Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
L.R. Hubbard Construction Company Inc; 1984-05-15; 3715
CITY OF CARLSBAD San Diego County California ORIGINAL CONTRACT DOCUMENTS & SPECIFICATIONS FOR CARLSBAD REDEVELOPMENT AREA STREETSCAPE STATE STREET AND GRAND AVENUE * * CONTRACT NO. 3715 Rev. 3/22/84 RO?3ON, CAVIGNAC & ASSOCIATES 110 WEST "A" STREET, SUITE 1050 SAN DIEGO, CA 92101 (619) 235-6301 AFFORDING COVSflAGES Industrial Indemnity Company Harbor Insurance Company NAM! ".IV :••<'.'• PI-;.- i '1 'I'' \ •',''!::, ^ L.R. Hubbard Construction Company, Inc. >> ^ 7485 lonson Road M u n San Diego, CA 92111 U U WA Y C I 1 ftH It This is tocerti'y that policies of insurance iistsd beiow have bsen issued to the insured :ia:r ii 3bi/ at J irj n torce at this time. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issi.ed c i iy eitam thp insurance afforded by the policies dnscrbed herein ,s subject to all the terms, exclusions and conditions of such policies. COMPANY LETTER A A B C TYPE OF INSURANCE GENERAL LIABILITY In COMPREHENSIVE FORM [5 PREMISES—OPERATIONS rX EXPLOSION AND COLI. APSE P=i HAZARD L3 UNDERGROUND HAZARD fXl PRODUCTS, OGMPL F IE D ryi OPERATIONS HA/ARD L_5 ''ONTRACTUAl INSURANCE X BROAD FORM PROPERTY b=J DAMAGE ' **! INDEPFNDFNT : ONTR.V [O'i'> .fl "1 RS')NAt INJURY AUTOMOBILE LIABILITY Ea-^F^N,,, .',„„, •X] ... ,„.,-., i ^1_J NON C'^rjr; EXCESS LI A 8IL 1 f Y "'" \_J UMBRELLA I-'',RM 1 OTHER THAN UMBRELLA FORM WORKERS' COMPENSATION and EMPLOYERS' LIABILITY OTHER *lnc POLICY NUMBER SG 852-2272 SG 852-2272 HI 167067 CJ 853-2605* ludes Lon shoremen's and Harfa I'Ol ICY f.V-'IRAMON DATE 10/1/86 10/1/86 10/1/84 10/1/84 or Workers' Limits of Liability in Thousands (000) BODILY INJURY PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE COMBINED I ACH OCCURRENCE $ 500 * 100 $ PERSONAL INJURY flOULY INJURY (EACH PERSON) BODILY INJURY (EACH ACCIDENT) i'K;P[RTY DAMAGE FiOnil t INJURY AND PROPERTY DAMAGE COMBINED BODILY INJURY AND PROPERTY DAMAGE COMBINED STATUTORY ^ Endorsement. $ r, r 500 1 5,000 AGGREGATE * 500 $ 100 $ 5 5,000 « liiliU , DE^CF PTI IN F )l ERATIf N I ' Mll|lir JOB: Carlsbad Redevelopment Area Streetscape - State Street and Grand Avenue, Contract #3715. It is agreed that the City of Carlsbad is included as an additional Insured but solely with respect to work performed for them by L.R. Hubbard Construction Company, Inc., and in no event for limits of liability In excess of those called for~tn ttvr corrtfacr. Cancellation: Should any of the above described policies be cancelled before the expiration date thereof, the issuing com- pany will XXJBJXXXXemail —.JO- days written notice to the beiow named certificate holder. XXXXXXXXXX »OdW&XXfcJ8fta*XTOXmXXH»3^ (see att.) Cfty of Carlsbad, California 1200 Elm Avenue Carlsbad, CA 92008 DAIE ISSUED: May-8^-1-98-4— ACCRD ;'5 (! /' Addendum to Certificate of Insurance to the City of Carlsbad dated May 8, 1984: It is hereby understood and agreed that the policy to which this certificate refers may not be cancelled, materially changed, nor the amount of coverage thereof reduced until thirty (30) days after receipt of written notice of such cancellation or reduction in coverage by the City Clerk of City of Carlsbad. Coverage under this policy shall be primary and non-contributing with any other insurance available to the City of Carlsbad. DEVELOPMENTAL B^MMrB 1200 ELM AVENUE SERVICES M.JTJT J• CARLSBAD, CA 92008-1989 OFFICE OF THE CITY ENGINEER ^3*^^ (619) 438"5541 Citp of Cartebab MARCH 29, 1984 NOTICE TO BIDDERS ADDITIONAL LIQUIDATED DAMAGES OF $52,500 WILL BE CHARGED IF ALL WORK IS NOT COMPLETED AND EQUIPMENT AND MATERIALS REMOVED FROM THE AREA BY NOVEMBER 4, 1984, THE CONTRACTOR WHO IS AWARDED THIS CONTRACT MUST MAKE EVERY POSSIBLE EFFORT TO INSURE THAT THIS CONTRACT IS COMPLETED ON TIME AND DOES NOT EXCEED THE ABOVE LISTED DATE, TABLE OF CONTENTS ITEM PAGE NOTICE INVITING BIDS 1-2 PROPOSAL 3-6 BIDDER'S BOND TO ACCOMPANY PROPOSAL 7 DESIGNATION OF SUBCONTRACTORS 8-9 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 10 BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE U CONTRACT 12 - 16 LABOR AND MATERIALS BOND 17 - 18 PERFORMANCE BOND 19 ~"20 GENERAL PROVISIONS 21 - 26 H.U.D. SPECIFICATIONS SPECIAL PROVISIONS INDEX - CONSTRUCTION SPECIFICATIONS SPECIAL DETAILS INDEX CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the Purchasing Agent, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 PM on the 20th day of April , 19 84 at which time they will be opened and read for performing the work as follows: CARLSBAD REDEVELOPMENT AREA STREETSCAPE STATE STREET AND GRAND AVENUE CONTRACT NO. 3715 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 in the Engineering Department. Reference is hereby made to the specifications for full particulars and description of the work. No bid will be received unless it is made on a proposal form furnished by the Engineering Department. Each bid must be accompanied by security in a form and amount required by law. The bidders' security of the second and third next lowest responsive bidders may be withheld until the contract has been fully executed. The security submitted by all other unsuccessful bidders shall be returned to them, or deemed void, within ten days after the contract is awarded. The documents which must be completed, properly executed, and notarized are: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience All bids will be compared on the basis of the Engineer's estimate. The estimated quantities are approximate and serve solely as a basis for the comparison of bids. The Engineer's estimate is $ 367,909 . No bid shall be accepted from a contractor who has not been licensed in accordance with the provisions of State law. The contractor shall state his or her license number and classification in the proposal. One set of plans, special provisions and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional sets are available for a nonrefundable fee of $20.00 per set. Page 2 One set of plans, special provisions, and contract documents may be obtained at the Engineering Department, City Hall, Carlsbad, California, at no cost to licensed contractors. Additional sets are available for a nonrefundable fee of $ 20.00 per set. The City of Carlsbad reserves the right to reject any or all bids and to waive any minor irregularity or informality in such bids. 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 Code. Pursuant to Section 1773.2 of the California Labor Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clerk. The Contractor to whom the contract is 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. The provisions of Part 7, Chapter 1 of the California Labor Code commencing with Section 1720 shall apply to the contract for work. A prebid meeting and tour of project site will be held on April 12, 1984 _ at 9:00 A.M. _ at the Engineering 1ZOO Elm Avenue. 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 for rejection of bid. Bonds to secure faithful performance of the work and payment of laborers and materials suppliers each in an amount equal to one hundred percent (100%) of the contract price shall be required for work on this project. Approved by the City Council of the City of Carlsbad, California, by Resolution No. fJsZb . adopted on the 6 ** day of ft] /f/Tc// . 19 ate Page 3 CITY OF CARLSBAD CONTRACT NO. 3715 PROPOSAL City Council City of Carlsbad 1200 Elm Avenue Carlsbad, CA 92008 The undersigned declares he/she has carefully examined the location of the work, read the Notice Inviting Bids, examined the Plans and Specifications, and hereby proposes to furnish all labor, materials, equipment, transportation and services required to do all the work to complete Contract No. 3715 in accordance with the Plans and Specifications of the City of Carlsbad, and the special provisions and that he/she will take in full payment therefor the following unit prices for each item complete, to wit: Construction Note Reference 23 21 13 8 Item Article w/Unit Price or No. Lump Sum Written in Words Approximate Quantity Unit & Unit Price 2. Cone. Sidewalk Removal per LS & ***** Per SF 1. Miscellaneous Traffic, Cpntrol Lump Sum 6,860 SF 17,620 SF 10 EA Lump Sum 174 TN Lump Sum 52 LF 478 LF 3. Cone. & Asph. Street Removal "7W bbLUntJ ^-rt^Kn &!/£ °per SF 4. Initial Compaction Tests _ yw&tiZf) f yt//v/L Dvurfftf per EA 5. Cone. Cross Gutter and Spandrels per LS 6. AC Deeplift /If Cper TN 7. Install 3 PVC Drain Pipesper LS 8. Cone. Curb & Gutter SDRSD #G-1 ^T&U ppL-i^MS _ per LF 9. Cone. Curbs for Medians per SDRSD #G-6, Type B-l per LF 10. Curb & Gutter per SDRSD #G-2, Type 6 Total $, $_ $ >n<A 242 LF $ per LF Page 4A Construction Note Item Reference No. 1,2 & 11 3 .' 9 4,5 & 5A 4,5 & 5A 10 10 10 22 12 .4' 14 15 16 17 11. x 12. 13. 14. 15. 16. X 17. 18. 19. 20. 21. 22. 23. ffi/M 24. 25. 26. Approximate Article w/Unit Price or Quantity Lump Sum Written in Words & Unit 4" Thick Cone. Pavement 6,542 SF Per Detail 1&2 "JV^ pOU^/tflJ per SF 4" Thick Concrete Pavement 653 SF per SDRSD #G7 'Ti^o DO'-t'/W,! per SF 6" PCC Driveway Apron 1 EA WKJfrQ r J£t/£/-!n £>«<-Mfy per EA Cone. Bands for Pavers 3,322 SF (Sidewalk) (per detail 1,2&6) 'i-tv^/tj' •$- j[/itsf:T£.£f [,&fi/rJ' per SF 60MM Interlocking Pavers 5,220 SF (Sidewalk) (per details 1,2&6) PMJU^I?^ L/\j>,£r"* <J~iJ~$ per SF 8" Thick Cone. Base for 12,960 SF Pavers (ST) ^v » '^oU^^J' ±- ^\fijb*s^( UifTJ per SF Cone. Bands for Pavers (ST) 2,835 SF ^/^.T per SF 100MM Interlocking Pavers 12,960 SF ^ ni"r£L : -tf" -F'-r'-' per SF Root Pruning & Deep Root 36 EA Barriers / ^o fJ-v*-4.*j>cL £>o //**-*> per EA Street Signs & Striping per Lump Sum Sheet 14 Tfh'/rcrf "p^u ri^^'^'-J^D p^'-i-A^- 3 per LS 4 Duplex Receptacles on Light Lump Sum Poles per Sheet 4 ^7^.^^/^Sc< >y^1ff/rt%|4 7L_.<i^,r7^-'otL)(feB,er LSrDrinking Fountain ^V*-^*^, 1 EA A/c^rS^,^ -A./A^-r- Per EA Single Banner $t»£ -t(M>Jfru!> -?'* 2 EAf)/t/?^ ^tu a^n I'/I/K. Do^y^per EA Double Banner J^^^i^ ^u**Dn/*0 i EA J/P<Tf ^/t/£. fibLi-/tfii per EA Benches J/5Wj/<x n£/A//0^/0 15 EA £. ( ^ frTf 5 « i-i-M^-S per EA Trash Receptacles sTtttlfefi tt^0*&0 13 EA Unit Price Total $ «? " $ / 3@v 7 S CPV « / JT C/6 ^ d$ /7^ $ /7^~ _ /• ? '<f / s o s /7«?W '9 9 / / «^ 7 ' q6 $ 3 •" S<R^^{ ?* $ <X $ <•?<(?<$ / o $ ^ $ yr*^; $ v" $ ^ /j •-O «S ^/*~)(^} ' — S "ysL^/O ^D ' $ J $ v <X %^^^^ $/toc,^$ stao* ,:„ $ / O "^ $ O°<^^ s /76'% /7<f-s" S i Q ** S / *^ (v $O/0 $ \J ^ / ^ « per EA Page 4B Construction Note Item Article w/Unit Price or Reference No. Lump Sum Written in Words Approximate Quantity Unit & Unit Price Total 18 27. Light Pole Mounted Banners 19 28. Bollards 'fcvfl-KlivOf^ <r"7Vr/'^7 rO^'f^- E>QLAJ*J per EA '-6 29. Tree Grates £^f(/^> ^^^^ ' [*£rfy ~"J7^££- iy>£-'i'tfiiS per EA •- /- , 30,. Fountain (per Sheets 2&3) f//-ry £i6*r- 'fc*'J6"C Qoe^+iS per LS 31. Irrigation ^f^f Tffauy^fl J~(l/£ |/ u A># ti&O poC-^-t-^ per LS 32. Planting & Contaminated Soil Removal & Replacement_ < \v> M/TY *"£- ' tfav *nr*'o ^tftf-k HL>^"iP.ri QfL^fifl^ per LS 33. 4'x30" Sq Cone. Planter 34. 4'x22" Sq Cone. Planter $}K jvfl'Ci*£iO foffiY ~7u/<5 pfi^-^ per EA 35. 4'xl7" Sq Cone. Planter 36. 3'x30" Sq Cone. Planter 37. 3'x22" Sq Cone. Planter / 38. 3'xl7" Sq Cone. Planter 39. Soil for Planters -?fK j^t//"At<^<7 r7~tr'^*I-> yp^i-c-f/z-d per LS" 24 40. Slurry f ]^/^T C%,$t$ per SF 41. Parking Lot Restriping per Sheet 4 C'jL1' f-, nC/Vft^") ~^*iAK*i Dli/^AfC Per LS. -1 f — Total amount of bid in words r0t//L n"A>/)/*.£/} /u/fct' Total amount of bid in numbers $ 7 / <A 03-^' ~ 1Addendum (a) No(s) 9 EA $ 4 EA $ 18 EA $ Lump Sum $ Lump Sum $ Lump Sum $ 8 EA $ 6 EA $ 6 EA $ 10 EA $ 8 EA $ 10 EA $ Lump Sum $ 71,985 SF $ Lump Sum $ s" - 'o^^ ^/*" ' has/have a/? $ c?jr: ^V"$ /?. / i *""i **5 ylj /^ •**j 1 J \ & ,/ /^// / ^^ *J ^ C^» <* r "~- f^ S0>&*0 <; ^ v~tvj 9 V /',/"(*> $ /^;/ ^IjOQ $ ^^ «' / / Q I v Ot C^Z $ v?df^ 0J2- 3 i J*. $ vJTo «J 0* J 7V $ ^7 / / *i / """ "? "T^ill $ ^^ Y<^^ $ /^^ <£^ $ o ^ ,^<^ $ ^ / V c O^ o r^T^ ^v. v-"-^ ^rx7v £» been received d» ao J i 60 OJJ ~oo >^^ 00 faf QCJ ei f3 *iO°~ oc ^00 1 & " o £ [WjL^ C yv-Cf/»' and is/are included in this proposal. Page 5 All bids are to be computed on the basis of the given estimated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a discrepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the corrected extension shall be calculated and the bids will be computed as indicated above and compared on the basis of the corrected totals. The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the 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 bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, License No. Identification _^y _ . The undersigned bidder hereby represents as follows: 1. That no Councilmember, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its officers, agents or employees, has induced him/her to enter into this contract, excepting only those contained in this form of 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 same work, and is in all respects fair and without collusion or fraud. Accompanying this proposal is _ _ _^__ _ i___ (Cash, Certified Check, Bond or Cashier's Check) in an amount of not less than ten percent (10%) of the total bid price. Page 6 The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract. The undersigned is aware of the provisions of the State of California Labor Code, Part 7, Chapter 1, Article 2 relative to the general prevailing rate of wages for each craft or type of worker needed to execute the contract and agrees to comply with its provisions. L R. HUBBARO Bidder's Address Type of Organization (individual, Corporation, Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all partners, if a partnership: X? (NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED) (CORPORATE SEAL) STATF DP CALIFORNIA rnriMTY OP SAN DIEGO On rhi< 12TH personally cimc FRANK G to me known, who, being by me duly ,h,rh.;c,h, ATTORNEY- IN- FACT rtfrh- UNITED STATES Fl " j e APRI 1 *« ftii i rHay nf «rlM L 19 p^J f,?fprr m(. . CAVIGNAC sworn d<^ depose and say that he resides in . ,. SAN D.I EGO, CA DELITY AND GUARANTY COMPANY the corporation which executed the foregoing instrument; that he knows the seal of the said corporation; that the seal atfixcd to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of^hc said^orporatiun, and that OFFICIAL SEAL JUDITH S. KING NOTARY PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY jl My Commission Expires September 29, 1987 i by like order. Page 7 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we. L. R. HUBBARD CONSTRUCTION CO., INC.as Principal, and UNITED STATES FIDELITY AND GUARANTY COMPANY , as Surety, are held and firmly bound unto the City of Carlsbad, California, in the sum of TEN PER CENT (10%) OF THE TOTAL AMOUNT BID — Dollars '($ Z—-|Q% ), lawful money of the United States for the payment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: CARLSBAD REDEVELOPMENT AREA STREETSCAPE STATE STREET AND GRAND AVENUE CONTRACT NO. 3715 in the City of Carlsbad, is accepted by the City Council of said City, and if the abovebounden Principal shall duly enter into and execute a contract including required bonds and insurance policies within twenty (20) days from the date of award of contract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Principal shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals day of APRIL , 19 84 . Corporate Seal (If Corporation) L.R. HUBBARD CONSTR Principal UNITED STATES FIDELITY AND GUARANTY COMPANY acknowledgement avignac/A^ftorney-in-fact Title (Attach acknowledgement of Attorney in Fact) (Notarial execution by all PRINCIPALS and SURETY must be attached.) Page 8 DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the City Engineer, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the City Engineer of the City of Carlsbad. The following information is required for each subcontractor. Additional pages can be attached, if required: Full Complete Items of Company Address Phone No. Work Name w/Zip Code w/Area Code h ZO rerfi^fr'A- /V<_ J (t> Of.\. t ; I / ' ' *** * v / j.^.cf. ;^ J-.A C/ /^ (CERTIFIED COPY) GENERAL POWER OF ATTORNEY No ..flQ253 Know all Men by thete Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Frank G. Cavignac of the City of SanDiego .State of California , its true and lawful attorney in and for the State of CallfOrnia for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Frank G. Cavignac may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 9th day of May • A- D- 15fc9 UNITED STATES FIDELITY AND GUARANTY COMPANY. (Signed) Br .£?£.?. .?.?..?.?«?£X Vice-President. (SEAL) ,_. ,. J. E. Dallam(Signed) Assistant Secretary. STATE OF MARYLAND, BALTIMORE CITY, kND, ) r. / ": On this 9th 4*7 °f May » A* D. 1°69 • before me personally came John 0. Healey • Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and j^ R Da11am , Assistant SecreUry of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said John D. Healey *** J. E. Dallam were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like order as Vice-President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.69- •• •• (SEAL) (Signed) JJ.er.be.r.t..J.,. AMU Notary Public. STATE OF MARYLAND BALTIMORE CITY, ' ^ L Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Herbert J. Aull • Esflnir|5.before whom the annexed affidavits were made, and who has thereto subscribed bus name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I an acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. fn Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this Qfch day of May ' ^ D' *'• 69 (SEAL) (Signed) ..Ro.bftr.t..H.»..B.QU8« Clerk of the Superior Court of Baltimore City. FS 3 (9-67) -=«. COPY OF RESOLUTION That Whereof, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in. the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. There/ore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attomeys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Alto, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. J, George R. Downer , an Assistant SecreUry of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Frank G. Cavignac of San Diego, California , authorizing and empowering him to sign bonds as therein set forth, wbfch power of attorney has never been revoked and is still in full force and effect And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting ' the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the llth day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on April ]2 198*, (Date) Assistant Secretary. Page 9 DESIGNATION OF SUBCONTRACTORS continued The bidder is to provide the following information on the subbids of all the listed subcontractors as part of the sealed bid submission. Additional pages can be attached if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($ or Z) *Licenses are renewable annually by January 1st. If no valid license indicate "NONE". Valid license must be obtained prior to submission of signed contracts. L R. HUBBARD CONSTRUCTION CO., INC. Bidder s Company Name o </ Bidder s Complete Address Page 10 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. /TxVx* L, <a<!-/ s. o fl>9 u r> — xxfO /S S'Of*— fj*«\J/<&jL ss (Notarize or Corporate Seal) Page 11 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE The Bidder is required Co state what work of a similar character to that included in the proposed contract he/she has successfully performed and give references, with telephone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. Date Contract Completed Name and address of the Employer Name and Phone No. of Person to Contact Type of Work Amount of Con trac t <^9 / '- - (Notarize or Corporate Seal) 12 CONTRACT - PUBLIC WORK This agreement is made this /«^T day of 19 Spt , by and between the City of Carlsbad, Californi municipal corporation (hereinafter called "City") and whose principal place of business is (hereinafter called "Contractor".) City and Contractor agree as follows: 1. Description of Work. Contractor shall perform all work specified in the contract documents for: CARLSBAD REDEVELOPMENT AREA STREETSCAPE STATE STREET AND GRAND AVENUE CONTRACT NO. 3715 (hereinafter called "project") 2. Provisions of Labor and Materials. Contractor shall provide all labor, materials, tools , equipment and personnel to perform the work specified by the contract documents. 3. Contract Documents. The contract documents consist of this contract; the bid documents, including the notice to bidders, instructions to bidders and contractors proposal; the plans and specifications and all proper amendments and changes made thereto in accordance with this contract or the plans and specifications; and the bonds for the project; all of which are incorporated herein by this reference. 4. Payment. As full compensation for Contractors performance of work under this contract, City shall make payment to Contractor as follows: On a unit price basis as shown on the proposal schedule attached hereto and made a part hereof. (rev.12/21/82) Page One of Five 13 Payment of undisputed contract amounts shall be contingent upon Contractor furnishing City with a release of all claims against City arising by virtue of this contract as it relates to those amounts. Extra compensation equal to 50 percent of the net savings may be paid to Contractor for cost reduction changes in the plans or specifications made pursuant to a proposal by Contractor. The net savings shall be determined by City. No payment shall be made unless the change is approved by the City. 5. Independent Investigation. Contractor has made an independent investigation of the jobsite, the soil conditions under the jobsite, and all other conditions that might affect the progress of the work, and is aware of those conditions. The contract price includes payment for all work that may be done by Contractor in order to overcome unanticipted underground conditions. Any information that may have been furnished to Contractor by City about underground conditions or other job conditions is for Contractor's convenience only, and City does not warrant that the conditons are as thus indicated. Contractor is satisfied will all job conditions, including underground conditions and has not relied on information furnished by City. 6. Contractor Responsible for Unforeseen Condtions. Contractor shall be responsible for all loss or damage arising out of the nature of the work or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City. Contractor shall also be responsible for expenses incured in the suspension or discontinuance of the work. However, contractor shall not be responsible for reasonable delays in the completion of the work caused by acts of God, stormy weather, extra work, or matters which the specifications expressly stipulate will be borne by City. 7. Change Orders. City may, without affecting the validity of this contract, order changes, modifications, deletions and extra work by issuance of written change orders. Contractor shall make no change in the work without the issuance of a written change order, and Contractor shall not be entitled to compensation for any extra work performed unless the City has issued a written change order designating in advance the amount of additional compensation to be paid for the work. If a change order deletes any work the contract price shall be reduced by a fair and reasonable amount. If the parties are unable to agree on the amount of reduction the work shall nevertheless proceed and the amount shall be determined by arbitration or litigation. The only person authorized to (rev.12/21/32) Page Two of Five 14 order changes or extra work is the City Engineer. However, no change or extra work order in excess of $5,000.00 shall be effective unless approved by the City Council. 8. Prevailing Wage. Pursuant to the Labor Code of the State of California, the City Council has ascertained the general prevailing rates of per diem wages for each craft or type of worker needed to execute the contract and a schedule containing such information is in the City Clerk's office and is incorporated by reference herein. 9. Indemnity. Contractor shall indemnify, hold harmless and defend City and its officers and employees, and each of them, from any and all liability or loss resulting from any suit, claim or other action brought against City, or for any other losses of whatever nature, directly or indirectly arising from the acts of Contractor or its officers, employees or agents done in the construction of this project or in the performance of this contract regardless of responsibility for negligence. The expenses of defense include all costs and expenses, including attorneys fees, of litigation, arbitration or other dispute resolution method. Nothing in this paragraph shall require contractor to indemnify City for losses caused by the active negligence of City. 10. Insurance. Contractor shall cause the City to be named as an additional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 11. Workers Compensation. Contractor shall comply with the requirements of Section 3700 of the California Labor Code. Contractor shall also assume the defense and indemnify and save harmless the City and its officers and employees from all claims, loss, damage, injury and liability of every kind, nature and description brought by any person employed or used by Contractor to perform any work under this contact regardless of responsibility for negligence. 12. Proof of Insurance. Contractor shall submit to the City certification of the policies mentioned in 'Paragraphs 10 and 11 or proof of workers' compensation self insurance prior to the start of any work pursuant to this contract. 13. Arbitration. Any controversy or claim in any amount up to $100,000 arising out of or relating to this contract or the breach thereof may, at the option of City, be settled by arbitration in accordance with the construction industry rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any California court having jurisdiction thereof. The (rev.12/21/82) Page Three of Five 15 award of the arbitrator(s) shall be supported by law and substantial evidence as provided by the California Code of Civil Procedure, Section 1296. 14. Maintenance of Records. Contractor shall maintain and make available to the City, upon request, records in accordance with Sections 1776 and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code. If the Contractor does not maintain the records at Contractor's principal place of business as specified above, Contractor shall so inform the City by certified letter accompanying the return of this contract. Contractor shall notify the City by certified mail of any change of address of such records. 15. Labor Code Provisions; The provisions of Part 7, Chapter 1 commencing with section 1720 of the California Labor Code are incorporated herein by reference. 16. Security. Pursuant to the requirements of law (Government Code Section 4590) appropriate securities may be substituted for any monies withheld by City to secure performance of this contract or any obligation established by this contract. 17. Additional Provisions. Any additional provisions of this agreement are set forth in the "General Provisions", "Special Provisions", Special Detail Index", and "HUD Requirements", attached hereto and made a part he (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.)Ti By Title APPROVED AS TO FCTRM:CITY OF CARLSBAD, CALIFORNIA Att'dtfiey Mayor J (rev.12/21/82)Page Four of Five CORPORATE ACKNOWLEDGMENT 33388888888888888888888888888 NO. 202 On this the " day of the undersigned Notary Public, personally appeared t0 me proved to me on the basis of satisfactory evidenceNor/,|' ' to be the person(s) who executed the within instrument as or on behalf of the corporation therein named, and acknowledged to me that the corporation executed it. WITNESS mvband and official seal. Notary's Signature 7120 122 NATIONAL NOTARY ASSOCIATION • 23012 Ventura Blvd. • P.O. Box 4625 • Woodland Hills, CA 91364 16 ATTEST: City Clerk Contractors Certification of Awareness of Workers Compensation Responsibility. "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract." (rev.12/21/82)Page Five of Five LABOR AND MATERIAL BOND Page 17 BOND NO. 40-0120-10764-84 1 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. yS"^/ _ adopted jjr -/ - g ej _ , has awarded to L. R. HUBBARD CONSTRUCTON CO, hereinafter designated as the "Principal", a contract for: INC. CARLSBAD REDEVELOPMENT AREA STREETSCAPE STATE STREET AND GRAND AVENUE CONTRACT NO. 3715 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terras thereof require the furnishing of a bond with said contract, providing that if said Principal or any of his/her or its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth. NOW, THEREFORE, WE, L. R. HUBBARD CONSTRUCTION CO., INC. _____ as Principal, hereinafter designated as the "Contractor", and UNITED STATES FIDFIITY AND GUARANTY COMPANY _ as Surety, are held firmly bound unto the City of Carlsbad in the sum of FOUR HUNDRED TWELVE THOUSAND THIRTY-FIVE Alsin ftft/inn --- -- Dollars ($4]2 1 0^^.68 ) said sum being one hundred per cent (100%) of the estimated amount payable by the City of Carlsbad undgr the terras of the contract, for which payment well and truly to be made we bind ourseves, our heirs, executors and administrators, successors, or assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4202 of the Government Code of the State of California. Page 18 This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Government Code of the State of California. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the 2ND day of MAY 198^ . (Notarize or Corporate Seal for each Signer) L. R. HUBBARD CONSTRUCTI UNITED STATES FIQE1ITY AND GUARANTY COMPANYx7 / /•> » Frank Gf Cavignac/Attorney-in-fact Surety OF fY OF On thit onally came CALIFOPaNIA SANDIHK3 FRANK G 2ND A,y ss: nf MAY T AVI GNAT , 19-M—, before me to me known, who, being by me duly sworn, did depose and say that he resides in. that he is the ATTORNEY-IN-FACT _ of thc UNITED STATES FIDELITY AND GUARANTY .COMPANY SAN DIEGO, CA thc corparjtian which executed the foregoing instrument; that he knows thc seal of the said corporation; that thc seal affixed to the said instrument is such corporate seal; that it was so affixed by order of^te Board of Directors otithe said corporation, and that k&£)£fiftUbiLViU^i&<4i^^ by like order. OFFICIAL SEAL > JUDITH S. KING ? NOTARr PUBLIC • CALIFORNIA PRINCIPAL OFFICE IN SAN DIEGO COUNTY My Commission Expires September 29, 1937 J »V «•'•*. WV.rtr.Wli PUBLIC (CERTIFIED COPY) GENERAL POWER OF ATTORNEY No &Q253 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Frank G. Cavignac of the City of San DiegO its true and lawful attorney in and for the State of , Sute of California California for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirm* all and whatsoever the said Frank G. Cavignac may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be 9th day ofsealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this May • A- D- 1969 UNITED STATES FIDELITY AND GUARANTY COMPANY. (SEAL) STATE OF MARYLAND, BALTIMORE CITY, On this (Signed) (Signed) Vice-President. J. E. Dallam Assistant Secretary. 9th day of May > A- D. 1969 • before me personally came JohnD.Healey • Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and j j£ Dallam , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being oy me severally duly sworn, said that they resided in the City of Baltimore, Maryland; that they, the said John D. Healev m& J. E. Dallam were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like ordev as Vice-President and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.69- •• •• ..IJer.b.e.r.t. Notary Public. Set. (SEAL) (Signed) STATE OF MARYLAND ] BALTIMORE CITY, J I, Robert H. Bouse , Clerk of the Superior Court of Baltimore City, which Court is a Court of Record, and has a seal, do hereby certify that Herbert J. Aull , Esquire, before whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the seal of the Superior Court of Baltimore City, the same being a Court of Record, this 9th ^ay of May ' ^" ®' ^ 69 (SEAL) (Signed) Ro.bfir.t..U.»..0.QU9fi. Clerk of the Superior Court of Baltimore City. FS 3 (9-67) .—„ COPY OF RESOLUTION That Whereat, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice- Presidcnts in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or.otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. J, George R. Downer , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Frank G. Cavignac of San DiegO, California , authorising and empowering him to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting ' the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the llth day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on MAY 2, 198*t. . (Date) Assistant Secretary. Page 19 BOND NO. ^0-0120-1076^-8^ 1 PERFORMANCE BOND PREMI UM: $4,9M».00 KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. ~7S"J7 adopted JT-/-^ / » has awarded to L. R. HUBBARD CONSTRUCTION CO., INC. f hereinafter designated as the "Principal", a contract for: CARLSBAD REDEVELOPMENT AREA STREETSCAPE STATE STREET AND GRAND AVENUE CONTRACT NO. 3715 in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terras thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, L. R. HUBBARD CONSTRUCTION CO., INC. , as Principal, hereinafter designated as the "Contractor",and UNITED STATES FIDELITY AND GUARANTY COMPANY as Surety, are held and firmly bound unto the City of Carlsbad, in the sum of FOUR HUNDRED TWELVE THOUSAND THIRTY FIVE & 68/10QDollars ($ *t12.035.68 ), said sum being equal to 100 per cent (100%) of the estimated amount of the contract, to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents. TOE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Contractor, his/her or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well"and truly keep and perform the covenants, conditions, and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carlsbad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. Page 20 And said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terras of the contract or to the work to be performed thereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. In the event that any Contractor above named executed this bond as an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named on the 2ND day of MAY (Notarize or Corporate Seal for Each Signer) L. R. HUBBARD CONSTRUCT! ^^ UNITED STATES FIDELITY ^D GUARANl 'ANY ' Frank GT CaVlgnac -AKorney-in-ract-AK Suretv STATE OF. COUNTY OF_ On this CALIFORNIA SAN DIE3O ss: 2ND .day of-MAY ., 19-M before me FRANK R.personally came to me known, who, being by me duly sworn, did depose and say chat he resides in PI EGO, CA that he is chc_ of the. ATTORNEY-IN-FACT UNITED STATES FIDELITY AND GUARANTY COMPANY the corporjtian which executed the foregoing instrument; that he knows the seal of the said corporation; that the seal infixed to the said instrument is such corDora^-scakithat it %vas so affixed by order of the Board of Directors of the saiJ corporation, and ch«*F«py!W^^ _^ . ff . ) ? ^rfSLS****. _ .~...A Jt S^ X / §r / ^^JUDITH S. KING NOTARY PUBLIC • CALIFORNIA • PRINCIPAL OFFICE IN _ SAN DIEGO COUNTY My Commission Expires September 29, 1987 NOTARY PUBLIC Jd£ (CERTIFIED COPY) GENERAL POWER OF ATTORNEY No &Q253 Know all Men by these Presents: That UNITED STATES FIDELITY AND GUARANTY COMPANY, a corporation organized and existing under the laws of the State of Maryland, and having its principal office at the City of Baltimore, in the State of Maryland, does hereby constitute and appoint Frank G. Cavignac of the City of San Diego its true and lawful attorney in and for the State of , State of Ca 1 i f o rnia California for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said UNITED STATES FIDELITY AND GUARANTY COMPANY, a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said UNITED STATES FIDELITY AND GUARANTY COMPANY, through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said Frank G. Ovignac may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said UNITED STATES FIDELITY AND GUARANTY COMPANY has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its Vice-President and Assistant Secretary, this 9th day of May • A- D- 1969 UNITED STATES FIDELITY AND GUARANTY COMPANY. (SEAL) STATE OF MARYLAND, BALTIMORE CITY, (Signed) (Signed) By John D. .Healey J. E. Da11am Vice-President. Assistant Secretary. .ND, ) J On this 9th John D. day of Healey May , A. D. 1959 ' oe^ole me personally came , Vice-President of the UNITED STATES FIDELITY AND GUARANTY COMPANY and j g Dal lam , Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they resided in the Gty of Baltimore, Maryland; that they, the said John D. Healey and J. E. Dallam were respectively the Vice-President and the Assistant Secretary of the said UNITED STATES FIDELITY AND GUARANTY COMPANY; the cor- poration described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corpora- tion, and that they signed their names thereto by like order as Vice-Pre»ident and Assistant Secretary, respectively, of the Company. My commission expires the first day in July, A. D. 19.69- • • •• (SEAL) STATE OF MARYLAND BALTIMORE CITY, (Signed).Her.be.r.t..J.,..A.i|U. PubKc. Set. Clerk of the Superior Court of Baltimore City, which Court is a Herbert J. Aull , Esquire, before I, Robert H. Bouse Court of Record, and has a seal, do hereby certify that __ whom the annexed affidavits were made, and who has thereto subscribed his name, was at the time of so doing a Notary Public of the State of Maryland, in and for the City of Baltimore, duly commissioned and sworn and authorized by law to administer oaths and take acknowledgments, or proof of deeds to be recorded therein. I further certify that I am acquainted with the handwriting of the said Notary, and verily believe the signature to be his genuine signature. In Testimony Whereof, I hereto set my hand and affix the sea] of the Superior Court of Baltimore Gty, the same being a Court of Record, this Q^h day of May ' A- D- 19 ^9 (SEAL) (Signed) Ro.bfir.t..H.»..9.Qttee. Clerk of the Superior Court of Baltimore City. FS 3 (9-67) —•.. COPY OF RESOLUTION That Whereas, it is necessary for the effectual transaction of business that this Company appoint agents and attorneys with power and authority to act for it and in its name in States other than Maryland, and in the Territories of the United States and in the Provinces of the Dominion of Canada and in the Colony of Newfoundland. Therefore, be it Resolved, that this Company do, and it hereby does, authorize and empower its President or either of its Vice- Presidents in conjunction with its Secretary or one of its Assistant Secretaries, under its corporate seal, to appoint any person or persons as attorney or attorneys-in-fact, or agent or agents of said Company, in its name and as its act, to execute and deliver any and all con- tracts guaranteeing the fidelity of persons holding positions of public or private trust, guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings, required or permitted in all actions or proceedings, or by law allowed, and Also, in its name and as its attorney or attorneys-in-fact, or agent or agents to execute and guarantee the conditions of any and all bonds, recognizances, obligations, stipulations, undertakings or anything in the nature of either of the same, which are or may by law, municipal or otherwise, or by any Statute of the United States or of any State or Territory of the United States or of the Provinces of the Dominion of Canada or of the Colony of Newfoundland, or by the rules, regulations, orders, customs, practice or discretion of any board, body, organization, office or officer, local, municipal or otherwise, be allowed, required or permitted to be executed, made, taken, given, tendered, accepted, filed or recorded for the security or protection of, by or for any person or persons, corporation, body, office, interest, municipality or other association or organization whatsoever, in any and all capacities whatsoever, conditioned for the doing or not doing of anything or any conditions which may be provided for in any such bond, recognizance, obligation, stipulation, or undertaking, or anything in the nature of either of the same. /, George R. Downer , an Assistant Secretary of the UNITED STATES FIDELITY AND GUARANTY COMPANY, do hereby certify tliat the foregoing is a full, true and correct copy of the original power of attorney given by said Company to Frank G. Cavignac of San Diego, California , authorizing and empowering him to sign bonds as therein set forth, which power of attorney has never been revoked and is still in full force and effect. And I do further certify that said Power of Attorney was given in pursuance of a resolution adopted at a regular meeting '. the Board of Directors of said Company, duly called and held at the office of the Company in the City of Baltimore, on the llth day of July, 1910, at which meeting a quorum of the Board of Directors was present, and that the foregoing is a true and correct copy of said resolution, and the whole thereof as recorded in the minutes of said meeting. In Testimony Whereof, I have hereunto set my hand and the seal of the UNITED STATES FIDELITY AND GUARANTY COMPANY on MAY 2, 198A. . (Date) Assistant Secretary. Page 21 GENERAL PROVISIONS 1. PLANS AND SPECIFICATIONS The specifications for the work shall consist of the latest edition of the Standard Specifications for Public Works Construction hereinafter designated SSPWC, as issued by the Southern Chapters of the American Public Works Association, the City of Carlsbad supplement to the SSPWC, the Contract documents and the General and Special Provisions attached thereto. The Construction Plans consist of 14 sheet(s) designated as City of Carlsbad Drawing No. 238-2 . The standard drawings utilized for this project are the San Diego Area~~Regional Standard Drawings, hereinafter designated SDRS, as issued by the San Diego County Department of Transportation, together with the City of Carlsbad Supplemental Standard Drawings. Copies of pertinent standard drawings are enclosed with these documents. 2. WORK TO BE DONE The work to be done shall consist of furnishing all labor, equipment and materials and performing all operations necessary to complete the project work as shown on the project plans and as specified in the specifications. 3. DEFINITIONS AND INTENT a) Engineer: The word "Engineer" shall mean the City Engineer or his approved representative. b) Reference to Drawings: Where words "shown", "indicated", "detailed", "noted", "scheduled" or words of similar import are used, it shall be understood that reference is made to the plans accompanying these provisions unless stated otherwise. Page 22 c) Directions: Where words "directed", "designated", "selected" or words of similar import are used, it shall be understood that the direction, designation or selection of the Engineer is intended unless stated otherwise. The word "required" and words of similar import shall be understood to mean "as required to properly complete the work as required and as approved by the City Engineer" unless stated otherwise. d) Equals and Approvals: Where the words "equal", "approved equal", "equivalent" and such words of similar import are used, it shall be understood such words are followed by the expression "in the opinion of the Engineer" unless otherwise stated. Where the words "approved", "approval", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the Engineer is intended. e) Perform and Provide: The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to mean that the Contractor, at her/his expense, shall furnish and install the work, complete in place and ready to use, including furnishing of necessary labor, materials, tools equipment and transportation. 4. CODES AND STANDARDS Standard specifications incorporated in the requirements of the specifications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers or producers of materials so required either have such specifications available for reference or are fully familiar with their requirements as pertaining to their product or material. 5. CONSTRUCTION SCHEDULE A construction schedule is to be submitted by the Contractor within 10 days of award of contract. Contractor shall provide a block-by-block contract construction date in his schedule. If the completion date shown on the Notice to Proceed letter is not met by the Contractor, he will be assessed the daily salary of the City inspector for each working day beyond the completion date, as damages. Page 23 Coordination with the respective utility company for removal or relocation of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 90 consecutive calendar days from the date of receipt of said "Notice to Proceed." NONCONFORMING WORK The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 7. GUARANTEE All work shall be guaranteed for one year after the filing of a "Notice of Completion" and any faulty work or materials discovered during the guarantee period shall be repaired or replaced by the Contractor. MANUFACTURER'S INSTRUCTIONS Where installation of work is required in accordance with the product manufacturer's directions, the Contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the City Engineer. 9. INTERNAL COMBUSTION ENGINES All internal combustion engines used in the construction.shall be equipped with mufflers in good repair when in use on the project with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48. 10. CITY INSPECTORS All work shall be under the observation of a City Construction Inspector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve Contractor from any obligation to fulfill this contract. Page 24 11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if, through mistake or otherwise, any 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 such insertion or correction. 12. INTENT OF CONTRACT DOCUMENTS The Contractor, her/his subcontractors and materials suppliers shall provide and install the work as indicated, specified and implied by the contract documents. Any items of work not indicated or specified, but which are essential to the completion of the work, shall be provided at the Contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract, the City will be the interpreter of the intent of the contract documents and the City's decision relative to saici intent will be final and binding. Failure of the Contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 13. SUBSTITUTION OF MATERIALS The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The Contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the Contractor, at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process , tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the Contractor shall furnish, erect, or install the material, Page 25 apparatus, equipment or process indicated or specified. Such substitution of proposals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 14. RECORD DRAWINGS The Contractor shall provide and keep up to date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the City at cost. This set of drawings shall be kept on the job and shall be used only as a record set and shall be delivered to the Engineer on completion of the work. 15. PERMITS The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the Contractor. The Contractor is responsible for all other required licenses and fees. 16. QUANTITIES IN THE SCHEDULE The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated. No claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the Contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with A unpredicted conditions, unforeseen events, or emergencies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to do so, The City Engineer will direct the Contractor to proceed with the said work as so modified. If an increase in the quantity of work so ordered should result in a delay to the work, the Contractor will be given an equivalent extension of time. Page 26 17. SAFETY & PROTECTION OF WORKERS AND PUBLIC The Contractor shall take all necessary precautions for the safety of employees on the work and shall comply with all applicable provisions of Federal, State and Municipal safety laws and building codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. He/she shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and public and shall post danger signs warning against hazards created by such features of construction as protruding nails, hoists, well holes and falling materials. 18. SURVEYING Contractor shall employ a licensed land surveyor or registered civil engineer to perform necessary surveying for this project. Requirements of the Contractor pertaining to this item are set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying service within appropriate items of proposal. No separate payment will be made. 19. CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS Reference to codes, ordinances and regulations are to editions in effect as to date of proposals. Abbreviations are used for agencies issuing standard specifications as follows: Agency Abbreviation American Society for Testing Materials ASTM U.S. Government Fed. Spec. National Board of Fire Underwriters NBFU American Institute of Steel Construction AISC American Standards Association ASA Underwriters Laboratories, Inc. UL Department of Commerce Standards CS American Concrete Institute ACI 20. TESTING All tests shall be performed by the Contractor at no expense to the City. H U D REQUIREMENTS NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offerer's or Bidder's attention is called to the "Equal Oppor- tunity Clause" and the "Standard Federal Equal Employment Opportunity Con- struction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female 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: Timetables Goals for minority participation for each trade All Trades Goals % Until further 24.0 to 30.0 notice Goals for female participation in each trade Goals (percent) From Apr. 1, 1978 until Mar. 31, 1979 .... 3.1 From Apr. 1, 1979 until Mar. 31, 1980 5.1 From Apr. 1, 1980 until Mar. 31, 1981 .... 6.9 These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Oppor- tunity Clause, specific affirmative action obligations required by the speci- fications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employ- ment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the golas will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the sub- contractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this Notice, and in the contract resulting from this solicita- tion, the "covered area" is State of California, County of San Diego. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11245) 1. As used In these specifications: a. "Covered area" means the geographical area described in the solici- tation frcm which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer indentification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcon- tinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identi- fication). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Home- town Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (inluding goals and timetables) shall be in accor- dance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has em- ployees. The overall good faith performance by other Contractors or Subcontract- ors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The Con- tractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agree- ment, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regula- tions promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment oppor- tunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, in- timidation, and coercion at all sites, and in all facilities at which the Con- tractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on- site supervisory.personnel are aware of and carry out the Contractor's obli- gation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruit- ment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organiza- tions responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along v/ith whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Con- tractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen, etc., prior to the initi- ation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female stu- dents and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notifiactions to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and en- courage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assign- ments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these speci- fications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. •......• 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor- union, contractor-community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the enployment of minorities and women in the industry, ensures that the concrete benefits of the program are reflect- ed in the Contractor's minority and female workforce participation, makes a good faith effort to meet its indivdual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Con- tractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a seperate single goal for women have been established. The Contractor, however, is required to provide equal employ- ment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including sus- pension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Pro- grams. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at -least includa for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g. mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay,"and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the appli- cation of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Devel- opment Block Grant Program). FORM APPROVED BUDGET BUREAU 50. 63.R1133 (2-6?} , €.. U. -S. DEPARTMENT OF HOUSING AND U32AX DEVELOPMENT CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Eame ©f Prime Contractor • Project No. • INSTRUCTIONS This certification is required pursuant to Executive Order 112U6 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract vhether it has ' participated in any .previous contract er subcontract subject -to the equal opportunity clause; and, if BO, vhether it has filed »"n compliance reports due under applicable instructions. ..J Vhere the certification indicates that the subcontractor has not-filed a com- pliance report due under applicable instructions,* such subcontractor shall be required to submit a compliance report before the ovner approves the subcontract er permits vork to begin under "the subcontract. ( Subcontractor's Hame: SUBCONTRACTOR'S CERTIFICATION • Address: 1. Bidder has participated in a previous .contract er subcontract subject to the Equal Opportunity Clause. YES CH . . SO CD 2. Compliance reports vere required to be filed in correction vith such contract or subcontract. . YES 113 ' 50 [Z2 3. Bidder has filed e~n compliance reports due im~er applicable instructions, including SF-109. " 'lESCflL ^^ZH " KO!JE REQUIREDEZI 1;. If aa,sver -to itesi 3 is "No," please expis.ii: ii detail on reverse side of this certification. Certification - The information above is true end ccrplete to the best of ksayledge and belief. Name and Title of Signer (Please Type) ,- C Signature Date t QP 0 J 28-812 Budget-'Bureau Ho. 63R1137 U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY INSTRUCTIONS Th'js certification is required pursuant to Executive Order 1121*6 (30?.R. 12319-25). The implementing rules end regulations provide that any "bidder or prospective contractor, er any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract vhether it has participated in any previous contract or subcontract subject to the eo.ua! opportunity clause; and, if BO, vhether it has filed all compliance reports due under applicable instructions. Vhere the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. Ko contract shall be evarded unless such report is submitted. - <^ CERTIFICATION BY BIDDER - Bidder's Kane: Address and Zip Code: ' 1. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Y£3f I K0[ f (If ansver is yes, identify the most recent contract) 2. Compliance reports vere required to be filed in connection vith such contract or subcontract. YES Cj KO T ~ i (If ansver is yes, identify the most recent contract). 3. Bidder has filed E-'"1 compliance reports due. under applicable instructions, including SF-iCG. Kone Required EH3 . If ansver to item 3 is "Koi" please explain in detail on reverse side of this certification. Certification - The information above is true and complete to the best of my i/ kncvledge and belief. \ •> Kame and Title of Signer (Please Type) Signature • Date Rdltlnn Is Obsolete fU. S. DEPARTMENT OF LApOR - Employment Standards Administration, OFCCP . . i • ,. . . . ...... MONTHLY EMPLOYMENT '• COVERED AREA ISMSA OH EAI UTILIZATION REPORT i This report is required by Executive Order 1 1246, Sec. 203. Failure to report can result in contracts being 2, EMPLOYERS l.b. NO. 1 cancelled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts of federally assisted construction contracts. 3. CVffflENT GOALS 4 REPORTING KRIOO ' MINORITY: FROM: FEMALE: TO: U.S. Department of Labor NAME AND LOCATION OF CONTRACTOR Employment Standards Administration Office of Federal Contract Compliance Programs 880 Front St. Rm. 2-S-19, San Diego, CA 92183 CONSTRUCTION TRADE 6. WORK HOURS OF EMPLOYMENT (Federal & Non-Federal) Classifications Journiiy worker APPRENTICE TRAINEE SUB-TOTAL Journey worker APPRENTICE TRAINEE SUB-TOTAL Journey worker APPRENTICE TRAINEE SUB-TOTAL Journey worker APPRENTICE TRAINEE SUB-TOTAL Journoy worker APPRENTICE TRAINEE SUB-TOTAL TOTAL JOURNEY WORKERS TOTAL APPRENTICES TOTAL TRAINEES GRAND TOTAL 6u. TOTAL ALL EMPLOYEES BY TRADE M F ..^g ^.^ i . . . ~.~ ' ;. • ' ' '.;' !•• •»«.' ;-:V?; ,,,,..,-r ' • 'l .,,.wr:. 6b. BLACK (Not of Hispanic Origin) M F -Trr-jrc ^ '^ „ —\\ ..^^ ••^.--r 11. COMPANY OFFICIAL'S SIGNATURE AND TITLE V OMB APPROVAL NO. 44 -R 1396 •-.,,-, -». .-»-"- L,- .,.,......-, 6c. HISPANIC M F . . ..._.,,,.. .,,.„-,,,.„ i "77T--™— - I i i i 6d. ASIAN OR PACIFIC ISLANDERS M F i .»«:-, .-;,.;..-: v i " .-•yV; ;v." -• _-.. 1 t 1 Go, AMERICANINDIAN ORALASKAN„ NATIVE ... M F .,.-,,— ,^T. /.^>,..-!!WS,«r ..Up 'vv*^-I$f • • *v ':< , ••'• T^JTT^T , I.T' •"'*•";.•• ;Jt"t.'" -^.y 7. MINORITY PERCENTAGE :^?;'':;;" ' U^H^..^^.; ^Ppt^'v": , •^^ji^: ':^5fPD' '¥3'?$$''™.- ' 8. FEMALE PERCENTAGE ,.,., ,,,.„,..... _,,.,.„,.,,,-,,,, TWZ*^. .rn^,.,,^,J.,^ ^,.^,.^.. 12. TELEPHONE NUMBER (Include area coda) 13. DATE SIGNED 9. TOTAL NUMBER OF EMPLOYEES "Ml F i i.,, i i ,.;.,^. i FEDERAL FUNDING AGENCY 10. * TOTAL NUMBER OF MINORITY EMPLOYEES M F . . -,...-.r«T 1 .. -. .'. .... ... •-;-::,- -T— i 1 PAGE A OF J FORM CC-2S7 (Rtv. 9/781 » . • • • Page 46 1 INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC-257) The Monthly Utilization Report is to be completed by each subject contractor (both prime and sub) and signed by a responsible official of the company. The reports are to be filed by the 5th day of each month during the term of ths contract, and they shall include the total work-hours for each employee classification in each trade in the covered area for the monthly reporting period. The prime contractor shall submit a report for its aggregate work force'and.collect and submit reports for each subcontractor's aggregate work force to the Federal compliance agency that has Executivs Order 11246 responsibility. (Additional copies of this form may be obtained from the U.S. Department_of Labor. Employment Standards Administration. OFCCP's regional office for your area.) • . Compliance Agency U-S. Government agency assigned responsibility tor eqpal employ ment opportunity. (Secure this information from trts' contracting officerj _ . . Federal Funding Agency . . . U-S. Government agency funding project (in whoia or in part?. If * more than one agency, list all. • . Contractor «•'« * -Any contractor who has a construction contract with th* U.5. Gov- ernment or a contract funded in whole or in part with Federal funds. Minority Includes Blacks, Hispanic-. American Indians. Alaskan Natives, and Asian and Pacific Islanders—both men and women. 1. Covered Area ' ' Geographic area identified in Notice required under 41 CFR 60-4.2. • ~ 2. Employer's Identification Number Federal Social Security Number used on Employer's Quarterly Fed- . .- . eral Tax Return (U.S. Treasury Department Form 9411. X Current Goals (Minority It Female) ~. .See contract Notification. . • • ' * • • 4. Reporting Period ." Monthly, or as directed by the compliance agency, beginning with the effective date of the contract. 5. Construction Trade Only those construction crafts which contractor employs in the covered area. ,-. 6. Work-Hours of Employment (a-e) a. The total number of male hours and the total number of female hours worked by employees in each classification. • • b.-e. The total number of male hours and the total number of female hours worked by each specified group of minority employees in each classification. Classification . '. .The level of accomplishment or status of the worker in the Trade (Journey Worker, Apprentice, Trainee) * * . • " * 7. Minority Percentage . .The percentage of total minority work-hour* of »H »*orh-hoor* (the Sum of column* 6b. Sc. Gd. and 6* divided by column 6a; just on? I ' • f igure for each construction trade). * • •8. Female-Percentage .For each trade th« number reported in 6a. F divided by :h« sum of ; Vie-number*-reported in 6a.-M end r •9. Total Number or fmpioyees .Total-number of male and total number of female employee* work • ing HI e»ch -ciawtfteation of eacn trade in tn«contractor s ag^rcqar* work force during reponirM) p«noa. 10. Total Number of Minority Employee* .Total number -of male minority employees and total numher c' •f>mal» minority employees working in each classification in eacn trade in the contractor's aggregate work force during period. FEDERAL -MINIMUM WAGES Attention is directed to these Special Provisions and Decision No. CA83-5119 of the Secretary of Labor contained herein. •TkTBl C*II(O(«I*KCIIION NUHBtRI Ckll'tl Iup«llf4** Ctolllon N«. C<PCSCRIPTION or MOKKI »ul COAiUtUt ol *ln<|U !«• MtciTOt MORKUU MICKLAtr.Hlli ITOHUtMOHf •KICI, liot'l «nJ CtONCHAaON*' TU4DCMCUrtHTfUll Ctlp«HI«llriu4ii»«> Nlllvf lyhtll rn*UMtl« MllMl NflJvooJ Moot* CrNCMT MASONIICtMnt HMOfl*Color Hoik, Co*|W«UlM, M**tlc or C|ioiyi rUUklnf Michlftti Cuib N*ehln* DIVtMl B|y»r St»nd-by Dlv«r*T«mJt« DknMli. 1NSTALU*1/ LATUCM OIUXM.I. HMISUCM CLECTXICllllll tlcctllcUn* C»bl* lpllc«(* Ollllly TtchnlgU*. Ivtind ln*t«ll*i* fUVATO* COHStl»UCTOM» Iff cktnlct ••Iptf • Piut»tlon<|y K«lp4l« VLUUkl •1 1Ill-tilldin* Pi Icintu! »-• •MM iHii"ll.lt11.11 lt.41 II. t*11.11 11.14 14.11 14. M 41. IT 11.04 It. II lt.»t It. 11 ll.lt 11.11 11. It 14.41 11.11 It. IT 11.11 II. IT ircMio •m*oj««t* u« n*1 r*» *-«•ii.ir1.14 l.ll 4.14 l.ll l.lt 1.11 LIT 1.4*1.11 l.ll 1.11l.ll 1.11* 11 l.ll*11 )l 1.41. II ttt|*> £ 1.4t» ft l.lt EM DtCWWI cwiimri ••* ol*i*>OATCi 0*k* ol Ptibllo*ll< ltpl*>b*l 1, Itll, 1* IT 1 (Ineludliif Mil<l**il*l fu ptiUinU of lo »nd liwlw •( H»l«« Oillllnfli Nlffcw IROMMORKMtl P«M« fKOIOI* IMIOATIOM *M (ANN imlNIUUU LINK COHUTIWClIONl OiovndMa 11 MM* Obi* lpllc*i« i(w»k. Pilot (vrMtliuib KvlAf iUf*|>IpxyP«pi(fc*nf*K, IpriyItolltf *t>1*|p>nilbl<*l*( |iwln| »t*9*|i lion, *tt«l *nd bild** pttitttf* (•«l»l •**»•!( If Oft,•l«tl •al kiUf*pilnoi^lpily |«wln| •t«««| ••nd£l*tt*ri lion, IIM! tnd bcldf* p*lat*c- Ifioundwarkli lion,• !••! ml bit 41* p*lm<i«f (pi*y («iound vofkll klftiK, cllnbtn •toll liaifc. cllsblnt• ml end bildfii Iprty cllvblng •(,••! *iid br UQ*ft««p(*)iok T*p«l . ' . • • 41 • ItIT ifSJ'**t *ul> "'M 111.41 ll.lt 11.11 11.11 11.14 11.11 11.11 II. IT It. IT It. 11 It. It 11.11 1 »*•••~.» fl.tl l.tl It* l.lfl Itl.lti41 41 4. IT 1.41 4. 47 I.IT 4.41 I.4T 4. IT • • • PIXIIIO* MO. CMl-tllt PAINTimil ICont'dlP«(kln« tot Motk •«d/OC •Ifkwtif M*ik*(*iTl»lll« Dill***ll»f0«»l«* •polleMorMfc«*l lloplMtilUri III Ip4lf And fliftd*kUiiir•litiiy l**l Op«i*llo«|Tl«llla luiUa* fio-ItatU* Co*tl*f»ppllo*(0(Mli*r Optictof f^UMf** M»*l »PPll- • CttOf Op*l*lM| •«* Top MH rUJUkCil PLACTtHDII' TIMOHI tu»riti*i*i Alt con- dltlon, ««l(|i«c*tl«4ltuoartuinter Mtr»t MOMIMion ruho» u«cu Tit*, HAUlt, l*dt»»Aiio icncu TILC, KAMLI, «n4TEMWIIO rmiivcu UulORCUlOicup Cioup TUIUItk LMOktMl Cioup CioupQioup • • *•*"•"•t? 111.41 U.tl 11.4111.11 ll.ltl.ll11.41 11.11 11.11 14.14 11. If ll.lt 11.11 ll.tt 11.11 11.1111.11 I4.ltll.lt11.41 • , »*«.••'""• l.M»b .l**b,4l«b !ll.1* .11.11.11.11.11 • 1* .1* .11..11 .11.11.tl PM* i POMM (OUlrHCMT OPCMTOIUOcouf 1OlOup I OfOup 1ttff*ua Avrvup * OlOup |Ciaup i Oloup 1 OlOup 1 Oioup I lugtio* p|*df*|| H*tck tn«lnt«l| Mtldil VlnctoM |9ttl« NUah ••f Qt*i1ll| OtChhlllKJlru»*«i 011*11U«**k«itd CtAMSHCU OWMUl M*tck >nflM*lt «»d PlCkMt* ric*MR| 011*1 TCUCI OIIVCMi Cioup Oioup Ciaup Cioup Cioup Ciaup (M •MI lll.lt U.tl11.11Hit. w IT.ll IT.lt IT.ll11.14 11.11 11.11 11.11 11.11 11.41 11.11 11.11 11.14 11.11 I4.lt lt.lt lt.lt lt.lt It. It ll.lt f~*•mui 11.11 1.11 1.14• lii . 41 1.14 T.lli.tiT.II 1.14 1.41 1.41 1.41 1.41 l.ll 1.41 1.41 1.41 1.41 t.4t 1.41 t.lt t.lt l.4t £ I 1 E * 3 nl M • C/J ra"O 3" cr d*c. 9u orcmoM MI. CAII-SIII r.|« I NKUtMl » Receive rate prescribed for «r*lt perlorolnfopecatlon U which rl9«lnf or vddlnf I* Inoldont*!. *Tl:«iiIuy«r contrlbuti* t% of bail* hourly tit* for $ yeiee*ttrvlci ind «t ol baato fcaucly rato lor » nontki to t yaara*eecelce a* Vacation ray Credit, 4 raid lolldayoi n through r. b. Knployer contribute* 1.14 fit hour to Rollday run.1 plu* 1.14re fcour to Vacation fund lot the licit y*«r of ooployoont.year but leo* than i yuce |.4t par kour to Vecillon, Syeai* but lea* than 10 year* f .40 par bout to Vacation fund.ovet It year* LIB pot hour to Vacation f»IO jfOI.IDftYji A-NJW Y«4f<« Bay i •- 0-UU>( Djyi l-Dty| C-lnd«p«ntfiiie« O*yiD«yi r-Chrl>Uu> My. IMOUM Broup li L*bai*c l9*n«i*l coniKucllanli Mphilt lionet - lpio»4«ri tecln* HjckUo TmJici Ctulkor; Cttipool Pl|«or »nj lnct*ll«ci Cbuclitknduf lucipt tunr.iUli Concrvlo CHtot|)>|H>ivluHi n«»lirjn« inJ r»c» Olln)i Concnto K«t«l curtnv,4uiilp.| Toitk O|M.«IUC (JmulltloAli OillUl'l Tin.lic |C»I«- oon| IncluAInt liotloiioro, 0(1 r«k-lt Hiehlno. Concitto CuttlnfTaich, Dry ficklnf ut canoiii*, |iluf<|lno, llllln| el lh>* koltMaUi, fin* Cl4<llf «* klyhwuyt. iKnvti «nJ tlcport ptvlaa |MHO(*nd 4«lnii)i I Inn «hen o*nloy<l|i toi» Dlawmi Oil in<! Oil • lp«lln« |.»|M>COCI Culn>4 rhimi J«t h«n| Iin4tc<|>« 0>cJ«nic• nd Muntiy HID) lll«r ••*• In canntcllon vllh Libonri KOtk|Hod litol «nd f»n»i >lpi|jy«c'i 0<cku|i Kin* (coiling.Kiting ill Jalnli. titling, ciulklnt, dli|»il»( mi pubUi Oiokit Joint* inj |ktlntln«|| tj|||iu4 work|.ibn(»>i *l99ln9 ind ll^nillnf, Hlpcip Vtantpiviri i«n<!bl«lt«f |fo« Tinduili Icilit. Itptlo Tink Dlg«*r *nd Inillllici Tink •r«l«i *nd CliiiMf, Tuul lh*il Ch«uki>| Mlnjow Cliinii) Hiligand Indtiitfyli HU MCISIM HO. CMI-tlll foto 4 UWMWM ICont'd) coup li Aapfcilt Rakeri •uo.oyieobll* Mam Cement Dtmpor Ion Iyard or lacier oilier* and kandltno, bulk c«oeni)i Conceit* |*« Mm loiclmlliif tiMtec typ«« »oto-tc««ptr, Cklpplnf a»n*if Con- cioto Coro Cvltor «nd Conccoto Orlnd«( ond >*nd«(|| Ctltbtf -(kac«rt Ua« Inf *nd Tronob •cwtln*. «»nd-»«ildtdDillUt » •II novot Ol|IU> Includlnt Jickkiw*r, Hhtthtr Coco,Dlinond, Ua^on. Tl*ck, Naltlplo Unit. «nU til lypoo ol H*cknnU«lOrllll olthout «*fird to tbo lota ol Mtlvo po-ici Dcllltc (ill oikx vhoco dcllllni U lor uoo ol o>ploilv>t|i Qn *nd Oil rlpi- llno H«»pp«r |>ok Tondot and tain IUn|| G«* «nd Oil ripillni HiiMxr |i I nek flpl ind *vor|| 0|w»tot onJ Tondor* ol pncn-Mtle, f*o *nd olocule tooln concroto ttinpoi Vlbr«tln« lu-eklnoti Multl-pUt* l*p«ct Mronck «»d ololltr Hctiinlc^l tool*not *<P*r*t*ly «|***lliod boiolni Plpcliy«c |porloraln« *ll »«c-«lo«o In tbo l*ylnt *<id Initilutlon. ol pip* Iron tbo point ol loeolvlno plpo until conplollon ol tho O|>or*tlon( Inelu4lng anytnd all loin* of tubuUr n*t«rUI. vhottior rlpo, Httilllc orHon-*i*t*llle> Conduit and *ny otnor itatlonicy typo ol tubulardivlco uaod lor tko convoylnq ot oubatanco or atiuini, ubttkor wator( oewifo, oolld< •]*•. alt or otkor product* vh«t-*o-«v«rand vltnottt lotard to tko natuco ol a*t«rl*l Irco vblcb tk*tubular •atarlal la (abrlcttadi roudornani tliiltn* T*ndur*| rrolabrleatod Ninholo InotalUri dock Slln^ari landblaitor andMatoiblaotor |Moiilan«n|| Icalor luolng ioi'n Chile, falaly liltli•tool Hoidorboard Hani floo Ctlnbti, uoln^ n«ch«nlc»l iioUiIn gonnoctlon Milk Lkboroi'c *oik| Oun Han |<|unlto Induotiyl , , TUNNCb LMOIIM Oroup li *li*t*r*i DrllUtoi rowd«ro«ni Cherry plckocMnt Orout Qunneni (••)>•( and other tmeuaallo Concrete flacer O(«ieiiocNlnei* In vltoft dry tunnel* uuilet *lr*<it*. hlghviy* and alvllar placooi Hlnoto - tunnel (hand or oachlneli rowlernan (tunnvl work|| (teal for* Raloet* and (otturoi Tlnbetneni Metlnbuewrn *Kood or otoot Oroup Ii Conceet* Cro« llnolude*Ceiwj Tender lor tteel forn Kileet* and Retleiei Huckece - Tun-nel lhand ot oaclilneli Nlpperi >wa*|>«r (ll«Jk»in and Iwltchoinlon tunnel worki Vlbcatoineni JaokhMneri »n«u*itlc toola (eicupt Drlllecli Nutll-plate lopact Urencb Oroun )l rovderaen - frlnir Moueo Illoeneed on tunnel voikllShalt and Hilie Ninon Ihllteeai Iliittri ||lc*nied| all wock of xhitevertype togaidl*** of ottbod und for *ucb loadkn« andPlaclni lull Oanf Huckor* ITraekoanli Chuekttndon Cibt«t«nd«r| " ' ' HodJaro and fpro«l*r*li Punrw*ni C/out O 3 5!a. Dl tn•3 Borr» "Zocr.oS •CCIIIOM HO. CMl-tllt rowt* tuurrHtHT Oioiip li Hiakxnani Coniifeeeuf Oii«ati>r| >n<|li,.er OllerfOtniiaton l*un|i| llynaUnni lvllol»<ni Oltehvltohi tle-vator Oinejioe (InelJe)i roc*11 It (unjer I ton*)i Group li Conocrt* Hlaer (eklp type)! Conveyori plieoani Hydra*•tatlc ruv«i| riant Opeiaiucr Generator, rue* or CoopreieoriRotaiy Drill Tender (oilfield)! fkloloeder - vheel lyp* upto 1/4 yd. vllhout •Uauhoentei lolle field Taghnloleni TarPot rlienaii) Tevpoiaty Neatlnq rlanti Tr»nokl*f Haokl** OlleriConcrete fu.p Oiler (truck oounled) Oroup It roid rviqvtnn (vltk draqtype attachment*)| H«ll«copter Radlooan (qroundli rover Concrete Ctfilnq Miehlneirover drlvnn Juolio roio letter) Itatlonery Pip* WfappUfand Cleaning Nachlnei Credall Olleri lurf* Tank and NelfhtMatter (Mot riant)i Tieneher oiler (lounlatlonali TruckCiane Oiler M*nt rlr*Mn| >«rlM M«ckln*» Ctilt)H»chln»i Cunciit* ru>0 Op«i*leri plnk*v toe•atlo or HotaiMH (II lon| I N*llcopl«r Nallli *lfklli»Cibltwjy •l9n«li»n> fow«e (w**ptr| Tl«nekl«| NickU* I upla ( It. li CoAcict* ru»p Op*r*lai, ti«wk •emttdi M*l(eopt«r Orcwp )t A-(r*M wlnek Truck Op«r«tori MpktU fltM orConcrete l*tek rimt Operator (wkir* eoiw*r*l*l powtr It•ol H**d, no !••* then em Gtntrtlor Op«r*tor I* l*4ulr*dltAtph*lt Spc*<dln« Michlo* Op»r*tor |fpr«»d*r l*r. >M *l*lltr||• It (h*r|>«n»ri loiBtn or M|I*IM*H |j>phtlt or aoner*t*|| Con-ci<t« Joint H*ehln» Operitor |on>l *nd ilnllir tfpvli Con-et»«» ri«n«r Opeialori Dtrrlckotn (olllUld lvp*)| PrllllniHtehln* Op*c*tor llncludlnf v*t*r v*lli)i MulpMiit Oitntr(Mabll* and Or**** Kaekli rorklllt 0»*i*tor lovil • too c»pfllydio-ktMtr - Afio Stoopm NydtcKjitphla l*«d*r .N«-cMn* Operator li«c«*, pulp, or **»d|i Michln* Tool Op*r»toriMif lunli Internal full Slab Vlbratof i H*chaiile»l rlnlikor Op*-rator |Concr»«a-Claiy-JohB*on-*U«»ll or *lolla(|| ravaotnlOfiriator |tri.ck awunlad, ollar <t<|ull*d|i Road OilMUlnf Machln* Op«*to<i Holler Opiiatoii •»•• Cairlar Opa-lator ()ota*lt«)i S«l(-pioptll«d Tai ripetlnUi IUck|n« Ope-latori Sklploadar Operator («ln*l or track type o«er 1/4 yj. up to and IncluJInf IV, ydn.li Iklploader - »O'd rti^uton uyto 1/4 yd. wltk draf atlachcentu (Up roro Pmp Ofaraioc|po>*r driven kydtaullc IKtlnf de»lc* for concrete CoraieliScreed Optr^toci <tlnfcr Crane |kuetln-M*eterii or elallartrptli Tiavellnf ripe Mcapplne,, Cleanlnf anj lendlnf Na-cnlne Opeialori Tiuck type Loaderi Tufver Nolat U 4riM| DKIIIOM NO. CM)-Slt»raee I •fete Mlief Ovecttoi » f**l*( toiler r*e,»lta<l|i Ctane Oi>ei*tor |v*>t* and Uoiwdlnf tl ton eapacllyl (Oiler required) |U»>1 kooa r<yCmeklnf plank Operator (Oiler required! lutier* POWtaj •OWIPHCHT OTEMTOM (Cont'dl Qroup tl Mpkalk or Conoreto plant Inelneeri Aefkelt of Conoreto•preedlnf Opeiatoi (taopln^ or llHliklniti ftapkalt Pttlnf MachineOperator (laibir Ore** 01 elnllar typed *mo«atU Curk Hacklnei••It tplloer ei Vutoanlieri Mt ll»a toad raotori Hefner raotor•r elollai Operator| •rldf* C«ane Oparatori Prld«e type (Wloade*••d Turntable Operator! Caet-ln-plaee Laylnf Machlnri CoAlnatlonNlier and Coopteeeor teeiator (Ounlle vorkli Conciele Nlieri Con-Tiwf»tor - ra.In ' - - - lln| tl I•l>pllcabl*|| Cmeklnt . . ...•arolal paver U not y»«d, no lee* tkan on* Cenerator O|>erator I*r*lMlred|| Beck Cnfln* Operatari Orl^i ooctori tlevellnf Grade Ope- I a tor i Oradall Operator (Oiler re^ulredli Grade Checked Oroutlitf Maohln* Opeiaton Ouard tail Po*t Driver Operalori Heavy •»!> *••kalrnant keltt Operator (ain«le drun - (wck »olel « Cklc*«o iooe> and alnller type|i Kolat Operator (I or I diu»|» lolaan tail Loader a*d elnllar type (ukan too or not* at* votkUf tcsethac an aJJl-tlonal enployee akall be re<i»lie<l|| UTourneao ilob Co^xetor or•Inllar typei tilt Nokll* Operator (Oiler required)! Lift (tab Maahlne Operator (Vaftborf and elollar typeeli Material Kolal Operator It druo|| Mueklnf Kaeklne Operator (1/4 yd.) |0|Ur required! jmbber-t!red, rail or track typeli rile Driver Ope- rator (Oiler required)| rneiuutle Concrete Pltclnq Machine Operetor |lackley-rr*»«ell or elollar typoli Pneuoatle MeHInq nnelli runpcrete Gun Operated rolar Oantry Crano Ope- acy Drill operator (eacludlno C*Iaeon type!(Oiler re- quired)! lubber-tired tartk Novlnf Cqulpoent Operator (alnete*nelne • Cateiplllar, (uclld, nthay liaqoo - Mater pull* and ri- al far type* with any en* all attachment* up to SO cu. yd*, (truck)i Ihleld (tunnel)i runpcrete Cu* Operated polii Gentry Ccane Ope- raton lot - -'-^^ - ' - ' —';i sg Kubber-UrH (craper Operator (atll-loadlnq piddle oheel type - John Deeie 104 and ilnllar (InqU unltli fklploader OperatorIwkeel or track type, over It yd*, up to and Including IS yde.li •tinier Crane |»u*tl*-Me*ter*-rettlbon« dr dollar type! (over I ton*! | lurlaer Neater* aad rianer operatori tractor Cutpreiaorprill Cooklnatlo* Operator! Tractor Operator (Bull Deter. Tarpcr.Icraper. and ruak Tlactor, alnfle *nqlne|| Trenchlnf Machine Ope- rator (orer I It. depth capacity » •anulactmer* rallnql (Oiler lequtiedli Tunnel locowitlve Operator III to II tonali Unlveiaaltqaloo«nt Operator (Shovel, kickhoe. Dtaqlln*. Clanahell. bp to and |*eludln« I «u. yd. H.I.C.I (Oiler requUed) (Lonq tooo Pay applicable)i Welder l«cnci*l| » { 3 2o> I tr.8 Old 1) I OH NO. CMl-Sllt M9t 1 KIWI.". lOUIKtl.NT OfLKATORf (Cont'JI Croup Ti. Autooatla llneau Tenelon Hjchlne (1 Operator required) ICrane Operator (nvrc )S ions, up to and Including 100 ton H.».C.|(Lon<) rto«« rjy applicable) (Ollec ir<|ulreJ|i Derrick (erae Ope-oto( (oiler required, up to 100 loin) (over 100 lone, rlteeun orOl)«c required)) Dual Dru« Mlicf (Oiler required)! llolat Operator|> 01 ] drux with boM attachment) i llolit Operator (SUM Leg, OuyDerrick 01 »lallar type up to 100 ton capacity! |OIUc required,Lonf Boo* pay applicable)) Loader Operator (Athey, Cuclld, SUrt*or *(«ller type)) nonorelt Locomotive Operator (iljeael, ga*, orelectric!) Noloc Patrol - Blade opinion Hultlplt Engine TractorOperator (Euclid *nd ii»tl*t type, eicrpt Quid » C«t|| frt-ttcoicdWrapping Mjchlni Optr«tof II Opttjlon ie<|ulr«d|i Rul>bec-tli«d CtrtkNovlnf tqulpmnt Opttjtor (nultlplt cnflnt, Cuclld, Cittlpllltc «nd•l>ll*f typ< up to SO cu. ydi. »ttuck)i Trtctot laadtr Optrttor(Ci«»l*t «nj wheel typ* ow«t C| yil>.|| T<«cto( Ofeotot (booa• tt«chn<nti| (ovu 40 It. Uxin, Ollei iei|ulieil|| Tovtt CfJnt Opi-itlot (two 0|>ci>tor> rtqulccJIi Tow«f Cone R«p<li*in| UnlvtccalC>|ulp*«nt O|>i;r*toc (Shovel^ fiichhoe, Draqllnt, ClA««h*ll# over Icu. yd. H. It. C.I i Wi-IJfi - ccrtKUJi KilJor-llnvv Duty »f(>«lc»»nWood! Nlier Operator «nj other ilclur fuualll Cqulp- Oioun It Auto CttJer Optiator (on* Grade Checktc and one adJltlonale*|>|uye* required)! Aiito*etlo Clip Foin 0|>er«tor |0r*de Checker andone ailJIllonal employee re<|ulrcJ)i Citni Operator (over (00 tone,Iwu Opeialuit reguli>d, Ion.) noon r>y '»|>|>llcalile) i H*ee IHuavaiurOftKtgr (lki> ur »oie di>eiatur* and 011(1 required, teat linn 7^0cu. yde.li Mei-hanlt-al rlnUhlnj IMc'ilne Operator) Mobile t'uimeedL'.nth Hovinj tqul|>*iMit Operator (*>ul I l-en^lnn, tuclld, Caterpillar,art<] elnllar type over SO cu. yda. (truck) | Kubber-tlred Scraper Ope-ratur (puihlnf one anulher vlihout Puih Cat, Pulli Pull - 1.50 perhour additional to knie rate) i Nulher-t Ited Hell loading IcraperOpemtur (|'«J.lle vlie«l - du'j«t type Oel( Loading, } or nod unite) |I'ulir Crjrie Operatori Tamlrei Ci|uli>nrnt Oi>erato( |1 unit* only)) ran*deei Ti actor Opeotor (Quad t or alull^r kypeji Tunnel Molt torlnfMachine Opvialor cu. yde.li Mei-hanlt-al rlnUhlnj IMc'ilne Operator) Mobile t'uimTiatfeter Oit*rjlOfi Motor Patio! OpeiJlor (#ul t l-*n«|ln* ) I VlpeHoltlle M4cli|nr Operator (two Operatore re>tulred)| Mubuer-t Ire' erii than four |4| >yee* required - Oiler, Welder - Hochanlc and Grade Checker)! Oroup »r Canal llnet or Trliwec Opeiatori (notiiloyeea r«aHellco|iter flloli Ml<)hllne Calileuey Opeiituri Hewle ConKolledl^aith Novln<| t>|ulp«enl Oper^tur (no une Operator fliall operate «ortthan Iwti plefvt ot earth w>vlnv «.|II||>»JMI at on* tleiel HI.00 iierhogr additional to riaae raleli Mhtil t«cavtior Operator (over ISOcu. yda. per hour, t»u Operator* and one Oiler and Ixu Heavy dulyRepaliven required) OCCUIOM N6. CAIl-SIII Page I TiUCH DRIVCM Oroup li Trafflo Control) aleo Ivaieper* and rickupi Oroup >| I ail* Oueipai 1 ait* flatbed) (unhemant Concrete Pvuplngr Industrial Lift) Uarehouieaunt rorkllft, under 11,000 lt<i. Croup )i } aile Du*pt 1 a»le riatbedi I anl* Mater Truck«i trotlonControl Noislecani Otmpcrete, le«j than tVyd*.i forklllt IS,000 lb>, and overt Prelti Pipeline working Truck Driver) Road OilSpreader) Ceoent Olatrlbutor or Slurry Driven (oonnant R>i<Carrier Croup 4r Off-road Ou»p, under 3S tonei 4 *«le but l*«e than 1 anletLowLed and Trailer) Tranait Hl«, under t yda.t ) a«le Water Truc«oErosion Control) Grout Mlneri Du**pcrete IS yd*, and overt DunpiieraiDrf 10'*, JO'* and overt fuel Truck and Oynanlte) Winch, 1 aile, Truck Crcaiei Croup Si Off-road Du«p, JS ton* and overt 7 airle or »or«i TraniltMli. I yd*, and overt *-fraia* or Swedish Craneat Ttre«»nj waterPull Tanker*) welder) Winch Truck, 1 ail* or *>or« Oroup ir Truck Repairman IVD. It 73 O Vnllited oleeclflcetlone needed for work not Included within the vcope Of the claaeUIcatlon* lifted nay be added alter awird onlya* provided In the Itbor itandaid* contract clauaee (Jl CK, t.S(•Mllllll) 7.o d.tu X) iV O) IOO9 orou Modification No. 1 114.10 14. 4t 1S.«* 13.25 14.17 7.«7 14.44 14.17 U.4f $2.422.11 2.2t .10 1.12-It2.111.21 2.11 41782 - > Ciiitoroi* Dlv»n Bryvall Xa*uU*c*/ tlcrmcat !•!»•«• 142.1221.0*20.0* 11.14 22.74 15. »2 U.17 1C.SO cetiirrleowrs *tn*c U?st», j nt»>la aerMM *ad/or It. 50 (l.lt I.I* .47< » .47. 1\ Group 4 Powdermen. Blaster, Group J Blaster, driller, powderman Croup S Final Cleanup ( Landscape Meintmw'* ••-«»* on newly landscaped projects) Tra«:«rrtro»erio«e«!'-« ,«,«poetedspeedie35mileaork»e per hour) Fence Enctor GroUgutmin Kemper and ottwr pneumatie conoM* placer operakx. rninar In trot dry lunnaie. under dam* 2 GroooJ Gmupl Cunt* Powdemun helper (lunc«l «MXk) Steel lormraiMr and sMer . • TitrtMrman. ntimberman - wood or steel Watchman Croup 4 BU*Mr (Uoemad) - M work <X loading hoto. and Making all ptwdar and esptoswea o» whaMvw type regardtosa el m»»wd uMd tor such loading and plating. Pcwderman (teamed) -primer house (tunnel wont) Shalt and raise miner SMlar Graupa Groups Group 1 Gnual Gunman Nozztenan. fodman Reboundman Houaemover Houaemover Tunnel Group 2 Bui gang mucker, tadoren Chuckundar. cabkttender Concrete crew (Indudea leddara and apuadem) Oumpman Grout craw Helper tor steel lam ralaer and »aoar Miner Candor machine) MucKaririihondrylunoila, jidwskvMa. hignwaym, and ilmHarplaeaa •*vr*- • . Swamper (brafcaman and j»*.nm«ii) on tunnel •«»<« Vbrtiomian, Jackhairmer, pnmmaticknla (tx*gi Jinn), imM plileliiipaUxiencft 30 ,,- SECTION 3 CLVJSEI •v •A. The work to be perforr.!c-d under this contract is on a project assisted, under- a program providing direct federal financial assistance froa the Department of Housing. 5 Urban. Development and is subject, to tha requirements of Section 2Fof the H&using- ani Urban. Development Act of 195S, as amended, 12 USC 1701U. Section 3 requires that; to the greatest extent feasible, opportunities business^;! concent'whacH"are located^'in, "or ovh"ed^in~siibst''the area of the project^ .......... ..^..^- -- - - •-• -• B. "The 3 Urban Developzen . . ^ orders of the Department cf Housing 5 Urban Development issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent thea froa co-plying with these requirements. C. The contractor will send to each labor organisation or representative of i*orkers with whoa he/she has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or worker's representative of his/her co-jnitr.ents under this Section 3 clause and tk shall post copies of the notice in conspicuous places available to cnployees and applicants for erploynsnt and training. - - - D. The contractor will include this Section 3 Clause in every subcontract for work in connection with the project and will, at the direction of the applicant for- or recipient of. federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing $ Urban Development, 24 CFR, 135. The contractor will' not subcontract with any subcontractor where he/she has notice or knowledge that the latter has been found in violation of regulations under 24 CFR, Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirc-nents of these regulations. E. Coqplianc( * . CPR, 135, Urban Devc shall • • project, successors and assies. Failure to fulfill these requirements shall'subjcct the applicant or recipient, its contractors and subcontractors, its successors and assigns to those sanctions specified by the grant or loan agreement or ~ • contract through which federal assistance is provided and to such sanctions I as are specified by 2*. CFR, 135. o O- 6500.3 Exhibit 2 CMUMJHITV M»«10»»«"T (kOCII Mint FIKIA* CMTlACTOri CIITiriCATlOM COMCIIWHC LAIOC STANOAtOS AMD PttVAlUNC VACC (EQUIIbtfNTS • ••^•CT VJMC L !*•• J«t !»• CMtlMIM •4 *•)•«. >ckM»MfOT Aw W TW Ukv f».^i4»|«»»<.iiM MV toil«4^ to dM «(nm«J « iakKn*! i k* wr W kkt nhMMMMM «W U M> M* lb«i pwMmMy w >UMUIM« U vkick W ku ntatuiMl UIBOTI » 4<mlenu4 •• «• Suu* fuuitt M SMIIM S.«k> a* OH R.fiUtiax *• fccumf •< UkK. Put S lit CUt. f*n Sim twmM » SwtiM «.) <l Ik* OWM.BMM Act. •• OMIMI k>> kM« «t ••!! k. i.kMiim n< i* Mf nkcw9«eur il nek nk> M«. »MMf*klf Of •UOCiallM M »kKk M M •i*UpM« cvtlnctw PMMUI M ««r W Ito r U««t tter ••kcoiima«M. • liiiniii mnul \j m i .c Page 1 of 2 9/75 6500.3 Exhibit 2 (A TW>W(V4.«MM4 Will •*•>•«• «*4 fW ***** «4 mv >mtmm mn fit ••••. **•• • MM - Pn >. ••<•> AOOAIU ff* •OM«» - »r • ••bt'«M*«l Mf«r*i* t« rfl« n^vrttfNW, ,<-..«« « ^k ,W W~^ W. Turn ci*wic»nM ••--. IC~*m*m* OJ. n-T-i J CMK, li Mi. MHk TIB. II. IM.C.. m<li. l> .-« 9/75 Page 2 of 2 HUD »!•*.. D. C. T U.S.OU'A3.TMs.'«,- <J' HOUilNO VO COMMUNITY cj2vni-oi*n;r«T ouoc< &~..\»T "SUSCO:JTP.ACTOS'SCEP.T!FIC;,T10M ' •COHCEF.IWG UAJiO?. S7A»!0:.?.OS AMD PRSVAiLflC-'iVACg I <\«j^ 1 o^' Z Page 68 la the construction of the above-identified project, csttifiss that: ... . ' • . * * (a) The Labor Standards Provisions of TJis Contact Fot Cor.itrjclipn arc included in Ihe a'otesaid coalract.• % • * (b) KaiJ'r.er he ROT s.-.y fura, co:poca:ion, ??ttnershi? or association :.i which ht has a substantial interest is dcsittxatwi 35 an iaiiti&iUo conUscta.- by the Cor.-.t:aHcr GcAetal of «he Ur.:tcrf Suites p'Jfsuant to Section 3.6(b) of the RoRnlitioas ot tiis Sccrstacy o: Labor, ?a^ S (29 CrK, far: j/, or piususnt to Section 3(a) of the Davis- • Bacon Act, as aa»ea«Jsd'^0 fi'.SX'. 2tC*-'4e)). . • . • «££- . * •• . • • 1. The undersides!, having executed a contract with . t"T • OATC ,^fl3jCtT KCI'U'-iH f.'/ O'.)J IMtOJCCT ttAMC . • ' In the amount of S (c) "Ko oa:t of the afof;ncntio,ic\3 centu'ct ias besn or will b-1; subcontracted to any subcontractor if such subcontractor or any firm, corporation, ji:tns:ship or association is which such subcoatractot has a substantial interest is.desi^r.atcd as sa ineligible cor.tracior pursuant to the aforesaid rc&ilalory or• ' " •sialutocy piovisions. • '2, Kfe actces to obtain ass! forward to th* contractor, for trar.sniUal to the recipient, within ten days after the execution of any !o'-vsr subcontract, a Ssbccntractur's Cc:;i!ira:ian Co.-.csrr.ing t^»bor Standards and Prfvailia?. tt"as« Require- ments, executed by the lower tier subcontractor, in duplicate. • . -_ , (a) 'The wotknca will report for .duty or. or about. 3. HP c?f<i{i9t Incit: (e) 1'nox:li><r o( she une (K) Tfc* un^srniqncd U: CH A^IMCUS f I(O**AI STOnCMl?: (il A r-AHT"L*Sl|iP: • 111 A CORPOrtATIOK O 3C AMI Z CO IN T«l C ST ATC O (•': U) OTHt«t -.l.tCANIZATIOtS (Dfienb*) ' '. ''' (c) TItc oa.nc^.ullr cnJ cJdrcts of (tie o*ncrf ^rttne'i or officctv of iKt *jft^crjifjnfj are: * * UAMC • * 1 *. * *• , • • TITLE • . • . ' : •' • • * * * Aooncsr; «. • • • • • * t • • - . I *A«Z . . ' . • V • * • • • • HATo'ic o"* ».MYI;-IC*T P3g6 6 • . ' . - {•) Ths nsnc*, cJe'remi and itsai dcssificitio'ii &f o'.i o:'o if. '.\iiUir.3 c;m!ryc!:on co.vratia't in v'-.Si'n i!-.- u.icfiijnec !-\ai e lobitcMij! m!ifeJt ats flfr.snt. i:< i'-i'.'.l: H^MC * - * • • * m • . • . * , ^ • ' • AOORgSS « ^ * . , • * * » * *• • • . • '* •• •. ' .* •••.'' ' ' •• . • * • • " • • . • . . •'•.'.' • i • * T*Aoecu*«.r,c*7.o« • • ' • . * * * • • = ' • '.. -. s,- "• •" • • • * t • • (Tjfttt .Yo»m- r<\4 Title) U.S. C'ir>injl C'-xlv. Section 101'J. Tulc It. U.S.C.. ptoyirici in ?*>'(: "Whoever, e, . . makes. p»tts. uurit. Or ;-uititSn any *?.cnlt Lnnwtnc itic u.tir to lie l*Us. ... . ihjll tic (incii nal rvoce t'un Si.OCX) or ii;ipct%nnc<l.nol mot.. I'uii t*o ftjil, or l.o:S,'* Page J3 CLEAN A.IR ACT Contractor agrees to comply with all applicable standards, orders, or regula- tions issued pursuant to the Clenn Air Act of 1970 (42 U.S.C. 1857 et seq.) and the Federal Water Pollution Control Act (33 U.S.C. 1251 et. seq.) as amended. Violations shall be reported to the grantor agency and the Regional Office of the Environmental Protection Agency. Paqe 74 INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIAHCEuO^ ast% . • This statement of compliance meets needs resulting from the amendment of the Davis- Bacon Act to include fringe benefits provisions. Under. tin's amended la\v. the contractor is required to pay fringe benefits as predetermined by (he Department of Labor, in addi- tion to payment of tlic minimum rates. The contractor's obligation to pay fringe benefits -may ba tact by payment of the fringes to the various plans, funds, or programs or by mak- ing these payments to the employees as cash in lieu of fringes. The contractor should sho.v on the face of his payroll all _ monies gnicl to the. o:npl3vegs_ whether as basic rates or as cssh in lieu of fringes. The contractor shall represent in tr.e" statement of compliance that ho is pa\in* to others fringes required by the contract arj not paid as cash in lieu of fringes. Detailed instructions follow: 'Contractors \v?io pay all required fringe benefits: . . A contractor \vho pays fringe benefits to approved plans, funds, ot programs in amounts not* less than were determined in the applicable '.vage decision of the Secretary. of Labor shall continue to show on the face of his payroll the basic cash hourly rate and overtirr.a rate paitf to 'his employees, just as ha has ahvays done. Such a contractor shrill checl: paragraph -1(a) of the statement to indicate that h? is also paying to approved pinr.s, funds. or programs net less than the amount predetermined as fringe. benefits for each craft. Any exception shall ba noted in Section 4(c). Contractors '."lio pay no fringe benefits: " • . ,' A contractor v:ho pays no fringe benefits shall pay to the -employee and insert in the straight lime hourly rate column' of his payroll on amount n.ot less thnn the predetermined rate for each classification plus the amount of fringe benefits determined for each classi- fication in the applicable rage decision. Inasmuch as it is viol neccssaiy to pcy li-.aanj a half on cash paid in lieu of fringes, the overtime rate shall be not less than th? sun; of the basic predetermined rate, plus the- half time premium on the basic or regular rate p!'-s {he required cash in lieu of fringes at the straight time rale. To simplify confutation of overtime, it is suggested that the straight lime basic rate and cash in lieu of fringes be separately stated in the hourly rate column, thus S3.25/.-JO. In addition, tin- contractor shall check paragraph 4(b) of the statement to indicate that he is paying fringe btr.efits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section A(c). Exceptions * • Any. contractor who is making payment 1o approved plans, funds, or programs in amounts less liitui the v.'.'ige determination requires is obliged to pay the doficinecy directly to tlu» employees as cash in lieu of fringes. Any exceptions to Sec-lion -1(a) or -l(b). v.hici'.-?\vr Jho contmctor may check, shall lie entiMod in Socliosi .-l(o). Knter in fho Mxt-eptioMColuT.n the nnft. and i-ntor in tho l^xplaiuition column t!io hourly ;i:nounl paid the employees at casli in lieu of fringes, n:id the hourly amuuist pai^l to pl:ius,' funds, or prograjns ;«s fringes. llic Su \VjNl.m,:tii|i. |V(.. .Mlti.» - I'lHt- JI..M v«' l%-'»l "I I"41 r LADOdI. i'in»i.ic STATEMENT'OF COWPLIANCH Korn» Apftr itv Page 75 (Namp ol >if.<>.vorr nan?) (Ti»l») l"hat I pit) 01 supervise'the payment of (lie persons employed by _ . <J» hereby stale: (lluiliUilC Of wot'*) •and <-ndi:i[>. the _ day o (C (.•nliacior vt iuUi-unlraclor) ; that during the p&yrolt period commencing on Oi«- tiny of f on _L. 19___. all persons employed on said project have been paid the full >' wJ>tJ*& Mined, that no i (.-bales haw been or will b« made either diieclly or indirectly to or on b-'liilf of said , .from th* full weekly wages earned by nny person tnd that no deductions have" (Ccn'.f.-clo.- or »wl>«omia*i*») r.Ad*" ei;hrr directly or-inilireetly front the full wn^as earned by r.ny perron.- other than pemisi.ible deductions .1* definedr.n'.iliori3. Part 3 (2?> CKtl Subtitle \). issued l>y tfie Secrct:ir/ of LaVor tmdor the Cop-.*:.t:\si Act. as a::>cndcd (^S S'.at. t.it. 10'J, T.i Stat. 967; 70 Slat. 357; 40 U.S.C. 270c), and <Jcic:ibcil below: Thai any payrolls otherwise under this cor.lmct required to be submitted for the y.bove period are correct find complete; he v..-jgc ra!c<> for l-.-'Orcrsor ^-.cchcnics con:n::ied therein arc nst less than the z?plicabU- v.-ac.c rates contained in any (letstir.inatioh ulusfnorated ir.Io the contrac.:; ih«t the cl.issificutions set fo«th :he:cin far cash laborer or mechanic con- • Afiih the- \vor>: h<t That >ny apprf-nliccs employed tn the above period are duly registered in a bana fide ipprent:ces.hip prt»2rap> rei'istered A Stale s;r;»Vcnliccshi3 a;«r.sy recc-,-;nizei! by She Bureau of Ay^rsnticeSiiir- and Training. U.;iicd States D?|/at:::irr.; of r. or it no such r«.-eof.ni;rc(i anency exists in a S:ate. are rcc.islcrod with the Durcau of Appicnlirt'ship and TiMining, Ur.:to*J & HPcpartrr.cn: of l-.alx>r. . . . ' ' Ca) U1ISKC FRINOS-BSNSFITS ARE PAID TO APPROVED PLANS. .FUNDS. OR PROGRAMS t ._ 1* In addition to !ha taste hourly war;e raier. paid to each laborer or Tnt?ch»nic l:s:cd if. the above «*fer*ftr«-d pay- roll. ;>ayr.:entfc '.>' irinr.--? benefits as listed in the contract have been or will b£: raa^e to approprintc pro-ams for the benefit si r.ucli employees, except as noted in Section <i(c) below. (b) S1ISKK FRINGE ESNEFTTS ASS PAID IN CASH • ; ' ' . Kach Uaboier or mechanic listed is the above tifcrenced pr.yrolV'has been paid as indicated OP the psC-roU. iin amount not luss lii.ia the sum of the applicable basic hocrly wr.j^e rale plus she amount of the -repaired fringebenefits as listed in the contract, except as noted in section 4(c) below. !0:i :CT:.'.HT)EXPLAMATIOS Ml. -l.^l II I l.l. •I l.lt fill I <•! MMCA»IOU t"'».|. >•»/«»!. !< I A 1 I ••! II If '«».» r.,i i II F T till «•.«•(! I l»-.l I ^>"« Oil C»M»» (•>, »!•»(« O>' .• i lll>i. !• Jl <!| Tl • I I I •• '• 'I i« !•• T » I l*H I' .' t Of t < ' U • •' ll 1 1 II HHI I I t ' '.. I '. I I -« o cO OK P PKOJSJCTS You must be paid not less than the wage rate in the schedule posted with this Notice for the Rind of work you perform. You must be paid not less than one and one-half times your basic rate of pay for all hours worked over 8 a day or 4O a week—whichever is greater. There are some exceptions. ..^•ii A.. • i ••- i 3U irj ••« >f.' Oil >i^* ^ Apprentice rates apply only to apprentices properly - - - •- registered under approved Federal or State apprentice- ship programs. If you do not receive proper pay. contact the Contracting Officer as given below. or you may gat in touch with the nearest office of the Wage and Hour Division. U. S. Department of Labor. The Wage and Hour Division has offices in several hundred communities throughout the country. They are listed in the U. S. Government Section of most telephone directories under Department of Labor. Wage and Hour Division. If not listed write to Administrator. Wage and Hour Division, Washington. D.C. 20210 o 6500.3 Exhibit Ik U. S, Department of Housing and Urban Development Community Development Block Grant Program FEDERAL LABOR STANDARDS PROVISIONS 1. APPLICABILITY The Project or Program to which the work covered by this Contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assist- ance. 2. KENIHDM WAGE RATES FOR LABORERS AHD MECHANICS All laborers and mechanics employed ujon the work covered by this Contract shall be paid unconditionally and not less often than once each week, and without subsequent deduction or rebate on any account (except such payroll deductions as are made mandatory by law and such other payroll deductions as are permitted by the applicable regula- tions issued by the Secretary of Labor, United States Department of Labor, pursuant to the Anti-Kickback Act hereinafter identified), the full amount due at time of payment computed at wage rates not less C /"~>\ - than those contained in the wage determination decision of said | ( j Secretary of Labor (a copy of which is attached and herein incorporated I *•—' by reference), regardless of any contractual relationship which may be I alleged to exist between the Contractor or any subcontractor and such laborers and mechanics. All laborers and mechanics employed upon such work shall be paid in cash, except that payment may be by check if the employer provides or secures satisfactory facilities approved by ihe Local Public Agency or Public Body for the cashing of the same without cost or expense to the employee. For the purpose of this clause, contributions made or costs reasonably anticipated under Section 1 (b) (2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section 5.5(a)(l)(iv) °r Title 29, Code of Federal Regulations. Also for the purpose of this clause, regular contribu- tions made or costs incurred for more than a weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period. 3. UNDERPAYMENTS OF WAGES OR SALARIES In case of underpayment of wages by the Contractor or by any subcontractor to laborers or mechanics erployed by the Contractor or subcontractor upon the work covered by this Contract, the Local Public Agency or Public Body in addition to such other rights as may be afford- ed it under this Contract shall withhold frca the Contractor, out of any payments due the Contractor, so much thereof as. the Local Public \ \ J Page 1 of 13 9/75 MUO »«*i. D. c. C 6500.3 Exhibit 14 Agency or Public Body may consider necessary to pay such laborers or Eechanics the full amount of wages required by this Contract. The amount so withheld nay be disbursed by the Local Public Agency or Public Body, for and on account of the Contractor or -the subcontractor (as oay be appropriate), to the respective laborers or mechanics to whoa the sag* is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. U. ANTICIPATED COSTS OF FJRIHCE BENEFITS If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing fringe benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract: Provided, however, The Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. -The Secretary of Labor nay require the .Contractor to set aside in a separate account assets for the meeting, of obligations under the plan or program. A t copy of any findings made by the Secretary of Labor in respect to fringe benefits being provided by the Contractor must be submitted to the Looal Public Agency or Public Body with the first payroll filed by the'Contractor subsequent to receipt of the findings. S» 07SHTIK3 COMPENSATION HEQJJIRZD BY CONTRACT VOHK HOURS AND SAFETY STANDARDS ACT (76 Stat. 357-360: Title 1*0 U.S.C., Sections 327- 332) (a) Overtime requirements. Ho Contractor or subcontractor contracting for any part of the Contract work which Bay require or involve the employment of laborers or mechanics, including watchmen and guards, shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of 8 hours in any calendar day or in excess of UO hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours .worked in excess of 8 hours in any calendar day or in excess of UO hours in such work week, as the case may be. (b) Violation: liability for unpaid wages liquidated damages. In the event of any violation of the clause set forth in paragraph (a), the Contractor and any subcontractor responsible therefor shall be liable to any affected ecployee for hia unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic employed in violations of the clause set forth in paragraph (a), in the sua of $10 for each calendar day on which such employee was required or permitted to work Page 2 of 13 9/75 o 6500.3 Exhibit 14 in excess of 8 hours or in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in paragraph (a). (c) Withholding for liquidated damages,_ The Local Public Agency or Public Body "'"ill withhold or cause to be'withheld, front any moneys payable on account of work performed by the Contractor or subcontractor, such sums as may administratively be deterained to be necessary to" satisfy any liabilities of such Contractor or subcontractor for liqui- dated damages as provided in the- clause set forth in paragraph (b). (d) Subcontracts. The Contractor shall insert in any subcontracts the clauses set forth in paragraphs (a), (b), and (c) of this Section and also a clause requiring the subcontractors to include these clauses in any lover tier subcontracts which they cay enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 6. HEPLODEST 0? APPHEHTICES/THAIHEES O a. Apprentices will be permitted to work at less than the prede- termined rate for the work they performed when they are em- ployed and individually registered in a bona fide apprentice- _( ship program registered with the IT. S. Department of Labor, I Kanpower Administration, Bureau of Apprenticeship and Training, t or with a State Apprenticeship Agency recognized by the Bureau, I or if a person is employed in his first 90 days of probationary 1 employment as an apprentice in such an apprenticeship program, | who is not individually registered in the program, but who has | been certified by the Bureau of Apprenticeship and Training or j a State Apprenticeship Agency (where appropriate) to be ! eligible for probationary employment as an apprentice. The I allowable ratio of apprentices to journeymen in any craft classi- fication shall not be greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in subdivision (b) of this subparagraph or is not registered or otherwise employed aa stated above, shall be paid the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to Page 3 of 13 9/75 HUO-Waah.. D. C. . 6500.3 Exhibit 14 C furnish to the contracting officer or a. representative of the Wage-Hour Division of the IT. S. Department of Labor written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates), for the area or construction prior to using any apprentices on the contract work. The wage rate paid apprentices shall be not lesa than the appropriate percentage of the journeyman^ rate contained in the applicable wage determination. . t. Trainees. Except as provided in 29 CFR 5.15 trainees will not be pernitted to work at less than the predetermined•rate for the work performed unless they are employed pursuant to and individually registered in a progran which has received prior approval, evidenced by formal certification, by the IT. S. Department of Labor, Manpower Administration, Bureau of Appren- tice and Training. The ratio of trainees to journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified in the approved pro- gram for his level of progress. Any employee listed on the payroll at a trainee rate who is not registered and partici- pating in a training plan approved by the Bureau of Apprentice- ship and Training shall be paid not less than the wage rate determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish the contracting officer or a repre- sentative of the Wage-Hour Division of the H. S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a train- Ing program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved* c. Equal Bnoloyeent Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 1121*6, as amended, and 29 CFR Fart 30. Page 4 of 13 9/75 HUD.MM*.. o. C. T o O 6500.3 Exhibit 14 7. EHPLOXMSST 0? CERTAIN PERSONS PROHIBITED No person under the age of sixteen years and no person who, at the tine, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 8. REGULATIONS PURSUANT TO SO-CALLED "ANTI-SICK3ACK ACT" T^"» Contractor shall comply with the applicable regulations (a copy or which is attached and herein incorporated by reference) of the Secretary of Labor, United States Departsent of Labor, made pursuant to the so-called "Anti-Kickback Act" of June 13, 193U (U8 Stat. 9U8: 62 Stat. 862; Title U.S.C., Section 8?U: and Title 1£ U.S.C., Section 2?6c), anA any amendments or modifications thereof, shall cause appropriate provisions to be inserted in subcontracts to insure compliance therewith by al'L subcontractors subject thereto, and shall be responsible for the submission of affidavits required by subcontractors thereunder, except aa said Secretary of Labor may specifically provide for reasonable limitations, variations, tolerances, and exemptions from the require- ments thereof. 9. SffLOEGKT OP LABORERS OH MECHANICS NOT LISTED DT AFORESAID WAGE B33ZSRJHHATION DECISION V ) . _ Any class of laborers or mechanics which is not listed in the wage . determination and which is to be employed. under the Contract will be ] classified or reclassified conformably to the wage determination by the I Local Public Agency or Public Body, and a report of the action taken * i gfrai ^ be submitted by the Local Public Agency or Public Body, through 1 the Secretary of Housing and Urban Development, to the Secretary of ] Labor, United States Department of Labor. In the event the interested ; parties cannot agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommendation of the Local Public Agency or Public Body shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of Labor for final determination. 10. FaiSGS BENEFITS NOT EXPRESSED AS HOURLY VACE RATES The Local Public Agency or Public Body shall require, whenever the wage rate prescribed in the Contract for a. class of laborers or mechanics includes a fringe benefit which ia not expressed as an hourly wage rate and the Contractor is obligated to pay cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Local Public Agency or Public Body, shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of Labor for determination. Page 5 of 13 9/75 HUD-VWW. O. C, 6500.3 Exhibit 14 11. POSTERS WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS The applicable wage poster of the Secretary of Labor, United States Department ,of Labor, and the applicable wage de tern 1 nation decisions of said Secretary of Labor with respect to the various classification of laborers and cechanics employed and to be employed upon the work covered by this Contract, and a statement showing all deductions, if any, in accordance with the provisions of this Contract, to be cade froa wages actually earned 'by persons so employed or to be employed in such classi- fications, shall be posted at appropriate conspicuous points at the site of the work. 12. COMPLAIHTS, PEOCZSDIUGS, OR TESTIMONY BY. EMPLOYEES Bo laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable nhall be discharged or In any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards appli- cable under this Contract to his employer. 13. CLAIMS. AHD DISPUTES PERTAINING TO WAGE RATES Claims and disputes pertaining to wage rates or to classifications of laborers and mechanics employed upon the work covered by this Contract shall be promptly reported by the Contractor in writing to the Local Public Agency or Public Body for referral by the latter through the Secretary of Housing and Urban Development to the Secretary of Labor, United States Department of Labor, whose decision q>^O 1 be final with respect thereto-. 1U. QUESTIONS CONCEHaiNG CERTAIN FEDERAL STATUTES AND REGULATIONS questions arising under this Contract which relate to the application or interpretation of (a) the aforesaid Anti-Kickback Act, (b) the Contract Vork Hours and Safety Standards Act, (c) the aforesaid Davis-Bacon Act, (d) the regulations issued by the Secretary of Labor, United States Department of Labor, pursuant to said Acts, or (c) the labor standards provisions of any other pertinent Federal statute, shall be referred, through the Local Public Agency or Public Body and the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor, for said Secretary's appropriate ruling or interpretation which shall be authoritative and may be relied upon for the purposes of this Contract. " 15. PAYROLLS 1KB BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS The Contractor and each subcontractor shall prepare his payrolls on forms satisfactory to and in accordance with instructions to be _ Page 6 of 13 9/JS r C O o.. i 6500.3 Exhibit 14 furnished by the Local Public Agency or Public Body. The Contractor ahall submit weekly to the Local Public Agency or Public Body two certified copies of all payrolls of the Contractor and of the subcon- tractors, it being understood that the Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. Each such payroll shall contain the "Weekly Statement of Compliance" set forth in Section 3.3 of Title 29,. Code, of Federal Regulations. The payrolls and basic payroll records of the Contractor and each subcon- tractor covering *ii laborers and mechanics employed upon the work covered by this Contract shall be maintained (faring the course .of the work and preserved for a period of 3 years thereafter. Such payrolls and basic payroll records shall contain the name and address of each such 'employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the types described in Section lO>)(2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. . In addition, whenever the Secretary of Labor has found under Section 5o(a)(l)(iv) of Title 29, Coda of Federal Regulations, that tha wages -of any laborer or mechanic Include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of tha Davis-Bacon Act, the Contractor or subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that tha plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor and each subcontractor shall make his employment records with respect to persons employed by >*•*« upon the work covered by this Contract available for Inspection by authorized representatives of the Secretary of Housing and Urban Development, the Local Public Agency or Public Body, and the United | States Department of Labor. Such representatives shall be permitted to ] interview employees of the Contractor or of any subcontractor during working hours on tha job. 16. SPECIFIC COVERAGE OF CERTAIN TYPES OF WORK BT EMPLOYEES Tha transporting of materials asd supplies to or from the site of tha Project or Program to which this Contract pertains- by the employe.es of tha Contractor or of any subcontractor, and tha manufacturing or furnishing of materials, articles, supplies, or equipment on the site of tha Project or Program to which this Contract pertains by persons employed by the Contractor or by any subcontractor, shall, for the purposes of this Contract, and without Uniting the generality of the foregoing provisions of this Contract, be deemed to be work to which these Federal Labor Standards Provisions are applicable. 17. INELIGIBLE SUBCONTRACTORS The Contractor shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted Page 7 of 13 9/75 \ 6500.3 Exhibit, 14 without the Local Public Agency's or Public Body's prior written approval of the subcontractor. The Local Public Agency or Public Body will not approve any subcontractor for work covered by this Contract who is at the tic* ineligible under the provisions of any applicable regulations issued by ths Secretary of Labor, United States Department of Labor or the Secretary of Housing1 and Urban Development, to receive an award of such subcontract. 18. FB07I8XG3S TO E2 JSCLUDED IS CEBTJJB SUBCOSTHAC7S The Contractor shall include or cause.to be included in each subcontract covering any of tne .work covered by this Contract, provi- sions which are consistent with these Federal Labor Standards Provisions and also a clause requiring the subcontractors to include such provisions la any lower tier subcontracts which they nay enter into, together with a clause requiring such insertion in any further subcontracts that nay in turn b« Bade. 19* B2ZACH OT TQHBGOITO JKDKHtL LABOR STANDARDS 'PH07I5IOHS In addition to the causes for termination of this Contract aa herein elsewhere set forth, the Local Public Agency or Public Body reserves the rigbt to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of these Federal Labor Standards Provisions. A breach of these Federal Labor Standards Provisions nay also be grounds for debarsent aa provided by the applicable regulations issued by the( Secretary of Labor, United States Department of Labor. Page 8 of 13 9/75 T C ** T o 6500.3 ErtUbit 14 c O- ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS SOCALLED ~ANTI-KICKBACK ACT AND REGULATIONS PROMULGATED PURSUANT THERETO BY THE SECRETARY OF LABOR. UNITED STATES DEPARTMENT OF LABOR TITLE IS. U.S.C. action 874 I of the Act of June- 13.1934 (48 Sut. 948.40 U.S.C. Z76b) ptaTMMt to the Act of JUM 25. 1948.62 Sut. 862) KICKBACKS FROM PUBLIC WORKS EMPLOYEES . T. by foeer, intimidation, or threat of pnxwinf iliamii it froca imptoiment. or by any other manner wh*tao> mr-md-eea any peraon employed in the contteaetion. proclitic*, completnwroe repair of any public bniMiny. public work, rW*Mme;orwork financed m whole or in part by loan* or gnnU £rem the I'niled 2Ulea, to five up «n* part of the com. •10 whieb he i* entitled under hi* contract of employment, tnall be fined not more than 15.000or imarnniiid not r than fnvymM. or both. ' * . SECTION 110- THE ACT OF JUNE 13. 1934. AS AMENDED (4» SUI. WJ. <1tat. 8*2, «3 SM. 108.7} Slat. M7.40 U^.C. arc. 2?6c) TV SiUBJtaiji of Labor •had make rrawnable regulation* far contractor* and aubcontractora enfafed in Ike cunnttuiliun. n. completion or repair of public bwildinfi*. ptdbKc works or bviUinfsor work* financed in whole or m part by loan* or panu from the United State*, including a proviaMn that each contractor and Mibeontractoe ahall fumiak waekh a Matemcnc with moect lu the wa|e* paid each employee durinf th* preceding week. -Seciion 1001 of Title 18 (United State* Code) akail appry to xnth alalement*. ' .--XXX — Pumaanl to the afemaid Anti4(irkb*ck Act. th* Secntary of Labor, t'nited Stale* Department of Labor, hm peomul. ' (atrd the regulatm* hcreinaftrr art forth, which rrgujMunt are found in Title 29. Subtitle A. Code of Federal Regulation*. Part 1 Tbe term "ihii part," a* uaed in the Tffalttiunt hereinafter art forth, refer* to Put 3 la*t above mentioned.. Said ref nlatinn* are aa fullowa: TITLE 29 - LABOR Subtitle A - Office of the Secretary of Labor PART 3-CONTRACTORS AND SUBCONTRACTORS ON PUBUC B01UXNG OR PUBLIC WORK FINANCED IN WHOLE OR IN PART §Y LOAN&OR GRANTS FROM THE UNITED STATES Section 3.1 Parpoa* end scBptx Z76r). poodariy kncnm at th* Capeland Act. Thai part apfili** la any contntt.hich ia nibjert ta Ff*WJ vaa* •nd which • tat tiie eonatriKCicHi. pro«r<ulton, eompletion. or repair of public bwUnyi. publir vorfca or buMwa* *r work* financed in whule or in part by ban* or aranta fre» the United Statea. Thr part i* intnided to aid in the t*fan imu.** of the •MMBuai wayt pnnaimii of t»« OevicBaaon Art and the varioiM fUtiMn dealin| with Federally laiind u»ii*liqj»a that ttmlmm uilar nintniua wa*a pranaioaa. indodinf thoae pramioaa which are *0t Mbjeet to RaarsaniaatM Ra. .N*. 14 cO HU»»afk,OX. 9 of U »/75 . 6500.3 Exiiiiit (e-g, th* College Houang Act of 1950. the Federal W.ur Pollution Control Act, and the Housing Art of 1959). ind in lli- enforcement o( lh« overtime provsioneof the Contract Work Hour* Standards Act whenever they m applicable to con«truclion work. Th« part detail* the obligation of contncton and subcontractor* relative to the weekly submMsion of «Utrmrnt» regard. ing the wajn paid on work covered thereby: set* forth the circumstance* and procedure* goteming the miking of pmiuil de- duction* boa th* wage* of tboM employed, on such work; and delineate* the methoda of payment pum'mihle on Mich work. Section 3.2 Definitioni. • A* ami in the regulation* in this part: (•> Tfce term* "building" or "work" generally indade OMctraetian artrrily a* distinguished fioni manufarturing. fmiMiim of materiab. or wrieing and maintenance work. The Unna incrodr. without Imitation. buildmes. ilnicture*. and of ad type*, mch aa bridge*, dam*, plant*, highway*, parkway*. street*. subways, tunnels. mrm. main*, puoee- on*. ra'lwayt. airport*, te dock*, picn. vhanem »«r». li|chlhouw«, buojr*. jrttie*. brrak valm. lewe*. and canalc dttdging. ihormg. acaffoUing. drilling. Mailing, eirnating. clearing, and UnaWaping. Cnln* mnductfd in eonwcticM with and at tht nte of tucfa • building or woik a* Mdeecribed in the forrgomg ttnlence. the nunufarttn* or furniih* •efof •cteriab. wtklei, jupplirt. or equipment (ohether or not • Federal or Stale agency acquire* title to tuch material*. -artide*, aopplie*. or eqotpamt during the coaree of the m*naf*ctiu< or furniahmg. or own* the material* from whkh they ar* •emifaitai dorfiBmiiiK«d)ianota"b««i>ding"or"»ofk'' within the meaning of the regulation, in th»« part. (k) TW terma "conetruction." "pro» cution." "completio*)." or "repair" mean all type* of "oA done on a particiilar bJi&ig or work at the eitt thereof, including, witboot binitation. •Itering.remodeling. panting and draorating, die trmioort' ing of malgiiU and mpplic* to or from the building or work by the employee* of the conetruction contractor or eonrtraction Mbcontnctor. and the mamfaetwing or furnishing of matermia. artirle*. wpplieB, or aquipmeat on the site of th» building or work, by pmon* employed at the nte b» the contractor or wbeentraclor. (e) Tketerma'pubSe ng" or "public work "include building or work (be who** conacroction. proeecution, com' pletioD. or repair, a* defined abate, a Federal agency i* • contracting party, regardlea* of whether bile thereof i* in a Federal atwcr. (d) The term "building or work financed in whole or hi part by bam or grant* bam the United Stale»~ include* build. ing or week for who** eomtniction. preiecution. completion, or repair, a* defined above, payment or part payment ia madr directly or indirectly from hod* provided by loan* or granta by • Federal agrncy. The term doe* not include building or work for which Federal miietanee i* limited lolely to loan guarantee* or imwa'ace. (e) Every penon paid by a contractor or •ibconlractor in any manner for hi* labor ia the construction, protrcutinn. • com^etion. or repair of a public building or public work or building or work financed in whole or in part by loan* uc gnnU from th* United State* i* "employed" and receiving "wage*," regardless of any contractual relationihi|r silted to exist brtwten hie* and tfc« ml employer. (f) The term "any affiliated penon" include* a rpous*. child, parent, or other closr relative of ft contractor or sub- oontnctor. a partner or officer of the contractor or subcontractor, t corporation closely connected with the contractor or eufccunBactor a* parent, subsidiary or otherwise, and an officer or agent of such corporttion. (j) Taw term "Federal agency" mean* the United State*, the District of Columbia, and aO executive departments, in- dependent establUuaanta. administrative agencies, and imtnrmentalilie* of the l.nked Stale* and of the District of Columbia. irporatsMta, all at substantially aB of the dock of which i* beneficially owned by the United Stales, by the Uwirict of fohsmlii*. or any of the foregoing departments, establishment*, agencies, and iniemmenialibe*. Section 3-3 Weekly statement with respect to payment of wages. (a) A* used in this section, the term "employee" shall not apply to penon* in daasifiealnn* higher than that of Ubores> e* surhsnir and thai* who an the unmediat* supervisors of Mich employee*. Pag* 10 Of 13 V75 T c:•O o 6500.3 Exhibit 14 (L) Kjrheuiilraelorura»bconlraetorenj3«r«lmlbeeon««nictio«i. browrutioa.completion,or rrpiirof any pulJie building nr |iuUic »ork. or txnUin; or sort financed in wlolr or in part U batter gnnta Tram u> United Stale*. >JuU fnraih cJrh »rrk a .lalement vilh nvpccl lo <hr wap* |uid each of ib employee* engaged on »ori covered by 39 Cr'R f»»>3i»H j Juoitjll^prrrt^in-»<rll) patfull urrind. Thi> tUtenMl >tvul Leexmled by the contractor or Mtbom- trarlnr or l>> an aullwrwed uffirrr or em|>lu)«> of,lhe eontnetor or «uUoo»r*rtoe who «i|«evW* the payment of «a>»*. and ahaB b» OB (um VII *«. -Statement of Cun>|4ianee", or on an identical bm ut llw back of All 317. "I'a) mil (For Co«. InrtonOnlMifJ I'.-*)" or on my form »ilh Kirnliral «ordin{. Siwyh «j-» of *II 3->7 and VII 348 may U otilwmi tnm IV Cun mini nl contractinf or »|«Huoriiij igrnry. and topir*of Ihw ferw BMJ- br pmrhaiH at the Cuxrnownl IVintinf Officr. (c) TV mj«irri«««U «f llri« fMtioK (haH no< apj*f la any cotrtnct of 52.000 or leak (•) Upo»avrittcnfiailuiyli) the head of a Federal fattj, Ihe Srcnrtwr of !-«tor may pn>*ioV RnonaLle liimtoiiw«t , lolrrancn. and rxrmjHiott* fnm llw rfquinmrMaof lhi> ifction »Ljrct to ancli condaiam a* the SctwtJiy o( (29 FJL 93. Jaak 1. 1064. a.a«M«a><i al 33 FJt. 10186, Julr 17. 1X8) ScctioN 3.4 Submission of wcvkly statetnenls and lh« prcatrration and inspection of weekly payroO records. (a) Each wrily >uimien« m|<Mvd whler § 3.3 ikall k oVInrnd b» the awUartor or whrontrartor. within >rre« day«aft«T the rrpiUr payment Jaleof thepatrufl prrind. loartpiwinatixof ar'trfrralor Sttteay no in ctiaR-r at tlv ail* of the !xuUi«|C nr wori. nr. if thrrc U no rrpmeirtalne of * KrdWJ or StJIe apncy tt Ihe lite of Ihe building or »ork. tl»> datrmml iJull hr mailrd l>* the ewilraKlur «r toiicua tractor, »ithM wdi tiatr. to a Krderal or Stale agency ranlnrlin* (orarfiw«-inglhrl>uiUin-urwurk. AftmuchriMiiMalionand Hirri aa euy be ouoV, M<h Uatcnimt. or a eu|>» thrrrof. tluD be krnl auitaU^. or <hall Ur InwmHIrd Injnhcr with a re|«ft of any mutritoii. in aeewdanre vilh applicable prorrdim pmeribcd by the United &al« Hrpartmrnl uf Lihor. (!•) Each mntrartor or xibcuairwlor Ji Jl [^urrtf I>U vrrity |*a»r«3 rccDrd> Cur a period of thr<* yean fmm dale of ••I Jrtiu» of Ihe rentract. T\tr jw> ruU rr«ank J«ll *rl oat acenraleh and camplrtrff Uiename and joMrrv>of earn lahurrr »*>t mi ijluiiir. In* mrrrct daMfiraliun. rate uf uay. daily and oecLly nuviheref huora ourhrd, deduct iun« nude, and actual vafm paid. Such |>n roll nmrd* Jull be maile avaiUile al all limr* for impectioii b> the coalrtctinf officer or hi* a>xl<arised T. and by authorised irymtiHMntf uf tlie Droaruneiil uf Laiioe. Section 15 Payroll deductions permissible without application to or approval of tha Secretary of Labor. Deduction* majc vmlcr the eiminuuner* or in the fitnatna* deicriaed in the paragraphi of tin tecbon m*)- be mad* •ilbaiil application lo and appm»al of Ihe Srcrrtiry of Labor: (a) Any deduction nadr in nmipuaner »ith Ibr m|uimnenl* of FrdrraL Stale, or local lav. luch aa Frdeni or State vilhlnldiiig ineouir la«r* and Federal *weial f^currty ta^ea> (b) Any oVduetion of win* |«*»iouJ) paid lu the employee a> a bwui fide prrjurment of w«;r» vhen luch |»e|>a% meiit m«u4V without J.CTI»«I« or inlrrrx. A "bona fiuV (irapayment of «afr»~i*roRMdrrrd to hue been made only khrnraJior iUe^vnjbv* ha» Um> admired lu ihr perxm rmploird m Jueh manner a* la put him eooiplete freedom of du^o>i«iun of thr adnneed fund*. (e) \M) drduetiiMuf amovn4» m|uwrd b« court proenk lo br paid to anothrr. •nlenalhcdediKtiOfl U in favor of the •vjlrarter. wdkrunlm tue ur am affilutnl nrrnM. « when cotliuioii or colUbontioii eiinlx < Pag* 11 of 13 9/75 T €500.3 Exhibit 14 (d) Any'deducuM contbtututf * contribution on behalf of the ptrmn employed to fund* ntabliihed by the employer or representative* of employee*, or both, for the prupour of pnxndinf other from principal or income, or bolh. medical or hoipiul care, prnaion*or Mnaitw* on retirement, death benefit*, compensation for mjunV*. illnrM. accident*, nirknm, or disability, or for uiwrance la provtd* any of th« foregoing, or unemployment benefit*. Twatiun pat. M«nc» account*, or •iriUr payment* for th* benefit of employee*, their familiea and deprndrnu: /VoriaVd. kevene. Thai the f»II»winjC5landard> are met: (1) The deduction it not olherwi»e prohibited by taw; (2) it i* rilhrr: (i) Voluntarily eon-entrd to b) Inr nnptnyrr in writing and in advance of the period in which thp work »to l«e done and *irh runxrnl w not a mnditnn •tth-r for (hr obtaaainf of or for the conlnualion of empluymenl. or (ii) nro«ided f<v in a buna Mr rulWtiw SM^MUIJC j«rn rn.nl br. t»nn the eoMraetor or «tbconlr»ctor and trpmtnUb*** of iu rmpl«yee»; (."^ no pr»fil or mhrr b>n>fil i» oihm» dJIUlly or indireetly. by the contractor or Mtbconlractor or any affilMlH pernMt in the form of rummm, iun. di»»lmj, lie t; and (4) the deductions thall arrw thr cimwnipnce and inlnm of the «npJojr«r. (e) authoriard by the employee. «f toward the frarrhM »f linked fiOn Qrfri*r Stamp. a«rf I (I) Any deduction rir|ine»rd by the rmploter to enaMe hinito rrpay lnan» l.» or to p» ocfwavd; and operated •> acaardaae* with Fedenl and Slate credit union rtatnlr*. • •irrr-dit onimn (f) A»y deductio Mixed by the emphnce for the nuking of rnnlruWion* to fowrMnmtal >x quatW r. to CamnMnily Chr«X , Mch a* lh» American Red Go**. (b) Any deduction «oka»t»eily aulhomed by the employee for the making of r United Corn Fond*, and •miliar charitable orfaniution*. (i) Any deduction* la pay regular union inilialiun fee* and membership due*, nwl including uW» or «pe«ial tmr mm nu: Aoeitedi Aoareear, That * mlUrti>« barpininr, agieemnit between tin- runtrarlor 4* Miocunlrartor and repnwntalne*of iu employee* provide* for tuck deduction* and the deduction* are not otherwise pmhihiled by law. <j) Any deduction not more than forthe"rea«Niahleeoil"uf board, bidding, oeother farilitie« meeting the require menu of lection 3(m) of the Fair Labor .Standard* Art of I'J3K. *• amnuled. and I'art .'.II of thw title. % brn *ueh a dtdurlnn • made the addilioml record* required under § 516.27 (a) of th» title .hall be k-pt. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor, or tubcontnctor may apply to th» Secretary of Labor for perntMiin to make any deduction n»l per- nkled imder § 3->. The 5ecretary may tranl pri inmun whenever he finH* thai' (a) The contractor, lubcontrartar. or any affiliated peexm don m.t nuke a profit «r betvlit <lireetly nr indirertly Intm the deduction either in the facm uf a cumnmxm. dividend, or olherwiM*: (b) The deduction i* not otherwixe pmhibited by law; (c) The deduct*** i* either (I) voluntarily conxntrd to by the emplnyee in »rtlin> and in ad»nre uf the |^nod in which Ike work ie to be done and «ch coment i* not a condition rkher for the obtaininj; of rmblotmrnl «•» il* ronlinuane*. or (-) pioiidtd for in » bon* fide uillnlin harjaUiog agreement between the nmlrartnr -<r Mibniitrartnr and rrppnvnlalnmtuf iu the eon*rniene« and intrml of the(d) The dedmtiuai « MUO-»eiK, O.C. Page 12 of 13 9/75 1 c; . -! c O 6500.3 Exhibit 14 Section 3.7 Applications for (lie approval of (lie Secretary of Labor. ; Aajr apphralioai (ur the nuiiug of payroll dnliwtinn* under § 3.6 duil comply with I In- ncjuimnenl* pnjcrilrd in the CaQvwinc, p»«ayapl»i of Ihi* Motion: (a) Tbe «M*r»lio« tlull br in anting awl *lull be uUirwcd to tbr <Vrr*tary of I J*or. (b) Tbe application »KaJI identify the nmlraxlur contract* undrrwliirfcliir «n>fc in <iur>lion t* to U- prrfonnrH. Per- •»•»••• wiB b« */!«• (or deduction* only en tprrific, identified contact*. <-wrp( upun a Jiuwuic; of exceptional cimirailanrK. (e) 1W appfioanm (lull «UU afnimatnclv that Ui*r« » compKnwr with ihc <<mltfib «f belli in the (m»M>iu of | 3A Tfa aflkJiHioa rhill fr- irtnrr|rtnir> tfj 1 fnf -1r1-i - 1 fff 1*-r f"T« :— "rl'-g —**• **— [• 4) Tfc* appbaliaii thaU inriiMl* a ilnrrinliiMi of the propowJ dcdocUCM. the pwnwv to br nrrrJ therebt . and lh« .aflahom* or nHchuun fram «ho« wage* llw |MOpa«nl dedoclWx wn«U hr owd*. (t) TW aafKatcM dull alalc the amw ami biMnoi of any tWrJ pcnoa «o »|MMB amr funcU obtaiimi (ram lli* pre> • ate la b* imuwiltfd wd Uu> at filiatiun of xtrU ftnou. i{ a*f. vilb the appliaMt. Scctiaa X8 Aetiea by the Secretary of Labor upon applications. TW SccRUfy of Ubor shall imif wlwlhcr or not th« rctjunted 4«d»elio« • pmnii»a»l« widtr praraiumof § 3.6; a>4 ah«B notify the af>filieaiit in «riliit( uf hia ijf cmio*. SeetiooX9 Prohibited payroll deductions. t tfaiilim prowled far by Ihii part and ohkb an not bwd to b* pcmimibk under § 3.6 «* Section 3. 10 Methods of payment of wages. ' •--. TW pa j ix nt of wagn ihall be by raJi, nr^otuU* inftrwnmli p«vaMr a* demand, or I he additional toniM of comfmna* tm (at • hiei <Mucliom are permnkible under tl>ia part. No other methoda of pavment thall be recofniird on woA mbjett to lie CondaAd Act. . Section 3.1 1 Rejulations part of contract. ' A3 eontnru nade with i»» ni-et to Ihe construction, pmerueaM. eonpirtio^ or repair of any public building or public *<jrk or building or vorb financed in whole or in part by loan* or prmnu from tbr United Slain eoveird by the refutation* in thia part akall eiyrr»Jy bind the comrartor or wbcOHlrarliir to comply with Mcb of the regulation* in (hi* part a* mar be ap> pCeaUc. la tMaregvd. are § 5 .5 (a) of HIM wblillr. MUO-«aal>. OX. Paga 13 of 13 9/75 US GffrtJCtrtrtT PfllrfTING OFFICE: 197S-690-033/S220 CONSTRUCTION SPECIFICATIONS INDEX E-I GENERAL E-II TRAFFIC CONTROL E-III DUST CONTROL AND CLEANUP E-IV UTILITIES E-V SHEETING, SHORING AND BRACING E-VI CLEARING AND GRUBBING E-VII SAWCUT E-VIII EXCAVATION AND REMOVALS E-IX CONTAMINATED SOIL REMOVEMENT AND REPLACEMENT E-X 8" THICK PCC PAVEMENT E-XI ASPHALT CONCRETE PAVEMENT E-XII SLURRY SEAL E-XIII CONCRETE WORK E-XIV REINFORCED CONCRETE STRUCTURES E-XV CONCRETE PAVERS E-XVI ADJUST WATER VALVE AND M.H. FRAME AND COVER TO FINISHED GRADE E-XVII TEMPORARY PAVEMENT E-XVIII CONCRETE ENCASEMENT OF EXISTING SEWERS E-XIX FOUNTAIN ELECTRICAL PUMPS E-XX TRAFFIC STRIPING AND SIGNING E-XXI HARDSCAPE ITEMS AND RELATED WORK E-XXII CARPENTRY AND MILLWORK E-XXIII MISCELLANEOUS METAL E-XXIV IRRIGATION SYSTEM AND RELATED WORK E-XXV PLANTING AND RELATED WORK E-XXVI ROOT PRUNING AND RELATED WORK E-XXV FOUNTAIN CONSTRUCTION SECTION E CONSTRUCTION SPECIFICATIONS E-I GENERAL All work shall be constructed in accordance with these specifications and the provisions of the "Standard Specifications", hereinafter referred to as the Standard Specifications and also in accordance with any supplementary standards or specifications which may be referred to herein or on the plans. The work shall consist of furnishing all labor, materials, equipment and appurtenances for the removal of existing street improvements, and construction of street, sidewalk, curb and landscaping improvements and appurtenant work, all as detailed on the plans and as specified herein. All work shall be completed in strict adherence to these specifications and as detailed on the plans. Pedestrian access to commercial establishments, residences, and other properties shall be maintained at all times. Temporary access during construction operations shall be provided as a part of other items of work and no additional compensation will be allowed for meeting this requirement. E-II TRAFFIC CONTROL Description - This work shall consist of providing delineation, lighted barricades and signing for detours, traffic channelization and public safety. Construction - Traffic control shall conform to applicable provisions of Section Seven (7) of the Standard Specifications and these Special Provisions: The Contractor shall provide safe and continuous passage for pedestrian and vehicular traffic at all times. All warning lights, signs, flares, barricades, and other facilities (except City furnished and placed information signs) for the sole convenience and direction of public traffic shall be furnished and maintained by the contractor. All signs shall conform to and be placed in accordance with the current San Diego County Regional Standards. Maximum amount of traffic disruption at any one time shall be for 48 hours. One travel lane in each direction shall be maintained at all times. Separation between travel lanes shall be accomplished by the use of delineators placed at maximum of 15' on center. Traffic channelization at intersections shall be accomplished by the use of delineators placed at a maximum of 10' on center. E-l Barricades and traffic control details shall be submitted by the Contractor for approval to the City Engineer 72 hours prior to starting any work requiring traffic control. No work shall start until said details are approved by the City Engineer. During the course of the work, the Contractor shall make minor changes and add or delete signing, as may be requested by the City Traffic Engineer, to correct problem traffic situations which are a result of this contractor's operations. In special cases, the contractor will be required to furnish flagmen as requested. The Contractor shall perform periodic patrols of the construction area during both working and non-working hours to replace and/or set up any signs, barricades, etc., which may have been knocked down. The Contractor shall furnish to the CarlsbadPolice Department the telephone number of an employee to be on call during non-working hours to correct any sign, barricade or delineator problem. In the event City forces are required to correct any signing problem, due to the Carlsbad Police Department being unable to contact the contractor's "on call" employee, the cost of said work shall be deducted from the final payment due to the contractor. All flasher type barricades shall be maintained in operating condition. When the project is completed, all traffic control signs, barricades and delineators shall be removed from the site and shall remain the propertyof the contractor. Measurement - Measurement of this item of work shall be by the lump sum. Payment - The contract lump sum price paid for providing and maintaining road closure barricades and signing shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-III DUST CONTROL AND CLEANUP Description - This work shall consist of furnishing and applying water as required and as may be directed by the Engineer to control dust which is the result of the contractor's operations. In addition, this work shall consist of sweeping and washing dirt and dust from streets and/or sidewalks adjacent to the project if said dirt and/or dust is a result of the contractor's operations. Construction - This work shall conform to the provisions of Section 7-8 of the Standard Specifications. In addition, the contractor shall clean adjacent streets by washing or power brooming, as directed by the Engineer, of any excavated or removed material which may have spilled, tracked or blown onto adjacent streets or areas. E-2 Payment - Payment for dust control and cleanup shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-IV UTILITIES Description - This work shall consist of cooperation with others and the protection and/or relocation of Utility and Non-Highway Facilities. Construction - This work shall conform to Section 7 of the Standard Specifications and these Special Provisions. The Contractor shall protect existing utilities and other facilities shown on the plans in the original positions and any damage to such facilities shall be immediately repaired to the owner's satisfaction at no cost to the Agency. In some instances, the owner may desire to relocate after the Contractor has accomplished necessary structure excavation in the area. In this event, the Contractor shall afford such protection as is necessary or directed by the Engineer until the relocation has been accomplished. All utilities shall be carefully uncovered if located within the lines of excavation and time shall be allowed for the Engineer to field check the location of such utilities to make certain that they will not interfere with the construction. In the event a utility conflict exists, the City will either arrange for the utility owner to relocate the utility as necessary to clear the construction or adjustments in grade of improvements may be made by the Engineer. E-3 Payment - Payment for protecting utilities, cooperation with others, and relocating utilities shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-V SHEETING, SHORING AND BRACING Description - This work shall consist of furnishing and installing sheeting, shoring and bracing as the work progresses in such a manner as to prevent as much as possible the caving in of the sides of the trench. A sliding shield may be used in lieu of the specified sheeting, however, the design of a sliding shield shall be approved by the Division of Industrial Safety, Department of Industrial Relations, of the State of California, prior to use. Construction - Excavation shoring systems shall conform to Section 1540, Article 6, Title 8 of the State of California Construction Safety Orders, and to the requirements of Subpart P, Section 1926.652 of the OSHA Safety and Health Standards for Construction; provided, that in case of conflict, the more stringent provision shall govern. The contractor's attention is directed to the provisions of "Shoring and Bracing Drawings" in Section 6075 of the California Labor Code. The contractor, prior to beginning any trench or structure excavation five (5) feet deep or over, shall submit to the City and shall be in receipt of the City's written acceptance of the contractor's detailed plan showing the design of all shoring, bracing, sloping of the sides of the excavation, or other provisions for worker protection against the hazard of caving ground during the excavation of such trenches or structure excavation. If such plan varies from the shoring system standards established in the Construction Safety Orders of the State of California, such alternative systems' plans shall be prepared by a civil or structural engineer licensed in the State of California. All openings caused by the removal of the sheet piling or timbers shall be filled with non-cohensive backfill materials, which shall be compacted by mechanical methods. Where caving occurs, no sheeting or bracing shall be removed until the trench has been backfilled and compacted to the top of the pipe. Payment - Payment for Sheeting, Shoring and Bracing shall be considered included in the contract unit prices paid for other items of work and .shall be considered full compensation for furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-4 E-VI CLEARING AND GRUBBING Description - This work shall consist of removing all objectionable material within the construction limits, including, but not limited to, tree removals, removal of trash receptacles, and miscellaneous clearing and grubbing required to prepare the site for construction activities. Construction - Construction shall be in accordance with Section 300 of the Standard Specifications. Measurement - Measurement of this item of work shall be by the lump sum. Payment - Payment for Clearing and Grubbing and cooperation with others shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein and no additional • compensation will be allowed therefor. E-VII SAWCUT Description - This work shall consist of cutting asphalt concrete or Portland Cement Concrete to facilitate its removal. Construction - Cutting shall be accomplished by the use of a power driven saw. The depth of the cut shall be deep enough to produce a clean straight break without loosening, cracking, or damaging adjoining asphalt concrete pavement or Portland Cement Concrete. Payment - Payment for sawcut work and cooperation with others shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-5 E-VIII EXCAVATION AND REMOVALS Description - This work shall consist of removal and disposal of existing pavements, base, native material and miscellaneous items to facilitate construction of the new pavement, curb and gutter and other miscellaneous concrete work. In addition, this work shall consist of preparation and compaction of the subgrade for the new pavement, curb and gutter and other miscellaneous concrete work. All disposals of removed material shall be at a legal dump site at the Contractor's expense. Construction - All work shall be performed in accordance with applicable provisions of Section 300 of the Standard Specifications and in accordance with these specifications. All removed material shall be immediately hauled off of the site and disposed of at the Contractor's expense. Sidewalks, curbs or pavements not marked for removal, which are damaged by the Contractor's removal operations, shall be repaired or replaced at the Contractor's expense as directed by the Engineer. Length of Operation - For public convenience, the Contractor shall conduct his operation so that not more than 500 linear feet is opened up at one time. Width of openings shall be scheduled by the Contractor to minimize public inconvenience and shall conform to the provisions of Section E-II, Traffic Control of these Construction Specifications. The 500 linear feet of opening shall be measured on one side of a street and shall include clearing and grubbing, excavation and removals, form setting, fine grading, completed concrete pour, and completed asphalt concrete pavement. The full cost of complying with this requirement shall be included in the bid prices for the other items of work and no additional compensation will be allowed therefor. Subgrade Preparation - The finished surface of the subgrade plane at any point shall not vary more than 0.05 foot above or below the subgrade plane shown on the plans or as established by the Engineer in the field. The subgrade for A.C. and P.C.C. Pavement shall be compacted to a relative compaction of not less than 95 percent of maximum density at optimum moisture to a minimum depth of 0.50 foot below the subgrade plane. Subgrade material for curb, gutter, driveways and sidewalks shall be compacted to a relative compaction of not less than 90 percent of maximum density at optimum moisture to a minimum depth of 0.50 foot below the subgrade plane. Relative compaction shall be determined by California Test Method No. 231 (as modified herein). The area as stated in Test Method No. 231 may be represented by one or more individual test sites, at the discretion of the Engineer. The Contractor will furnish all tests at no cost to the City. Any retesting required due to first test failures shall be made at the Contractor's expense. Furnishing and applying water as necessary to obtain compaction shall be considered incidental work. E-6 Measurement - Measurement of excavated material has been computed by the lump sum method. The Contractor shall satisfy himself that the total bid quantity represents the total excavated material for the project. Final payment for excavated material will not be changed from original bid unless grades are revised from that shown on the plans, more or less excavation is ordered by the engineer in the field or the scope of the project is changed by contract change order. Payment - The contract unit price paid per square foot of excavated material shall include full compensation for furnishing all labor, materials, tools, equipment, disposal fees, water for compaction and incidentals for doing all the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-IX CONTAMINATED SOIL REMOVAL AND REPLACEMENT Description - This work shall consist of excavating contaminated soil within areas to be planted to a depth of 18" and replacing with Class A topsoil acceptable to City Engineer. Materials - Class A Topsoil. Class A topsoil shall be natural and fertile and shall be free of subsoil, refuse, stones larger than one inch, clay lumps, noxious weeds (including, but not limited to, Bermuda grass, crab grass and other noxious grasses), litter and other deleterious substances. In no case shall there be more than five percent by volume of the following: stones smaller than one inch; coarse sand; and small clay lumps. Class A topsoil shall meet the following additional requirements. The soil shall be free from insoluble carbonates and shall have the following analysis, which shall be verified by a soil analysis made at the Contractor's expense: ph - maximum of 7.0; minimum of 6.0 ECo - zero to three maximum (electrical conductivity) ESP - zero to twelve maximum (exchangeable sodium percentage) E-7 Measurement - Measurement shall be on a square foot basis. Payment - The contract price for planting and replacing contaminated soil shall include full compensation for furnishing all labor, materials, tools, equipment, disposal fees, water for compaction and incidentals for doing all the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-X 8" THICK PCC PAVEMENT Description - This work shall consist of furnishing, placing and finishing Portland cement concrete pavement with thickened edge slabs for concrete street pavers as detailed on the plans, and to the grades as indicated on the plans and as established by the Engineer in the field. Materials - Concrete shall be Class B (5 sack mix) and shall conform to the provisions of Section 201 of the Standard Specifications. The cleanness value specified in Section 200, "Coarse Aggregate" of the Standard Specifications shall be amended as follows: v Test Method Tests No. Calif. Requirements Cleanness 227 Individual Test Result 70 min.* Moving Average 75 min.* The sand equivalent value specified in Section 200, "Fine Aggregate" of the Standard Specifications shall be amended as follows: Test Method Tests No. Calif. Requirements Sand Equivalent 217 Individual Test Result 70 min.* Moving Average 75 min.* *For Class B Concrete, a minimum 65 Individual Test Result and a minimum 70 Moving Average will be acceptable if the 28-day strength exceeds 2500 psi at a 6 inch slump or greater. The testing and acceptance determination for Class B Concrete will be by the City authorized materials lab. No longitudinal joints shall be installed. Transverse joints shall be constructed in accordance with the plans and as directed by the Engineer. E-8 Construction - Construction shall conform to applicable provisions of Section 303 of the Standard Specifications. Measurement - Measurement of this item of work shall be by the square foot as measured along the horizontal plane of the finished concrete surface. Payment - The contract unit price paid per square foot for 8" thick PCC pavement shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-XI ASPHALT CONCRETE PAVEMENT (MISCELLANEOUS AREAS) Description - Asphalt Concrete. Supplement and amend Subsection 302-5.1, "General", as follows: Asphalt concrete materials shall meet the requirements of Section 400-4 of the Standard Specifications, and shall be constructed per Section 302-5 of the Standard Specifications and shall be Type III-C3-AR-4000 or as determined by the Engineer. Materials - The combined aggregate grading for asphalt concrete placed on miscellaneous areas shall conform to the gradation for the asphalt concrete placed on the traveled way, unless otherwise directed by the Engineer. If the finished surface of the asphalt concrete on the traffic lanes does not meet the specified surface tolerances, it shall be brought within tolerances by either: (1) abrasive grinding (followed by fog seal coat on the areas which have been ground), (2) placing an overlay of asphalt concrete, or (3) removal and replacement. The method shall be selected by the Engineer. Delete Subsection 302-5.2 "Prime Coat", and substitute the following: When specified, a prime coat consisting of Grade MC-70 liquid asphalt shall be applied to the surface of the prepared base or subbase prior to placing asphalt concrete at a rate between 0.10 and 0.25 gallon per square yard (0.45 and 1.13 liter per square meter). Grade SC-70 and SC-250 liquid asphalt may be used when approved by the Engineer. Modify Subsection 302-5.3, "Tack Coat," as follows: A tack coat of SS-lh type emulsified asphalt, where stipulated on the plans and specifications or required by the Engineer, shall be applied in accordance with Subsection 302-5.3. AR 1000 paving asphalt may be used only when approved by the Engineer. AR 1000 paving asphalt, when approved, shall be spread in accordance with provisions of Section 203-1. E-9 Add to Subsection 302-5.4, "Distribution and Spreading", the following: Tarpaulins shall be used to cover all loads when directed by the Engineer. Unless otherwise permitted by the Engineer, the top layer of asphalt concrete for shoulders, tapers, transitions, road connections, private drives, curve widenings, turnouts, left turn pockets, and other such areas, shall not be spread before the top layer of asphalt concrete for the adjoining through lane has been spread and compacted. At locations where the number of lanes is changed, the top layer for the through lanes shall be paved first. Tracks or wheels of spreading equipment shall not be operated on the top layer of asphalt concrete in any area until final compaction has been completed or unless directed by the Engineer. The top layer of asphalt concrete shall not exceed 0.20-foot in compacted thickness. Each lane of the top layer, once commenced, shall be placed without interruption. All screed extensions for paving machines shall be provided with a tamper, roller or other suitable compacting devices. Construction Deeplift Spreading and Compacting - Spreading and compacting shall conform to applicable provisions of Section 302-5 of the Standard Specifications with the following modifications: The base course shall be spread and compacted in maximum lifts of 0.50' thick. Both the Base Course and .the wearing course shall be laid with a self-propelled paving machine. The variable thickness overlay shall be laid with a paving machine. Just prior to spreading and compacting the wearing course and the variable thickness overlay, the subgrade surface shall be swept clean and paint binder (tackcoat) shall be applied at the rate of 0.10 gallons per square yard in conformance with Section 302-5 of the Standard Specifications. If the wearing course is spread and compacted within 24 hours of spreading and compacting of the base course, paint binder between the courses will not be required. E-10 Soil Sterilant. In the full depth A.C. area soil sterilant shall be applied to the prepared subgrade prior to paving. The sterilant shall be a borate or chlorate sterilant containing not less than 25% sodium chlorate and shall be mixed thoroughly with water at the rate of 1.5 pounds of sterilant per gallon of water. The sterilant shall be applied evenly to the subgrade at the rate of 0.2 gallons per square yard. The Contractor shall take whatever precautions are necessary to prevent contamination of adjacent areas with sterilant and for the protection of personnel. Certification shall be furnished, if required, to the Engineer, showing the purchase receipt and rate of application of the material. Full compensation for furnishing and applying soil sterilant is to be included in the contract unit price for asphalt concrete and no additional compensation will be allowed therefor. Supplement and amend Subsection 302-5.8, "Measurement and Payment" as follows: Asphalt concrete pavement will be paid for at the contract price per ton. Such price shall constitute full compensation for furnishing and placing of material required to complete the pavement, including the preparation of subgrade, and for all labor, equipment, tools and incidentals needed to complete the work in conformity with the Plans, Standard Specifications, and Special Provisions. E-XII SLURRY SEAL Description - The slurry seal work consists of furnishing all labor, materials, tools, equipment and incidentals necessary for the complete application of Type I Slurry Seal. Slurry seal shall consist of a mixture of "Quick Set" emulsified asphalt, mineral aggregate and water, properly proportioned, mixed and spread evenly on pavement surfaces, as specified herein and as directed by the Engineer. The cured slurry shall have a uniform appearance, fill all cracks, adhere firmly to the surface and have a skid-resistance surface. E-ll Materials - Asphalt. The asphalt emulsion shall be of the cationic quick-set type, similar to QSKH, using a paving asphalt with a penetration in the range of 60 to 70 as a base. It shall meet the following specifications when tested according to appropriate ASTM methods. Emulsion. Furol viscosity at 77 F, sec. Residue from distillation; % by weight Mixing test (job) sec. @ 70 F. Sieve test (% retained on No. 20) Particle charge test Storage stability; one day settlement Residue. Penetration Solubility in carbon tet. % Ductility 77°F., CMS 20-100 47 min. 30 min. 10 max. Positive 1% max. 40-110 97.5 min. 40 min. Test D244 D244 D244 Test D5 D113 The Contractor shall fiirnish a certified statement from the manufacturer of the emulsion giving the analysis of the base asphalt used in its manufacture. Water. Water used with the slurry seal shall be from any domestic supply approved by the City. Aggregate. The mineral aggregate shall be 100% crushed rock, of angular, sound, durable, hard, resistant to abrasion and free from laminations, weak cleavages and undesirable weathering. It shall be of such character that it will not disintegrate from the action of air, water, or the conditions to be met in handling and placing and having a specific gravity of no less than 2.60. All material shall be clean and free from deleterious impurities, including alkali, earth, clay and refuse. It shall have a minimum sand equivalent of 55 when tested according to ASTM Test Method 2419. E-12 Grading of Aggregate. Percentage composition of weight of the aggregate shall conform with the following gradation prior to the addition of any mineral fillers such as cement or lime. Sieve Size Percent Passing Type 1 3/8 100 4 100 8 90-100 16 65-90 30 40-60 50 25-47 100 15-30 200 10-20 Submittals. 1. Certified Laboratory Test Reports. Before delivery of materials, certified copies of the reports of all tests required in these specifications shall be submitted to and approved by the City Engineer. The testing shall have been performed, at the Contractor's expense, by an independent laboratory approved by the City Engineer. Certified test reports are required for the following: Wet track abrasion test will be performed in accordance with State of California, Department of Transportation, Division of Highways Test #355B. 2. Samples of Materials. Samples of materials to be used on the job shall be used to determine job mix and shall be available in sufficient quantity to produce not less than 30 pounds of emulsified asphalt slurry mixture. 3. Job Mix Formula. A job mix formula shall be submitted to and approved by the City Engineer. The formula shall indicate the Wet Track Abrasion resistance. Trial mixes shall be prepared to determine proportions, evaluate measured wear and to observe surface texture, tackiness and mix segregation, Composition of Mix. The Emulsified Asphalt Slurry Mixture shall have the following characteristics: 1. Resistance to Abrasion. Allowable wear of cured slurry mix as tested in accordance with the wet track abrasion test shall not exceed 50. The cured slurry being tested shall not pick up on the roller of the apparatus. E-13 2. Fluidity. The mixture shall be sufficiently free-flowing to fill cracks in the pavement. 3. Non-Segregation. The mixture shall not segregate during or after laydown. 4. Surface Texture. The mixture shall have a non-skid texture. Construction Mixing shall be performed by a continuous flow mixing machine. Mixing shall continue until all particles are uniformly saturated and coated with asphalt. Evidence of solidification of the asphalt, balling or lumping of the aggregates, or the presence of uncoated aggregates, shall be cause for rejection of the mixture. The aggregate shall be at approximately atmospheric temperature and shall not have a moisture content in excess of 5 percent by weight. Shall be of the "continuous flow" mixing type with calibrated controls, capable of accurately delivering a predetermined proportion of aggregate, water and asphalt emulsion to the mixing chamber; and to discharge the thoroughly mixed product on a continuous basis. The aggregate shall be pre-wetted immediately prior to mixing with the emulsion. The mixing unit of the mixing chamber shall be capable of thoroughly blending all ingredients without violent agitation. It shall be equipped with a pressure water system and fog type spray bar adequate for complete fogging of the surface immediately preceding the spreading of the slurry. It shall have sufficient storage capacity to properly mix a minimum of twelve (12) tons of slurry. The emulsion storage tank of the mixing machine shall also be equipped with a convenient device, calibrated in ten (10) gallon increments, to measure the quantity of emulsion actually used with each mixer load of slurry. Devices used for metering and blending additives must be approved by the Engineer. If sulphate of ammonia is used as the retarding agent, it shall be introduced in liquid form. Spreading. General. No application of slurry shall occur until all deep patching, skin patching, crack sealing or other preliminary pavement repairs have been completed. The surface of the pavement shall be thoroughly cleaned and swept prior to the application of slurry seal. The application of slurry shall be scheduled to commence after 7:00 A.M. and shall be complete prior to 2:00 P.M. No slurry shall be applied when the weather forecast indicates a probability of rainfall or when the air or pavement temperature is no higher than 50 degrees and falling. Slurry may be applied when both air and pavement temperatures are 50 degrees and rising. E-14 The surface of the pavement shall be fogged with water directly preceding the application of the slurry. The slurry mixture shall be of the designed consistency when deposited on the surface and no additional elements shall be added. Total mixing time shall not exceed four (4) minutes. A sufficient amount of slurry shall be carried in all parts of the spreader at all times so that complete coverage is obtained. No rippling, lumping, balling or unmixed aggregate shall be permitted, nor shall segregation of the emulsion and aggregate fines from the course aggregate. If the course aggregate settles to the bottom of the mix, the slurry shall be removed from the pavement. No excessive breaking of the emulsion in the spreader box will be allowed, nor shall the condition known as "skinning over" of the slurry. No streaks such as caused by oversize aggregate will be left in the finished pavement. No additional water to be added after material leaves pug mill. Rate of Application. The slurry seal shall be applied at a rate which shall provide an average of 1500 square feet of coverage per ton; but not less than 1400 square feet nor more than 1600 square feet. The rate of application for each pass shall average twelve (12) pounds per square yard; but not less than ten (10) pounds nor more than thirteen (13) pounds. The amount of slurry actually placed on the pavement shall not vary more than 10% from the theoretic tonnage calculated for the pavement. Joints. No excessive build-up causing unsightly appearance shall be permitted on longitudinal or traverse joints. Unless otherwise approved, the overlap at the joints will not exceed 2" and shall be feathered; excessive unapproved overlaps will not be paid for. Joints between asphalt pavement and concrete pavement and/or concrete gutters shall be completely and neatly sealed without excessive slop-over onto the concrete; any unsightly and objectionable excess shall be immediately removed. At street intersections at the beginning and end of work segments, the slurry be neatly spread or trimmed to a straight line defined by the near curb lines of the street adjacent to the work. Approved squeegees or lutes shall be used to spread slurry in areas inaccessible to the machine. Care shall be exercised to insure the maximum rate of application with no excess, and leaving no unsightly appearance. Texture of slurry spread by hand shall match that which was applied by machine. Contractor shall be responsible for the removal of all excess emulsion spread beyond slurry limits, on driveways, sidewalks, etc. E-15 Slurry Spreading Equipment. Attached to the mixing machine shall be mechanical type squeegee distributor equipped with flexible material in contact with the surface to prevent loss slurry and adjustable to assure a uniform spread on varying grades and crowns. It shall be steerable, adjustable in width, with a flexible strike-off. The box shall not cause grooving of the slurry by any of its parts. It shall be kept clean, and build-up of material on the spreader will not be permitted. The type of drag, linen or other textice, must be approved by the agency and it shall be cleaned or changed as frequently as needed or when so directed. Manhole and Water Valve Covers. All metal manhole and water valve covers shall receive a heavy coating of a parting agent such as diesel oil, prior to slurry seal application. After the slurry seal has been applied and cured, the Contractor shall remove all slurry seal material attached to manhole and water valve covers. Traffic Control. The Contractor shall provide such flagmen and barricades as required to protect the uncured slurry from vehicular traffic. Any damage to the uncured slurry shall be the responsibility of the Contractor. Finished Surface Quality. Smoothness. The finished surface of the slurry seal shall be at least as smooth as the original pavement surface. Any corrugations on the surface creating vibrations noticeable by passengers in an automobile driving over the slurry sealed surface at legal speeds will result in rejection of the slurry seal construction. Removal and Resealing. Any slurry seal application that has been rejected shall be removed by cold planing to the original pavement. A new slurry seal application shall then be placed on the pavement. Any placement of slurry seal rejected shall be removed and replaced with the cost borne by the Contractor. Measurement and Payment. Slurry seal will be paid for at the contract unit price per square foot as shown in the bid. Such price shall constitute full compensation for furnishing and placing of materials required to complete slurry sealing pavement, including the preparation of surface, patching, crack sealing, where required and for all labor, equipment, tools, and incidentals, needed to complete the work in conformity with the plans and specifications. E-16 E-XIII CONCRETE WORK Description - This work shall consist of furnishing, placing and finishing concrete for curb and gutter, sidewalk, drive aprons, local depressions, and miscellaneous concrete work, all to the form and dimensions called for and where indicated on the plans and also to the grades shown on the plans and established by the engineer in the field. Materials - Concrete shall conform to Section E-X, "Materials," of these Specifications. Construction - Construction shall conform to the provisions of Section 303 of the Standard Specifications. \ Measurement - Measurement of curb only, concrete gutter, and curb and gutter shall be by the lineal foot as measured along the face of the curb or flowline of concrete gutter. Measurement of the curb adjacent to the local depressions shall be considered as lineal footage of the curb. Measurement of concrete sidewalk and drive aprons and local depressions shall be by the square foot as measured along the plane of the finished concrete surface. Payment - The contract unit price paid per lineal foot or per square foot for concrete work shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-XIV REINFORCED CONCRETE STRUCTURES Description - This work shall consist of furnishing of materials for and constructing cast-in-place reinforced concrete structures consisting of fountain, retaining wall, and miscellaneous footings to the form and dimensions as indicated on the plans and to the lines and grades as established. Materials - Concrete shall be Class A (6 sack mix) conforming to the provisions of Section 201 of the Standard Specifications and these special provisions: The Cleanness Value specified in Section 200-1.4, "Coarse Aggregate" of the Standard Specifications shall be amended as follows: E-17 Test Method Tests No. Calif. Requirements Cleanness 227 Individual Test Result 70 Min. Moving Average 75 Min. The Sand Equivalent Value specified in Section 200-1.5.3, "Fine Aggregate" of the Standard Specifications shall be amended as follows: Test Method Tests No. Calif. Requirements Sand Equivalent 217 Individual Test Result 70 Min. Moving Average 75 Min. Reinforcement steel shall conform to and be placed in accordance with the provisions of Section 201 of the Standard Specifications. Mortar for forming flowlines and miscellaneous grouting shall be one to two mix conforming to Section 201-5 of the Standard Specifications. Miscellaneous metals shall conform to applicable provisions of Section 206 of the Standard Specifications. Construction - Forms shall conform to applicable provisions of Section 303-1 of the Standard Specifications. Placing of concrete shall conform to Section 303-1.8 of the Standard Specifications. Construction methods shall conform to applicable provisions of Section 303 of the Standard Specifications. Measurement - Measurement of the fountain and retaining wall shall be by the lump sum and include all work. Payment - The contract lump sum price paid for the fountain and retaining wall shall include full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and no additional compensation will be allowed therefor. E XV CONCRETE PAVERS Description - This work shall consist of furnishing, sawcutting and placing interlocking paving stones, furnishing and installing sand laying course, and constructing utility encasements all to the form and dimensions called for and where indicated on the plans. E-18 General - Preparation of subgrade shall be as specified in Section E-VIII of these Construction Specifications. Portland Cement concrete to be used for utility encasements shall conform to the provisions of Section E-X, "Materials" of these Construction Specifications. Concrete Pavers shall be as manufactured and supplied by the manufacturers: 1. Muller Supply Co., Lodi, CA (209) 334-3781 2. Earthstone Inc., Riverside, CA (714) 653-1187 3. Pacific Interlock, Mt. View, CA (415) 961-7896 Paving stones shall be "Uni-Stone," color - "Sunburst #1," as manufactured by Muller Supply Co., or approved equal. Two samples of paving stones shall be submitted to the engineer to indicate color and type of paving stones to be supplied on this job. Approval of paving stones shall be secured prior to the installation of paving stones. Paving stones shall be delivered and unloaded at the jobsite on pallets or bound in such a manner that no damage occurs to the product during hauling, handling or unloading at the jobsite. Materials - A. Paving Stones - All interlocking concrete paving stones shall conform to the following specifications: 1. Pavers shall have a minimum compressive strength of 8,000 psi in accordance with testing procedures ASTM C-140. 2. Materials used to manufacture interlocking concrete paving stones shall conform to the following: a. Cement - ASTM C-150 (Portland Cement) b. Aggregates - ASTM C-33 (washed, graded sand and rock, no expanded shale or lightweight aggregates) 3. Size, shape, design and colors shall be in accordance with details as noted on the plans. Placement of paving stones shall be in the Herringbone Pattern 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 a No. 4 sieve size and a maximum of 3% passing a No. 200 sieve size, and commonly known as plaster sand. E-19 2. Thickness of sand laying course should be uniform to insure an even surface. The designed thickness should be a maximum of 1 inch. 3. The sand laying course should be the responsibility of the paving stone installer. C. Concrete Utility Encasement - Concrete utility encasement shall conform to the plan and these Special Provisions. 1. Concrete work shall be as specified in Section E-X of these Construction Specifications. 2. Payment for concrete utility encasements shall be included in the contract unit price paid per square foot for concrete pavers. Construction - Construction of interlocking concrete paving stones shall conform to the following specifications: 1. Pavers shall be clean and free of foreign materials before installation. 2. Installation should start from a corner of straight edge and proceed forward over the undisturbed sand laying course. 3. Paving work shall be plumb, level and true to line and grade; shall be installed to properly coincide with adjacent work and elevations. (All edges must be retained to secure the perimeter stones and the sand laying course.) a. Paving stones shall be installed hand tight and level on the undisturbed sand laying course. String lines should be used to hold pattern lines true. b. A roller vibrator or plate vibrator shall be used to compact the stones and to vibrate the sand up into the joints between the stones. c. Plaster sand shall be spread over the installed paving stones so that it may be vibrated into the joints between the stones. d. Excess sand shall be swept into the joints or disposed of from surface area. e. The completed paving stone installation shall be washed down and cleaned to provide a clean finished workmanlike installation. E-20 4. Cutting of paving stones may be done with either a double bladed breaker or a masonry saw. However, when cutting is required in roadways or precision designed areas a masonry saw shall be used. Measurement - Measurement of concrete pavers shall be by the square foot as measured along the plane of the finished paver surface. Payment - The contract unit price paid per square foot for concrete pavers, including utility encasements, shall be considered full compensation for furnishing all labor, materials, tools, equipment, sawcutting and incidentals to accomplish the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-XVI ADJUST WATER VALVES AND M.H. FRAMES AND COVERS TO FINISHED GRADE Description - This work shall consist of adjusting existing water valve covers and existing manhole frame and covers to the finished pavement grade where called for on the plans and in accordance with the applicable provisions of Section 302-5.7 of the Standard Specifications. Materials - Concrete shall be Class B (5 sack mix) conforming to the provisions of Section201 of the Standard Specifications. Asphalt concrete shall conform to the provisions of Section E-XI "Materials" of these Specifications. Construction - The method of adjusting manholes to finished grade shall be as follows: 1. Upon completion of finished pavement wearing course, circular holes shall be cut where the manholes exist. The inside diameter of this hole shall be at least 18" larger than the outside diameter of the manhole or water valve. 2. The manhole frame and cover shall then be raised to the finished pavement grade and suitably blocked and grouted in place to the satisfaction of the engineer. 3. A concrete collar shall be poured around the manhole frame and cover to within 1" of finished pavement grade. Said collar shall have a minimum depth of 12" and be placed on thoroughly compacted subgrade. 4. After concrete has cured sufficiently, asphalt concrete shall be placed to finished pavement grade. Manholes in areas of asphalt concrete overlay may be adjusted by the method outlined above, or at the contractor's option, by adding approved type metal manhole frame rings as directed by the engineer. E-21 All manholes shall be shall be thoroughly cleaned of any construction debris which may have entered due to the contractor's operations. The County Sanitation Districts of San Diego County, telephone, electric, gas, shall be notified at least 24 hours prior to any work being performed on any trunk sewer manholes and all such work shall be done to their satisfaction. Traffic Control - Protection of the work shall be the responsibility of the Contractor and the Contractor shall provide delineation to the satisfaction of the Engineer to accomplish this. Payment - Payment for adjusting water valves and manhole 'covers and cooperation with others shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E- XVII TEMPORARY PAVEMENT Description - This work shall consist of furnishing and installing temporary pavement over backfilled trenches. Materials - Temporary pavement shall be a minimum of one and one-half (IJj) inch bituminous premix. Construction - The Contractor shall proceed immediately to place final resurfacing on any part of any excavation upon notice from the Engineer without waiting for the completion of the full length of the project. Within the limits of any traveled way, temporary or final resurfacing shall be placed immediately following final compaction of the backfill. Payment - Payment for providing temporary pavement shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E- XVIII CONCRETE ENCASEMENT OF EXISTING SEWERS Description - This work shall consist of constructing concrete encasement of existing sewers where indicated on the plans . Materials - Concrete for encasement of existing sewers shall be Class A (6 sack mix) conforming to the provisions of the Standard Specifications. Reinforcing bars shall be A615, Grade 40 conforming to Standard Specifications. E-22 Construction - Concrete encasement of sewers shall be constructed conforming to Section 201 of the Standard Specifications and as indicated on the plans. Payment - Payment for encasement of sewers, cooperation with others, shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, equipment and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-XIX FOUNTAIN ELECTRICAL PUMPS Description - This work shall consist-of furnishing and installing conduit conductors and the installation or relocation of pullboxes. The installation of fountain pumps, service equipment, conduit, conductors and pullboxes. Materials - Materials shall conform to applicable provisions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation (CALTRANS) Specifications and shall be of the size and type as called for on the plans and details. Construction - Construction shall conform to applicable provisions of Section 86 of the CALTRANS Specifications and as shown on details, Foundations - Portland cement concrete for foundations shall contain not less than 470 pounds of cement per cubic yard, and shall obtain a 28-day compressive strength of 2500 pounds per square inch; except that concrete for reinforced pile foundations shall contain not less than 564 pounds of cement per cubic yard, and shall obtain a 28-day compressive strength of 3250 pounds per square inch. Conduit - Conduit shall be rigid steel with metallic fittings. Galvanizing shall be certified to meet CALTRANS standards. Conduit ends shall be sealed with an approved compound after conductors have been installed. Pullboxes - Pullboxes shall be precast reinforced concrete. Recesses for suspension of ballasts will not be required. Pullboxes shall be installed on a 6-inch crushed rock base without grout. Wiring - Splices for No. 8 or larger conductors shall be Type C insulated by Method B as shown on CALTRANS Standard Plan ES-13. Bonding and Grounding - Bonding and grounding jumpers shall be visible after caps have been poured on foundations. E-23 Service - The Contractor shall arrange with the serving utility for service connections in conformance with the requirements of the utility and these Special Provisions, and the Contractor shall pay all required costs and fees required by the utility. Type III service shall be relocated and modified. Service equipment wiring shall consist of 120V fountain pumps and lights, 120V metered lighting and 120V metered fountain control. Prior to utilities installation of meter, the Contractor shall ask for electrical service inspection by the Building and Safety Department of the City. The meter will be supplied by the Contractor. Measurement - Measurement of these items of work shall be by the lump sum for total fountain construction. Payment - The contract lump sum price paid for the fountain items shall be considered full compensation for furnishing all labor, materials, tools, equipment, and incidentals to accomplish the work as specified herein and as detailed on the plans and no additional compensation will be allowed therefor. E-XX TRAFFIC STRIPING AND SIGNING Description - This work shall consist of furnishing traffic striping and appurtenant work all as detailed on the plans. Materials - Paint for traffic stripes and pavement legends shall be: A. Traffic Line Paint, Fast Dry, White California Material Specification 8010-12F-04. B. Traffic Line Paint, Fast Dry, Yellow California Material Specification 8010-12F-05. Glass spheres for Traffic Paint shall conform to State Material Specification 751-80-34. Raised pavement markers shall conform to the California Department of Transportation Standard Specifications Section 85 and shall be of the type as called for on the plans. Pavement legends shall conform to City stencils. Signs, stripes and pavement legends shall be relfectorized. Construction - Except as noted herein or on the plans, the following specifications shall apply: Traffic signs, stripes, legends and raised pavement markers shall conform to the California Department of Transportation Traffic Sign Specifications, Traffic Manual, Maintenance Manual, and Standard Specifications. E-24 Traffic striping shall conform to Sections 210 and 310 of the Standard Specifications for Public Works Construction (APWA/AGC). The Contractor shall furnish the necessary control points for all striping and markings, and shall be responsible for the completeness and accuracy thereof to the satisfaction of the Engineer (see appendix). Spotting shall be completed prior to the removal of any existing stripes. Existing stripes and markings shall be removed prior to painting new ones, but in no case shall any section of street be left without the proper striping for more than 24 hours, or over the weekends or holidays. Traffic paint shall be applied at the rate of 16 to 18 gallons per mile of solid 4-inch wide stripe (one gallon for every 98 square feet). The dry paint film thickness shall be 8 to 10 mils. Glass spheres shall be applied at the rate of 110 pounds per mile of solid 4-inch wide stripe (one pound per 16 square feet). Measurement and Payment - Full compensation for furnishing and installing traffic signs, stripe, markings and raised pavement markings will be considered as included in the lump sum bid and no additional compensation will be allowed therefor. E-XXI HARDSCAPE ITEMS AND RELATED WORK Description - The work of this Section includes the furnishing and installation of all equipme'nt and all appurtenant work, complete, all in accordance with the requirements of the Contract Documents. Work Specified Elsewhere - All excavation, backfill, and other earthwork incidental to the construction of the equipment specified herein shall conform to the requirements of "Earthwork," and the requirements specified hefein. „ Concrete, as required for embedment of posts or pads for furnishing shall conform to the applicable requirements of Section E-XIII, "Reinforced Concrete Structures," of these Specifications. GENERAL REQUIREMENTS Shop Drawings - The Contractor shall provide shop and/or installation drawings of all hardscape items prior to fabrication and construction. Product Delivery, Storage and Handling - Materials shall be delivered, stored, handled, and installed so as not to be damaged or deformed. Material shall not be allowed to come in contact with other items that will cause staining. E-25 Substitutions and Approvals - All items of materials and equipment the Contractor proposes as substitutions shall be submitted prior to installation. Failure of the Contractor to comply with the above will evidence that items as specified here will be furnished. All materials, equipment, etc., specified under a specific name shall be construed as follows: The article specified as a standard shall be deemed as competitive with approved equals, and the City Engineer reserves the right to reject all substitutions. The City Engineer's approval or rejection of any material or equipment substituted shall be final. A complete list of materials and equipment the Contractor proposes to use as substitutions shall be submitted with his proposal stating any difference in cost for each substitution stated. Failure of the Contractor to comply with the above will evidence that specified standards will be furnished. All items proposed as substitutes shall be accompanied by prints and data with pertinent information on the subject. Where the installation of substituted materials require changes in the installation, said changes shall be made by the person, firm or corporation supplying such substituted materials, without additional cost to the Owner. When drawings are submitted by the Contractor for the purpose of showing the installation in greater detail, their approval shall not excuse the Contractor from any and all requirements shown on the drawings and specifications, or as may be required to properly install the work. Approved equal shall mean any material or equipment approved by the City Engineex.in lieu of the specific article used as standard. Substitution shall mean any material or equipment proposed for use other than the specific article used as standard. Coordination of Work - The Contractor shall thoroughly inspect the designated areas prior to the start of his work and satisfy himself that the area is ready and is acceptable to him. If any discrepancies, ommissions, or errors are found or known to exist, the City Engineer shall be immediately notified by the Contractor. Site Inspection and Verifications - All scaled dimensions are approximate. Before proceeding with any work, the Contractor shall carefully check and verify all dimensions to his satisfaction. E-26 PRODUCTS Manufacturer - The hardscape items shall be the products of the following manufacturers in the quantities shown on the plans: 3. 6. Product & Model Bench: Model 2120 6'long unless otherwise noted Drinking fountain: Model 1776 Tree grates & frames: Model #A2324 Finish Per manufacturer's standard Per manufacturer's standard Per manufacturer's standard Banner poles: a. Single banner poles Per manufacturer's per Detail #9 as shop drawing & fabricated by Detail #9 per Timberform manufacturer's shop Manufacturer Timberform Dist. Wakefield 1100 Quail St. , Ste. 100 Newport Beach, CA 92660 (714) 752-6204 Murdock Dist. Wakefield Alhambra Foundry 1147 Meridian Avenue P. 0. Box 471 Alhambra, CA 91802 (213) 289-4294 Timberform Dist. Wakefield b. Double banner pole per Detail #10 as fabricated by Timberform Planters: Per Detail #13 as fabricated by Western Art Stone Model S-4C-30 S-4C-22 S-4C-17 S-3C-30 S-3C-22 S-3C-17 Trash Receptacles:- Model "C" drawings & Detail #10 Per manufacturer's shop drawings & Detail #10 Per Detail #13 Timberform Dist. Wakefield Western Art Stone Dist. Dura Stone 15336 Arrow Highway Fontana, CA (714) 350-9000 Lid: blue Western Art Stone Base: light sandblast Dist Dura Stone E-27 7. Bollards Acid etched Western Art Stone Model HI Dist. Dura -Stone 8. Pavers a. Sidewalk pavers Per manufacturer's Muller Supply Co. 60 M.M. Sunburst standard 424 S. Main Street #1 Lodi, CA 95240 (209) 334-3781 b. Street pavers 100 M.M. Sunburst II EXECUTION Verify Conditions - Verify at site conditions affecting work of this section, obtain accurate dimensions of levels, and location and arrangements of embedded anchorage. Report discrepancies between drawings and field dimensions and other irregularities or improper conditions to Engineer for correction prior to commencing work. Commencing work indicates acceptance of conditions and surfaces underlaying or adjacent to work of this section. Cooperation - Cooperate with all other trades whose work affects or is affected by this work, and inspect all installations made by other trades, and report through the Engineer, all defective or improper work which might affect work of this section. Installation - Install hardscape items in accordance with the plans, details, and manufacturers' printed directions. PROTECTION AND CLEAN-UP Protection - Adequately protect all work from damage by subsequent construction operations. Damaged work shall be refinished or replaced. Clean-Up - The Contractor shall at all times keep the premises free from accumulation of waste materials and rubbish caused by his employees in accordance with Section entitled "Project Closeout". Upon completion of work, rubbish and excess materials are to be removed from the site, leaving the area acceptably clean. E-28 E-XXII CARPENTRY AND MILLWORK" Description - The work required under this section consists of all carpentry and millwork and related items necessary to complete the work indicated on drawings, and described in the specifications. Generally, the work to be performed under this section shall include, but is not limited to, the following: Banner poles Including all rough and finish carpentry, rough and finish hardware and items of trim. Work Specified Elsewhere - All excavation, backfill and other earthwork incidental to the construction of the above improvements herein specified shall conform to the requirements of "Earthwork" and the requirements specified herein. Concrete, as required for embedement of posts shall conform to the applicable requirements of Section E-XIII, "Reinforced Concrete Structures," of these Specifications. Compliance with Standard and Industry Specifications - Any materials or operation specified by reference to the published specifications of a manufacturer, National Lumber Manufacturer's Association (NLMA), Southern Pine Inspection Bureau (SPIB), Douglas Fir Plywood Association (DFPA), National Hardware Lumber Association (NHLA), National Wood Preservers Association (NWPA), or other published standards, shall comply with the requirements of the Standards listed. In case of conflict between the referenced specifications and the project specifications, the project specifications shall govern. • Materials - Grading Pulls: The latest editions and supplements of the following grading rule shall apply to materials furnished under this section. Nominal lumber dimensions shall conform to minimum established by the American Lumber Standards of the U.S. Department of Commerce. Moisture Content (Average) - Not to exceed 19%. Rough hardware, except as otherwise specified on details, shall be as required for the proper execution of the work of this division. Nails shall be non-corrosive aluminum or hot-dipped galvanized steel. E-29 Anchor carpentry work to masonry or concrete where required. Wood Treatment: Treat all wood in contact with concrete or masonry. Measurement - Measurement for these items of work shall be by the count of each item and unit constructed. Payment - Payment for providing all carpentry and millwork necessary to install the units shall be included in the Bid Unit prices paid for the above mentioned items of work and shall be considered full compensation for furnishing all labor, materials, hardware, wood treatment, equipment, cleanup and incidentals for accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-XXIII MISCELLANEOUS METAL Description - The work required under this section consists of furnishing and installing all miscellaneous and ornamental metal work and related items, including supports, sleeves, anchors, brackets, bolts, hardware, and other accessories. Where standard practice or local codes require items not specifically shown on the drawings, they shall be furnished under this specification and installed at no extra cost. Materials - Materials shall comply with Standard Specifications as follows: a) Steel: ASTM-A7 or ASTM-A36; b) Cast Iron: ASTM-A48, and shall be Class No. 30 with a minimum tensile strength of 30,000 psi; c) Malleable Iron Castings: -ASTM-A47; d) Wire: Cold drawn steel, unless otherwise specified; e) Wrought Iron: Plate, ASTM-A42; Bars, ASTM-A189. Shop Drawings - Required. General - Stock commercial materials, products, patterns, fabrication methods meeting requirements of this specification and conforming substantially to details and design indicated will be accepted subject to approval. Welding shall be in accordance with applicable code requirements of American Welding Society. All miscellaneous metal shall be supplied in sufficient time to be incorporated in respective work specified elsewhere. Gauges of steel shall be U.S. Standard Gauge. Workmanship and Finish - Workmanship and finish shall be equal to best practice for respective work. All necessary rabbets, lugs, and brackets shall be provided so that work can be assembled in E-30 neat and substantial manner. Holes for bolts and screws shall be drilled. Fastenings shall be concealed where practicable. Thickness of metal and details of assembly and supports shall give ample strength and stiffness. Joints exposed to weather shall be formed to exclude water. Metal work shall be countersunk properly to receive hardware and be provided with proper bevels and clearances. Cement mortar grout shall be used for setting bed of base plates, bolts, beams and framing members, and for grouting as indicated and/or specified. Grout shall consist of equal parts of Portland cement, sand and dry grouting compound. Materials shall be mixed in accordance with manufacturer's directions. Before grouting, tops of foundations shall be roughened, cleaned thoroughly and coated with neat cement grout immediately before the cement mortar grout is placed. Anchors and Bolts - Anchors shall be proviede where indicated and where necessary for securing work in place and for fastening ties, equipment and other work to concrete construction. Anchors in, concrete shall consist of adjustable inserts of approved types with bolts, rods, or equivalent flats, threaded securely in inserts. Where practicable, anchors shall extend eight inches into concrete masonry units, and be bedded with concrete. Inserts and Sleeves - Inserts of suitable and approved types shall be provided where necessary for support of piping, mechanical equipment and apparatus, or other work. Steel pipe sleeves of suitable type and size shall be provided where indicated and where pipes, conduits, and other similar work pass through slabs, walks, pavers, and for all anchor bolts in concrete construction. Live Loads - Miscellaneous metal items shall meet applicable building codes and shall support any live loads or dead loads which may normally be imposed. Shop Painting - All surfaces of steel and iron work, except bolts, anchors, zinc-coated work and work with asphaltic or other paint priming, shall be given a shop coat or an approved pre-treatment and coat of zinc-chromate primer or red lead paint. Shop painting shall be in accordance with best modern practices. Surfaces of metal to be embedded in concrete shall not be painted. Payment - Payment for providing miscellaneous metal shall be considered included in the contract unit prices paid for other items of work and shall be considered full compensation for furnishing all labor, materials, painting, equipment and incidentals for .accomplishing the work as specified herein and no additional compensation will be allowed therefor. E-31 E-XXIV IRRIGATION SYSTEM AND RELATED WORK Description - This work shall consist of furnishing all materials and constructing automatically controlled irrigation system all as shown on the plans ana specified herein. GENERAL REQUIREMENTS Record Drawings - The contractor shall keep current and continuous record of all changes and shall deliver a clear and legible set of prints to the City Engineer prior to the final acceptance of the irrigation system. "As-built" Drawings shall show dimensional locations of buried pipe, direct bury wires and the remote control valves, notations of changes in routing of pipe, etc. Dimensions shall be taken prior to backfilling of trenches and shall be referenced to the closest permanent above grade structures for positive location (feet and inches). Ordinances - Comply with all local and state codes, ordinances, safety orders and regulations of all legally constituted authorities having jurisdiction over the work. Standards of Installation - Materials and workmanship shall be in accordance with all local plumbing ordinances except where provisions of the specifications exceed such requirements, and specifications shall govern. Existing Utility Lines - Location and alignment of new work to avoid existing utility lines shall be performed as directed by the City Engineer without cost to the Owner. Explanation and Precedence of Drawings - For purposes of legibility, sprinkler lines are- essentially diagramatic, and although size and location are to scale where'ever possible, the installer shall make use of all data in all contract documents and shall verify this information at the site. All work called for in the drawings by notes shall be furnished and installed whether or not specifically mentioned in the specifications. Substitutions and Approvals - All items of materials and equipment the contractor proposes as substitutes shall be submitted prior to installation. Failure of the contractor to comply with the above will evidence that items as specified here will be furnished. All materials, equipment, etc., specified under a specific name shall be construed as follows: The article specified as a standard shall be deemed as competitive with approved equals, and the City Engineer reserves the right to reject all substitutions. The City Engineer's approval or rejection of any material or equipment substituted shall be final. E-32 A complete list of materials and equipment the contractor proposes to use as substitutes shall be submitted with his proposal stating any difference in cost for each substitution stated. Failure of the contractor to comply with the above will evidence that specified standards will be furnished. All items proposed as substitutes shall be accompanied by prints and data with pertinent information on the subject. Where the installation of substituted materials require changes in the installation, said changes shall be made by the person, firm, or corporation supplying such substitutes materials, without additional cost to the Owner. When drawings are submitted by the contractor for the purpose of showing the installation in greater detail, their approval shall not excuse the contractor from any and all requirements shown on the drawings and specifications, or as may be required to properly install the work. Approved equal shall mean any material or equipment approved by the City Engineer in lieu of the specified article used as standard. Substitution shall mean any material or equipment proposed for use other than the specified article used as standard. Coordination of Work - The contractor shall thoroughly inspect the designated areas prior to the start of his work and satisfy himself that the area is ready and is acceptable to him. If any discrepancies, onunissions, or errors are found or known to exist, the City Engineer shall be immediately notified by the contractor. Site Inspection and Verifications - All scaled dimensions are approximate.Before proceeding with any work, the contractor shall carefully check and verify all dimensions to his satisfaction. Adjustments - Spacing of sprinkler heads and locations of valves shall be as indicated on the drawings. Sprinkler heads and valves may be shifted slightly where necessary to avoid obstruction; however, any deviations from the plans shall be accurately recorded on the "As-Built" Drawings. MATERIALS - All materials shall be new, as specified or approved, and free from any defects. Gate Valves 2" or Smaller - Bronze, non-rising stem, screwed similar or equal to Crane 438, Walworth 4, Kennedy 427 or Nibco/Scott T-133. E-33 Plastic Pipe - Below grade pipe shall be extruded from 100% virgin polyvinyl chloride (PVC) Type 1, Grade II (Class 1220), based on Geon 8759. All pipe shall be continuously and permanently marked with the manufacturer's name, nominal pipe size, PVC 1220, SDR [Standard Dimension Ratio) or pressure rating in P.S.I., and NSF (National Sanitation Foundation). The date of extrusion of pipe shall also appear on the pipe correlated to qualify control tests, raw material batch number, and other information required by the manufacturer and kept for a minimum period of 2 years. Pipe shall be extruded by Lasco Industries, Johns-Manvilie, or equal. All plastic pipe shall be certified by the manufacturer to have passed the following tests: A 2" long sample of each size shall be taken from the field and immersed in 99% pure anhydrous acetone at about 72.4 F. for 20 minutes. At the end of this time, there shall be no evidence of flaking or delamination on the inner or outer walls of the pipe. Softening and swelling will not constitute failure. A_2" long sample shall be compressed to 401 of its outsided diameter between plates of a press without showing evidence of cracking or breaking. Pipe not passing these tests shall be rejected. Pipe shall be free from cracks, holes, foreign materials, blisters, wrinkles, or dents. All domestic water lines shall be PVC 1220, Schedule 40, size as indicated on the plan. . . _ All irrigation mains sizes I'/z" upstream from the control valves (pressure lines) shall be PVC 1220 Schedule 40. All sprinkler lateral lines downstream from the control valves sizes 1/2", 3/4", 1", 1 1/4", 1 1/-2", and 2" shall be PVC 1220, Class 200. Plastic fittings: PVC 11, IPS, Schedule 40 NSF approved equal to or exceeding ASTM D 2467-65T: Lasco, Sloane, or approved equal. Conduit - For control wires under new paving, PVC 1220, PVC 11, IPS Schedule 40. For control wires under existing walks or pavina, if jacked under use steel pipe, Schedule 40, galvanized. Quick Coupler Valves - Rain Bird £44 LVC or approved equal. Remote Control Valves - With flow control adjustments, with solenoid molded in epoxy and encased in brass housing, Rain Bird 150 EFA or approved equal. Valve Boxes - Pre-cast concrete. Brooks Products No. 3 Std. body with heavy duty concrete cover for remote control valves. Brooks Products No. 3RT with "water" on covers of all gate valves or approved equal. Boxes must be lockable. E-34 Electrical Conductors -24 volt conductor, U.L. approved for direct burial.Size as recommended by the manufacturer. Automatic Sprinkler Control Programmer System - Wall mount (mount in LeMeur enclosure) existing Rainbird 12 station controller, 117 volt, 60 cycle, A.C. 1 required. Remote control valve shall be of the same manufacturer as the programmer: Rainbird 150 EFA or approved equal. Sprinkler Heads - As shown or approved equal. Sub-Injected Irrigation System. 1. Sub-Injected Irrigation System shall be 'Watersaver1 manufactured by International Irrigation Inc. (213) 339-0776. All parts of the system including tee strainer and flow manifold shall be by International Irrigation Inc. 2. A Complete Watersaver System should consist of: a) Tee Strainer, 100 Mesh. (Part no. T-125 or T-200) b) Flow Manifold. (Part no.s FC-25, 50, 75, 100, 150 or 200) c) Supply Lateral Pipe.' (Min. 2001bs. P.V.C. Pipe & Fittings) d) Spigot Adapters. (Part no. S-100) e) Watersaver Tubing. (Part no. W-18-3/8) f) Terminal Lateral Pipe. (Min. 2001bs. PVC Pipe & Fittings) g) Flush Valve. (Riser with Cap) CONNECTION TO EXISTING MAIN SUPPLY LINE shall be as indicated on the drawings. Connections to existing galvanized steel or wrought iron pipe shall be made to existing fittings, or by inserting new fittings and/or as herein specified for new work and as recommended by the pipe manufacturer. INSTALLATION OF PLASTIC PIPE PVC Plastic Pipe and Welded Fittings Plastic Pipe and fittings - Carefully handled, and stored under cover to avoid damage.Beds on which transported or stored must support full length of pipe to prevent damage. Any pipe damaged or dented will not be used in the work. E-35 Trenches - Shall be accurately trimmed for uniform bed free from rocks, clods, or other sharp edged objects to provide 18" minimum cover from top of pipe to finish grade. Where practical, pipe shall be assembled and welded on the surface and when lowered into trench shall be snaked from side to side of trench bottom to allow for expansion and contraction. Welding - Plastic pipe and fittings shall be solvent welded using solvents and methods as recommended by the manufacturer of the pipe, except where screwed connections are required. Pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before applying solvent with a non- synthetic bristle brush in the following sequence: Apply an even coat to outside of pipe, then to inside of fittings, and then re-apply a light coat of solvent to the outside of the pipe making sure that coated area on the pipe is equal to the full depth of the fitting socket. Insert pipe quickly into fitting and turn approximately 1/4 turn to distribute the solvent and remove air bubbles, check tees and ells for correct position, then hold joint with out movement for approximately 15 seconds so that pipe does not push out of fitting. Use clean rag and wipe off excess solvent. All welded joints shall cure at least 15 minutes before moving or handling and at least 24 hours before water is permitted in the pipe. All connections between plastic pipe and metal valves and steel pipe shall be made with screw fittings using plastic male adapters, and a non-hardening pipe dope similar and equal to Permatex #2 applied" to male threads. Make up with light wrench pressure. Steel pipe shall not be screwed into plastic fittings. Instruction - Contractor shall make arrangements for the plastic pipe manufacturer's representative to be at the-site at the start of pipe assembly and during installation as necessary to instruct in proper assembly and its relation to facilities to which connected. Test - After welded joints have cured at least 24 hours and before sprinkler heads are installed, flush out lines and then cap all outlets and test system under pressure of 50 Ibs. over normal water pressure in the presence of the Maintenance Superintendent. All joints shall be left exposed for inspection during pressure test. Center load pipe with sufficient backfill to prevent arching or slipping under pressure. Quick Coupler Valves - Install in positions as shown, readily accessible for use. Provide permanent identification of control stations in the controller with dymo embossed plastic labels. Control wires shall be installed in common trenches wherever possible in order to effect the most direct.run for the wires. Wires shall be at least 18" below finish grade contained within PVC sleeves. The wires shall be a minimum of 4" from any pipe or fitting except at terminal,points. E-36 Control wire splices allowed only on runs more than 1000 feet. Splice as follows: 1. Strip off minimum of 2 1/2" of insulation from each wire. 2. Twist pair together minimum 4 complete twists. 3. Solder splices without damaging insulation. 4. Tape splice with Scotch-fil electric putty, rolling between hands to provide complete bond. 5. Tape completed splice with Scotch-33 electrical tape or approved equal, extending beyond the scotch-fil at least 1 1/2" each side. All field wiring including wire for future extensions shall be tested and approved prior to backfilling. / All wire passing under future or existing paving shall be encased in a conduit extending at least 12" beyond edges of paving, Remote Control Valves - Adjust flow control on valves for optimum pressure and flow of water for the sprinkler heads. Balance the system for optimum performance. SPRINKLER HEADS - Sprinkler heads shall be the types and sizes as indicated in the irrigation system schedule of drawings. Each head will have manufacturer's name and number permanently marked on each head. No part of the head shall be removable by hand. Each section of sprinklers shall be adjusted so as to balance the discharge between all heads in.the section. All part-circle sprinklers shall be adjusted for proper coverage so that there will be a minimum of spray form the sprinklers falling on adjacent p'aving. Subrlnjected Irrigation System Installation and Adjustment a. General. After all new sprinkler pipelines and risers are in place and connected, all necessary diversion work has been completed, and prior to installation of "water saver" lines, the control valves shall be opened and a full head of water used to flush out the system. b. "Water Saver" Lines shall be installed only after flushing of the system has been accomplished to the complete satisfaction of the City. E-37 c. Rules to Follow When Installing a Watersaver System 1. All PVC pipe must be cut with pipe cutters, NOT with a saw. PVC shavings from cutting pipe with a saw MUST NOT be allowed to enter the system! So use cutters, not a saw! 2. Whenever Watersaver tubing is glued to the spigot adapters, use FLEX SOLVENT ONLY. DO NOT use standard PVC solvent! (Part no. for flex solvent, SC-050) 3. When Watersaver tubing is placed in the ground, the open end of the flap should be face down, not up. 4. Maintain specified depth of tubing i 1 inch. 5. Maintain specified spacing of tubing i 2 . inches. 6. Be careful not to kink the tubing so that the flow of water is cut off or restricted. To help avoid this, be sure that the supply & terminal headers are placed at the same depth and spacing as the tubing. Also, to help avoid kinking the tubing when making a sharp turn of any kind, a h inch 45° or 90° elbow with spigot adapters can be used. 7. The maximum spread of water from each injector in the tubing depends on the soil type. However, on the average, water spread is 9 to 12 inches. Therefore NO AREA. INTENDED TO BE WATERED CAN BE MORE THAN 9 INCHES FOR SANDY SOIL, TO 12 INCHES FOR HEAVY SOIL, AWAY FROM AN INJECTOR!!! Be careful to check this at all times, especially at header connections. Make sure that there is an injector within 6 to 9 inches from any connections to the headers, and make sure that the headers are as close as possible to the end of the area to be watered. 8. After the system has been installed, but before it is turned on, a complete and thorough flushing of the system MUST be done! To accomplish this, follow the instructions below. E-38 a) Open up the flush valve or remove the cap from the flush riser b) Fully open all supply valves c) Allow the system to flush for 5 minutes d) Turn off the main supply valve FIRST! Then close off the flush valve or riser. e) Using the gate valves on the flow manifolds adjust the flow to the DESIGNED FLOW RATE ONLY! The system should now be ready for use. 9. Prior to installation of "watersaver system" including filter screen to manifold valve, the Contractor shall call a representative of International Irrigation (213) 339-0716 out to the site for detailed installation instructions. 10. Refer to Details #15 & 16 for installation of "watersaver system". FLUSHING OF SYSTEM - After all new sprinkler pipe lines and risers are in place and connected, all necessary diversion work has been completed and prior to the installation of sprinkler heads, the control valves shall be opened and full head of water shall be used to flush out the system. . Sprinkler heads shall be installed only after the flushing of the system has been accomplished. • TESTS - Hydrostatic tests shall be made only in the presence of the Landscape Architect or other duly authorized representative and no pipes shall be backfilled until inspected, tested and approved. Coverage Tests shall be performed in the presence of the Landscape Architect. All inadequate coverage shall be corrected as directed by the City. E-39 BACKFILLING - After piping has been completed, tested and proven tight, the trenches shall be backfilled with clean soil free from rocks and other extraneous matter larger than 2" in diameter. The backfill shall be compacted to the same density as the adjacent undisturbed earth. PIPE UNDER NEW PAVING --All pipe and conduit required to be installed under new paving shall be thoroughly compacted to a minimum 90% density. All pipe installed under new pavement shall be installed in Schedule 40 PVC sleeves , size as required. PIPE UNDER EXISTING PAVING - All pipe required to be installed under existing paving shall be jacked under or placed through sleeves. Water jetting will not be permitted. REPAIRING PAVING . if paving is removed in the irrigation installation, backfill and base course shall be thoroughly compacted to a minimum of 90% density, providing a base course and paving of the same specification and to match existing work to the entire satisfaction of the Cit7 Engineer. EMERGENCY REPAIRS . The City reserves the right to make temporary repairs as necessary to keep equipment in operating condition without voiding the contractor's guarantee bond nor relieving the contractor of his responsibilities during the bonding period. INSPECTIONS - A final inspection of the work of this section of specifications shall be made by the Landscape Architect and representatives of the City in the presence of the contractor at the time when all work is- completed and/or the time of the final inspection. COMPLETION CLEANING - Upon completion of the work, the contractor shall make the ground surface level., remove excess materials, rubbish, debris, etc. and remove his construction and installation equipment form the premises. Turnover Items - The City shall be given the following at the end of maintenance: 1. Three (3) sets of keys that operate controller door. 2. Three (3) sets of keys that operate valve box door. 3. Two (2) sets of special tools required for removing, disassembling, and adjusting each type of sprinkler and valve supplied. 4. Two (2) five foot valve keys for operation of gate valves. 5. One (1) quick coupler valve key and swivel ell for every four quick coupler valves installed on the job. (*. Two C2) five foot valve keys for operation of gate valves. E-40 GUARANTEE - The new irrigation system shall be guaranteed to give satisfactory service for a period of one year from the date of acceptance by the City. Should any trouble develop within the time specified above due to inferior or faulty materials and/or workmanship, the trouble shall be corrected by the Contractor to the entire satisfaction of the City. Any and all damages to existing storm drains, water lines, gas lines, existing irrigation system, etc., shall be repaired by the Contractor to the entire satisfaction of the City at no expense to the City. Measurement - Measurement for this item of work shall be by the lump sum. Payment - Payment for this item of work shall be at the contract lump sum price and shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and no additional compensation will be allowed therefor. E-41 E-XXV PLANTING AND RELATED WORK Description - This work shall consist of furnishing all materials required and complete the planting as indicated on the drawings and specified herein. General - Before proceeding with any work, the contractor shall verify all quantities and shall immediately inform the City Engineer of any discrepancy between the drawings, specifications, and actual conditions. No work shall be done in any area where there is a discrepancy until approval has been given by the City Engineer. Before excavating for planting^ locate underground utility lines so that proper precautions may be taken to avoid damage to such utilities. In the event of a conflict between underground lines and planting holes, promptly notify the City Engineer who will arrange for the relocation of one or the other. Failure to follow this procedure places upon the contractor the responsibility for making any and all repairs for damage of any kind at his own expense. Contractor shall provide necessary safeguards and shall exercise caution against injury or defacement of any existing site improve- ments. He shall be responsible for any damage resulting from his operations, and shall repair or replace such damage at his own expense. No trucks or vehicles of any kind shall be allowed to pass over sidewalks, curbs, etc., unless adequate protection is provided. Cleaning and Weeding - Before commencing any work in any of the areas to be planted^ remove all debris, weeds, roots, rocks, etc. MATERIALS - Soil Fertilizers and Conditioners - Redwood sawdust shall be free of shavings or particles of other wood such as fir or pine, supplied in bulk and .5% nitrogen stabilized by standard techniques. An acceptable substitute for above would be nitrogen stabilized for of redwood bark ground to 0-1/4" particle size - 1.01 nitrogen stabilized. Commercial fertilizers shall be delivered in sacks with manufacturer's label showing weight and analysis attached to each sack. Fertilizer and soil conditioner shall be comprised of decomposed animal and vegetable matter and composted to support bacterial cultures. Conditioner shall contain no poultry, animal, or human waste. Guaranteed analysis shall be SI nitrogen, 31 phosphate, 1% potash, 50$ humus, 15% Humic Acids. E-42 Bacterial stimulator shall be included. Product is available as Gro-Power or approved equal. Plants tablets - Fertilizer planting tablets shall be tightly compressed commercial grade planting" tablets having a 20-10-5 formula, weighing 21 grams each, as 'Agriforirf planter tablets or approved equal. The planting tablets shall be delivered to the site in the original, unopened containers, bearing the manufacturer's guaranteed analysis. Any damaged tablets will not be accepted. Refer to details for quantities. Herbicides - Selective pre-emergence type, active ingredient to be EPTC 10% of total. Eptam by Stauffer Chemical Co. or equal, Place below planter mix. Topsoil - Topsoil shall consist of a natural, fertile, friable, sandy loam soil possessing the characteristics of representative soils in the vicinity which produce heavy growth of crops, grasses, or other natural vegetation and shall be obtained from natural well drained areas. Before removal of the topsoil, the surface is to be stripped to a depth of two inches in order to remove weed seeds, roots, etc. The source of topsoil shall be free from Bermuda grass, crab grass, and all noxious weeds or grasses. The topsoil shall be free from subsoil, refuse, heavy roots, clay lumps, stones larger than one inch in size, noxious weeds, sticks, brush, litter and other deletrious substances. In no case shall there be more than five percent by volume of the following: stones smaller than one inch, coarse sand, and small clay lumps. The soil shall be free from insoluble carbonates and shall haye the following analysis, which shall be verified by a soil analysis made at the Contractor's expense. pH - maximum of 0.7; minimum of 6.0 ECo - zero to three maximum Celectrical conductivity) ESP - zero to twelve maximum exchangeable sodium percentage) The soil shall be subject to inspection by City Engineer, at the source of supply prior to delivery. Plant Materials - Quality and size shall conform to State of California Grading Code of Nursery Stock No.l Grade. Nursery grown stock only shall be used. Measurements shall be as shown; where not shown, shall be uniform and standard size - neither overgrown and root-bound, nor too recently canned so that the root system is not thoroughly established throughout the can. Pruning shall not be done prior to delivery except by approval. E-'43 Contractor shall be responsible for inspection of plant material required by the City, County, or State, at any time before and during the progress of the work for size, variety, condition, latent defects, and injuries. Rejected plants shall be removed from the site immediately. Contractor shall give adequate protection from the sun and wind. Plant labels shall identify each plant or group according to geuns, species, variety. Substitutions are not allowed unless approved by the Maintenance Supervisor and Engineer; requests for substitution shall be made at least 10 days prior to planting. Quantities necessary to complete the work as shown on the drawings shall be furnished. Quantities shown on the Plant List are for the convenience of the contractor and are not guaranteed quantities. Tree stakes and guys - Tree stakes shall be sharpened 2" diameter treated lodgepole pine stakes, 10' long, free of splits. Ties for holding trees to supports shall be as detailed. Use three C3) ties per tree. Tree guys shall be #10 galvanized iton wire with rubber hose covering at trunk. Dead men shall be 4 x 4 redwood, 3' long, buried 3' deep; 3 each required per tree. White plastic pipe shall cover all guy wires for flagging. INSPECTION OR WORK PROGRESS - Installation and operations in progress mustbe approved at various stages by the Maintenace Supervisor. In no event shall the contractor proceed form one stage to another of the work without prior approval of the Maintenance Supervisor. The contractor must notify the City Landscape. Architect at least 48 hours in advance for inspections of the following stages of work: When all grading, and sprinklers within the planting area have been completed. When all plants are ready to be delivered at nursery, or when plants have been delivered to the site and prior to planting. When all trees have been spotted on the site where shown on the drawings. When all tree pits have been excavated and after water has leached out of the pits. SOIL PREPARATION AND FINISH GRADING - All Planting areas shall be excavated 12" from top of curb and shall receive Gro-Power 100 Ibs. per 1000 square feet and 3 cubic yards of ammoniated redwood shavings per 1000 square feet. After evenly distributing soil amendments on finish grade, rototill in two directions to a depth of 6 inches. E-44 After cultivation, irrigation system installation, the areas to receive ground cover shall be flooded with water until all settling has been accomplished. All areas within the limit of work, generally indicated by the limits of planting, shall be carefully and accurately shaped and graded as indicated on the Drawings to provide unimpeded flow of surface waters to street. All noticable depressions shall be filled, and all mounds graded down so that entire areas present even uniform surfaces. Finish grades for all planting areas shall be 1" below adjacent paving and curbs (6" below top of walls) after rolling to firm smooth finish. Moisture Content - The soil shall not be worked when the moisture in the soil is so great that excessive compaction will result; nor when the soil is so dry that a dust will form in the air or the clods will not break readily. Water shall be applied as will be necessary to provide optimum moisture content for tilling and planting. Rake, drag, float and roll all planting areas receiving soil preparation to smooth and even planting bed. PREPARED BACKFILL MIX - The following material shall be thoroughly blended and used as a backfill mix. No mixing for individual planting holes will be permitted. Mix planting soil prior to backfilling and stockpile at the site. Anunoniated redwood shavings, 1 part by volume. Backfill of good rock-free soil, 2 parts by volume. 17 Ibs. of Gro-Power per cubic yard of mix.Plant tablets per details TREE ? SHRUB AND GRQUNDCOVER - Spot trees as shown on the drawings and secure approval before excavating pits, making such adjustments as may be required. Tree Staking - All sizes, 15 gallon and box sized trees shall be staked per planting details. All box trees or specimen trees shall be guyed as per plans,and details unless noted otherwise. All shrubs shall be planted in individual pits at least twice the diameter of the container. 1-gallon containers shall be planted in pits at least 12" in diameter. Depth of pits shall be at least 6" below the roots when the plant is set to required' grade. Water thoroughly immediately upon planting and repeat waterings so as to produce optimum soil moisture. E-45 Backfill and thoroughly compact bottom of pit with prepared mixture, place plant and water. After the water has completely drained, planting tablets shall be placed in quantities indicated on details. Backfill to half the depth of the root ball, and gently tamp backfill mix around root-ball. Complete backfill, water thoroughly, build 3" high berm at edge of plant pit. The planting pits for trees shall be excavated twice the diameter and one and a half times the depth of the original plant container. Loosen compacted soil at sides. WEED CONTROL - Immediately after the topsoil is placed 6" deep and 6" below curb, apply Eptam at a rate recommended by the manufacturer. Water thoroughly immediately after application of herbicides. CLEAN UP AND CHECK INSPECTION - Upon completion of planting operations, the site shall be cleaned of all debris, superfluous materials and equipment and removed from the premises. The contractor shall make a request to the City Engineer for a check inspection allowing 48 hours notice to expected completion of all planting operations. This inspection will establish the start of the maintenance period. Certification - Certification of weights and analysis shall be required by CITY for all of the following materials used: a. Soil Conditioners b. Fertilizers MAINTENANCE - The maintenance period shall be for sixty (60) calendar d~ays beginning on the day of the check inspection and upon approval of the City Engineer. General - Maintain all planting, starting with the planting operations and continuing for 60 calendar days, after all planting is complete and approved by the City, and evidence of such satisfaction has been received in writing. Work Included - Maintenance shall include all watering, weeding, edging, cultivating, spraying and pruning necessary to keep the plant materials in a healthy growing condition and to keep the planted areas neat and attractive throughout the maintenance period. Provide all equipment and means for proper application of water to those, planted areas not equipped with an irrigation system. Protect all planted areas against damage, including erosion and trespassing, by providing and maintaining proper safeguards. E-46 During the maintenance period, .all plants and planted areas shall be kept well watered and weed free at all times. In order to expedite the plant establishment work, the Contractor shall maintain a sufficient number of men and adequate equipment to perform the work herein specified form the time any planting is done until the end of the final maintenance period. The Contractor will be relieved from maintenance work when the plant establishment and maintenance work has been completed to the satisfaction of the City. Damage to planting areas shall be replaced immediately. Depressions caused by vehicles, bicycles, or foot traffic, to be filled and leveled. Replant damaged areas. Exterminate rodents, slugs, snails, and cutworms as required and repair damage as above. All paved areas will be broom cleaned and/or washed and maintained in a neat and clean condition at all times, as directed by the City. Replacements - At the end of the maintenance period, all plant material shall be in a healthy growing condition. During the maintenance period, should the appearance of any plant indicate weakness and probability of dying, immediately replace the plant with a new and healthy plant of the same type and size without additional cost to the Owner. All trees shall be guaranteed by the Contractor to live and grow in an acceptable upright position for a period of one year after completion and final acceptance by the City. The Contractor, within 15 days of notification by the City, shall remove and replace all guaranteed plant materials which for any reason fail to meet the requirements of the guarantee. Replacement shall be made with plant materials as indicated or specified for the original planting, and all such replacement materials shall be guaranteed as specified for the original guaranteed materials. CLEAN UP - Upon completion of the work in this section, the Contractor shall remove all rubbish, trash and debris resulting from the operation; remove disused equipment and implements of service; leave entire area invloved in a neat and acceptable condition such as to meet the approval of the Engineer. Measurement - Measurement of these items of work shall be by the lump sum for Bid Item No. 29. Payment - The contract lump sum price, square foot price, cubic yard price, or per each price paid for these items of work shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work as specified herein and no additional compensation will be allowed therefor. E-47 E-XXVI ROOT PRUNING AND RELATED WORK Description - The work of this Section includes root pruning of existing trees and the furnishing, and installation of deep root barriers at existing trees, and all appurtenant work, complete, all in accordance with the requirements of the Contract Documents. Work Specified Elsewhere - All excavation, backfill and other earthwork incidental to the performance of the work specified herein shall conform to the requirements of "Earthwork", and the requirements specified herein. GENERAL REQUIREMENTS Product Delivery. Storage § Handling - Materials shall be delivered, stored, handled and installed so as not to be damaged or deformed. Substitutions and Approvals - All items of materials and equipment the Contractor proposes as substitutions shall be submitted prior to installation. Failure of the Contractor to comply with the above will evidence that items as specified here will be furnished. All materials, equipment, etc., specified under a specific name shall be construed as follows: The article specified as a standard shall be deemed as competitive with approved equals, and the City Engineer reserves the right to reject all substitutions. The City Engineer's approval or rejection of any material or equipment substituted shall be final. A complete list of materials and equipment the Contractor proposes to use as substitutions shall be submitted with his proposal stating any difference in cost for each substitution stated. Failure of the Contractor to comply with the above will evidence that specified standards shall be furnished. All items proposed as substitutes shall be accompanied by prints and data with pertinent information on the subject. Where the installation of substituted materials require changes on the installation, said changes shall be made by the person, firm or corporation supplying such substituted materials, without additional cost to the Owner. When drawings are submitted by the Contractor for the purpose of showing the installation in greater detail, their approval shall not excuse the Contractor from any and all requirements shown on the drawings and specifications, or as may be required to properly install the work. E-48 Approved equal shall mean any material or equipment approved by the City Engineer in lieu of the specified article used as standard. Substitution shall mean any material or equipment proposed for use other than the specified article used as standard. Coordination of Work - The Contractor shall thoroughly inspect the designated areas prior to the start of his work and satisfy himself that the area is ready and is acceptable to him. If any discrepancies, ommissions, or errors are found or known to exist, the City Engineer shall be immediately notified by the Contractor. Site Inspection and Verifications - All scaled dimensions are approximate.Beforeproceeding with any work, the Contractor shall carefully check and verify all dimensions to his satisfaction. PRODUCTS Manufacturer - The Deep Root Barrier shall be the product of the following manufacturer in the quantities required to accom- plish the work per these specifications. Product § Model 1. Deep Root Barrier Model No. UBP-24 2. Deep Root Barrier Model No. RB-12 EXECUTION 24' 12' Manufacturer Deep Root Corp. 7354 Bolsa Avenue Westminster, CA 92683 (714) 898-0563 Deep Root Corp. 7354 Bolsa Avenue Westminster, CA 92683 (714) 898-0563 Verify Conditions - Verify at site conditions affecting work of this section; obtain accurate dimensions, levels, and locations and arrangements. Report discrepancies between drawings and field dimensions and other irregularities or improper conditions to Engineer for correction prior to commencing work. Commencing work indicates acceptance of conditions and surfaces underlaying or adjacent to work of this section. Cooperation - Cooperate with all other trades whose work affects or is affected by this work, and inspect all installations made by other trades and report through the Engineer, all defective or improper work which might affect work of this section. E-49 Installation - Install deep root barriers in accordance with the plans, details and manufacturers' printed directions. Root Pruning - a. Root prune on two sides of the tree only, at the maximum distance from the base of the tree and as close to the existing or proposed paving as possible. See Detail 39. b. Exercise caution for cement overflows and the presence of underground utility services. c. Root pruning cut should not exceed 26 inches in depth below finish surface for 24" deep barriers or 14" in depth for 12" deep barriers, nor exceed 4" in width. d. After root pruning and installing the deep root barriers, backfill the cut with one half amended backfill mix (35% root shavings and 65% new soil) and one half 3/4-inch to Ik-inch diameter gravel or crushed rock to promote deep watering and recovery from shock. e. Two weeks prior to root pruning, deep water trees to insure trees are not under stress at time of root pruning. PROTECTION AND CLEAN-UP Protection - Adequately protect all work from damage by subsequent construction operations. Damaged work shall be refinished or replaced. Clean-Up - The Contractor shall at all times keep the premises free from accumulation of waste materials and rubbish caused by his employees in accordance with Section entitled "Project Closeout". Upon completion of work, rubbish and excess materials are to be removed form the site, leaving the area acceptably clean. MEASUREMENT Measurement of this item shall be by the unit price. PAYMENT Payment for root pruning and related work shall be the contract unit price and shall include full compensation for furnishing all labor, materials, tools, equipment, and incidentals for accomplishing the work as specified herein and no additional compensation shall be allowed therefore. E-50 E-XXV FOUNTAIN CONSTRUCTION Description - This work shall consist of the construction of a two-level, irregular shaped pool and shall have (3) geyser nozzles located in the upper pool. Each nozzle shall produce a column of highly aerated water to a height of 3 ft. The water produced by these effects shall be combined with additional water introduced in the upper pool to produce a minimum 1/2" water thickness flow over (3) separate weirs totaling 16 ft. in length. A self-priming type fountain pump must be located in a dry area as shown and be ventilated at a rate of at least 25 C.F.M. per horsepower. An independent filtration system, utilizing permanent sand media, in conjunction with surface skimming, discharge and vacuum fittings with a properly sized filter pump shall be included to operate separately from the main fountain system. A low voltage electric water level control and overflow drainage equipment shall automatically maintain a constant water level in the fountain within 1/2" at all times. A low voltage electric low water level cut-off shall be included. This equipment shall be utilized in order to achieve full compliance with the 1981 National Electrical Code for safety. For nighttime viewing the water effects shall be illuminated by flush-mounted underwater niche lights, controlled by dimmer. Construction - All work shall be done according to 1982 edition of the Standard Specifications for Public Works Construction. Fountain equipment and engineering shall be constructed to Kim Lighting Proposal PF-9143. Contractor shall be responsible for electrical and potable water connection, drain from pump and overflow to catch basin to City Engineer's satisfaction, cast in place concrete, tile, plaster and cast iron plant-ons, all as detailed on plans or specified herein. The Contractor shall guarantee the fountain to perform to the designed heights and patterns and to create the designed lighting effects, providing that the installation of the equipment is in accordance with the PF-9143 instructions and drawings. All materials and component parts shall be guaranteed to be free of defects of materials and/or workmanship for a period of one year. E-51 The Contractor shall provide engineering design as it pertains to the fountain equipment, specifically to complete hydraulic and electrical design. This shall include: water display system, filtration system, water level control and low water cut-off systems, pump selection and pump room sizing, suction pit and/or sump design, conduit sizing, lighting and junction box selection and layout. The engineering design information shall further be delineated on final schematic, installation and detail drawings showing a proper installation of the equipment as coordinated with the contract drawings. These drawings shall be furnished to the City as an integral part of the fountain. Installation drawings including schematic, pump room and pool layout and component details indicating correct installation of mechanical equipment. Instruction manuals for mechanical equipment, bound copy covering installation, maintenance and system operation. Installation drawings including schematic, pool layout and component details showing correct installation of electrical equipment. Instruction manuals for electrical equipment, bound copy covering installation, maintenance and system operation. Measurement - Measurement of this item of work shall be by the lump sum. Payment - The contract lump sum price paid for the fountain, related water supply line, electrical connection, drain line and pump, complete, ad detailed on drawings and specified herein, shall be considered full compensation for furnishing all labor, materials, tools, equipment and incidentals to accomplish the work and no additional compensation will be allowed therefore. E-52 SPECIAL DETAILS INDEX Details Attached 1. Modular sidewalk layout 2. PCC & paver inlayed sidewalk 3. Pavers grate, and tree on State Street 4. Crosswalk & street pavers 5. Street paver base 6. Pavers at trees on Grand 7. Utility encasement 8. Median island curb 9. Single banner pole 10. Double banner pole 11. Light pole mounted banner 12. Planters & trash receptacles 3" & 6" tile bands 1-1 Automatic controller enclosure 1-2 Electric control valve detail 1-3 Pop-up spray head 1-4 Gate valve detail 1-5 Watersaver detail 1-6 Watersaver detail 1-7 Quick Coupling Valve detail 1-8 Gate Valve Detail L-l Tree guying detail L-2 Tree well planting detail L-3 Shrub planting detail L-4 Ground cover detail L-5 Deep root control barrier - XL ^ik^UfeU^ &far&jtf[\a\ 1&tfr te-& i^..*Brl ^4i^ -nflss*: irjctfFi MODULAR SIDEWALK LAYOUT 2 PCC & PAVER INLAYED SIDEWALK iiI ?0,T'L - 3 PAVERS GRATE, and TREE on STATE STREET t'CTYR3 . • , , RELIEF TOOLING More : tee. FOR EXPAN&lOW JOIH1 LOCATIONS: jynu-il-Ji PLAN INTERLOCKING PAVER STONES"IOOMM 'TRAFFIC'TYPE SAND BEDDING COURSE I" MAX. JUL4U3lr % COMPACTED X^aw NATIVE MATERIAL •8" P. C C. PAVEMENT SECTION JOINT AAAT£RIALJ SECTION ICP 4 CROSSWALK & STREET PAVERS 5 STREET PAVER BASE PAVERS AT TREES ON GRAND TTJ i .tfffH?! '-': '•*' *"_L VTtUTY I 7 'fr%e£>£7a/t o*S3tfr?J 7 1 UTILITY ENCASEMENT - 8 MEDIAN ISLAND CURB 9 SINGLE BANNER POLE 10 DOUBLE BANNER POLE 11 LIGHT POLE MOUNTED BANNER ME0/OM £&<?£ * 0. •o • fc '• t ft 0 . 0 / ' 5X A £ 77 Woo&Ltf 5-4C -3O 5-4C-&Z -/r S-3C-3O S-3C-/7 10 *L 1-1 AUTOMATIC CONTROLLER ENCLOSURE * - I1. IN! IMJN \o 1-2 ELECTRIC CONTROL VALVE DETAIL PVC «04EPUiJE 80 NIP^S PVC 4CHEDULE. SO NIPPLE 1-3 POP-UP SPRAY HEAD '/K///Y///////////, 1-4 GATE VALVE DETAIL b ^^ 1-5 WATERSAVER DETAIL MAIK1UIN& PIP£ 1-6 WATERSAVER DETAIL hV.fr. MMNUNB PITTING. 1-7 QUICK COUPLING VALVE DETAIL 1-8 GATE VALVE DETAIL MM!. &UKY MIM 361' D FWl 6UY Wife 4 HDR L-l TREE GUYING DETAIL TREE WELL PLANTING DETAIL L-3 SHRUB PLANTING DETAIL L-4 GROUND COVER DETAIL DEEP ROOT CORP. 7354 Bolsa Avenue Westminster, California 92683 Tel. (714) 898-0563 ROOT PRUNING CUT BACKFILL FROM CUT •—,24- CONTROL BARRIER IU8P24 BACKFILL FROM CUT NOTE: THE ROOT DEFLECTORS SHOULD ALWAYS BE POINTING TOWARD THE TREE TRUNK IN ORDER TO RE-DIRECT THE NEW ROOT GROWTH DOWNWARD. L-5 DEEP ROOT CONTROL BARRIER CURB & SIDEWALK APPLICATION