color) by Quickcrete Products Corp o (714) 737-62
BLEACHERS
mo
One (1) required (north location). Model PH 205 - 5 row (21' long) wl'
One (I) required (south location). Model PN 205 - 5 row (27' long) wi
guardrail by General Seating 60. (714) 250-70
I
1
1
1
I
1.
I
L
I
1
I
1
I
I
guardrail by General Seating Co. (714) 250-70
CUSTOM BLEACHERS*
Qne (1) required. As designed and manufactured by General Seating Co. (714) 250-7C 1 (When ordering, refer to "Chase Field" bl eachers e )
BART 3 - INSTALLATION
Installation shall be in the locations shown on the drawings after approval precise location by Engineer. Install according to manufacturer's writt instructions or according to approved shop drawings.
Any item surface mounted to a concrete slab shall be mounted using minimum 3/ long lag screws in expansion shields.
*/dust be ordered immediately after award of Contract to a77sw for timc de9 ivery.
SITE FURNISHINGS - 2. I. I
rptp&*
CUSTOM h I3LEAm SPECIFICATIONS AND CONDITIOT!TS 00
GENXRAII
9 D Upon the approval and the award of the contract, the successful bidder shal submit three copies of the working drawings and calculations for all structures for review and acceptance of owner prior to fabrication of bleachers o
Understmcture to be aluminum, welded frames with sufficient cross bracing.
%ch bid will be accompanied by a written 5 year warranty asinst all defects in mterials and signed by a corporate officer.
Manufacturer must have a minim of five (5) years experience in manufacturing and installation of bleachers.
2,
3.
4.
BL;EACHER DESIGN
1- All equipment furnished shall comply with requirements of the TJniform
Building Code; Title 24, State Building Standard, Title 17, Public Safety;
and the Uniform Fire Code.
The understructure of each section shall be of aluminum and shall consist OJ a series of frames spaced at intervals no greater than 6' and joined by means of aluminum sway braces allow 6061-416. vertical members, adequate diagonal braces and horizontal members for bearing on a level surface. aluminum tube, all floor support members shall be butt and lap welded to the square tube vertical column.
wide, in conformance with Uniform Building Code- that support seat planks shall be a 2" x 3" x 3/16" angle. materials to be alloy 606?-T6.
The bleacher shall be designed to support, in addition to its own weight, a uniformity distributed live Pcad of not less than 100 pounds per square foot of gross horizontal pyojection of the bleachers.
All seat and foot plank members shall be designed to support not less than 120 pounds per lineal foot without permanent deformation. Seat and foot plank is supported on six foot centers with no more than 1/2" deflection
between supports.
slippage. are free of all burrs.
The bleachers shall be designed to resist, with or without live lmd, a horizontal wind lcad of 30 pounds per square foot of gross vertical projection. They shall also be designed to resist in addition to the live
lad sway forces applied to the seats, in a direction prallel to the length of the seat planks, 24 pounds per lineal foot of seat plank and sepmtely; in a direction perpendicular to the direction of the seats, 40 pounds per lineal foot of seat plank.
2.
Each frame shall consist of
All vertical columns shall be 2" x 2" square
All aluminum bse plates shall be minimum 7"
All structural All aluminum top plates
3.
4.
Flank surfaces has extruded serrations to prevent
Ends of aluminum planks are capped with an aluminum end cap and
5.
' 6. Under the above lmds stated, stresses in aluminum members and connections
shall not exceed those specified for building type structures by the Aluminum Association e t
0 MATERIALS I
1 1. Seat Plank:
a
t
I
1
1
1.
3
i
II x
1
I
I
1
1
Sat plank shall be aluminum with a fluted, nonskid surface, be a nominal x 40" of 6063-T6 alloy with silver anodized 204 RI finish, conforming to Aluminum Association Architectural Standard AA-CZ2A31. I
2. Foot Ph&:
Foot phnks shall be of aluminum with fluted, nonskid surface with double planks of nominal width of 2" x 12" (22.5") of 6067-T6 alloy - mill finisk
3e Hardware:
Shall adequately connect seat and foot pla&s to the supporting structure as to transmit all live and my lcads to the understmcture members so placed to resist these lcads specified. The connecting hardware shall be mdium plated bolts and nuts, and aluminum clips. foot planks shall be covered with aluminum end caps with a minim wall thickness of .062'p, riveted to the underside of the planks.
Open ends of seat and
I.
oc
SECTION 02810
IRRIGATION SYSTEM
PART 1.00 - GENERAL
P.01 IWJATED DOCUMENTS :
The Drawings and the general provisions of the Contract including the General and Supplementary Conditions anc other Division I Specification Sections, apply to thl work of this section,
1.02 SUMMARY :
The work includes all services, labor, materials transportation, and equipment necessary to perform the work indicated on the drawings and as specified.
1,03 SUBXITT- :
A. General: Prior to delivery of any materials to tkt site, submit the following to the Landscapt Architect for review in strict accordance with thc provisions of Section 01300, a complete list of all materials proposed to be furnished and installed, including manufacturer's technical data, maintenancc
manuals, guarantees and operating instructions.
B. Record Drawinqs: Before final acceptance of wor3 by the Landscape Architect, the Contractor shall provide a record set of drawings showing thc sprinkler system as installed (See Genera3
Conditions for further requirements.)
1. Any changes in location of items or type of installations (excluding sprinkler heads) fron that shown on drawings shall be so indicated on the record drawings.
2. Valves shall be numbered and corresponding numbers shall be shown on the record drawings.
3. All remote control valves and shut-off valves shall be located by measured dimensions. Dimemsisns shall be given to permanent objects and shall be to the nearest on-half foot,
4. On the inside surface of the cover of the automatic controller, the Contractor shall prepare and mount a chart showing the valves
IRRIGATION SYSTEM-02810-1 -
c T
E
I
II
1
I
a
1
I
1
1
I
I
i
I
I
and sprinkler heads serviced by that particul Controller. All valves shall be numbered match the operation schedule and the drawin< Only those areas controlled by that Controll shall be shown. This chart shall be a p9 plan, entire or partial, showing buildir walks, roads, and walls. A photostatic pri of this plan reduced as necessary and legit: in all details, shall be made to a size th will fit into the Controller cover. This pri shall be approved by the Landscape Archite and shall be secured to the inside of t cover 0
Inmediately upon the installation of any buri pipe or equipment, the Contractor sha indicate on the drawings the locations of sa equipment. Dimensions shall be given fr permanent objects such as buildings I sidewalk curbs, and driveways.
reproducible mybar of the irrigation plan z detail sheet.
I.
5,
6, As-built drawings shall be drawn on
1.04 PRQJECT/SITE CONDITIONS:
A. Exercise care in excavating and working in the ar due to existing utilities. Contractor shall responsible for damages caused by his operations
B. Connections shall be made at locations shown on t drawings. Contractor shall be responsible formir changes caused by actual site conditions. Conne new underground piping and valves and provide a adapters or other necessary fittings for connectic
e. Landscape headers shall be in place befc installation of sprinkler system.
D. Scaled dimensions are approximate. Befc proceeding with any work, the Contractor sha carefully check and verify all site condition Plan locations of heads, valves, controller and pi lines are diagrammatic and indicate spacing a relative locations only.
All lines shall have a minimum clearance of six ( inches from each other, and from lines of 0th trades. Parallel lines shall not be install directly over or under one another,
1.
E,
IRRIGATION SYSTEM-02810 I.
O(
F. Dielectric bushings shhl% be used in connection
with piping sf dissimilar metal materials.
Permission to shut off any existing in-use line mus
be obtained 48 hours in advance, in writing from th Qwner. The Contractor shall receive instruction from the owner as to exact length of time of eac
shpnt-off.
G.
1.05 SOURCE QUALITY CQPJTROL:
A. Contractor shall notify the Landscape Architect a.
least two (2) working days in advance of the time such observation or direction is required Observation will be required for the following:
1. Upon fnsta%%ation of main and lateral lines after pipes are %aid and ready to be subjectec to pressure tests. Bo not cover any lines until obsemed and then as directed.
2 e Upon installation and testing of valves, quicl couplers, automatic controller, and contro: valves and wires,
3, Upon sprinkler system completion, and in tht presence of the Landscape Architect, the Contractor shall, perform a test to determint if coverage of water is complete am acceptable. Contractor shall furnishmaterial: and perform work required to correct ani inadequacies to provide full coverage.
4. Final observation and performance test shall be at the same time as final observation oi landscape work.
B. Testins: All PVC main lines shall be subjected tc a pressure test of 125 psi for a period of four (4) hours; lateral lines at design pressure for one (I) hour e
IRRIGATION SYSTEM-02810-3
i 0 1 PART 2.00 - PRODUCTS
2 0 01 MATERIBS :
A. Pslvvinvl Chloride Pipincl: Pipe sizes shown E nominal inside diameter unless otherwise noted.
1. PVC Plastic Pressure Lines: For pipj upstream of remote control valves and quj couplers. All 311 and smaller piping shall Type I, Grade 2 (Impact Modified), designat
as PVC 1220, Class 315 (SDR 13.5), conformi to Comercia1 Standards CS256-63.
1.
t
I
I
I
#
1
1.
I
I
I
I
1
1
I
2. Plastic Non-Pressure Lines: For piping downstream of remote control valves, Type Grade 2, (Impact Modified) , as designated PVC 1220, Class 200, (SDR 211, conforming Commercial Standards CS256-63.
3. Plastic Sleeves: Under paving and throt walls, Type I, Grade 2, (Impact Modified), designated as PVC 1220, Schedule 80, conformi to Commercial Standards (2.8256-63.
€3. Polwinvl Chloride Pipe Fittinss and Connectior Type I%, Grade 1, Schedule 40, high impact mold fittings, manufactured from virgin compound tapered socket or molded thread type, suitable f either solvent weld or screwed connections. Machi threaded fittings, plastic saddle, and flar
fittings are not acceptable. Furnish f ittir permanently marked with the following informatic Nominal pipe size, type and schedule of materia and MSF seal or approval. PVC fitting shall confc to ASTM D 2464-76 and D2466-78.
C. Brass pipe: Shall be IPS Standard Weight I
D. Automatic Control Wire: Electric wiring runs fr controller to automatic valves shall be No. 14 solid, sins conductor, copper wire, 4/64 in. insulation, 4/64 in. neopre jacket, Style BR (Direct Burial) or equal. Color code wir to each valve, common wire shall be white.
pounds, 85% red brass.
R
E. Automatic Controller: As shown on plans.
F. Automatic Valves: As shown on plans,
IRRIGATION SYSTEM-02810 I'
00
G. Valve Box: For Automatic Valves: Carson 1419 plastic valve box, or equal. For Gate Valves: Carson 910 plastic valve box, or equal. For Quicl Coupler: Same as gate valve.
E.. Slsrinkler Heads: As shown on plans.
I. Quick Coulsler Assembly: As shown on plans,
J, Ball Valve: As shown on plans.
K. Tracer Wires: No. 12, Type TW plastic coated coppe;
L. Thrust Blocks: 2000 psi concrete at 28 days.
Me Contractor: Shall provide the Owner with two (2: wrenches for removing each different type of sprinkler head; two (2) quick coupler kits and twc
(2) keys for opening and Packing automatic controller; and one (a) set of operatin? instructions for controllers.
wires.
PART 3.00 - EXECUTION
3.01 PREPARATION:
A. Locations are diagrammatfs and approximate only. Minor adjustments [up to 15% of design) shall be made as necessary, and as directed, to meet existins conditions and obtain complete water coverage. Locate and stake a11 work and obtain review before installation. Install and extend system as S~QW~ to carry out the intent of the drawings and specifications.
B. Locate lines, valves, and all other underground utilities and receive review from Architect and Owner before digging trenches.
3.02 INSTAUATION:
A. Excavation and Backfilling of Trenches:
1 e Excavate trenches, prepare subgrade, and backfill to line and grade with sufficient roon: for pipe fittings, testing, and inspectinq operations. Bo not backfill until pipe systen has been subjected to hydrostatic test as specified.
IRRIGATION SYSTEM-02810-5
0 8
t 2. Depth of Trenches: Depth shall be so as provide a minimum of 18" coverage on presse lines, 12" on lateral bines and 24vv og, sleeves o
3. Subsoil shall be free of rocks over
I.
diameter, debris, and litter prior to use
4. Repair Peaks and replace defective pipe fittings until linesmeet requirements. DO I cover lines until inspected and reviewed j tightness, quality sf workmanship, i materials.
Backfill trenches, after observation of pipi1 with backfill material, tamping soil aroa pipe and thoroughly compacting trench fills
90% maximum dry density.
B. Installation of PobyvinyP Chloride Pipe: Pipe tl has been dented or damaged shall be cut 81 discarded, amd rejoined with coupling.
1, Pipe ends and fittings shall be wiped with MI or equal, before welding solvent is applit Welded joints shall be allowed to set a minir sf 15 minutes before moving or handling. Fic cuts shall be beveled to remove burrs i
together o
trench bottom to allow for expansion i contraction. Center load pipe with smi amount of backfill to prevent arching i slipping under pressure. Leave joints expo: for inspection during testing. No water shz be permitted in the pipe until observations i completed and a period of 24 hours has ePap: for solvent weld setting and curing.
3. Plastic to metal joints shall be made w: plastic male adapters, metal nipple, hz tightened, plus one turn with a snap wrenc Solvent weld plastic to plastic connectior Thrust blocks shall be installed as indicatc
b backfill o
I
1
I
1
8
4.
8
I
I
8
1
B
B
I
5.
excess before fitting and gluj
2. Pipe shall be snaked from side-to-side
PRFtIGATION SYSTEM-0281( I'
86
e. Automatic Control Wirinq:
1. Provide one con%ro% wire and one common groun wire to service each valve in system, Us white wire for common and a different colo valve wire for each valve, Provide a 4 %so minimum expansion loop at each valve to pemi removal and maintenance sf valves,
Install control wires at least 18" below finis: grade and in commontrer%cheswhereverpossible Bundle and tape to main line every %Os when i;
common trench.
D. Control wire splices: Allow only on runs of morc than 300 feet, splices as follows: Strip off 2-1/2'
of insulation from each wire; twist on Scotchlol elec$risa% spring connector, minimum four (8' complete turns; seal connector in 3 Ifr DBY; tap completed splice with Scotch 33 electrical tape.
1. Numbeging and ~agging: Identify direct buria control wires from automatic valves to temima strips of controller at terminal strip b: tagging wire with number of connected valve.
E. Automatic Controller: Controller shall be installec as shown on plans. Controller shall be tested wit1 complete electrical connections. Contractor shal: be responsible for temporary power to controller foi
operation and testing purposes.
1. Contractor shall be responsible for electric:
connection from existing electrical cabinet
adjacent to the proposed controller site to t
controller.
2. Connections to control wiring shall be made within controller.
3. Automatic control wiring shall also be in rigic
PVC plastic conduit from controller to pressurt
mainline.
F. Automatic Valves: Install where shown with a uniox type connection, it with plastic valve box anc cover.
G. Valve Box: Install as shown with no more than on€ valve per box. Engrave valve lid number and controller letter on topside of valve box lid,
2.
IRRfGATI069 SYSTEM-02810-7
I 0
H. Shrub Heads: Install as indicated; nozzle size a arc shall be adjusted as required for coverage the area, after the system has been thorougk tested. Adjustment of nozzle size and arc shall made by the contractor at no additional cost to t owner o
1. Quick Coupler Assembly: Install as indicated. S
J. Ball Valves: Install where indicated.
Ke Tracer wires: Shall be installed with non-metal1
irrigation main lines. Wire shall be placed bottom of trench, under vertical projection of pig
with spliced joints soldered an covered wi insulation type tape. Wise shall follow main li pipe and/or branch Pines and terminate in valve k with automatic valves. Provide enough length wire or tape to make a loop and attach a "Dymo-Tar type plastic label with the designation "Tra\i Wire!? 0
I
I
I
I
i
1
1
1.
I
li
I
1
I
I
I
8
I.
all valves plumb and true,
3,03 cm-up :
As the project progresses, maintain all areas in a ne manner and remove unsightly debris o Upon completic remove all debris and containers, sweep and clean E sidewalks I asphalt, and concrete areas adj acent planting areas,
**** END OF SECTION ****
IRRIGATION SYSTEM-02810 I. "
84
SECTION 02900
PI4kANTPNG
PART 1-00 - GENERAL
1.oa RELATED DBmNTS:
he Drawings and the general provisions of the Contract including the General and Supplementary Conditions an( other Division I Specification S@&ions, apply to tht work of this section.
1.02 SUMMARY:
A, Work Included: Provide all transportation, equipment, labor and materials necessary to perforr all landscaping work indicated on the Drawings ani
as speeified.
1.03 SUBM%%TW_eS:
Prior to delivery of any materials to the site Contractor shall submit a list sf soil amendments fertilizers, plant materials, and other landscapc materials with pantities of each to the Landscapc Architect for review in strict accordance with thc
provisions of Section 01360,
%,04 GUWTEES AND REPLACENENTS:
A. Shrubs, vines and groundcovers shall be guaranteec to remain healthy and vigorously growing for 2 period of ninety (90% days from date of final acceptance of proj ect D
guaranteed to live in healthy and vigorously growing for a period of one (1) year from date or final acceptance of project.
c. Plants found to be dead or not in a vigorous condition, within the Maintenance and Guarantee Periods, shall be replaced within fourteen (14)
days c
Plants used for replacement shall be same kind and
size as specified, and shall be furnished, planted and fertilized as originally specified. All repair
work on improvements damaged during replacements shall be borne by the Contractor.
B. All trees supplied and installed shall be
B.
PLANTING-02900-1
I
B m l0O5 QUALITY ASSURANCE :
A. LandscaDe Observations: Reviews herein specifi
shall be made by the Landscape Architect, '1 Contractor shall request reviews in writing, t
(2% working days in advance, for the following par of the work:
1, Incorporation of soil conditioning E
2. Upon completion of grading prior to plantir
3. Review of plant materials.
4. When trees, shrubs and vines are spotted
I.
I
I
I
I
1
8
1.
D
fertilizing into the soil.
place for planting, but before planting hol are excavated.
5. 'Upon completion of finish grades. w% planting, and all other indicated and specifj work, except the Maintenance Period, has b6 completed. Acceptance, in writing, shz establish beginning of the Maintenance peric
6, Final Review at the completion of t Maintenance Period. This review sh? establish the beginning date for the Guarant Period.
Bo Acceptance: Upon completion of Final Review, I Contractor will be notified in writing of I following: 1 1. Whether the work is acceptable.
li completion and acceptance. 2. Of any further requirements necessary for 1
C. This Contractor, or his authorized representatiT shall be on the site at the time of each review< i
1
1
I'
P.Q6 KAINTENAMCE
A. General: Maintenance operations shall bec immediately upon planting of each plant to ins1 each is maintained in a healthy, growing conditic I
PLANTING-02900-2 1.
0
Bo Maintenance Period: Shall begin after Acceptanc and continue for not less than sixty (60) continuou
calendar days after written acceptance is receive from the Architect.
C. Maintenance Operations: Plants shall be kept in
healthy, growing condition by watering, pruning mowing, rolling, trimming, edging, fertilizing, re stalking, pest control, spraying, weeding and othe operations. Planting beds shall. be kept free o weeds, grass, and other undesiredvegetative growth Lawn areas shall be kept from all weeds, cultivatin at intervals of not more than fourteen (14) days.
the Landscape Architect, improper maintenance
possible poor or unhealthy condition sf plan materials, OF unestablished lawns are evident, o when maintenance work is not being performed, th~ Contractcar shall be responsible for additiona maintenance of the work at no charge to the Owner
E. Protection: The Contractor shall provide protectio: of all planting areas against traffic or othe: damage by erecting fencing or temporary twinc immediately after planting is completed. Warninc signs and barricades shall be placed in various higl
traffic areas. Damage areas shall be repairec immediately by the Contractor at. the Contractor I!
expense D
F. Irrisation Waterins: Wateringwill be requiredwhea soil moisture is below optimum level for best plan1 growth or when ordered by the Landscape Architecl or Owner. Hand watering may be required when higl or hot wind conditions exist.
G. Lawn Care: The lawn will not be acceptable unti: all lawn areas have a complete covering, establishec close stand of grass.
1. All lawns shall be post-fertilized wit1 specified post-plan fertilizer on a regula]
four (4) week schedule. The post-plant fertilizer shall be applied uniformly at thc full rate six point five (6.5) pounds of 15-5-
7 per 1,000 square feet when lawns are dry. Irrigate lams immediately after fertilization.
D. Extended Maintenance: When in the opinion of
PLANTING-02900-3 -
I (
II
I
I
I
I
I
Io
8.
B
8
(r
1
1
II
i
1
2. Lawn areas that require re-seeding shall re-seeded between the fifteenth (15) i twentieth (20) day after lawn was last seedt Re-seeding shall be with lawn seed of the t! and rate as originably specified on the pl: The areas shall be topdressed with vvLoamex8v equal to cover.
3. Established seeded lawns shall be mowed tc height of 2'l whenever average height of gr: becomes 3-l\2tf high, max, During the e( seasons, lawns shall be mowed to height of
182" whenever the lawns become 2-P/2I1 high
He Inspection: Plants shall be inspected by 1 Contractor at least twice per week and nee( maintenance shall be performed promptly.
IB Final Acceptance: At conclusion of maintenai period, a review shall be made to the Eandse; Architect and Owner, or authorized representativc
to determine the acceptability of work, includ: maintenance. The Contractor will be notified by1 Landscape Architect of all deficiencies revealed the observation before f inal acceptance is grantc
I.
1-07 PRQJECT/SP%E CONDITIONS:
A. The term "planting area" shall mean all areas to planted with trees, shrubs, ground covers, seed sod 0
Bo All scaled dimensions are approximate e Bef <
proceeding with any work, carefully verify i dimensions and immediately inform the Landsci Architect of any discrepancies between the drawii and or specifications and actual field conditio]
C. Inspection of plant material, required by q governmental agency, shall be the responsibility the Contractor, and where necessary he shall h( secured permits or certificates prior to delivi
0% plants to the site.
B. Actual planting shall be performed during peril when weather and soil conditions are suitable accordance with locally accepted horticultu practice. All rock, growth, and debris shall
removed from the site.
P%WNT%NG-02900-4 I.
01
E. Prior to excavation, locate a11 underground utilit lines and take proper precautions to avoid damage
In the event of a conflict between such lines an
plant locations, notify the Landscape Architect an receive direction prior to proceeding.
Grading and soil preparation work shall be performe only when optimum results will be obtained. 1 moisture eontent of the soil is such that workin
it would destroy soil structure, spreading an grading operations shall be suspended until moistur content is increased or reduced to acceptable level and desired results can be obtained.
G. Quantities of materials are shown for convenienc
only, and not guaranteed. Check and verify eoun and supply sufficient number to fulfill intent o drawings e
%%, Stake, barricade, and protect all irrigatio:
equipment, manholes, utility lines, and othe. existing property during all phases sf soif amendinc and grading operations,
minimum of three each of all varieties and sizes
15 gallons and under, shall be submitted for reviei at the site prior to plant operations. Weceptec samples shall be maintained by the Contractor a:
standards of comparisons for plant materials to bc furnished. Samples may be incorporated into tht
work 0
J. Specimen tree selection: One sample of each %rea
variety and size indicated on the drawings, 24" bo, or larger shall be delivered to the project site foi approval prior to installation.
K. The contractor at his option and expense, can retair the services of the Landscape Architect to pre- approve plants tagged at the nursery and/or placE of growth.
L. Plant materials not conforming to requirements specified shall be considered defective and shall
be marked as rejected, removed immediately, and
replaced with acceptable plant materials e Under nc condition will there by any substitution of plant species, variety, or reduced sizes for those listed
on the drawings, except with written consent of the Architect,
F.
I. Shrub and Tree Samples: Typical samples, a
PLANTING-0290Q-5
0 1
t
I
1
I
I
8
8
1.
I
1
1
8
1
I
M. All utilities (water and electricity) used duri installation of landscaping and irrigation systc for this project shall be paid for by t Contractor, During baaintenance Period, the Owr shall be responsible for papent of utilities,
PIART 2.00 - PRODUCTS
2,Cllb MATERXAI.23:
i.
A. Topsoil: Clean on-site soil, if available, Contractor's option, imported topsoil accepted the Landscape Architect. Supply topsoil 1 planting areas as necessary to bring finished grac to 1'' below tops of curbs, sidewalks and drivewa] Topsoil shall not be used for planting operatic while in a muddy condition.
Bo Soil Qendment and Fertilizer: II Soil Conditior shall contain a special blend of organic fractic
to supply several degrees of breakdown rate, portion of inorganic amendment that resists furtl breakdown, a long-lasting form of iron, PH of E to 6.0, salinity of 1.75, organic matter (dry weic basis) more than 9Q%, non-ionic wetting agent i total nitrogen content of 0.5%. (Loarnex, Gro-Pos or equal) o
C, Gv~sum shall be a commercially processed i packaged (CaSO, 2HO) with minimum of 80% grt containing 14% minimum combined sulfur.
Landscape Architect.
natural, organic and inorganic granular fertilizer free flowing, and shall contain the followi minimum available percentage by weight of plz food:
Granular, similar and equal to Agriform (21-8-89 Nitrogen 21 e 0% minimum Phosphoric acid 8.0% minin Potash 8.0% minimum.
F. Fertilizers (p ost-plantlshall be a long last: organic and controlled release plastic coat6 uniform in composition, free-flowing, and shz contain the following minimum available percentac by weight of plant food:
Similar and equal to Bestcoat 12-10-0.Nitrogen 3
De Iron Sulphate of commercial quality approved
E. Fertilizer (pre-plant) shall be a combination
8
PLANTING-02900-6 I.
I
81
minimum. Phosphoric acid 10% minimum Potash 0 minimum.
G. Plantinq tablets shall be Agrifsm (20-10-5), c equal, as reviewed by the Architect in accordanc with the provisions of Seetion Q1300,
H. Backfill for plantins: Thoroughly blended mixtur
of topsoil and soil amendments at the foPPowh
mixture:
Soil conditioner P part Stoek-piled on site soil parts. J
I. Stakins Materials:
1, Lodgepole pine; rn~n~mum PO'-Q" in length straight shafts, free sf loose knots, split or bends, minimum 2IS diameter,
2. Tree ties: sWx%kx Tree Ties@ or equal, bPac
in color. InstaPf per manufacturer recommendation.
J. Guyins materials:
1. Guy wires shall be of pliable, three (3) inc:
2. Anchors for holding guy wires shall be 2" x 2 x 30" redwood stakes.
3. Hose for covering wire at tree trunk shall bc
P/21D diameter garden hose,
4, Flags for covering guy wire shall be whitc
P,V.C., 1/2" diameter and 4l long.
K. Plant Materials: See list of materials on drawings:
1. All material provided shall be well branchec and proportioned, with respect to width-height relationship.
2. Labelinel: Materials shall be clearly Pabelec as to species and variety. A11 patented plants (cultivar] shall be delivered with a propel
plant patent attached.
coated steel of nu~er 10 gauge.
PEANTING-02900-7
O( B
I 3. Plants shall have normal habit of growth a
shall be sound, healthy, vigorous, and free insect infestation, plant disease, and 0th
objectionable disfigurements. Tree trun shall be sturdy and well "hardened off1!, sel supporting. Plants shall have well-develop branch systems, vigorous and fibrous ro
4. Container grown plants shall have vigoro healthy roots to hold earth intact witho being root bound.
5. Do not prune, trim, or top materials. A alteration on the site shall be conducted on with the direction of and in the presence the Landscape Architect.
to prevent drying out, wind burn, wilting, root or stem damage.
I.
It systems *
1
1
I
1
I
1.
8
1
8
I
1
I
I
I
6. Protection: Plants shall be handled and stor
Id. Seed:
1. WPP seed shall be labeled and shall
furnished in sealed containers with sign copies of a statement from the vend
certifying that each container of se delivered is fully labelled in accordance wi the Galfforaia State Agricultural Code and equal to or better than the requirements these specifications.
damaged in transit or storage shall not accepted.
a. All seed varieties shall have a minim pure/live count of 85-90% by weight.
Noxious weeds shall not exceed five tent of one percent (. 5%) by weight for a
seed variety or per entire seed mix.
c, Inert materials shall not exceed eig
percent (8%) by weight sf each se variety or the total mix.
2. Seed which has become wet, moldy or otherwi
b.
PUNTING-02900-8 I.
OC
d. Laboratory seed testing shall be tk responsibility sf the contractor. Tes
data shall be supplied to the QwnerIJc Superintendent and Land Architect pric to any seeding operations using that see mix e
e, Seed mix shall be per plans,
]Ea, Hydro Mulch: Type 2800 as manufactured by Conwe or approved equal.
1. Hydroseeding additive (Binder) : Ecolog
N. Hydroseedinq Equipment: The specified component shall be mixed together in a hydroseeding machin described as folPows:
The hydromulching equipment shall meet the minim requirements of a slurry distribution. line la~g enough to prevent closing and shall be equipped wit a set of hydraulic spray nozzles whish will provid a continuous nonfluctuating discharge of at leas
25 psi at the end of the spray nozzle.
The slurry tank shall have a minimum capacity o
2,008 gallons and shall be mounted on a travelin unit. either self-propelled or drawn by a separat unit o
The equipment shall have a built-in agitation syste under operating capacity sufficien% %Q agitate suspend and homogeneously mix a slurry containin not less than 28 kilos (44 p~unds) sf organi mulching amendment plus fertilizer chemica additives and solids for each 100 gallons of water
8. Pre-emersenee Herbicide: Surflan, Teflan, Dyrnid or equal e
P. Weed Contact Spray: Phytar 560, Broadside, or equa as reviewed by the Architect.
Q. Bark Mulch: Shredded fir bark; Pft minimum deep.
Control M-Binder organic seeding additive.
PUNTING-02908-9
0 I
I PART 3.00 - EXECUTION '. 3.01 EXISTING PLANT PROTECTION:
A. Protect existing trees to remain against injury damage, including cutting, breaking, damaging bark surface or skinning of ~QO~S, trunks branches, smothering by stockpiled constructj materials excavated materials or vehicular traff within branch spread.
No pruning or severing of roots over 1'' in diamet shall occur without approval of Landscape Architec Use hand trenching methods to avoid cutting root
I
8
I:
i
1
I
I.
1
8
II
I
1
II
I
Be
3-02 SQIL CONDITIONING AND FERTILIZING:
A. Grub and clean all planting areas, removing i
planting areas shall be thoroughly tilled i loosened to a depth of twelve (12) inches approved method.
Be Do not till near existing trees if roots i encountered. Mechanical tilling shall not
permitted within 20 feet of existing tree trunE Hand till only to loosen soil and blend. amendments. Do not disturb roots.
e. Once rough grading has been accomplished, a minin of three (3) samples shall be taken from locatic specified by the Landscape Architect. The Landscz Architect shall approve a soil analysis perfora by a soil laboratory. Analysis shall include sc PH, EC, organic content, and recommendations 1 anending or correcting soil conditions. Results soil analysis shall be received by Landscz Architect3 prior to ordering amendments. Cost tests shall be borne by the Contractor.
Based on the soil test results, the quantity or t] of amendments may be modified by the Landsc: Architect. Contract price will be adjusted necessary to reflect any additional amendmei
weeds, debris, and rocks from the site. I
D.
I required.
PG4"TING-02900-10 1. ~
01
E. After all planting areas meet the finished grade per plan, the following rates of soil conditionin and amendment materials, or as modified by the soi test result, shall be evenly spread over a% planting areas and shall be thoroughly tilled an
loosened to a depth 0% six (6) inches by approve methods o
FOR BIDDING PURPOSES:
1. Soil Amendments:
Soil Conditioner 4 cu. yds/ 1,000 square fc
Gypsum 100 lbs./ 1,000 square fr Pre-Plant Fertilizer 40 lbs-8 P,OOO square fc
Iron Sulfate 20 lbs./ 1,000 spare fc
Soil SuPfur 10 Pbs./ %,OOO square fc
F. Deep Water Leackinq:
1. After complete installation and testing o irrigation system and prior to applicatic commercial fertilizer, all areas shall be deep leached, compacted, and settled by conti application of irrigation water until the sol received a minimum of 8" of water.
2. Fill in all depressions, voids, erosion scar settled trenches generated by the deep leachin5 conditioned soil, leaving a final finish smooth and even,
3. No planting shall be installed until approva been given by the Client's representative.
3.03 FINISH GRADING
A. Finish grades shall be measured at the final w compacted and settled surface grades and shall be w plus or minus 0.1 foot of the elevations shown on p
B. Finish grades shall be measured at the top surfac soil e
e. The top six (6) inches of all %awn areas shal completely free of rocks and clods larger than on1 inch in their largest dimensfon, and a11 other grow debris shall be removed from the site.
PLANTING-02900-11
8 (
I
8.
1
I
I
1
I
I
I.
8
D. All rocks and other underground obstructions s removed to permit proper grading, tilling and p3
E. All undulations and irregularities in the 1 surfaces resultimg from tillage, rototilling, other operations, and all ridges and rises whis affect drainage, the maintenance and mowing of i areas or which are visually evident shall be levc floated out before planting operations are initj
The Contractor shall take every precaution to pro' avoid damage to sprinkler heads, irrigation lip sther underground utilities during gradii conditioning operations.
Go Contractor shall coordinate all drainage work 6n other trades. Established site drainage sl maintained by Contractor during all phases of 1: construction.
Final finish grades shall insure positive drainag site with all surface drainage away from bu:
walls, and toward roadways, drains, and catch bz a minimum of 1%.
1, Gradual transitions and rounding sf grades s
J. Finish grades shall be lrs below paved areas
F,
H.
provided at a11 grade changes.
strips and flush with valve boxes b. clean-outs p dr, manholes e
K. Final grades shall be acceptable to the Ii? Architect before planting operations will be a11 I begin o
8 3.04 PUNTING:
A. Plantins Lavout: Prior to planting, the Lz Architect shall review layout of locations for and outlines of groundcover to be planted. I
I
I
II
D
B. Planting Trees, Shrubs, and Vines:
1. All excavated holes shall have vertical sic roughened surfaces of sizes large enough tc handling and planting without injury or brel root balls or roots,
P%F$9TPNG-02900-P2 I.
0
2. Excavation shall include stripping and taking
acceptable soil. Excess soil, generated planting holes shall be spread on the sj directed by the Landscape Architect.
Plants shall be placed in pits on backfill ana which has been handtamped and water settled, setting plants, remaining backfill material
be carefully tamped and settled around each ro
to fill all voids.
4. Each tree and shrub shall be placed in cen' hole, set plumb, and held rigidly in position planting backfill has been tamped around rootball. NQ plant will be accepted if the ro is broken or cracked, either before, durii after the process of installation.
The plants shall be placed in the planting p the backfill material which has been handtamp water settled to the root ball base levels pi
plants, the remaining backfill materials shz carefully tamped and settled around each roo' to fill all voids,
6, Planting tablets shall be placed in each pli hole at the following rates:
One (1) 5 gram tablet per each flat size plai One (1) 21 gram tablet per gallon container Two (2) 21 gram tablets per 5 gallon containt Three (3) 21 gram tablets per 15 gallon contz one (I) 21 gram tablet per each 4 inch of box
All plants shall be thoroughly watered into thr depth of each planting hole immediately planting.
8, Trees shall be staked as indicated on plans 2 the windward side of the tree, set plumb and SE Staking shall ensure proper healthy growth safety of plants, property, and public. Tree shall be fastened to each tree and stake.
9. Pruning after planting shall be required Q: treesfshrubsf and vines to provide the specifi standard shapes. Pruning may include thin topping, and/or cutting, and shall be unde: direction of the Landscape Architect, Cuts OVE inch in diameter shall be painted with the sealant e ~
3.
5,
the placement sf the plants, After settir
'7*
PLANTING-02900-13
R (
I
8'
I
8
1
1
H. Plantins Groundcovers:
1. Groundcover shall be planted with soil arour in staggered rows, evenly spaced, sufficientby deep to cover rootsB and ima sprinkled until entire area is soaked to fu4 sf a%% holes.
Planting areas shall be hand smoothed to prc even, smooth finish grade.
2.
I. Soddins of Lawn Areas:
le Sod shall be installed after lawm arc rototilled, soil conditioners are incorporz rocks and debris removed.
Prior to placement of sod, the areas shall be graded smooth with a uniform grade betwee curbs, steps and buildings. Obtain Le
Architeetgs approval of finish grades p':
3, Lay sod fn staggered rows, following th
4, Thoroughly water and keep sodded areas contj moist as requirede
5. Sodded areas whish do not show a prompt c grass within 10 days after installation s resodded until an acceptable stand of g assured o
2,
I placement of sod.
1. elevations.
1.
I
1
I
I
1
i
J. Seedim or Stolonizins of Lawns:
1. Floating: After soil conditioning, finish ( deep watering and fertilizing, the area: seeded shall be loosened to a depth of two raked, and floated to the final grade standard method acceptable to the C representative, with the finish surfaces 16 and smooth, free from ridges and depressi reasonably well firmed.
2 e Compacting: The Client's representativc
determine the need for compaction to providc bed that will not "footprint". Compact needed, will be accomplished with a roller P
60-90 pounds per lineal foot of roller. TI rolling shall be at right angles to sl
PLANT%NG-02980-$4
1 prevent erosion. 1.
I
01
3. Broadcasting of Seed: The seed shall be broadcast over the entire lawn area at th specified on the plans. During the sowing shall be exercised to keep uniform seed spac:
4. Stolon Planting: Prepare seedbed and irrig for sowing, Broadcast stolons at the rate spe on the plans. Roll with a cleated roller; th dress as for sowing. Roll again and keep until grass takes root and begins to grow.
5. Method Sowing: A method of sowing satisfact the Landscape Architect shall be employed us approved mechanical powerdrawn drill or B seeder, mechanical hand-seeded, or other ap. equipment.
6. Alternative Sowing Nethod: The Contractor Landscape Architect) may elect to hydroseed th utilizing approved hydroseeding equipment. I
of a top dressing application, utilize a fibe: or wood or paper prepared specificall1 hydromulch at the rate of 2,000 pounds per along with the lawn seed and fertilizer.
7. Top Dressing: All seeded areas shall be top di uniformly fn a contfnuous blanket using 314 yard per 1,000 square feet (approximately 1/~
layer). The top dressing shall be spread st:
at the windward side of the area.
8. Initial Watering: Immediately following the dressing a light, fine mist spray shall be ai to the seeded areas to anchor the dressing t soil, forming a protective crust to prevent erosion and drying out of the seed. The lawn shall be kept moist until full germination.
9. Final Compaction: The fully germinated lawn shall be allowed to dry sufficiently to p
rolling and shall then be rolled with a 60-90 F per lineal foot roller to compact the soil s the grass roots to provide a firm, smooth n surf ace e
10. Filling: Following compaction and irrig settlement, all depressed areas shall be fillec screened conditioned topsoil and re-seeded necessary.
PLANTING-02900-15
I
I
8. u
I
I
il
1
8
I.
1
1
8
I
0
1
1
11. Protection: The lawn areas shall be p: against foot traffic and other use immediate seeding is completed by placing warning s:
temporary twine and flagging around the Damaged areas shall be repaired imediatel: Contractor.
12. Finishing: After the seeding operations h, completed, the top surface of the lawn are, be left smooth and even and shall conform t grades o
K. Hvdroseedina:
1. Quality of Work: The hydroseeding work I performed by a competently trained indivj hydroseeding company in accordance with t standards and practices related to the trac
2. Preparation for Hydroseeding: Water all 1 areas thoroughly and continuously for tk consecutive days to saturate upper layers ef soil prior to hydroseeding operation.
3, Time Limit: The hydromulching sluff compon
not to be left in the hydromulch machine tham two (2) hours. If slurry components for more than two (2) hours in a machi Contractor shall add 50% more of the or specified seed mix to any slurry nix which been applied within the two '(2) hours after The Contractor shall add 75% more of the seed mix to any slurry mixture which has applied eight (8) hours after mixing. Any not applied after eight (8) hours shall be and disposed of off-site at Contractor's e
4. Protection: Special care is to be exercise Contractor to prevent any of the slurry fr sprayed onto any adjacent property, etc. Ar sprayed onto these areas shall be cleaned oj
%. Hvdromulchins Application and Plantins Schedule
1. The hydromulching shall be applied in the a slurry consisting of organic soil ame commercial fertilizer, and other chemical for. When hydraulically sprayed onto the s mulch shall be evenly distributed. TP
operation must be directed so that the slur will penetrate the soif surface as to drill
I Comtractor@s expense.
PLANTING-02900-P6 I*
the slurry components into the soil, thus maximum impregnation and coverage.
2. Preparation of Hydraseeding Mixture: The shall be prepared at the site and its con shall be mixed to supply the rates sf appl as per supplier's specifications and ad in ow Drawings,
~%urry preparation shall begin by adding w the tank when the engine is at one-half th When the water lave% has reached the height
agitator shaft and good recirculation hz established, the fertilizers shall be added
mixture (the tank shall be at feast 113 fill water at this time).
The engine throttle shall be open to full spe the tank is %/a fflled with water. All
amendments, fiber, and ekemical%s shall then k
time the seed mix shall be also be added.
Spraying shall comenee immediately when t: is full and the slurry is mixed.
3, %Bpp%ica%ioaa: The operator shall spray the ar a uniform visible coat using the dark color cellulose fiber or organic amendment as a
guide, The slurry shall be applied in a dl drilling motion via a fan stream nozzle.
4, Minimum Coverage: Final acceptance will bc at the end of the maintenance period on gemination and plant establishment has obtained e
5. Weeding: Any concentrated development o growth appearing in the seed mix planting during the maintenance period shall be remr
30-day intervals. The Contractor may el remove such concentrations of weed manuall] an approved herbicide process.
N, Bark Mulchins: All planting areas, except lawn shall be mulched with an even layer of bark mu: deep, minimum.
0, Herbicide Application: Pre-emergence herbicide only be applied to planting areas in aecordanc
manufacturerss specifications. Landscape Architec be notified at the time of application.
by the time the tank is 213 %a 384 full0
PLANTING-0290Q-17
I 0
P, Headers: Headers shall be installed as indica1
detailed on the drawings. I
I
I
1
I
I
I.
8
I
II
II
I
I
1
I
3.05 CEEAW-UP :
As work progresses. Contractor shall maintain all a a neat manner and remove unsightly debris as necessary
completion of work, remove all debris and containers
and clean all sidewalks, asphalt, and concrete areas a to planting, leaving area in a satisfactory and ace
U0
I condition.
**** END OF SECTION ****
PLWMTING-0290Q-18 1.
QC
SECTION 3.30 - CONCRETE WORK
The provisions QP Standard Specifications, Section 212 and 3U8 app7y except a. modified herein.
PART 1 - GENERAL
WORK INCLUDED
All Concrete Work Not Otherwise Specified and Form for Concrete Reinforcement Steel and Embedded Items, Including Dowels for Concrete foi Masonry Forms for Concrete Grouting Steel Base Plates Tests and Inspections Fi ni shi ng
GENERAL REQUIREMENTS
Field Conditions: Verify drawing dimensions with actual field conditions, Inspect related work and adjacent surfaces. Report all conditions which prevent proper execution of this work.
Conditions: conform in general to requirements of the American Concrete Institute Manual of Concrete Practice, where not otherwise superseded by the Contract Documents.
Codes: Materials and work shall conform to the governing Building Code. In ease sf conflict between these specifications and the Building Code, the more stringent shall govern.
BART 2 - MATERIALS
PORTLAND CEMENT CONCRETE
Portland Cement Concrete will conform to Section 201-1 of the Standard Specifications for Pub1 ic Works Construction (SSPWC), 1985 edition. Concrete shall attain the minimum 28-day strength as shown on the plans. Contractor shall submit the mix design in accordance with Section 1.30 of these specifications. Aggregate shall be Grade C.
SAND BASE
Clean sand from an approved source.
Gravel base or fill shall be a'' crushed rock per Section 200-1 of the SSPWC.
STEEL REINFORCEMENT FOR CONCRETE
Steel reinforcement bars and welded wire fabric shall meet the requirements of Section 201-2 of the SSPWC.
CONCRETE WORK - 3.30-1
(
I
1 FORMS
For exposed work, use PS 1-74 "B-B Concrete Forms'', plywood forms for meti forms. Elsewhere, forms may be plywood, metal or 1'l x 6" boards.
CONCRETE CURING COMPOUND
1.
Curing compound shall conform to Section 201-4 of the SSPWC. The followii products are approved:
A. "Hunts MD 7C", manufactured by Hunt Process Company, Inc.
B. Curetox", manufactured by Toch Brothers, %ne,
C.
I
I
1
I
I
I
I
I
I
I
1
I
I
"Kure-N-Seal", manufactured by Sonneborn Building Products.
GROUT OR DRY PACK
Grout or dry pack shall be Five Star Grout, Master Builders' Compa "Embeco", or Cement Mortar in accordance with Section 201-5 of the SSPWC
EXPANSION JOINT FILLER AND JOINT SEALANTS
Expansion joints and slab-on-grade joints shall conform to Section 201-3 the SSPWC and the following:
Filler-: Pre-formed, non-extruding, resilient, conforming to ASTM Dl751
Exterior Slab Control Joints: One inch (1") deep "Goldblatt" deep tool joints.
I DlESIGN MIX
1. Dl752 a
PART 3 - EXECUTION
Contractor shall submit to the Engineer, for record only, design mixes f each strength of concrete. Concrete shall attain the minimum 28-day streng shown on the drawings.
MIXING
Ready-mixed concrete shall be used. The rate of delivery, haul time, mixi time and hopper capacity shall be such that concrete delivered will be plac in forms within ninety (90) minutes from time of introduction of cement a water to mixer. Ready-mixed concrete shall conform to ASTM C94.
SAND BASE
Where indicated on the drawings, place specified san base. Unless shc otherwise, base under concrete slabs shall be four inches (4") of compact
CONCRETE WORK - 3.2 1.
04
thickness. Compaction shall be accomplished as specified under Earthwork or Excavation and Backfill.
FORMS
Construct forms to exact shapes, sizes, lines and dimensions required tc obtain accurate alignment, location, grades and level and plumb work, Provide openings required for work of other trades, Make Joints tight tc prevent loss of mortar from concrete. Use metal spreaders providing accuratz spreading and positive tying of forms together; wood spreaders and on-the- job hand-twisted wire ties are not permitted. Form castings shall no1 adversely affect bonding or paint, plaster, adhesive or bonding agent: appl i ed to concrete surfaces.
Re-use of forms will be permitted if they are suitable for intended usz after cleaning. Remove forms only when safe to do so. For structural concrete, obtain Engineer's permission prior to form removal a Cast off nails and tie wire 3/8" behind face of concrete, and patch exposed surfaces smooth o
PLACING
Before placing concrete, remove wood, rubbish, vegetable matter and loose material from inside forms. Thoroughly wet down wood forms to close joints. Dampen sub-grade. The Engineer shall inspect the soils immediately prior to placing concrete,
Conform to ACI-304 and ACI-305, Recommended Practices for Placing Concrete,
Keep concrete as level as possible, with a minimum flow from one portion of the work to another. Place concrete with a workable, non-segregated mixture. Tamp and vibrate so as to produce a dense smooth job, free from rock pockets and voids. Use approved trunks and chutes if free drop exceeds six feet
(67 0
JOINTS IN CONCRETE
Construction joints shall be only at locations and of type approved by the Engineer.
Expansion joints shall be as shown on plan.
Control joints shall be located where shown. When not show for slabs on grade, locate not more than ten feet (10') O.C. using deep tooled joints two inches (2") deep. Approval of general direction and location of joints by Eng i neer o
CURING
Except as specified below, non-structural concrete may be cured by membrane curing compound in 1 ieu of wet curing. Apply compound by spray method in two (2) coats, the second at right angle to first. Apply without delay on
CONCRETE WORK - 3.30-3
I 0
I newly finished surface, at coverage rate for each coat as recommended I manufacturer. Protect integrity of membrane and touch up damaged sporl immediately. Cure all slabs and other flat work,
In lieu of other methods, all concrete may be cured by covering totally wii polyethylene sheeting kept in place for at seven (7) days.
I.
I TEST I NG
Concrete tests will be made by an approved independent testing laboratoi under the direction of the Engineer. Approximately one (1) test will I made for each 150 cubic yards of each class of concrete when placed in larc continuous pours. At least one (1) test will be made of pours less than I! cubic yards.
Tests shall be made for seven (7) day and twenty-eight (28) day strength Three (3) cylinders shall be molded for each test; one (I) for seven ( day test, one for twenty-eight (28) day test and one for hold.
Engineer will obtain samples in accordance with ASTM 6-172. Mold and cu specimens in accordance with ATSM C-31. Test specimens in accordance wi
8
I
I
1
1
1.
I
I
I
I
I
I
ASTM C-39.
CONCRETE FINISHES, HORIZONTAL SURFACES
Steel Trowel : After concrete is sufficiently hardened to prevent drawi moisture and fines to the surface, finish trowel in two (2) operation Perform first operation with a power rotary trowel until matrix no long accumulates on the trowel. Do not use cement, sand or a mixture thereof absorb excess moisture and do not add water to facil itate trowel ing. Perfo second troweling until there is a distinct ringing sound under the trow and a smooth, hard burnished surface is obtained.
Broomed: flow of traffic producing a uniform non-skid surface. For light bro finish, use a fiber broom, leaving depressions approximately 1/16" dee For heavy broom finish, use a coarse broom leaving depressions approximate 1/8" deep.
Sweat Finish: Perform final troweling in manner to raise neat cement a fine sand to the surface to produce a non-slip, uniformly swirled surfa texture.
All concrete flat work shall be finished so that no deviation of more th I/$" shall occur when surfaces are checked with a straight edge, in any t foot (10') length.
After floating, draw broom across the surface at right angle
I Use liquid curing membrane.
I CONCRETE FINISHES, FORMED SURFACES
A19 surfaces which are exposed in the finish shall have all ridges a projects removed and all holes and depressions filled, to provide a smoa surface,
CONCRETE WORK ~ 3.3 I.
00
REINFORCEMENT STEEL
Reinforcement shall be placed in accordance with Section 303-1.7 of thc
SSPWC 0
Perform welding of reinforcing bars in accordance with the Structural Weldin! Code - Reinforcing Steel AWS 011.4, as published by the American Weldin! Society, Welders shall be qualified by tests as prescribed in the Code, an( qualified by the governing Building Department.
Fabric Reinforcement: Roll out, straighten, but to required size, and laj reasonably flat in place. Lap fabric one (1) full mesh at sides and ends, and securely wire together and to other reinforcement at frequent intervals.
TESTS AND INSPECTIONS
Notify Engineer at least forty-eight (48) hours before placing concrete.
I
CONCRETE WORK - 3.30-5
I
1
I
I
I
I
I
I
I
1
I
B
I
00
0 9 SECTION 4JO - PAVERS I PART 1 - GK?JEW
WORK INCLUDED:
This work shall consist of furnishing, sawcutting and plal interlocking paving stones, furnishing and installing laying course.
Preparation of subgrade shall be as specified in Section of these Construction Specifications.
Two samples of the pavers shall be submitted to the Engi to indicate color and type of paving stones to be supplie
this job. Approval of paving stones shall be secured p to the installation of paving stones.
Paving stones shall be delivered and unloaded at the jol: on pallets or bound in such a manner that no damage occui
the product during hauling, handling or unloading at jobsite.
PART PP - PROJECT '' A. PAVERS:
Shall be as manufactured and supplied by the manufacturc
E. Muller Supply Co., Lodi, CA (209) 334-3781
2. Earthstone Inc., Riverside, CA (714) 653-1187 I 3. Pacific Interlock, Mt. View, CA (415) 961-7896
Paving stones: shall be glUni-Stone,ff 3 1/8 inch thick, color - "Sunburst #1," as manufactured by Muller Supply or approved equal.
B. SAND LAYING COURSE:
sand shall conform to the following specifications:
1. Sand shall be a clean washed sand with 100% passing
4 sieve size and a maximum of 3% passing a No. 200 size, and commonly known as plaster sand.
2. Thickness of sand laying course should be unifoi
3. The sand laying course should be the responsibili insure an even surface. I the paving stone installer.
PAVERS 0 1.
I
000
3. The sand laying course should be the responsibility
the paving stone installer.
PART 111 - EXECUTION
Construction of interlocking concrete paving stones sh confrom to the following specifications:
I. Pavers shall be clean and free from foreign materi before installation.
2. Installation should start from a corner of straight ec
and proceed forward over the undistrubed sand lay
course.
3. Paving work shall be plumb, level and true to line <
grade; shall be installed to properly coincide w
adjacent work and elevations. (All edges must retained 2 x 6 redwood header to secure the perime,
stones and the sand laying course.)
a. Paving stones shall be installed hand tight t level on the undisturbed sand laying course. Str: lines shall be installed hand tight and level on 1 undisturbed sand laying course. String lines shoi be used to hold pattern lines true.
b. A roller vibrator or plate vibrator shall be ut to compact the stones and to vibrate the sand
into the joints between the stones.
c. Plaster sand shall be spread over the instal: paving stones so that it may be vibrated into t joints between the stones,
d. Excess sand shall be swept into the joints disposed of from surface area.
e. The completed paving stone installation shall washed down and cleaned to provide a clean finis?
workmanlike installation.
4. Cutting of paving stones may be done with either a doul:
bladed breaker or a masonry saw.
PAVERS - 4.10
01 I
I SECTION 4.20 - UNIT MASONRY
The provisions of Standard Specifications, Section 202 and 30.3 apply except he^ modified herein.
BART 1 - GENERAL
E.
I WORK INCLUDED
Concrete Block Vertical and Horizontal Reinforcing and Dowels Projecting into Subsequent'
Mortar Wash Finish Supervise P1 acement of Dowel s for Masonry Masonry Anchor Ties and Joint Reinforcement Testing and Inspection
P1 aced Concrete 1
I
A
I
1.
I
I
I
I
I
I
1
I
I GENERAL REQUIREMENTS
Field Conditions: Verify drawing dimensions with actual field condition Inspect re1 ated work and adjacent surfaces. Report a1 1 conditions whi prevent proper execution of this work.
Codes: Materials and work shall conform to the governing Building Cod In case of conflict between these specifications or the drawings and t Building Code, the more stringent shall govern,
Samules: In accordance with Section 1-30, submit samples sf all masonry us in the work.
Lavincl Dowels: Advise and assist installer of concrete reinforcement in 1 out dowels for masonry.
PART 2 - PRODUCTS
MAT E R P AL S
Concrete Masonry Units: Conform to ASTW C-90, Grade M-1, hollow, structura load-bearing units, ultimate compressive strength as required by Drawing color and size indicated on the Drawings. Provide all indicated or requir special sizes and special shapes, including open end type.
Concrete B9 ock: Concrete block as manufactured by General Concrete Produc or approved equal.
Cement: Conform to ASTM 6-150, Type I or Type 11, low alkali. Use only o brand Q
A, Masonry cement shall not be used.
Hvdrated Lime: calcium oxide.
Color to be selected by Engineer.
Conform to ASTM C-209, Type S and containing 85% by weig
UNIT MASONRY - 4.2 1.
00
Asqreqates:
A. Sand: Consist of fine granular material, composed of hard, strong durabl e mi neral particles, free from injurious amounts of sal i ne alkaline, organic or other deleterious substances. Conform to ASTM C 1.64 *
Pea qravel: Graded with no more than five percent (5%) passing the No 8 sieve and with %OVA passing the 3/8" sieve. Conform to ASTM C-484. B.
Water: Clean; from source intended for domestic compound.
Admixtures: Sika Chemical Red Label Suconem for mortar and Grout Aid for grout.
Reinforcement Steel : New, tested material of domestic manufacture conforminc
ExrPansion or Control Joint Filler Strim: Synthetic, rubber, resistant tc oils and solvents and compatible with specified sealants. Conform to ASTP C-509.
Anchor Ties and Joint Reinforcements: Galvanized iron or stainless steel. Sheet metal ties not less than 22 gauge and at least one inch (1") wide, bent for anchoring into concrete wall and deformed in the masorary to receive mortar joint reinforcement. Wire ties and mortar joint reinforcement 9 gauge wire ties looped for fastening to CQ~CR~~ and for receiving joint reinforcement., Conform to U.B.C. Standard No. 36-1 e
to ASTM A-615.
MORTAR AND GROUT
Conform to ASTM 6-476,
Mortar and grout not used within thirty (30) minutes after leaving mixer shall not be permitted on the work.
Mortar: Type S conforming to U.B.C. Table 24-8.
Grout: Composed (by volume), of one (1) part Portland cement, three (3) parts mortar sand, two (2) parts pea gravel to which add one (1) pint of admixture for each sack of cement. Mix as required for mortar, except adjust the amount of water to make a creamy flow that will not allow the gravel to segregate. Properly puddle grout to fill voids. Omit gravel for grout spaces less than two inches (2") clear in horizontal dimension,
PART 3 - EXECUTION
PLACING REINFORCEMENT
Accurately set and place strictly as shown or noted. reinforcement, except small rods or mesh one-forth inch (+'')o
In spaces containing
UNIT MASONRY - 4.20-2
I oc
I
I
I
I
I
1
I
1.
I
I
1 of grout.
I
I
I
I
I
Vertical Bars: Continuous from bottom of cell to top of wall, centered . cells, except where otherwise indicated. Where necessary, hold vertici steel firmly in place by frames or other suitable devices as approved.
Horizontal Bars: Wire temporarily above exact position and tag to indica' correct location. Use calibrated vertical markers to indicate corre( location. Provide horizontal bars where indicated, held in contact . vertical bars or dowels.
I.
PART 4 - PREPARATION
Store materials under cover in a dry place and in a manner to prevent damage intrusion of foreign matter. During freezing weather protect all masonry uni with tarpaulins or other suitable material. Store concrete masonry units unci covers that will permit circulation of air and prevent excessive moistu absorption. Store cement and lime in watertight sheds with elevated floors.
A. Previous1 y P1 aced Concrete or Masonry: C1 ean off encrustation laitance, si% and coatings which would reduce bond. Wash work thorough with water under pressure.
1, Protect all other materials from mortar drippings, Protect a
B, Mlasonrv Units: Thoroughly clean of dust, grease, oil or other matt which would reduce bond.
C, Wetting: Protect concrete masonry units against wetting befo instal 1 ation.
8. Reinforcement: Clean of mill scale, loose rust, oil and coatings whi would reduce bond.
masonry from discoloration, stains, ete.
Securely anchor in place.
PART 5 - WORWNSHIP
A. Preserve unobstructed vertical continuity of cells to be filled. Ful bed webs and cross-walls forming such cells in mortar to prevent leaka
Fractional parts of masonry units are prohibited where whole units c be used. The chinking of interstices with fragments will not be allowe Provide special units as necessary to form openings and lintels.
. C. Fill all cells of masonry so indicated solidly with grout in lifts r exceeding four feet (4') in height. Except at the final course, st grout one-half (4) the course height below the top of the last cour grouted m
No part of any masonry wall may be carried more than six feet (6') higt than adjoining portions,
B.
D.
UNIT MASONRY - 4.2 I.
OOf
E. Where it is absolutely necessaryp for construction purposes9 to stop of. longitudinal runs of masonry, stop off only by racking back one half (a unit length in each course. Toothing will not be permitted,
F. At openings for ducts, pipes and conduits built into the masonry walls cut to form fractional units with art abrasive saw,
Go Unless otherwise indicated, lay block Ira regular running bond with 3/8 joi rats 0
H, Lay horizontal joint reinforcement in mortar joints at not more thai twenty-four inches (24") 0.
I. Mixing: All cementitious materials and sand shall be mixed in z mechanical batch mixer for a minimum of five (5) minutes.
1, The consistency of the mortar may be adjusted to the satisfactior of the mason, but in keeping wdth strength requirements. If the mortar begins to stiffen, re-temper immediately by adding water, and remix the mortar. A91 mortar shall be used within one half ($1 hour of the initial mixing. It shall not be used after it has begun to set.
2. The consistency of grout shall be such that, at times of placement, it has a slump of nine inch (9") to ten inch (10") as determined
by ASTH e-143.
J. Vertical bars shall be held in positions at top and bottom and at Snterval s not exceed 192 diameters of the reinforcement m
K. When a foundation dowel does not line up with the vertical core to be reinforced, it shall not be bent over, but shall be grouted into a core in direct vertical alignment, even though it is in an adjacent cell to the vert i cal wall reinforcing o
Lo Vertical cells shall have vertical alignment sufficient to maintain a clear unobstructed continuous vertical cell measuring not less than two inches (2") by three inches (3'')).
M. Clean out openings shall be provided at the bottoms of all cells to be filled at each lift or pour of grout where such lift or pour of grout
is in excess of four inches (4") in height. Remove overhanging mortar or other obstruction or debris from the inside of cell walls. Seal the clean-outs before grouting, after inspection.
Reinforcing steel shall be in place and inspected before grouting starts.
When the grouting is stopped for one (I) hour or longerp form horizontal construction Joints by stopping the pour of grout one half course below the next mortar joint above.
N.
8.
UNIT MASONRY - 4.20-4
O( 1
B
I
I
1
I
I.
I
I
I
t
111
1
1
I
P. When the possibility of rain occurs, cover the tops of all walls exposc to the weather, and all concrete masonry units with sheets ( polyethylene film, or other approved effective forms of protection, 1 prevent absorption of water. Store masonry units above the grout if tl possibility of surface flooding exists, I.
PART 6 - JOINTS
Nortar Joints in masonry surfaces shall be finished as approved with a pointia tool making solid, smooth, watertight joints. Architect may select any joii treatment without adding to the cost of the work.
Exterior joints below grade shall be pointed tight with a trowel.
II
A.
PART 7 - BOLTS, ANCHORS AND REGLETS
Set bolts, anchors, reglets and inserts necessary for the attachment I subsequent work and items furnished under other sections D
I
PART 8 - CURING
After the wall is constructed, it shall not be saturated with water for curi or any other purposes.
Ira windy areas and where the atmosphere is dry, the wall shall have its surfa damped with a light fog spray during a curing period for the mortar of three ( days. Frequency to be determined by drying conditions.
UNIT MASONRY - 4.2 I.
O(
SECTION 6.28 - FINISH CARPENTRY
The provisions of Standard Specifications, Section 2Q4 and 305, sha77 app7,
except where modified herein.
PART P - GENERAL
WORK INCLUDED AND SPECIFIED ELSEWHERE
INSTALLATION OF WOOD DOORS ON TRASH ENCLOSURE INSTALLATION OF SEAT PORTION OF SEAT MALL,
GENERAL REQUIREMENTS
Field Conditions: Verify drawing dimensions with actual field conditions* Inspect re1 ated work and adjacent surfaces. Report a1 1 conditions whict prevent proper execution 0% this work.
GRADING
Softwood Lumber: Grade and grade-mark in accordance with Rule No, 16 of tht West Coast Lumber Inspection Bureau. Grade-mark shall bear the symbol ot an approved grading agency.
Redwood: "Grades of Cal i forni a Redwood Lumber" by the Cal i forni a Redwood Assoei %ti on o
Gradins of Other Lumber and Plvwoods: Conform to the current grading rules of the trade association concerned.
Grade-mark and mill -identification of the trade association shall appear on each piece of softwood lumber delivered to the site.
DRYING AND STORAGE
Kiln drying or equivalent air drying is required for all lumber used for finish. Tests of lumber upon delivery to the site shall show a moisture content of not to exceed twelve percent (12%) by weight.
PART 2 - PRODUCTS
MATER I ALS
All Exoosed Finish Wood Trim Not Otherwise Identified: To be DF, clear and free of defects, Where opaque finish is indicated, finger joints are
Softwood Plvwood: PS-174, Plat or mixed grain, face grades "A-B", unless otherwise indicated, where both faces exposed, QP "A-C'8 where one (19 face exposed o
aceeptabl e *
FINISH CARPENTRY - 6.20-1
I 0
Hardwood Solid Stock and Plywood for BDaaue Finish: other species suitable for intended use, or as shown on drawings.
Hardwood Solid Stock and Pl~wood for TransDarent Finish: Uniform 1 ight Bir unless otherwise indicated o
Waterwoof Glue: Polyvinyl acetate emulsion with 55% sol idso "OalP -hol manufactured by Acorn Adhesives; "Weldwood" manufactured by U.S. Plywoo or other approved by Engineer.
ExDosed Nails:
Anchors to Masonry or Concrete: Metal expansion type fasteners; slee anchors by Red-head7 Raw1 7 Hilti.
Paint grade Birch I
1
1
1
1
I.
1
1
I
I
I
1
1
I.
II Finish or casing nails.
PART 3 - EXECUTION 1 FINISH CARPENTRY INSTALLATION
Perform work in accordance with the best standards of practice relating the tradep and under constant supervision of a competent foreman, who sha carefully plan and lay out work as required to carry out intent of t drawings, and to properly accommodate work of other trades. Accurately sa cut and fit wood into the respective locations, true to line, grade and lev and permanently secured in proper position with proper fastenings a fittings, substantial and rigid in all parts and connections,
Insure that back-priming has been performed (under Painting Section) befo items are installed against plaster or concrete and that scribed or re-c edges are re-primed,
Insure that plaster, masonry and concrete thoroughly dry before abutting wc finish items are installed.
Fitting of moving units shall provide uniform minimum clearance suitable f permanent operation and make proper allowance for paint.
Tightly scribe, cut and fit wood trim and millwork against abutting surface Blind nail wood finish where possible.
All wood trim shall be installed in full lengths without piecing, exce where the use of single lengths would be impractical or impossible. general, pieces shall be bevel-cut, and not butt-jointed. Trim shall be 5 straight, plumb, or level, in true alignment, closely fitted and rigic a fastened in place.
PART 2 - INSTALLATION OF WOOD DOORS AND HARDWARE
Each door shall be accurately cut, trimmed and fitted to its frame wi allowances for painter's finish.
FINISH CARPENTRY - 6.2 I. ~
Ot
Surface mounted hardware: Drill pilot holes for all screws. Accurately anc neatly make holes from templates or the finish hardware, furnished by hardwarc
suppliers.
Fit a11 hardware to fully conform to standard procedure and to manufacturer'! directlons.
After hardware has been fitted and removed, each door shall be hand sanded, removing all tool marks or other defects.
A11 doors shall operate freely but not loosely without sticking or binding wit1 a1 1 hardware properly adjusted.
PART 3 - CLEAN-UP
As specified in Section 0.60.
FINISH CARPENTRY - 6.20-3
LIST OF DETNLS
I
I
I
I
I
11
1
1
II
P
P
I
1
B
B
1
S-l Pavers on br'ick
s-2 Paving Pattern
s-3 Concrete slab or walk on sand base
s-4 E xp an s ion j o in t
s-5 Crack control joint
S-6 Picnic table on concrete slab
S-7 Bench layout
s-9 Concrete mow strip
s-10 Seat wall layout
s-11 Seat wall section s-12 Trash enclosure
S-13 wood gate ext. elevation
S-14 Wood gate int. elevation
S-15 Gate jamb
S-16 Gate edge
S-17 Steel bumber guard
S-18 Wood bumber guard
s-19 Trash enclosure wall
s-20 Drinking fountain and sump
s-21 Drinking fountain sand trap
s-22 Custom triangular bleaches
S-23 Header against fence
S-24 Retaining wall
s-25 Retaining wall (V +lC)
S-26 Curb cut and driveway I. ;:;; A.C. paving (alternate)
4.
Turf block (alternate)
1-1 Rotor pop up 1-2 Pop up spray
P-3 Shrub spray
P-4 Bubbler in deep water device
1-5 Remote control valve
1-6 Ball valve
1-7 R.P. backflow preventer
1-8 Quick coupler valve
1-9 Pre-assembled controller enclosure
1-10 Trenching
Tree planting - guying P-1
P-2 Tree planting - double staking
P-3 Shrub planting
1.
1
I
1
I
1
il
li
I
I
1
I
I
t
I
1
I
1
I
1
1
E
I
a
i
1
c1 c
0
C 0 v: C cr 6 x Q:
a- ..I
.-
-
1
I
I
8
I
I
B
I
I
1
I
8
t
I
1
1
i
I
1
8
I
19
I
1
I
I
1
I
1
I
I
a
I
I
E
I
1
1
i
I
i
I
I
1
I
I
I
1
I
1
1
I
I
t
1
I
I
A
-- -+* __I___
c, s 0 >r a
a
- - -
3
c, a a, m i
P
ur-4-v
t
I
-
1
C
c
C c
E
.I
.+
*
8
I
i
I
1
I
1 - - --.
B
a
a
C T
d
(r c
+ -
a-
1
e--
pl
-
b
I
.
A
-
.
.I
I .
d
a
Lu u
-I a \n
- I
I ki 4 aa
c.4
I. \ ‘)=%El\ Ty=7 9/
a bo i “0 VI Od n! I
/
sl / ./
/a y! Q-
/
I / ,
--I--
I
I
1
1
1
I
t
- - a
a c c a
Q)
3
.-
.I
c1
L -
-/---
Nosl-eontipuorrs Sidd
. ELEVATION
5%" Rwidmtial 5%" Commrial
I. Ne concrete shall ba placed until forms and subgrade are inspected by the Agency.
2. Concrete shall be 52O.C-2500.
3. Sea standard drawing G.15 and G-16 for width and location requirements
4. Driveway ramp to extend to 10 feet from curb face or to1 property line whichever
is Itg (For eornmercial driveways only)
CONCRETE DRIVEWAYS
--
,
-
.’ -
.’ ,
1
I
I
I
1
I
I
1
I
I
II
I
I
I
I
1
I
4
I:
II
B
I
I I
I
1
I
I
I I
LU =z", a= a z am
4 -0
-08
00 -Y
- -\ ---
T-
I
-*
1
I
I
1
I
I
1
I
I
I
D
I
1
I
I
I
1
I
1
N
I
I
I
I
1
1
I
I
I
I
1
I
I
I
I
I
1
I
----
June 19, 1991
Chase and Associates
11650 Iberia Place, Suite F-1
San Diego, CA 92128
Re: Bond Release - Contract No. 3723 - Chase Field Rehabilitation
Per instructions from our Parks and Recreation Department we are releasing the follow
bonds, which are enclosed so that you can return them to your surety:
Labor & Materials Bond No.
NAA005057, Meritplan Insurance Co.
$89,961.00
Performance Bond No.
NAA005057, Meritplan Insurance Co.
Remaining $44,980.50
&YY& Assistant City Clerk
Encs.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-28(
NW'T 'VITE IT - DON'T SAY (li!
- Date f/ +a Pf- 9p
To &&-,A e&- /kdReply Wanted
From Karen Kundtz, Assistant City Clerk ONo Reply Necessary
&ipcz723- Gcllu&eu - a Re: Bond Release -
b for the Our records indicate that the &+#- Fa-
above-referenced subdivision/project is eligible for release.
your written authorization/approval for release.
the status, and if release is 0.k.
We need
Please let me know
Thanks, Y-
PRll AIGNEA FORM NO 55032
I
~aii I tr: IT - DON’T SAY*!
- Date f/
Reply Wanted
1 & -06 &- f To
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
&7#27d3- 4GUL e u - a Re: Bond Release -
Our records indicate that the &~r~qt~~for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release.
the status, and if release is 0.k.
Please let me know
Thanks,
PR
Y-
AIGNER FORM NO 55-032
bl
LWITE IT- DON’T SAY*!
Date </4 - c @-5dL&& /
Re: Bond Release - / 5K &,.A - &&-&.&A 2723
To Y-ZLLtu %. /&&.G%% @Reply Wanted
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
&=445.44.+& -
Our records indicate that the bond for the
above-referenced subdivision/project is eligible for release. We need
your written authorization/approval for release. Please let me know
the status, and if release is 0.k.
Thanks,
PRI
Y-
AIGNEA FORM NO 55-032
February 28, 1990
Chase and Associates
11650 Iberia Place, Suite F-1
San Diego, CA 92128
Re: Bond Release - Contract No. 3723 - Chase Field Improvements
The Notice of Completion for the above-referenced project has been
recorded. Therefore we are hereby releasing 75% of the Performance
Bond. Please consider this letter as your notification that
$134,941.50 of Meritplan Insurance Company Performance Bond No.
NAA 005057 is hereby released. We are required to retain the re-
maining 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 $89,961.00, will be
eligible for release on May 22, 1990.
A copy of the recorded Notice of Completion is enclosed for your
records.
SYfi Deputy City Clerk
Enc .
-__-----
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280 L
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008 Space ab
November 17, 1989
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation is the following described document:
Notice of Completion - Project No. 3723
Chase Field Improvements, Chase Associates
Contractor
Our staff has determined that the recordation of this document is
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter. g+- eputy ity Clerk
Enc .
---_- ..-_- __ __
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-2808
c
CITY OF CARLSBAD
When recorded mail to:
City Clerk
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008 Space above for Recorder's use
1
August 28, 1989
Mr. James Chase James Chase & Associates, Inc. 11650 Iberia Place, Suite F-1 San Diego, CA 92128
RE: Chase Field Rehab - Contract No. 3723
The San Diego County Recorder’s Office mailed us the recorded Notice Completion you f i 1 ed for the above-referenced contract.
The recordation date on the recorded Notice you filed will not be used for 1 following reasons:
1.
2.
3. Notices of Completion cannot be recorded until the City Council accepts t work as complete.
When the contract is complete, staff will forward the item to the City Counc for acceptance. Upon acceptance by the City Council, the City will record Notice of Completion. The recordation date on the City’s recorded Notice Completion will be used for purposes of any bond releases or final payments.
Please call me if you have any questions regarding the above.
You are not an agent of the City as you represented on the form.
The City Council has not yet accepted the work as complete.
d!.-- LEE RAUTENKRANZ
City Clerk
LR
xc: Dave Bradstreet, Parks & Recreation Director Mark Steyaert Ruth Fletcher, Purchasing Officer
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280
89 395586 2075 RECORDING REQUESTED BY
AND WHEN RECORDED MAIL TO
James Chase & Associates Inc.
Name The City of Carlsbad
Adjress 1200 Carlsbad Village Drive
city Fi
Street
Carlsbad, CA 92008
tSlate J
SPACE ABOVE THIS LINE FOR RECORDERS USE
NOTICE OF COMPLETIO
Notice pursuant to Civil Code Section 3093, must be filed within 10 days after completion. (See reverse side for Complete requiremc
Notice is hereby given that.
1. The undersigned is owner or corporate officer of the owner of the interest or estate stated below in the property hereinafter descr
2. The full name of the owner is The CitY of Carl shad
3. The full address of the owner is 1200 Carl shad vi 11 age Drive Carl sbad s CA 97008
4. The nature of the interest or estate of the owner is; In fee.
(If other than fee, strike “In fee” and insert, for example, “purchaser under contract of purchase,” or “lessee”)
NAMES ADDRESSES
5. The full names and full addresses of all persons, if any, who hold title with the undersigned as joint tenants or as tenants in common
6 A work of improvement on the property hereinafter described was completed on -. The work done
const. of new park facilities at existing park inclding pavina,concrete, w, site furnishings. irriyatioi a(nd flanting James Chase and Associates, 11 7. The name of the contractor, if any, or uch wor o impr vement was
1/ 12/89
(Date of Contract) (If no contractor for work of improvement as a whole, insert “none”.)
8. The property on which said work of improvement was completed is in the city of
County of Sari Diego
Carl sbad
, State of California, and is described as follows.
City of Carlsbad Chase Field Parks & Recreation Chestnut and Hardina v,
9. Thestreetaddressofsaldproperty IS Chase Field Park, corner of Harding & Chestnut
Dated: July 25, 1989
Verification for Individual Owner
James L. Chase
) VERIFICATION
I, the undersigned, say: I am the
notice of completion; I have read said notice of completion and know the contents thereof; the same is true of my own knowledge.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on July 25 , 19-, 89 at San Diego , California.
Agen i5 the declarant of the fore (“President of”, “Manager of”, “A partner of“, “Owner of”, etc.)
(Date of signature.)
James L. Chase
NOTICE OF COMPLETION-WOLCCTTS FORM 11 IO-REJ 6-74 8
‘YHY/A%RX \QL@@p&yffl&
.asodJnd mol 104 ssauli) S,UJO) aql Iqnop noi ), jaiMei e Iinsuo3 .uoiaxsuei) inoi 01 ladoid sallueq2 ayeu pue syuelq [le u! 111) ’41 peal ‘uS!s noi aioiag ‘paie3ipu! Piai) aql u! sualqoid lensn $SOU slam WJO) piepuels siqi
.A)!ioqne jejuawuiano8
JO qqnd iuaiadwc3 due dq Ailadoid aqi oi pau8Lsse ‘due 41 ‘ssaippe laails aql MO~S ‘6 qdeileied UI
‘paqwe aq hew lap!) e ‘iuais!$$ns IOU s! uoiidpxap io4 papnoid axds aqi 41 ‘awmsu! aiyq io A3!lod 10 paap oi iaja8 ’uo!il!map xel io ssaippe laails e Alaiau IOU ‘uoiidjixap le8al ‘lini aqi iiasui ‘8 qdei8eied UI
,;sqo! .aplinq-iaumo,, palpx-os uo ‘%a ‘ioixiiuo3 IeiauaO ou s! aiaqi 41 ua@ aq paau aweu s,Jopeiluo3 q~ ‘aloqm e se juawanoJdW! io YJOM aqi JOJ ioiquo3 aqi 40 aweu aq IJ~SU! ‘amiou aql ju L qdei8eJed UI
‘L qdeileiEd u! JXJ~UO~ iejn3!]Jed aqj iapun Joixiiuo3 aqi io aueu aqi jiasul (2) :(,,sluawanoidwi aqi JOJ suo!jepunol aql,, ‘3a) peJjuo3 pns 01 iuensind paqs!uin+ slegapu JO auop YJOM jo pu!y aqi jo iuauaiqs jeiaual e iiasu! pue g qdeiOeied UOJJ ,,lUaUaAOJdU! 10 YJOM v,, SPJOM aq ay!iiS (I)
:SMO~~O~ se pa!$!poui aq isnu UJOJ s!qi uaqi ‘speiiuo3 leu!8!io aiow 10 OM^ 01 iUeflSifld apetu s! ~UaWaAOidW! JO
YJOM aqi aiaqm ‘peiluo3 iejn3!lJed E $0 uo!laldwo3 40 Aluo uan!l aq 01 s! aqou aqi 41 ‘aloqM e se ~uawanoidw!
$0 Y~OM ~qi siano3 uo!jaidwo:, 40 asiiou aqi aiaqM Aluo pasn aq plnoqs WJOJ s!qi ‘1 pue g Sqdei8eJed 01 sy
‘a;qs pue Aluno:, ‘,4~!2 ’Jaqwnu laails apnpu! plnoqs JOJ palp3 ssaippe lln) a41 ‘5 pue E Sqdei8eied UI
sassaippe pue jaweu aqi aj!3ai lleqs JsaJaiu! u! Jossa33ns e hq pau8!s uo!ialdwo3 $0 a3!goN due leqi ajoN
UJO) aqi 10 5 qdeileied u! papis aq lsnw SiaUMO-03 iaqo aqi 40 sassaippe pue saueu aqi lnq ‘(jueualo:, auo Lluo hq axiou aqi JO %I!.@ io) pau8!sap s! WJOJ Bu!oBaioi aqi ‘pej u!) siauMo-03 aqi 40 auo Aue bq pau@ aq dew ;3!iou aqi ‘uowwo3 u! slueual JO sjueuai po! SB suosiad ~JOUI lo OM^ u! s! d!qSiaUMO aqi 41
‘axjou aqi aj!J isnw ‘paly s! aqoi aqi aiep aqi le isaiap s!q oi papaams seq ianaoqM io ‘a uaqi ‘papniisuo3 aq ai lu!pl!nq e sasne3 ‘aseai e iapun aassal ‘a pue ‘aaj u! iaumo aqi s! v 4! ‘aldwexa JO~ w!i aai a41 ueq ssai SI d!qsiauMO s!q qlnoqi ‘auop seM ~JOM aqi jleqaq asoqm uo (pal!g s! aqou aqi alep aqi ie isaiaiu!-u! iossa33ns s!q io) iauMo aqi sueaw JUaUaAoidU! io YJOM iaqio JO lu!pl!nq e jo uo!ialdwo3 io axiou e pi0321 JQ~ al!4 ~suu O~M ,,iauMo,, aql
‘E60E uo!gaS apq !!~!g u! papnoid se ‘(uo!iaiduo3 40 hep aqi 40 an!snpxa painduo:, aq 04) luawanoidw! $0 Y~OM aqi $0 uo!ialdwo:, iaip sAva 01 NlHllM pio3ai io) pal!) aq isnw uo!ialdwo3 $0 a3!iou v
.SJOlaJSUeJJ 10 JOJa~SUEii S!q $0
NOll3ldM03 A0 33110N 01 SW SlN3W3dIfl038
010331 ION 00
LUDLOW & ASSOCIATES
17220 Newhope St.
Fountain Valley, CA 92708
(714) 549-8644
JAMES CHASE DBA: CHASE ASSOCIATES
630 SOUTH EL CAMINO REAL
SAN CLEMENTE, CA 92672
PREMISES/OPERATIONS
EXPLOSION & COLLAPSE HAZARD
PRODUCTS/COMPLETEO OPERATIONS
INDEPENDENT COMTRACTORS
BROAD FORM PROPERTY DAMAGE
PERSONAL INJURY PERSONAL INJURY
ALL OWNED AUTOS (tLy!R&!!N)
NON-OWNED AUTOS
GARAGE LIABILITY
WQRWRS' COMPENSATION
EMPLOYERS' LIABILITY
ADDITIONAL INSURED/NON-CONTRIBUTING ENDORSEMENT TO FOLLOW
CITY OF CARLSBAD
THE PURCHASING OFFICER