HomeMy WebLinkAboutManuel Juarez Construction; 1990-04-12; 3739- City of Carlsbac *
February 9, 1990
ADDENDUM NO. 1
BID/PROJECT NO. 3739 - CDBG PEDESTRIAN RAMP IMPROVEMENTS
Please include the attached addendum in the Notice to
Bidders/Request for Bids you have for the above project.
This addendum--receipt acknowledged--must be attached to your
Proposal Form/Bid when your bid is submitted.
+&/& PURCHASING OFFICER
RF:cj
Attachment
0
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 1
2d fl4 Bidder's Signatu
*
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 (61 9) 434-28C
CDBG PEDESTRIAN RAMP
IMPROVEMENTS, ADDENDUM NO. 1
PROJECT NO. 3739
*
On Specification Page No. 2, make the following changes:
DELETE: "The following classifications are acceptable for this contract: 'A' or 'C-lo'..
ADD: "The following classifications are acceptable for this contract: 'A' or 'C-8'.. .I'
NOTE: There is no change in the bid opening date.
0
0
- City of Carlsbac *
February 20, 1990
ADDENDUM NO. 2
PROJECT NO. 3739 - CDBG Pedestrian Ramp Improvements
Please include the attached addendum in the Notice to
Bidders/Request for Bids you have for the above project.
This addendum--receipt acknowledged--must be attached to your Proposal Form/Bid when your bid is submitted.
Ruth 7?jz?zLarh letcher
PURCHASING OFFICER
RF:cj
Attachment
0
I ACKNOWLEDGE RECEIPT OF ADDENDUM NO. 2
Bidder's Signatwe
e
1200 Carlsbad Village Drive Carlsbad, California 92008-1 989 - (61 9) 434-28'
CDBG PEDESTRIAN RAMP
IMPROVEMENTS, ADDENDUM NO. 2
PROJECT NO. 3739
On Specification Page No. 89, add the following:
301-1.3 RELATIVE COMPACTION
All compaction testing shall be performed by the City.
301-2.3 COMPACTING
All compaction testing shall be performed by the City.
NOTE: There is no change in the bid opening date. 0
*
TABLE OF CON!CENTS 1
I
I
I
I
I
1
1
b
1
1
1
I Supplementary Provisions for Construction Materials 88
1
I
I
ITEM - PAG
NOTICE INVITING BIDS 1
PROPOSAL 4
BIDDER'S BOND TO ACCOMPANY PROPOSAL 8
DESIGNATION OF SUBCONTRACTORS 9
BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 11
BIDDER'S STATEMENT OF TECHNICAL ABILITY & EXPERIENCE 12
NON-COLLUSIVE AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID 13
CONTRACT 14
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY 19
CONTRACTOR'S CERTIFICATION OF AWARENESS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986 19
CONTRACTOR'S CERTIFICATION OF COMPLIANCE OF AFFIRMATIVE ACTION PROGRAM 19
LABOR AND MATERIALS BOND 20
PERFORMANCE BOND 22
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU I OF RETENTION 24
RELEASE FORM 27
1
HUD REQUIREMENTS 28
SPECIAL PROVISIONS
Supplementary General Provisions 8C
Supplementary Provisions for Construction Methods 85
Special Provisions, Part 111, Section 2 91
Special Provisions, Part 111, Section 3 92
Standard Drawings 92 P
1 It.
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
c, I
I
I
I
E
I
I
I
I
i
i
I
I
I
I
Sealed bids will be received at the Office of the Purchasii
Officer, City Hall, 1200 Elm Avenue, Carlsbad, California, unt.
4:OO P.M. on the 26th day of February, 1990, at which time thc
will be opened and read for performing the work as follows: 1
CDBG PEDESTRIAN RAMP IMPROVEMENTS CONTRACT NO. 3739
The work shall be performed in strict conformity with tl specifications therefor as approved by the City Council of the Ci. of Carlsbad on file with the Municipal Projects Department. TI specifications for the work shall consist of the latest edition I the Standard Specifications of Public Works Constructio hereinafter designated as SSPWC, as issued by the Southern Chapte of the American Public Works Association. Reference is hereby mat
to the specifications for full particulars and description of t work.
The City of Carlsbad encourages the participation of minority a women-owned businesses.
No bid will be received unless it is made on a proposal fo furnished by the Purchasing Department. Each bid must
accompanied by security in a form and amount required by law. T bidder's security of the second and third next lowest responsi- bidders may be withheld until the Contract has been fully execute1 The security submitted by all other unsuccessful bidders shall returned to them, or deemed void, within ten (10) days after t Contract is awarded. Pursuant to the provisions of law (Pub1 Contract Code Section 22300), appropriate securities may substituted for any obligation required by this notice or for a monies withheld by the City to ensure performance under th Contract. If Contractor elects to use an escrow agent, Secti
10263 of the Public Contract Code requires monies or securities deposited with State Treasurer or a state or federally charter bank in California.
The documents which must be completed, properly executed, a 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
6. Non-Collusion Affidavit P
I
I
1
I
I
I
B
I
b
1
1
I
I
I
1
I
I
All bids will be compared on the basis of the Engineerls Estimate The estimated quantities are approximate and serve solely as basis for the comparison of bids. The Engineer's Estimate is
$83,400.00 for Alternate A and $41,600.00 for Alternate B.
No bid shall be accepted from a Contractor who has not bet licensed in accordance with the provisions of State law. TI Contractor shall state his or her license number and classif icatic in the proposal. The following classifications are acceptable fc this contract: "At1 or aC-lO1l in accordance with the provisions ( State law. The Contractor shall state his or her license numbc and classification in the proposal,
If the Contractor intends to utilize the escrow agreement includc in the contract documents in lieu of the usual 10% retention frc
each payment, these documents must be completed and submitted wi. the signed contract. The escrow agreement may not be substituti at a later date.
Sets of plans, special provisions, and Contract documents may obtained at the Purchasing Department, City Hall, 1200 Elm Aven Carlsbad, California, for a nsn-refundable fee of $10.00 per se
Bids must be provided for both Construction Alternate A a Construction Alternate B,
The City of Carlsbad reserves the right to reject any or all bi and to waive any minor irregularity or informality in such bids
The general prevailing rate of wages for each craft or type worker needed to execute the Contract shall be those as determin
by the Director of Industrial Relations pursuant to the Sectio 1770, 1773, and 1773.1 of the California Labor Code. Pursuant
Section 1773.2 of the California Labor Code, a current copy applicable wage rates is on file in the Office of the Carlsbad Ci Clerk. The Contractor to whom the Contract is awarded shall n pay less than the said specified prevailing rates of wages to a workers employed by him or her in the execution of the Contract
The Prime Contractor shall be responsible to insure compliance wi provisions of Section 1777.5 of the California Labor Code a Section 4100 et seq. of the Public Contracts Code, IISubletting a Subcontracting Fair Practices kct.I1
The provisions of Part 7, Chapter 1, of the California Labor Co commencing with Section 1720 shall apply to the Contract for WOK
A prebid meeting and tour of the project site will not be held.
Bidders are advised to verify the issuance of all addenda a receipt thereof one day prior to bidding. Submission of bi without acknowledgment of addenda may be cause of rejection of bi
L
F
I
I
I
I
I
I
1
1
b
I
1
I
I
1
I
I
I
Bonds to secure faithful performance of the work and payment c laborers and materials suppliers each in an amount equal to 01 hundred percent (100%) and fifty percent (50%), respectively, c
the Contract price will be required for work on this project.
The Contractor shall be required to maintain insurance as specific
in the contract. Any additional cost of said insurance shall I included in the bid price.
Approved by the Cit Council of the City of Carlsbad, C31ifornii by Resolution No. 50-v~ adopted on the qt4 day of
L
-==v -/p?Q-
l&z?L/Q&
Aletha L. Rautenkranz, City @erk
11 /a,/ 9.0
Dat
F
rT".
&!..*s4 .-/ 2yL %zx--22 (. i c \c-----l r\
Notary Public in and for said County and State
Ca,s-i$.hC\ &cy. Si9 b~~ei* Z/L~)P~ 5
F
TT14Rev 882
1
I
1
I
I
1
I
1
b
I
I
I
I
1
I
1
CITY OF CARLSBAD
CONTRACT NO. 3739
PROPOSAL
CDBG PEDESTRIAN RAMP IMPROVEMENTS
b
City Council City of Carlsbad
1200 Elm Avenue Caslsbad, California 92008
The undersigned declares he/she has carefully examined the locatii of the work, read the Notice Inviting Bids, examined the Plans a Specifications, and hereby proposes to furnish all lab0 materials, equipment, transportation, and services required to 1 all the work to complete Contract No. in accordance with t Plans and Specifications of the City of Carlsbad, and the Speci Provisions and that he/she will take in full payment therefor t following unit prices for each item complete, to wit:
ALTERNATE A CONSTRUCTION
Item Description with Approximate Item Unit Price or Lump sum Quantity Unit No. Price Written in Words and Unit Price 'Fot
1. Pedestrian ramp retro- 6% EA. xy"/.r S/6 I fit at
Dollars Each
s'3 s-/ ' 2. Sidewalk construction at 1,700 S.F. 3-
Dollars per square foot
3* 6" G-1 curb construction 108 L.F. 7Qo Y7 at
Dollars per linear foot
t
i
I
I
I
II
I
I
b
I
I
I
I
ALTERNATE B CONSTRUCTION
Item Description with Approximate Item Unit Price or Lump Sum Quantity Unit - No. Price Written in Words and Unit Price Tota
1. Pedestrian ramp retro- 30 EA.
L
fit at I Dollars Each
20 Sidewalk construction at 1,122 S.F,
Dollars per square foot
f bid in words:
8s- /2' ALTERNATE A, Total amount of bid in numbers:
ALTERNATE B, Total amount of bid in numbers:
Price(s) given above are firm for 90 days after date of b opening.
Addendum(a) No(s) . @ &A @ has/have been receivl
and is/are included in this proposal.
$ <5-7 ,?
$ sf@ 61, dC9
41 0 (G/k
I ppp 3
f
I i." k pfj LfLi.5
1 vd
1
11
1
I
I
I
I
I
I
I
1
1
I
1
1
I
I
All bids are to be computed on the basis of the given estimate quantities of work, as indicated in this proposal, times the unj price as submitted by the bidder. In case of a discrepancy betwec words and figures, the words shall prevail. In case of an errc in the extension of a unit price, the corrected extension shall k calculated and the bids will be computed as indicated above ar compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or correctior may be crossed out and typed or written in with ink and must 1 initialed in ink by a person authorized to sign for the Contract01
The Undersigned has checked carefully all of the above figures ai understands that the City will not be responsible for any error ( omissions of the part of the Undersigned in making up this bid.
The Undersigned agrees that in case of default in executing tl required Contract with necessary bonds and insurance policic within twenty (20) days from the date of Award of Contract by Cii Council of the City of Carlsbad, the proceeds of check or bo] accompanying this bids shall become the property of the City ( Carlsbad.
The undersigned is licensed in accordance with the Statutes of tl State of California providing for the re istration of Contractor:
License No. 3 3iqpzG Classification(s) A-fi-i'p.
The Undersigned bidder hereby represents as follows:
L
b
1. That no Council member, officer agent, or employee
the City of Carlsbad is personally interested, direct or indirectly, in this Contract, or the compensation be paid hereunder; that no representation, oral or writing, of the City Council, its officers, agents, employees has inducted him/her to enter into th Contract, excepting only those contained in this form Contract and the papers made a part hereof by its term and
That this bid is made without connection with any perso firm, or corporation making a bid for the same work, a is in all respects f
2.
Accompanying this proposal is (Cash, Certified Check, Bond or Cashier's Chec for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of t California Labor Code which requires every employer to be insur against liability for workers' compensation or to undertake sel insurance in accordance with the provisions of that code, a agrees to comply with such provisions before commencing t performance of the work of this Contract. r
-, I L &I
8
Bond No. 112 &33ngfR'8 BOND 20 ~CzoXP~ pw cjwsgq; * -
KNOW ALL PERSONS BY TXESE PRESENTS;
That we, M. Juar~7. Cn- t as
held and firmly bound unto the CBklsLm3, California, in an
hm0iIPt as Pollcws: (must be at feast ten percent (10%) af the bid
Principal, anhi west Surety Insuran -v , as Surety are
amount)
Twenty Thousand and O.O/IOO dnl1a yq n nnn QQ)
for which paymm% will and truly made, we bind ourselves, sur hsirs, executors and administrators, successors or assigns, jointly and severally, firmly by these payments.
THE CUNDTTfON OF THX FO2EGOING OBLIGATION IS SUCH that if the proposal of the abave-bounden prinsipal for:
CDBC PE5ESTEZIiW IVFMP IZQROVEX?NTS
CQNTEiBrn NO, 3739
in the City o'f Caslsbad, is accepted by the City Council of saii
City, and if tho above bounden Principal shall duly enter into an(
execute a Contract including required bonds and insurance policiei within tm (10) days from the date of Award of Contract by the Cit: Council of the City a€ Cax'Lsbad, baing duly notified of said avard
then this obligation shall become null and vcid; oYnrzrwise, fa shall be and remain in full force and effect, and the amoun specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as E
individual, it is aqrsed that the death of any s~ch Principal Shal
not exonerate the Surety €ram its obligations under this bond.
SW WITNESS WHEEUCOF, we hereunto set our hands znd seals this 2QJ day of February , 19WL 90
0
(SOTARXAL ACKMOWDQEmNT CrP
RHb 8VRZTY MXlST Ei9 k'fTACXED (ATTICS ACXXGWtBDCXEHE%ENT OF K~cW'fIlClEf BY BLL PWIBC~.'PBzS
ATTOFWXY PH TACT)
-
(CORX3EZATE SEAL) -*
- *,Y
STATE OF CALIFORNIA, COUNTY OF snn Di ~gn ss.
On February 20, 1990 , before me a Notary Public, within and for thi
to me (or proved to me on the basis of satifactory evidence) to be the person whose name is subscribed to the within instn
as the Attorney in Fact of and for the AMWEST SURETY INSURANCE COMPANY, and a6knowledged to me t
subscribed the name of the AMWEST SURETY INSURANCE COMPANY thereto as Surety, and his own name as At1
in Fact.
County and State, personally appeared Pamela Bentley - ¶k
i
UN-A9008
STATE OF CALIFORNIA) COUNTY OF SAN DIEGO) SS
On this c?- 9m
undersigned, a Notary Public in and for said State, personally appeared
day of fl-5 q , in the year 19 %5 , before me
--_ /7vfl)&&l ,7-&=Qft. 2 _____c -__-_- __-- __ __- ----- --- __ -- - -_ _- - - --_ -_I_-- ---
personally known to me (or proved to me on the basis of satisfactory evidence) to be the persor
whose name / S subscribed to the within instrument, and acknowledged to me that -he- exec it.
mTNESS my hand and Official Seal. Notary PuMlc - catifomrir SAMMKiOCOU"
y Commission expires October 12, 1991. Nadine E. Rutman
"' AMWEST SURETY INSURANCE COMPANY P.O. BOX 4500, WOODLAND'HILLS, CA 91365-4500
(818) 704-1 11 1
NAME OF PRINCIPAL:
NAME OF OBLIGEE.
is Power of Attorney may not be us
Depar?ment. This Powe
of attorney forms isssle
by AMWEST SURETY
n revoked and
for and on behalf
ances or other w
Y thereby. This appointment is made under
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the boarc
RESOLVED ?ha ?h9 presirlsrrt cy zq vise-?reslbect, ir; csn)u?=tiorr with !he s3c:etlar+ c?r any assisant tecV2=r:, may appoint attorne
or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the Company ti
and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said offi
remove any such attorney-in-fact or agent and revoke any power of attorney previously granted to such person.
RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the C
(I) when signed by the president or any vice-president and attested and sealed (if a seal be required) by any secretary or assistant sec
(11) when signed by the president or any vice-president or secretary or assistant secretary, and countersigned and sealed (it a Seal be
by a duly authorized attorney-in-fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-fact or agents pursuant to and within the lin
authority evidenced by the power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to a
of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obli!
the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS %"EREOF. AMWEST SURETY INSURANCE COMPANY has caused thw presents to be signed by its proper officers, a
AMWEST SURETY INSURANCE COMPANY at a meeting duly held on December 15, 1975.
seal to be herewto ::ffixed this 7 day of December 19 89-.
*P& I ypA42a Karen Gary R Petenon. President
*
STATE OF CALIFC)RN;r\, ,COUNTY OF LOS ANGELES - ss
On this -- 7 day of December A.D., 19 89 , personally came before me Gary R. Peterson and Karen (
to me known to be the individuals and officers of AMWEST SURETY INSURANCE COMPANY, CALIFORNIA who executed the above instrumen
aLKnow!eoyaa iiie i%.mmoii or intt 3aine., ana ~eing ~-j we eiuiy svixri, GIG *;waxy ueprhe -.?e .VI- ti*& t:.=y 8 'E is6 ghiij iis;;i;grs c? it.; c~:+-
and that the seal affixed to ;he above instrument is the seal of the corporation. and that said corporate seal and th,jir signatures as such officers v
and subscribed to the said instrument by the authority of the board of directors of said corporation.
(SEAL) LL-3 -
*E OF CALIFORNIA, COUNTY OF LOS ANGELES - ss
W
CERTIFICATE
I. the undersigned. secretary of the AMWEST SURETY INSURANCE COMPANY, a California corporation, DO HEREBY C
foregoing and attached Power of Attorney remains in full force and has not been revoked. and furthermore, that the provisions of the BY-~WS
and the Resolutions of the board of directors set forth in the Power of Attorney, are now in force.
Signed and sealed at Cnn niann -_-. this 2 0 I-H~Y of FOl?rll -. X -_ - YX7
Y+.- A72
1
I
I
1
I
8
1
1 _____;ii
b
I
I
I
1
I
1
I
1
DESIGNATION OF SUBCONTRACTORS
The Undersigned certifies he/she has used the sub-bids of tl following listed Contractors in making up his/her bid and that tl sub-contractors listed will be used for the work for which thc
bid, subject to the approval of the City Engineer, and .
accordance with applicable provisions of the specifications ai
Section 4140 et seq. of the Public Contracts Code - **Sublettii
and Subcontracting Fair Practices Act.” No changes may be made these subcontractors except upon the prior approval of the Cii Engineer of the City of Carlsbad. The following information required for each sub-contractor. Additional pages can be attachc if required:
Items of Full Company Complete Address Phone No.
5.
Work Name with Zis Code with Area Cod1
/ -r. 7 +
A- -”‘? ,/ = 4”
t
I
1
I
1
I
I
1
I
b
I
I
I
I
I
1 c
I
-f)
1
DESIGNATION OF SUBCONTRACTORS (continued)
The bidder is to provide the following information on the subbic of all the listed subcontractors as part of the sealed b submission. Additional pages can be attached, if required.
5
Type of State Carlsbad Amount
Contracting Business of
Full ComDanv Name License & No. License No.* Bid ($ or %
l
* Licenses are renewable annually. If no valid license, indica
"NONEett Valid license must be obtained prior to submission signed Contracts.
H a24 ie k? eo e7.T f Bidderls Company Name
Bidder's Codplete Address
/597d.G%40 &PL d,5- ,f (a
(NOTARIAL ACXNQWLEDGEMENT OF EXCEPTION MUST BE ATTACHED.)
(CQRPORATE SEAL)
<
STATE OF CALIFORNIA)
COUNTY OF SAN DIEGO) SS
On this ,143 day of flMchL , in the year 19 po , before me, undersigned, a Notary Public in and for said State, personally appeared - -- flptq’ ci-Z&+e k &- ---__ ._-+ - - _---- - - __
personally known to me (or proved to me on the basis of satisfactory evidence) to be the person
whose name /j subscribed to the within instrument, and acknowledged to me that he exec1
it.
WITNESS my hand and Official Seal. NADINE E. RUTMAN
Notary Public - California SAN DIEGO COUNTY
~/@~~%~f My Commission expires October 12, 1991.
Nadine E. Rutman
-I --
.-*
FINANCIAL STATEMENTS e
JUNE 30, 1989
MANUEL JUAREZ CONSTRUCTION
950-48 TAYLOR SJREEJ
VISTA, CALIFORNIA 92084
0
ESTRIN, SHUMWAY, GRIFFITHS & NAGOSHINER
CERTIFIED PUBLIC ACCOUNTANTS
956 VALE TERRACE SUITE 201
VISTA, CALIFORNIA 92084
?
Wes!hnOnd Triune camp dl (PARTNERSHIP)
1 ss
STATE OF CALZQRNIA
On. +3~L\<Ps 14, \ q.9c. before me, the under
COUNTY OF k>&rt 3 C $$ ,.
FOR NOTARY SEAL OR STAMP
~~-~ c -;? “-,< --+ %Y- ?-rC.-J-< personally known to me (or proved to me on the basis of satisfactory evidence) to
be fy+os- of the partners of the partnership that
executed the within instrument, and acknowledge6 to me that such partnershlp
executed the same
WITNESS my hand and official seal
SI
e
E *-- . \ e\l,n& iL\&r? I \4sCLL
Name (Typed or Printed) FoRM “.’OY
ESTRIN, SHUMWAY, GRIFFITHS & NAGOSHINER L
CERTIFIED PUBLIC ACCOUNTANTS
Edward Z. Est
Miles Shumv
Keith R. Grim
Barry N. Nagoshi
S
G
N 0
August 24, 1989
Manuel Juarez Construction
950-48 Taylor Street Vista, California 92084
We have reviewed the accompanying balance sheet of Manuel Jua construction, as of June 30, 1989, and the related statement income, retained earnings, and cash flows for the six months
ended, in accordance with standards established by the Americ Institute of Certified Public Accountants. All information
included in these financial statements is the representation the management of Manuel Juarez Construction.
A review consists principally of inquiries of Company personn
and analytical procedures applied to financial data.
substantially less in scope than an audit in accordance with generally accepted auditing standards, the objective of which
the expression of an opinion regarding the financial statemen taken as a whole. Accordingly, we do not express such an opinion.
Based on our reviews, we are not aware of any material modifications that should be made to the accompanying financi
statements in order for them to be in conformity with general
accepted accounting principles.
It is
fdL+ w -’ fl*
Please reply to:
0 Los Angeles Ofice I Diego Ofice 56 Vale Tenace. Suite 201. Vista, California 92084 5235 Kester, Suite 202, Van Nuys, Calif1
(8 18) 986-1 333 c(b (6 19) 940-8297 0 FAX (61 9) 940-0250 (800) 232-TAXES
JUAREZ CONSTRUCTION
STATEMENT OF CASH FLOWS
FOR THE SIX MONTHS ENDED e
JUNE 30, 19
Net earnings $ 119,i
to net cash provided from operating activities:
cash flow from operating activities:
Adjustments to reconcile net earnings
e Depreciation expense
Increase in accounts payable 98,3 Increase in accrued liabilities
Increase in accounts receivable (209, - I
Total (110, I
activities: 9,5
Purchase of assets (If1
cash equivalents (18f5
Cash provided by operating
cash flow from investing activities:
Payments to owner (26,8
(28fO Total e
Net increase in cash and
Cash and cash equivalents on hand at
Cash and cash equivalents on hand at
begining of six month period
end of six month period
18 , 8t
3! ------- ------- $
The accompanying notes are an integral part of these financial e statements.
MANUEL JUmz
STATEMENT OF EARNINGS PAGE
SIX MONTHS END11
JUNE 30, 1989 0
INCOME
FEE INCOME 387 , 312
387,312
--------_______
------ --,-_-____ TOTAL INCOME
DIRECT COSTS MATERIALS 153 , 646 OUTSIDE LABOR 21,961
OUTSIDE SEVICE-TOTH 8 , 000
EQUIPMENT RENTAL 16 , 995
DIRECT LABOR 48 , 804
TAXES - PAYROLL 5,273
INSURANCE - W/C 2,971
794 PLANS AND PERMITS
TOTAL COST OF SALES 258 , 444
GROSS PROFIT 128 , 868
--------------
---.-----------
------------.--
-0
a
SEE ACCOUNTANTS' REVIEW REPORT
MANUEL JUAREZ
STATEMENT OF EARNINGS PAGE
SIX MONTHS END1 e JUNE 30, 1989
GENERAL & ADMIN EXP
ACCOUrJTING & LEGAL 1,324
55 ADVERTISING
AUTO EXPENSE 2,913
50 BANK CHARGES
5 57 DEPRECIATION
105 DUES & SUBSCRIPTIONS
1,736 INSURANCE - GENERAL
434 INTEREST
47 MISCELLANEOUS
20 OFFICE EXPENSE
1,448 TELEPHONE
171 TOOLS
270 UTILITIES
9,130
NET OPERATING INCOME 119,738
NET PROFIT OR (LOSS) 119,738
--------------
TOTAL GEN & ADMIN EXP -------------_
-------------_
--=------- --- -- -------x--- 0
0
SEE ACCOUNTANTS' REVIEW REPORT
*
T L 207; CAS PALMAS DRIVE
(6 CARLSBAD. CALIFORNIA 92009-4859
Municipal Projects 0
aitg af (hsrlsbnb
December 29, 1988
Manuel Juarez Construction
1148 Shadow Mountain Terrace
Vista, CA 92083
OCEAN STREET BEACH STAIRS, PROJECT #3263
Attached for your records is a copy of the executed Change Order No, 1. Also attached is a copy of your last progress payment form and release form for the month of December. Please verify whether the length of installed handrail is
correct and return the forms to me.
The welding and the galvanizing coat on the steel handrails
are approved. Please paint the handrails as soon as possible to avoid rusting. The project will be accepted and a Notice
of Completion filed after you complete the following:
1. Paint the handrail.
2, Perform a final trash clean-up.
3. Square the concrete trash can pad up against either
the stairs or the adjacent property owner's
seawall.
When these items are complete, please call Joe Federico or me at 438-1161 for a final inspection.
The City of Carlsbad appreciates your effort and cooperation
on this project. We welcome you to seek additional construction work through the City's bid process,
You may be interested in the Buena Vista Lagoon island sand placement work as a prime contractor or the traffic signal sidewalk and handicap ramp construction as a subcontractor.
These projects are currently being advertised for bids.
GARY KELLISON
PROJECT MANAGER
Attachment
0
A-
C: John Cahill, Municipal Projects Manager 4
Joe Federico, Construction Inspector e
,
.* 4 Ipi
0 d School Dlstrlct ** *Mh+hk. //
1234 Arcsdla Ave., Vlsta, CA 92084-3404, (619) 726.2170
October 19, 1988
To Whom It May Concern:
This is to state that Juaret Construction Company has recently completed four construction projects for Vista Unified School District. The largest of which was the construction of five classrooms at 305 Bobier Street in Vista, California. The five classroom project was for approximately $99,000; the other three projects were in the amount of about $12,000 each.
The firm performed all projects in +a timely manner with better- than-average quality and workmanshi.p. It is a pleasure to work with this firm because their performance equals and exceeds their promises.
We highly recommend Manual Juarez and Bill Toth to others.
Sincerely ours,
e p#r ohn Wiggin
.Assistant Superintendent Business Services
Jkcam
e
Mading Address: 801 Pine Avenue,
6350 Yamw Drive, Suite A, Carlsbad,
BOARD OF TRUSTEES
J. EDWARD SWITZER,JR.
President
DONALD M. JOHNSON Vice Premdent
JOE ANGEL
Clerk
JAMES McCORMICH Member
JULIANNE L. NYGAARD
Member
DISTRICT
ADMINISTRATION
THOMAS K. BRIERLEY. Ed9.
Supenntendent
Assistant Supenntendent
JOHN H. BLAIR Assistant Supenntendent
SUSAN-HARUMI BENTLJiCY. Ed9.
Instruchonal Semces
usiness Servlces
GERALD C. TARMAN
Assistant Supenntendent
Personnel Semces
e
CHERYL Director Elementary ERNST Educahon
DEWAYNE L. FEASEC
Operations
Manager
FacdihedMaintenand
e
Carlsbad, California 920082439
(619) 729-9291 FAX# (619) 438-5798 "All Students Califorma 92009-1544
November 6, 1989
To Whom It May Concern:
Recently the Juarez Construction Company contracted thi Carlsbad Unified School District to do the site work fo (11) relocatable buildings. This included undergrouni uti1 ities, concrete foundations, grading, cabinet ani plumbing work.
Their workmanship was above average and it was one of thl few projects that was done on schedule. I would loo forward to working with them on future projects.
Sincerely ,
The cost of the project was $200,000.00.
JdeP- dL
DeWayne L. Feasel Manager, Faci 1 ities & Operations
DLF: dr
Distinguished School Board Award 1984, United States Department of Education
I I I I I
I I I I I I I 1 C,fvo# Vkt4
I 1 1 I 1 II 1
\ 1 I I I I
I 1 ! I
I r 1 ! ! I I I I 1 I
i
', \ i 1 I ( i I ! ! !
I I 1 I I /I
I !I ! i !I i
1 I i! I I I 4 I
j I I I
i
I I 0 1:
1 I I i
Individual Acknowledgement
STATE OF CALIFORNIA
On -53 y--S&?<b&R-i , 19 9 2 , before me, the undersigned, a Notary Public in and for sai
I ss. COUNTY OF xh& b\a&3
c
County and State, personally appeared +-%ad~ E... -*mk:~!k&2 - __,.._- ----
executed it.
Cperson+Q.t??e(or proved to me on the basis of satisfactory evidence) to be the person / wh3sc
name 6 subscribed to this instrument and acknowledged that \\Z
9 A I b c /
2 2 .- E rt" WITNESS my hand and official seal. -.=-,& \-/(-X J".,
SAP4 DlEGO COUNTY My comm. expires SEP X1 Notary Public in and for said County and State --.~ ~~.- ~
TT-14 Rev. 8-82
If I
1
I
I
1
1
I
I
I)
I
I
I
H
D
I
I
I
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID &
State of California 1
County of 1 ) ss.
, being first dolly sworn,
e or she is (Title)
(Name of Firm) the party making the foregoing bid that the bid is not made in th interest of, or on behalf of, any undisclosed person, partnershiF company, association, organization, or corporation; that the bi is genuine and not collusive or sham; that the bidder has nc directly or indirectly induced or solicited any other bidder to pu on a false or sham bid, and has not directly or indirect1 colluded, conspired, connived, or agreed with any bidder or anyor
else to put in a sham, bid, or that anyone shall refrain frc
bidding that the bidder has not in any manner, directly c indirectly, sought by agreement communication, or conference wil anyone to fix the bid price, or of that of any other bidder, or 1 fix any overhead, profit, or cost element of advantage against tl public body awarding the contract of anyone interested in tl proposed contract; that all statements contained in the bid ai true; and further, that the bidder has not, directly or indirectl] submitted his or her bid price or any breakdown thereof, or tl
contents thereof, or divulged information or data relative theretc or paid, and will not pay, any fee to any corporation, partnershi]
company association, organization, bid depository, or to any membc or agent thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true a correct and that this affidavit was executed on the 23 day FBn , 1989.
F
c----L c-') ~
Q--".
k2..&$k=-"-Uee3 .. _i c.2+
Notary Public in and for said County and$ State L-&y\y\Lr< ;2* 3.t34 sT6mh .1/24 j9a -=--
1 I
I
I
I
0
I
I
b
I
I
C
I
I
I
CONTRACT - PUBLIC WORKS
This agreement is made this Mxday of & , 1W, by an
between the City of Carlsbad, California, a/municipal corporation (hereinafter called ttCityll) ,. and
whose principal place of business is 1047 Camino Cieqo Vista CA 920
(hereinafter called '1Contractor'1. )
City and Contractor agree as follows:
a. Descrbtion of Work. Contractor shall perform all wor
90
Manuel Juarez Construction
I
specified in the Contract documents for:
CDGB PEDESTRIAN RAMP IMPROVEMENTS CONTRACT NO. 3739 I (hereinafter called aproject*s)
2, Provisions of Labor and Materials. Contractor shall provid all labor, materials, tools, equipment, and personnel t perform the work specified by the Contract documents.
3. Contract Documents. The Contract documents consist of thi Contract; the bid documents, including the Notice t Bidders, Instructions to Bidders! and Contractors Proposals; the Plans and Specifications, the Specia Provisions, and all proper amendments and changes mad thereto in accordance with this Contract or the Plans an Specifications, and the bonds for the project; all of whic are incorporated herein by this reference.
The Contractor, her/his subcontractors, andmaterials 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 through 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 said 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.
4. Payment. All full compensation for Contractor's performanc of work under this Contract, City shall make payment to tl Contractor per Section 9-3 of the Standard SDecif icatior for Public Works Construction. The closure date for eac monthly invoice will be the 30th of each month. 3)
I
I 1
Invoices from the Contractor shall be submitted accordir to the required City format to the City's assigned projec
manager no later than the 5th day of each month. Payment will be delayed if invoices are received after the 5th c each month. The final retention amount shall not 1:
released until the expiration of thirty-five (35) daj
following the recording of the Notice of Completion pursuai to California Civil Code Section 3184.
5. IndeDendent Investisation. Contractor has made i
Independent Investigation of the jobsite, the so. conditions at the jobsite, and all other conditions thi might affect the progress of the work, and is aware of tho:
conditions. The Contract price includes payment for a: work that may be done by Contractor, whether anticipated t not, in order to overcome underground conditions. AI information that may have been furnished to Contractor 1 City about underground conditions or other job conditio] is for Contractor's convenience only, and City does nc warrant that the conditions are as thus indicate( Contractor is satisfied with all job conditions, includii underground conditions and has not relied on informati( furnished by City.
6. Contractor ResDonsible for Unforeseen Condition
Contractor shall be responsible for all loss or damal arising out of the nature of the work or from the action the elements or from any unforeseen difficulties which m arise or be encountered in the prosecution of the work unt its acceptance by the City. Contractor shall also responsible for expenses incurred in the suspension discontinuance of the work. However, Contractor shall n be responsible for reasonable delays in the completion the work caused by acts of God, stormy weather, extra wor or matters which the specifications expressly stipulate wi be borne by City.
the Contract, order changes, modifications and extra wo
by issuance of written change orders. Contractor shall ma no change in the work without the issuance of a writt change order, and Contractor shall not be entitled compensation for any extra work performed unless the Ci has issued a written change order designating in advance t amount of additional compensation to be paid for the wor If a change order deletes any work, the Contract price sha be reduced by a fair and reasonable amount. If the parti are unable to agree on the amount of reduction, the wc shall nevertheless proceed and the amount shall determined by litigation. The only person authorized order changes or extra work is the Project Manager. rI written change order must be executed by the City Manage
L I
I
E
d
I
1
E
f
I
I c
1c
1
I
I
1
7. Chanse Orders. City may, without affecting the validity
t
B 1
u
f
I
1
E
1
IC.
b
b
I
1
I!
I
I
if it is for $15,000.00 or less or approved by the City Council and executed by the Mayor if the amount of the change order exceeds $15,000.00.
8. Immisration Reform and Control Act. Contractor shall compl
with the requirements of the '*Immigration Reform and Contro Act of 1986" (8 USC Section 1101-1525).
9, Prevailinff Waae. Pursuant to the California Labor Code, th
director of the Department of Industrial Relations ha determined the general prevailing rate of per diem wages i accordance with California Labor Code, Section 1773 and copy of a schedule of said general prevailing wage rates i on file in the office of the Carlsbad City Clerk, and j incorporated by reference herein. Pursuant to Californj Labor Code, Section 1775, Contractor shall pay prevailir wagers. Contractor shall post copies of all applicabl prevailing wages on the job site.
Indemnitv. Contractor shall assume the defense of, pay a1 expenses of defense, and indemnify and hold harmless tf: City, and its officers and employees, from all claims, loss damage, injury and liability of every kind, nature ar description, directly or indirectly arising from or i connection with the performance of the Contractor or worb or from any failure or alleged failure of Contractor t comply with any applicable law, rules or regulatior
including those relating to safety and health; except fc loss or damage which was caused solely by the actil negligence of the City; and from any and all claims, loss damages, injury and liability, howsoever the same may 1 caused, resulting directly or indirectly from the nature c the work covered by the Contract, unless the loss or damac was caused solely by the active negligence of the City. TI expenses of defense include all costs and expenses includii attorneys fees for litigation, arbitration, or other dispui resolution method.
11. Insurance. Without limiting Contractor's indemnificatio~
it is agreed that Contractor shall maintain in force at a1 times during the performance of this agreement a policy c policies of liability insurance at least $1,000,000.( combined single limit covering its operations, includir coverage for contractual liability and insurance coverii the liability set forth herein.
The policy or policies shall comply with the special
insurance instructions in the Supplementary General Provisions and shall contain the following clauses:
A. U with the City."
b
10 0
"The City is added as an additional insured as respec operations of the named insured performed under contrac
f
I
B 3 L B. "It is agreed that any insurance maintained by the Cit shall apply in excess of and not contribute witk insurance provided by this policy.11
All insurance policies required by this paragraph shal contain the following clause:
A. "This insurance shall not be cancelled, limited or nor renewed until after thirty (30) days written notice hz been given to the City."
"The insurer waives any rights of subrogation it has c may have, against the City or any of its officers c employees. It
Certificates of insurance evidencing the coverage requirc by the clauses set forth above shall be filed with the Cil prior to the effective date of this agreement,
12. Workers' ComDensation. Contractor shall comply with tl: requirements of Section 3700 of the California Labor Codt Contractor shall also assume the defense and indemnify ai save harmless the City and its officers and employees frc all claims, loss, damage, injury, and liability of eve] kind, nature, and description brought by any person employc or used by Contractor to perform any work under th. Contract regardless of responsibility for negligence.
13. Proof of Insurance. Contractor shall submit to the Cii certification of the policies mentioned in Paragraphs 10 ai
11 or proof of worker's compensation self-insurance pric to the start of any work pursuant to this Contract.
14 o Claims and Lawsuits. Contractor shall comply with tl Government Tort Claims Act (California Government Coc Section 900 et seq.) prior to filing any lawsuit for breac of this contract of any claim or cause of action for monc or damages-
15. Maintenance of Records. Contractor shall maintain and ma available at no cost to the City, upon request, records accordance with Sections 1776 and 1812 of Part 7, Chapt If t 1, Article 2, of the California Labor Code. Contractor does not maintain the records at Contractor principal place of business as specified above, Contract shall so inform the City by certified letter accompanyi the return of this Contract. Contractor shall notify t City by certified mail of any change of address of su records.
16. Labor Code Provisions. The provisions of Part 7, Chapt
1, commencing with Section 1720 of the California Labor Co are incorporated herein by reference.
I m
I
I
E
8 c
1) c
I
I
I
I
1
B.
t t
I
1
I
1
I
I1
I
8
ti
b c
I
1
E.
I
1
I
P
CONTRACTOR'S CERTIFICATION OF AWARENESS OF WORKERS' COMPENSATION RESPONSIBILITY
"I am aware of the provisions of Section 3700 of the Labor Co which requires every employer to be insured against liability f workers' compensation or to undertake self-insurance in accordan with the provisions of that code, and I will comply with su provisions before commencing the performance of the work of th Contract o VI
L
Contractor ,Y
CONTRACTOR'S CERTIFICATION OF AWARENFSS OF IMMIGRATION REFORM AND CONTROL ACT OF 1986
"1 am aware of the requirements of the Immigration Reform a Control Act of 1986 (8 USC Section 1101-1525) and have compli with these requirements, including, but not limited to, verify; the eligibility for employment of all agents, employee subcontractors, and consultants that are included in tl- Contract. *I
Contractor
CONTRACTOR'S CERTIFICATION OF COMPLIANCE
OF AFFIRMATIVE ACTION PROGRAM
-/ - I hereby certify that
in preforming under the Purchase Order awarded by the City Carlsbad, will comply with the County of San Diego Affirmatj Action Program adopted by the Board of Supervisors, including E current amendments.
(Legal Namebf Coaractor)
3-20 -9 0 kL%z&u/Q& Date Signature a-4 Title
(NOTARIAL ACKNOWLEDGEMENT OF EXECUTION MUST BE ATTACHED.)
(CORPORATE SEAL)
t
@-!a
STATE OF CALIFORNIA) COUNTY OF SAN DIEGO) SS
On this undersigned, a Notary Public in and for said State, personally appeared
, in the year 19 q?J , before 1 p?mc /?
fl&fl&&f Jzfdffk 'I----__- \
day of &?# 2.5
._. - -- -- ---_
------ -- ---- --- __.____ ______ - . __ .. __-- - --_ __ - -
personally known to me (or proved to me on the basis of satisfactory evidence) to be the per!
whose name P subscribed to the within instrument, and acknowledged to me that he e
it.
WITNESS my hand and Official Seal. "-- ;.e qQ]LJ--- My Commission expires October 12, 1991. Nadine E. Rutman
1 1)
17. Security. Securities in the form of cash, cashier's checl or certified check may be substituted for any monic
withheld by the City to secure performance of this contrac for any obligation established by this contract. Any othc security that is mutually agreed to by the Contractor ai
the City may be substituted for monies withheld to ensu: performance under this Contract.
Provisions Reauired by Law Deemed Inserted. Each and eve:
provision of law and clause required by law to be insertc
in this Contract shall be deemed to be inserted herein ai
included herein, and if, through mistake or otherwise, ai
such provision is not inserted, or is not correct
inserted, then upon application of either party, tl
Contract shall forthwith be physically amended to make suc insertion or correction,
19 0 Additional Provisions. Any additional provisions of th agreement are set forth in the "General Provisions" 1 "Special Provisions11 attached hereto and made a part hereo
18 e
k
5
I
I
E
1
t
b
I
II
I
b
MkllUE/ .S-4?4 lee2
H, 37;/AQ,EZ 60-1 s 7"
Contractor
Title Ow' L)
(NOTARIAL ACKNOWLEDGEMENT OF BY -%/ EXECUTION BY ALL PRINCIPALS MUST BE ATTACHED.)
1 (CORPORATE SEAL) By 8 Title
APPROVED AS TO FORM:
Mayor
& fi'/bLL4 gGz9 I City Attorhy ;j22d..+,, &
ci y C1 r
c
li c
STATE OF CALIFORNIA) COUNTY OF SAN DIEGO) SS
On this
undersigned, a Notary Public in and for said State, personally appeared
day of fl!dfd , in the year 19 qo , before r 26%
- -_ -_ -- I __-c
___ --- pqf+flq-e/ JZ&~t-Zr -\ -.
/ -- ---__ - ---___ - - -- __--
.- ___- ----- - _- - - --__ ______ -__-- - ---
personally known to me (or proved to me on the basis of satisfactory evidence) to be the pers
whose name It subscribed to the within instrument, and acknowledged to me that he ex
it.
WITNESS my hand and Official Seal.
-QL@@-L- -$7LUr--- My Commission expires October 12, 1991.
Nadine E. Rutman
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANI: NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOV Parker Insurance Agency
4550 Kearny Villa Road 8211
San Diego, CA 92123 COMPANIES AFFORDING COVERAGE
COMPANY
SUB-CODE LETTER A American States
COMPANY B LETTER
COMPANY LETTER c Manual Juarez
1047 Camino Cigeo
Vista, CA 92084
Manual Juarez Contractor COMPANY LETTER D
HAVE BEEN REDUCED BY PAID CLAIMS.
ALL LIMITS IN THOUSAI POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DD/YY) DATE (MMIDDIYY) TYPEOFINSURANCE POLICY NUMBER
GENERAL AGGREGATE
COMMERCIAL GENERAL LIABILITY PRODUCTS-COMPIOPS AGGREGATE
CLAIMS MADE X OCCUR 01-CC-303073-2 5/28/89 5/28/90 PERSONAL & ADVERTISING INJURY
OWNER'S & CONTRACTOR'S PROT EACHOCCURRENCE
FIRE DAMAGE (Any one fire)
MEDICAL EXPENSE (Any one person)
COMBINED SINGLE $ AUTOMOBILE LIABILITY
ANY AUTO LIMIT
ALL OWNED AUTOS BODILY
SCHEDULED AUTOS (Per person)
HIRED AUTOS BODILY
NON-OWNED AUTOS (Per accident)
GARAGE LIABILITY PROPERTY $
INJURY $
INJURY $
DAMAGE
EACH I EXCESS LIABILITY OCCURRENCE
$ $ j
OTHER THAN UMBRELLA FORM
WORKER'S COMPENSATION STATUTORY
$ (DISEASE-
(DISEASE- $ EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHlCLES/RESTRlCTlONS/SPEClAL ITEMS yntrac t $28 , 86 1 ti^^ : 5 days JOB: CDBG Pedestrian Ramp Improvement #37 9
LIST CERTIFICATE HOLDER AS ADDITIONAL & PRIMARY INSURED IN RESPECTS TO GL ONLY.
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
City of Carlsbad EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ER
Purchasing Department MAIL 325 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NI
1200 Elm Ave. LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OB
Carlsbad, CA 92008 LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRE!
\ R ' HOWARD PARKER INSURANCE AGENCY - PRO1
hGEI
-%lltFtllllt"l
QusiRess SRMance Specialists lMW
lnsurncce
4550 Kearny Villa Rd., Suite 21 1 - San Diego, CA 92123
(619) 560-0555
Q
ATTACHED IS THE CERTIFICATE OF INSURANCE YOU REQUESTED FROM OUR INSURED.
WE HAVE REQUESTED AN ADDITIONAL INSURED ENDORSEMENT TO THE INSURED'S
POLICY ADDING YOUR COMPANY ON. THIS ENDORSEMENT WILL COME DIRECTLY FROM
THE INSURANCE COMPANY IN APPROXIMATELY 10 DAYS.
IF YOU HAVE ANY QUESTIONS, PLEASE DO NOT HESITATE TO CALL OUR OFFICE
AT THE PHONE NUMBER LISTED ABOVE.
THANK YOU FOR YOUR COOPERATION IN THIS MATTER.
1 -rl - -x_ ---- __-_ ----- - --_- - , - - - -*-- -.- ----- __-___- I--_ --
-.A___. , PI_.._
Car# Year
4 1982
Trade Name Type of Body or Boat Identification Number
Chev 0965
AUTOMOBILE INSURANCE
Bodily Injury Liability
Property Damage Liability
Medical Payments
Underinsured Motorist/Uninsured Motorist
Comprehensive (incl. Fire and Theft)
Fire and Theft only
Collision 0 Uninsured Deductible Waiver
Uninsured Collision
V.S.I. (Conversion, Embezzlement, Secretion only)
WATERCRAFT INSURANCE (Boat)
Physical Damage
DESCRIPTION OF AUTOMOBILE, BOAT, OF? TRAILER
“J” indica bound anc
Car #4
LIMITS OF LiABlLlTV
5 0 0 thousand dollars, each person m thousand dollars, each occurrence
5Q0 X thousand dollars, each occurrence
each person
1 x
X
X
$5 0 0 0 .
Not Less Than $1 5,000 each person/$30,000 each accident
(a) Actual Cash Value less $ - 0 - deductible X
(b) Limit of Liability of $ less $ deductible
(a) Actual Cash Value less $
(b) Limit of Liability of $ less $ deductible
deductible
(a) Actual Cash Value less $1 0 0 deductible X
(b) Limit of Liability of $ less $ deductible
“J” indic bound an LlMlfS OF LIABILITY
Actual Cash Value not to exceed Limit of Liability
of $ less $ deductible
)D:gER
1
2
3
DRIVER
NO.
1
NAME
JUAREZ, MANUEL
JUAREZ, CELIA MAGDALENA
JUAREZ, DEN I SE
-
YEAR DRIVING SAFETY RECORD
FIRST HUM6ER >F NO ?F SUPCPAPGE46LE TR4
ICCICENTS C4T I CAT? C!
DATE DRIVER'S LICENSE
cURCHAROECBLE LICENSED OF BIRTH NUMBER
6- 7-38 F 156909 3- 4-40 J 523145 3-2 1-70 :I c 6258886
NUMBER I TITLE
2052 ; LOSS PAYABLE - NOTICE TO LIENHOLDER
2151 I NOTICE IF POLICY CANCELLED e I I
I
I
I
I
I
NUMBER I TITLE
I
l
I I
I
I
I
I
I
I
I
I
I
I
I
I ~- ' ITEM I. YOUR NAME AND ADDRESS i INVOICE DATE
3- 15-90 1 JUAREZ, MANUEL AND CELIA E88 1 1047 CAMINO CIEGO 1 VISTA CA 92084-4651
f 1 I 1 - __.-
I
POLICY NUMBER G 2916988
EFFECTIVE DATE OF THIS ENDORSEMENT:
EXPIRATION DATE OF THIS POLICY:
2- 16-90 12:oi A.M.
5- 8-90 12:oi A.M.
(PACIFIC SleiNUARD TIME)
I
, i
i VEH'
I NO.
i 2
j 3
' 4
i ; VEH,
1 :1
i
: NO.
ANNUAL PRINCIPAL
MILES PARKING PLACE
IEzp 1 GARAGING I
ANCED ZIP CODE TRADE IDENTIFICATION NO. YEAR NAME ,
69 VULKS 4234 NO NO 92084 l5,OOO - 19,999' GARAGE
80 CAD 7175 NO YES 92084 5,000 - 7,499 GARAGE 83 BMW WBAAG3300D9005758 NO YES 92084 10,000 - 14,999 GARAGE
82 CHEV 0965 j NO NO 92084 25,000 - 29,999 DRIVEWAY
-
SPECIAL EQUIPMENT* SOUND EQUIPMENT*
CMPNAN OTHER 4 WH 2-WAY TELE I VEHICLE USE TERR. DR. RADIO 1 /PHONE TEOTHER CONV
I PLEASURE 68
: POLICY
i c~~~~-
4.-- I -..--- I .. -
/L
i I 1
I 2
PART
1
vi.,,. NO,
M I s' 3 i 4 I 1
I - LIABILITY II - MED IV - UNINSURED MOTORIST 111 - F
L .UNINSURED F . 80OlLu INJURY UIJIN- MOT5PlST SUREC CIJC' UNDERINSUPEO FIF
CL'LLISION MOTSP VEHICLES
THOUSANO] TPOUSAND T , Fsc ,,hl,p.,s 1, I,,L,= ThrJUSAND 1 THOUSA!dD ACTUAL(
EACq EACH EkCH LIMIT < PERSON PCCIDENT LIAEILI
4. GCDILY INJURY B . DAMAGE PPoPEPrY c . iUTd MED PAY
SPECiF~ED CECI " ,.,,.,. i.,-'L::7j T'_ELiA5.' ' .'--;j.LDE . _.r. , i-- 0-L- .', SLLiRS
PERSON 1 OCCUR 16LE WPIVERI 'OLL E4CH 1
250 ; 500 500 5 ACV NONE 30 ; 60
250 1 500 500 5 ACV NONE ACV 100 30 I 60
250 ~ 500 500 5 ACV 500 ACV 500 30 I 60
250 1500 500 5 ACV NONE ACV 100 30 ; 60
1 I
I I
j PREM I UM D I SCOUNT (s) APPL I ED TO TH I s POL I cy:
MULTl -CAR i I I I
j
I
I !
i
~
SUBJECT OF AMENDMENT
CHANGE OF CLASS CHANGE NAME 0 CHANGE OF TERRITORY
AMENDMENT ADDITIONAL PREMIUM OR CRE
ADD CF NUMBER
5 $120.00
I 69 'LOLKS 4234 ! 2 80 CAD 17175
j 3 83 BMW WBAAGj30009005758 NO YES ~ 92084 10,000 - 14,999 GARAGE
' 4 82 CHEV 0965 NO 1 92084 i ~ I-r-- i -
1, 1 25,000 - 29,999 DRIVEWAY
1 VEH. i NO.
i .1 i2
I3 !
14 I
i \
~ :J 1 YES ~ 92084 5,000 - 7,499 GARAGE
TERR. i ;r- SPECIAL EOUIPMENT* SOUND EQUIPMENT *
VEHICLE USE i
RaDIO PHONE RADIO'OTHER i
- -
CMPNAN OTHER 4WH. 2-WAY TELE-
CONV OR I\
68 ~
j PLEASURE
~ PLEASURE 68 : UNMARRIED FEMAL DRV AGE 18-20 68 i i BUSINESS 68
i
I I j
-L
i / * WARNING: Under Part 111 of the policy (Physical Damage). special coverage limitations apply unless coverage was
specifically purchased for certain eqiiipment. Coverage is indicated by an "X" in the appropriate equipment column. __~ .~
; PREMl UM 0 I SCOUNT (s) APPL 1 ED TO TH I s POL I CY:
MULT I -CAR I i i I
SUBJECT OF AMENDMENT
CHANGE OF CLASS CHANGE NAME OR
CHANGE OF TERRITORY
I I !
I ,
'
i
ADDITIONAL PREMIUM OR CREDIT
ADD CRED
AMENDMENT
NUMBER
5 $120.00
APR - 2 49%
STATE COMPENSATION INSURANCE
P.O. BOX 807, SAN FRANCISCO, CA 94101-0807 a FUN e> CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
MCH 30, 190 POLICY NUMBER: 47731 0-90
CERTIFICATE EXPIRES: 1-27-91
r
CITY OF CARLSBAD ATTN: PURCHASING DEPARTIYENT 1200 EIM AVENiUB
CAIUSBAD, CA 92008
L
This is to certify that we have issued a valid Workers' Compensation insurance policy in a form approved by the California
Insurance Commissioner to the employer named below for the policy period indicated.
This policy is not subject to cancellation by the Fund except upon ten days' advance written notice to the employer.
We will also give you TEN days' advance notice should this policy be cancelled prior to its normal expiration.
This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the
policies listed herein. Notwithstanding any requirement, term, or condition of any contract or other document with
respect to which this certificate of insurance may be issued or may pertain, the insurance afforded by the policies
described herein is subject to all the terms, exclusions and conditions of such policies.
-
e JOB: CDBG PROJECT PEDESTRIAN 3739 RANCH INPROVEM~T &LE?
-
ml\?PLOYERIS LIABILITY IS $3,000,000 PER OCCURRECJCE,
EMPLOYER
r
MANUEL JJAREZ 1047 CANIN0 CIm VISTA, CA 92084 NR e
L
SCIF 10262 (REV. 10-86)
0 2d
T
I
c
B c
b
I
1
b
II
3
OPTIONAL ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between th City of Carlsbad whose address is 1200 Elm Avenue, Carlsbad California, 92008, hereinafter called ttCitygt and
whose address is
'c
4 hereinafter called ttContractort* and
whose address is
hereinafter called tlEscrow Agent o *I
For the consideration hereinafter set forth, the Owner, Contractc and Escrow Agent agree as follows: 1
1. Pursuant to Section 22200 of the Public Contract Code th State of California, Contractor has the option to deposi securities with Escrow Agent as a substitute for retentic earnings required to be withheld by City pursuant to tF Construction Contract entered into between the City ar Contractor for in the amount of dated
(hereinafter referred to as the I*Contractt1). A copy of saj contract is attached as Exhibit ttAtt. When Contractc
deposits the securities as a substitute for Contrac earnings, the Escrow Agent shall notify the City within tc (10) days of the deposit. The market value of tl.
securities at the time of the substitution shall be at leas equal to the cash amount then required to be withheld i retention under the terms of the Contract between the Cil and Contractor. Securities shall be held in the name oj
and sha: designate the Contractor as the beneficial owner. Prior 1 any disbursements, Escrow Agent shall verify that tl present cumulative market value of all securitif substituted is at least equal to the cash amount of a. cumulative retention under the terms of the Contract.
The City shall make progress payments to the Contractor fc such funds which otherwise would be withheld from progre payments pursuant to the Contract provisions, provided th the Escrow Agent holds securities in the form and amou specified above.
Alternatively, the City may make payments directly to Escr Agent in the amount of retention for the benefit of the Ci until such time as the escrow created hereunder
2. m
P
3.
3 terminated.
II;
t 2
T
I
1
I
I c
I
b
1
I
8
3
P
T
4. Contractor shall be responsible for paying all fees for th
expenses incurred by Escrow Agent in administering th
escrow account. These expenses any payment terms shall t: determined by the Contractor and Escrow Agent.
The interest earned on the securities or the money mark€
accounts held in escrow and all interest earned on thz
interest shall be for the sole account of Contractor ar
shall be subject to withdrawal by Contractor at any time ar
from time to time without notice to the City.
Contractor shall have the right to withdraw all or any pal of the principal in the Escrow Account only by writtc notice to Escrow Agent accompanied by written authorizatic
from City to the Escrow Agent that City consents to tl withdrawal of the amount sought to be withdrawn I
Contractor.
The City shall have a right to draw upon the securities j
the event of default by the Contractor. Upon seven (7) da] written notice to the Escrow Agent from the City of tl default of the Contractor, the Escrow Agent sha:
immediately convert the securities to cash and sha: distribute the case as instructed by the City.
8. Upon receipt of written notification from the Cil
certifying that the Contractor has complied with a:
requirements and procedures applicable to the Contrac' Escrow Agent shall release to Contractor all securities ai interest on deposit less escrow fees and charges of tl
Escrow Account, The escrow shall be closed immediately upc disbursement of all monies and securities on deposit a
payments of fees and charges.
Escrow Agent shall rely on the written notifications fr the City and the Contractor pursuant to Sections 4 to
inclusive, of this agreement and the City and Contract shall hold Escrow Agent harmless from Escrow Agent's relea and disbursement of the securities and interest as set for above.
5.
5
6.
7,
n
9.
m
P
L L
I
1
I
1
I
II
0
I
1
1
I
I
T
10. The names of the persons who are authorized to give writte
notices or to receive written notice on behalf of the Cit
and on behalf of Contractor in connection with tk foregoing, and exemplars of their respective signatures ax as follows:
For City: Title
L
Name
Signature
Address
For Contractor: Title
Name 1 Signature
Address
For Escrow Agent: Title
Name
Signature I Address
At the time the Escrow Account is opened, the City a Contractor shall deliver to the Escrow Agent a ful executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement their proper officers on the date first set forth above. 1
For City: Title
Name
Signature
Address I For Contractor: Title
Name
Signature
Address
P
I 2
RELEASE FORM
THIS FORM SHALL BE SUBMITTED WITH ALL PROGRESS PAYMENTS
NAME OF CONTRACTOR:
PROJECT DESCRIPTION:
PERIOD WORK PERFORMED:
The above-named Contractor hereby acknowledges payment in full fc all compensation of whatever nature due the Contractor for a1 labor and materials furnished and for all work performed on tl above-referenced project for the period speeif ied above with tl exception of contract retention amounts and disputed clair specifically shown below.
RETENTION AMOUNT FOR THIS PERIOD: $
5 3
I r
I
3
I
L
I
1
I
DISPUTED CLAIMS 1 DESCRIPTION OF CLAIM AMOUNT CLAIMED
The Contractor further expressly waives and released any claim tl Contractor may have, of whatever type or nature, for the peric specified which is not shown as a retention amount of a disputi claim on this form. This release and waiver has been mac voluntarily by Contractor without any fraud, duress or undi influence by any person or entity.
Contractor further certifies, warrants, and represents that a bills for labor, materials, and work due Subcontractors for t specified period have been paid in full and that the parti signing below on behalf of Contractor have expressed authority execute this release.
DATED : 4 PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, I Corporation, etc.)
I BY
BY 1
I
P
1. 11/1/86 5 1
i
1
1
1
I
II
b
I
4
C
E
I
I
1
I
HUD REQUIREMENTS
f
I
1
i
1
I
I
I
I
I
I
1
I
8
J
I
8 f
t c,
5 SECTION 3 CLAUSE
A. The work to be performed under this Contract is on a proje
assisted under a program providing direct federal financi
assistance from the Department of Housing and Urban Develo
ment and is subject to the requirements of Section 3 of t
Housing and Urban Development Act of 1968, as amended,
USC 1701U. Section 3 requires that to the greatest exte
feasible, opportunities for training and employment be giv
to lower income residents of the project area and contrac
for work in connection with the project be awarded
business concerns which are located in, or owned in su
stantial part by persons residing in the area of t
project e
B. The parties to this contract will compPy with the provisio
of said Section 3 and the regulations issued pursua
thereto by the Secretary of Housing and Urban Developme
set forth in 24 CPR 135, and all applicable rules and orde
of the Department of Housing and Urban Development issu thereunder prior to the execution of this contract. T
parties to this contract certify and agree that they a
under no contractual or other disability which would preve them from complying with these requirements.
C. The contractor will send to each labor organization
representative of workers with whom he/she has a collecti
bargaining agreement or other contract or understanding,
any, a notice advising the said labor organization
worker's representative of his/her commitments under th
Section 3 clause and shall post copies of the notice
conspicuous places available to employees and applicants f employment and training.
D. The contractor will include this Section 3 Clause in eve
subcontract for work in connection with the project a
will, at the direction of the applicant for or recipient
federal financial assistance, take appropriate acti
pursuant to the subcontract upon a finding that the su
contractor is in violation of regulations issued by t Secretary of Housing and Urban Development, 24 CFR 135. T
contractor will not subcontract with and subcontractor whe
he/she has notice or knowledge that the latter has be
found in violation of regulations under 24 CFR 135 and wi
not let any subcontract unless the subcontractor has fir
provided it with a preliminary statement of ability
comply with the requirements of these regulations.
E. Compliance with the provisions of Section 3, the regulatio
set forth ion 24 CFR 135, and all applicable rules a
I
8
li
1
I
1
8
1
b
I)
I
1
1
I
li
I
B
orders of the Department of Housing and Urban Developmer
issued thereunder prior to the execution of the contract
shall be a condition of the federal financial assistanc
provided to the project, binding upon the applicant (
recipient for such assistance, its successors and assign:
Failure to fulfill these requirements shall subject tl
applicant or recipient, its contractors and subcontractor: its successors and assigns to those sanctions specified 1
the grant or loan agreement or contract through whic
federal assistance is provided and to such sanctions as a
specified by 24 CFR 135.
b
P
0
..1
I
Y A
I
I
I a
IC
I
I
1
i
1
I
1 s
I
I.
I
z
e - . 3 P
I
9
J
m
-
9
r
m -
b.:
P
7 rn C P c)
0, 2
2 m
?I g
0 a
7
3 0 E
2
t%
m
r <
v) C s a
J 3. c) E
2 * 1) v)
P
.~
25. Federal Labor Standards Provlsfms ~
I. -
I
I
1
i
I
I
1 _, .’ ” .. .: ’
A. App 1 lcabf Iity
The Projsct or Program to which the constructlcn work coversd by +h!s cos:ra& pertalns
belng asslsted by the UnTkd States of Anerlca and Iti2 fol lowlng Faleral Lzbor Standard!
Provlslons are Includ3d ln thfs Contract pursuant to tf-e provisions appf irsble b such
Federa I ass1 stance.
1. Mfnimum Uages
L
(I1 All laborers and nochanlcs employed w worklng upcn tb slf-3 cf ttc work (or
under the UnIted States Houslng Act of 1937 or under fis Housing Act of 1949
the constructlcn CT development of tte proj-ct), wf I1 !x pald uncondltlonal I
and not less often than once a week, and wlthout subseq-ent &doction a- reb,
cn any account [except scch payroll deduct-ions as are pwrtfttfYf by regulstfc
Issued by the-Secretary of Labor under the Copeland Act t29Ci2 Part 3)1, fh
full amount of was% and bona fI& frfns benefits (a- cash ecufvalents thsr
of) due at time of payment computed at rates not less *an those contained 1
the wag3 determfnatlm of the Secretary of Laba uhTcfi Is attzched hereb ar
made a part hereof, regardless of any contractural relationsh!? vhlch may be
a1 ledged fa exist between the Contracts and such laborers and nechanlcs.
Cbntrtbutlons made OT costs reasonably antlclpated for &ona flfa frInge &ne
f!t.s under Sectlon I(bI(2) of the Davls-Bacon A& cn behalf of laborers or
mechantcs are considered vages pald to such laborers op rechanIcs, subject 1
the provislans of 29 CFR S.5(a)(l)(Iv); also, regular contrlbutlons nab or
costs Tncurred for more than a weekly perrod (but ncrt lass of5n than quarte
x. ly) under p!ans, funds, cr programs, whlch cover the paricular weekly perloc
are deemed to be ccnstructtvely made cc Incurred durfng such k-kly prlod.
Such laborers and nechanla shall ke pald tte approprla% wag3 rate and frlr
beneflts on the HJ~P detFrnTnat!on for the classlflcaticp of iyk schally
perforned, wlthout regard to skl 1 I, except as provlded in 29 C? Part
5.5(a)(4). Laborers or nxhanlcs prfornlng work In me thac one classlfl,
tlon may b compensated at tk rak specifTed for each classlficatlcn fcr t
tlme actually uorked thereln, provlded that the enployer’s pa:rol I records
accurately set forffi the tTm spent fn each classlflcatlcn In uhlch work ls
perforred. Ths wap ckternlnatlon [ Tncludlng any addltional classIficatlon
wags rates conforxd under 29 CER Part 5.5(a)tl)(ll)l ad the Davls-Bacon
posts (2H-1321) shall bz posted at ail tlms by the Contrnctcr and Its sub
tractors at ths slta of thz work In a proinlnont and accesslblz place where
can be easlly seen by th5 mrkers.
>.. __--.- . I.
,/- .. ..
#
8
I
I
I
1
I
(SI) (a) Any class of laborers cr mechanlcs which Ts not IIsW SI? tb wags de+
mlnjtlon and which 1s tu b4 mployed under ti.le antisct s’311 be class
fled In confcc3ance wi-i-h tb we9 det-ernlnation. KID shzll approve an
addltlonal classIfTcatlon and w3p rat? and frfnge Ccn%fi+s thsrefcr o
when tb? fol[oHlng ctiterla hew been nst:
(11.. Th work io ke perford by the classfflcatIcn requ35+& fs not p
forred by a classlficatlon In the wape cbternlnatlor; and
(2) Tb classlftcatfcn 1s utlllzed In tke zrea by fS? CG-ISh-UCtlOR
Industry; and
(3). Tk pro?ossd wap rate, lncludlng any bona ff& f:rlaF benafits,
bears a reasonable relatlonshlp to the was9 rzies mirtained Tn I?
wags de+ernlnatlon. -0
?rf/?4 ASTm E iED/L;S-ALT.
Std. Fon
HU0-4010 (2-84; P 12-84
.. /
a- part of tte wages requlred by'tte contract, H'JD a ih tsslgn- nay, after writ
notice to the Conimctor, sponsor, appllcant, or ownrr, t245 such acflon as nay &
necessary to cause tte suspenslcn of any further pay:"att, ?trance, CT Sgaranh of
funds untll such vlolations have eased. HUD or Its cksl~r-;. my, aft2r wrIl-ten
notle to the Con+tactor, dlsburse such amoun-ts vlthklrl fs- and 07 acmunt of the
Contractor cr subcontractor to %I? respectlve ccployrfs io ,::on thpy ?TP due. The
Conptrol ler General shall cake soch d1sbursenen-k In th c?:= of dlrect Davls-Bacc
Act contracts.
I..
I
@
4
1
8
I
1
b
i a
1:
I
I
I
1
1
b
3. Payrol Is and BasIc Records
(f) Payrolls and baslc records relatlng thereb shsil te mlntalned by the Cont
tor dulng the courss of the work preserved for a pri3d of thre years then
after fa- all laborers and nechanlcs working e: t% si* of tte vcrk (cr un
the Unlted Siates tlmslng Act of 1937, or under +!!o '2using Act of 1949, In
constructlm w dev~lopmmt of tb project). f-5 r<=ords shalt contaln th.
nae, address, and soclal security number of e-ch suz.? worker, kis OT br o
red. classfilcatlon, hourly rates of wagis pall [!nsl:dlng rates of contrrb
tlons op costs antfclpated for bona fide frlnS? k=ne:'its cr cash equlvalent
thereof of th typs descrtbed in SectTon l(b)(21(3) >f the Davis-Bacon Act
dally and weekly comber of hours worked, dsducSi3ns -.?le and achal wages p
Whenever the Secretary of Labor has found unds 29 CF? 5.5 (a)(l)(iv) that
wages of any laborer ci- WhanIc lncluds the z-auilt cf any msts reasonably
antfclpated ln providlng beneflts under a plu! CT prc;rm desul5ed In Sect
l(b1(2)(8) of the Davis-Bacon Act the Contractcr shall ma!.:t-aln records whl
shew that tte cominltment i-o provlds such &nefi?s is tnforceable, that ths I
or progam Is flnanclally responslble, and that ??~e plen CT progran has been
communicated in urltlng to tk laborers cr neckmlcs zffected, 2nd records
whlch show f52 costs antIcIpated cr the xtual cast ixurred ln provldlng si
benef Its, Contractors en? loylng apprentices CT trilres under ?;proved pro-
. grams shall nalntaln written cvldence of the e2lstrefion of apprentIceshIp
programs and certlffcatlm of tralms progrsss, tk r2:lstratlar of tb appr
tlces and tralnees, and th3 ratios and H~SP rz%s prescribed ln ~e applfcat
programs. (Approved by ths Off 104 of ManaSensr.: and ?gdget undir ON3 Contrc
Nuiiibers 121 5-01 40 and 121 5-091 7. )
(11) (a) The Contractcr shall subnl: weekly fa- ez5. w& In whld any contract
work Is prforned a co2y of all payrolls b HY.3 ZT Its c!e~l;~?ea lf the
agency Is a psrty to +b contract, blit ff tb a;snq Is not such a par-
the Coniractor wl I I submit the payrolls tr, the q3l icant, qcnsor, or
owner, as tb case may be, fcr transqfsslcn to t.3 cr Its dsslgnee, Th
payrolls submitted shall set out accurafelj and zmpletely 211 of the
lnfornatlcn requlred k h? nalntalned undy 29 C3 Part 5.5;3)(3)(f).
ThTs Intornatlon nay b suhmlttcd ln any b-r~ ck.s;rod. CptIsnal Form W
347 Is avallable fcr this purposz and my h purc'ssed frw the Superln
tend-nt of Docum5nts (Federa I S-tock :!unhr 029-2:5-00014-1), U.S. Gove
ncnt Prlntlng Offtcs, h'ashrngton, D.C. 2Ci32. T.% priz c,-r,:ractcr 1s
responsible for the subnisslon of mples of payr-lls by all wbconttac-
tors. (ApprovPd by the Offlce of f4sna~en..~* an=' 3udpt und-r OX3 Contr
Humbw 121 5-01 49. )
(b) Each payroll SuLinItkd shali bo acmcTartTd b{ 2 "Stakm9nt of
ConpIiancc", signed by th~ Contractor CT s:>=mf:?ctor a- h!; OT her ag
who pays cr supervises tb paynsnt of t:k~ ;=iso?s enployed ~328 thj cc
tract and shall wrtlfy the followlng:
(1) Thai tb payroll fa- tb3 payroll per!& cortSzlns 'tte 1zfwnaSIon
required to bo mlnt3fnod under 29 CF?,Pzrf 5.5(a)(3)(i) and that
such Infornatlcn 1s correct and co??l..ta;
Pd/!.(ASJER
12-84 E FED/LZ.B-ALT -2
Std. Fom
hti9-4010 (2-34) P
.,
Contractor's CT subcontrjctor's rc;Istxed program rha 1 I b3 c3swvod. Eve
apprentlce rust bs pald at not less than t!m rate speclfted in tt;a reglste
program for tb apprentice's level of progress, expressed 2s a percentap
ths Journ5ynen hourly rate speclfisd In ths a2pl lcable ~3.73. &4;.ternInatlon.
Apprentlces shall be paid frln9 55neflts fn accordancs wl?~ ti-e provfslon
the apprentlceshlp prosran. If tr.2 apprentieshlp progrri chs not speclf
frlnp benefits, apprenflces must 5? pBld th? full anount Gf frinp bcn;fi
Ilsted'on ?e wage &ternlnatlon fzr tk2 a~~llcablc class!flca?lon. If fi
Admlnlstratcr determlnss that a different prectIe pre?ai Is fcr tFe appllc
apprsntT,:tt classlf ication, frlnga; shal I b pald io Bccordznce wlTh that d
mlnatIoi2 In th event +he Burezrt of F.;?rentlceshlp and Trainlog, a- a St
Apprentlcrshlp Agency recognlzed 5y ths aureau, wtthdravs a??roval of an
apprentlceshlp program, the Contra=tcr ill1 M longer te por??M to ut11
apprentlcss at less than ths appl!rable predeternlned rate kr the work ~3
forred until an acceptable progran ?s a?provsd.
I'
I u
1
I
1
I
I'
b
I
4
I
I
I
I
I
L'
(11) Tralnees -.
Except as provldad Tn 29 CFR 5-16, tra1z-s w? II not b permif% -h work
less than fie predsterntnad rate h- the work psforred ualass they are
employed pursuant fo and Indlvldu?lly registered Tn a prosran which has
recelved prIor approval, evldencef !;y formal ertfffcatlon by -312 U.S. Ce
ment of Labor, Employment and TraI.iing-i.~~1n?stratlon. Tb ratlo of tralr;
to Journeyman m the Job slte shall not b Sreatsr ?ban prnltkd under th
pian approved by the Employaent and Traln?ng P.dmInistratlon. Every tralne
must be pafd at not less than the .ate speclfted In %IS epprcved program f
the traYnee't level of progress, eqress2d as a percents+ of tb? Journsya
hourly rate veclfled In tfie applizabls saga datermlnatlon. Tralnees shal
paOd frlnp bnneff-ts Tn accordane vlth tte provisTons of t.b tralme pro;
If the tralnee program dxs not m-itIon frinS2 benefits, tralnss shall t~
tk full amount of fr?np benofifs Ilstd a! tk wag3 dctzr:,:nailcn unless
Administrator of the We~e and Hocr 3lvTslon Q$ernfnes that tkre Is an a;
tfceshlp program associakd w?th t-a cor:es?cridlng Journsy.:an W?I~ rats GI
wage &ternlnatlon which provldes hr Isss than full frlnge ten-flts for
apprentlces. Any employ- Ilsted cn I% payroll at a tralxs ra% wb 1s
reglstered and partlclpatlng ln a +ainlng plzn approved Sy *e Emptoymenl
Tralnlng ltdninlstratlm shall ke pr-id no: less than tb appllczble wag4 ri
the wage &3ternInatlon for the work. actually prformed. In aldltlon, any
tralnes porforzlng work cn the job slh In ex-ss of tk? ratl.2 peral-tted L
the reglstered program shaf I tm psld not Isss than the sppl /c~bIo wage ra:
ths wap dsternlnatTm fa *b work actually perfa-rrtd. In t.k event the
Employment and Tralnlng A&?lnlstra;ton withdraws Epprov31 of a iralnlng pi
gram. the Contractcr wl I I m longer &t pPrnlI%d b ut1 IIE? trziln-s at I<
than the appllcablo preletermlnsd r-te for ths mk perform:! unfll 2n acc
able program Is approved.
(111) Equal Employment Opporfunlty
The utilIzat!cn of apprentices, tr-Tnees and jaurneymn undw ihls part s1
be ln confornl-ty w1-I-h th? equaf co?loynant cpportunlty require-.ents of Exi
tlve Order 11246, a5 anendsd, and 23 CR ?art 30.
m
5. Ccnpllance Ulth Copeland Act Reulrenents
The Contracfcr shall c3oply v1-h th= reTJ;renenfs of 29 CtR Part 3 vL.Ich ere lncc
rated by reference In tt~ls mntract.
a
?%/:!ASTER E FEC/LB-A1'
Std. Fc~
HUD-4310 (2-84) t I 2-84
.,
0. Contract Hork Hours and Safe? S-tand3rds Act a-
1
I
8
I
I
I
1
b
8
1
I
I
I
I
1
1
As used In this paragraph, tb terns "laborers" m: %ech*nics" incluh u3+chn9n and
guards.
1. Overtlme Zequtrements
No Contrac?cr cr subcon?ractcr confractln; fcr czy psrt of :>e coa+r?zk wcr% whlch :
require a- Invofvft the erployment of Iaborss ir rech3nlcs shall reC!~::e w prmlt
such labor* OT mechanlc ln any u-rkweelc in whic5 Fe zr ste is e:>:.cyd an SUO! wor
to work In excess of elsht haurs In any czlendsr day 'JT fn ext?ss of f3r-f-f burs in
such work%e& unless such labor- a necha?!c r5elvs co:n?$nsBtim i)t 2 ra% not 1
than me and onft-half tires the bslc rate of 227 for all burs wrkd in cxcsss of
etght hours ?n any calendzr day CT ln exax of fw3 hours In su5 tcrkret, whlch
ever ?s greater.
b'
2- Vlolatlon; Llahll !iy for Unpaid gages; LIrildattd C.m2:.,es -.
In +h event of any vlolatlcn of tk clause set fofh Tn subpzrs2rJph (1) of this
paragraph, thp. Conkactor and any xbconSrecfo7 respcnslbte fierefor shal I te IiaSI
fw tb unpald wages. In addifion, such Csntrztfcr and subcontreckr shall te IIab
to th= Unlted Shts (in the case of work bn- wdor Zntracf for tS.e aistrlct of
Colunbla cr a terrffory, to such DIstrlct cr to SU& fsrrlfcry), fcr 11cjald3kd
damages. Such ITquIdated damages shall te ampu?=.d rlth respr' t -b each indlvldual
faborer cr czchan?c, Tncludlng watchmen and guards, e:pIoy& Io vtolaSlcn of the
clause sei- forth In subparagraph (1) of this paragraph, ln th3 sm of SI0 fcs each
calendar day on whlch such tndlvidual was rer;?li;Sd cr prmltted h work in excess c
e?ght hours cr In excess of tb standard mrkc;*-;i of forty hours withwi- payaent of
the overtlne wages required by the clause szt fc---th In subparagraph (1) of this par
graph.
3. Vfthholdlng for Unpald Wages and Llquldatel DXIZ;PS
HUD u- .Its designee shall upon lir om actYcn cr upcn writ% reqtlYst 3: an author1
rcpresentatlve of the Deparhsnt of Labor wlthhold cr cause to be vlt5:7sld, from an
moneys payable OR account of work perforred by the ConTractcr cr svbcc-fractcr und.
any such cxtract cr any other Federal mni-ract -ith t.ig sax prlse =?tract, or an
other Federal ly-ass?sTed contract subJect ;3 ths Con+rzd Wwk :ours ??d Safety
Standards Act, whlch Is bld by lh SJBJ prlm c=ntre=:or such sns 2s zay ke deter
mlned ia kn nscesarf lo satlsfy any I lab1 I ItIcs of such Coofractcr CT subcoatractor
for unpald wages and liquidated damages as provl?-.d In the clause s?: krth In sub-
paragraph (2) of this paragraph.
4- Subcontrads
Ths ContracScr c* subcontractw shall lnsee In e~y zli>cm?-?ck tk :!~.Js.% ;et fc
in subparxgraph (1) through (4) of .fils parc?grap:? and 21so a clauss re-,tlirIng the
subcontractors tr, lnclucb these clauses In any 13~s tis subcontract;. Tk prl,m
contractor shall be rcsponslble for mnpllance b:, any sybconfrach- cc 1aer tTer
subcontrecta wi'k the clauses set forth In subp:ragrz?hs (1) throush :4) of thls
paragraph,
C. Health 2nd Safe*
1. tb laborer cr mchanic shalt ix requlred to wxk In surroundings a L'T:~S uwkTng
condlfions which are unsanitary, hazardous, or dr'"-.;'ro"ss t3 his Peattb and safety i
deternlnsd under ccnstructIm safety and hes ith sfxdarh prox~~i~3f+d 51 the Secroi
of Labor by regulatlon. E FE3/LA3-htT.f
72 /:.!A S T€R Sfd. Form
H53-40iO (2-84) F 12-84
.,
29. Federal Audlt Resulatlms
The Admlnlstratcr of the fkparfn-.nt of Houslng and L'r53n Ceislop?wf and the bnptroller Cener
of i-hp Unlted States OT ihelr duly authorlzed repre-n+atIv*s shall havs access for th.p purpos;
audit and examlnatlan -fa any bwks, documents, papers, and recor2s that pertala to Federal fun
equl?mnt, and svppl les recelvsd by ?he Owns for fils Corkact.
30. Federa I Stahtory Requ Itrmenh
Contractcr agrees to comply wl?h all appllcable stanc-rds, cTdt.rs, cf regulations Issued pursu
f-0 the Clean AIr Act of 1970 (42 9.S.C. 1957 et seq.) tnd 52 Federal !iatw FaltutIon Control
(33 U.S.C., 1251 et. seq.) as amendid.
310
a.
II --
1
I
I
I
I
I
8
b
I
I
D
I
I
I
I
1
L.
NotJce Regardlng Nonsegregated Facl I Itks
tbti 03 to Prospectlve Federa f ly-Ass?sfed Conslructt on Cantractors
t) A Certlflcatlcn of Nonsegregated Facj I itlos, = reciired by th Msy 9, 1967 ordw of .
Secretary of Labor (32 F.Ro 7439, ?By 19, 195?) on ElImlnat%on of Sesrsgated Facllftie
must &B submltbd prfw to the award of a fedzrally-3sslskJ construcflm contract
exceedlng $10,000 whlch Is not exempt from the provislons of the Equal Opportunity
Clause. . .
..-
..
2) BY SIGN1FG THIS BfD, TE BfDDF2 HIU E€ DEEMD TO E;'E SIPJNED AN) AGRZ3l TO TE PROYI!
.OF ME "CERTIFICATION CI: WNSEGREGATED FACILITIES" IN THlS F??OPOSAL. Th?s ert?ficat;
provldes that ths bfddw doe. not malntain a- provlie enpioyee faciiltles whfch am
segregated on a basls of race, creed, color, or natlmai wtgln, wheih2r such faclllt'
are segregated by directive or cn a cb fac-i-o basis. Tb certiflcatlcm aiso provldes .
the bldder wl I I not malntaln such segregated iacl I I+;es-
3) Contractcrs recefvlng federally asslsted constructl-r, con$ract awards exceedlng St0,Ol
whlch are nof exempt from ths provlslons of %:.-3 E+il 0;,2wtunIty Clause wlll ka requ:
lo provI& fa- the forward?ng of th. followfnq notii io prospxtrva subcontractors f
cons~uction conSracts and mter!~ I wpp I fers uhsre ?he sgbcontracts oc Rater1 a I supp
agreements exceed 510,003 and am not exempt from tk pro.tlslons of the Equal Opporhr
Clause.
b, ?hi-1 cc to Prospec-tl ve Subcontractors and i-lsterla I 5upp I in of Requ I renent for Certl f 1 cat
of NonsegregaTed Facl I ltles
1) A Certlf fcatlcn of tbnszgregated Facl I ?ties as requ;,-ed by th3 Ihy 9, 1957, Order of
Secretary of Labor (32 F.R. 7349, Iby 19, 1957) on Et Inlnz~tion of Segregated FacT f iti
must be sQbmltkd by each subcontractor (ln all tiers) and natorlal suppller prlcr to
award of :ti3 subcon-trzct CT consunnatTon of a -a+er;31 s2pply agreemn? If such
subcontract cr agreement exceads bl0,CoO and is not ;.xeq3 fra tb prwlslons of the
Equal Cpportunfty Clause.
2) BY SIGNI:G THE SUKONT~ACT at E>ITZI:G 1Nro A :.'AT~:JL SC,TLY AGREU,!E>~T, T~E SUKC;ONT~;
OR IUTERIAC SUPPLIER HILL CE DEWED TO PAVE S1'3-NED .!:XI hG<EO TO T"E Z3V ISIONS OF TH
AGREENENT. Thls &rtffIcatlon provldes that ?x subcontractor w raterial suppiler I
not nalntaln CT provtcb enployes facllltles wh;& 2~ segregated cm t!-e basis of raa
creed, color, or natlonal wlgln, whether such facl!i+Ies nre segregatsd by dlrectlvr
m a cb facto besls. Tb3 certfffcatlcn also pr.wIts that tb subcon?ractcr cr natei
suppl 1er w1 I I not nalntaln such segregated facl I !ties.
"CERT I F 1 CAT I QI CF NONSEGREGATED FISC 1 L I T I ES" 1:: TE S2XO:IT?ACT CH t*!XTZ I FL S.UPPL_Y
IiOTE: Tb penal? fw mklng fa/= statements in offers Is ?rescribed In 18 U.S.C. 1001.
a.
PW/MASTER f Std. 12-83 Fo~ E FED/LAS-AL'
.,
- t5L:c;ei L('Jral&.
U. S. DEPARTPnENT OF HCtJSI'iG ,AL';~ U?,?AN OEVELS?.'*!E:*T
a a. ' :.
1
I
I
I
1
I
6
I
1.
1
I
I
8
CERTIFICATION OF ZICDZ.FI REGARDIPiG
EQUA L EFilP LOY 2;; ENT 0 PPO R TU N ITY
&
i NSTii U CTl C %S
This certific=:ion is required purs-uant to Exzutive Orid3 112% (30 F. R. 7 231425). Ti-. im$?rnen:ir
regulations provide that any biddzr or prospxtlve contrzc'Lor, c: my of their propo& %!jconzTc;o;s, s
an initial par; of tha bid or negotiations of the contract *.vhthy it has paeicipat.53 i;l an:, previou; ccnt:
contract sub;& to ifip equal opprknity clause; and, if ap VP?rhor it has filed ail coqj;Iance r?wr?j dm
applicable icriuctions.
Where tha certification indiates that the bidder has not Zxl a -,crnpliance report dti? uder ap=;icabls
such bidder <Tall be required to submit a cornpiiance repr? wi::?in w:en calendar days z?er bid openin!
shall ba award4 unless such report is submitted.
CERYIFICATlON BY BIDDER.
F Bidder's Nams:
.. 1. Address and Zip Cods:
1. 8iddw has 7articipated in a previotis contract or subm,rlvac; xSisc; to the Eqcal Op;crtunT;./ Claua
Yes NO (Ifanswer is yes, iCcneify the r73st recent coctrrrct.)
2. Compliane reports were requirzd to be fi!ed in connciorr v;y?h svch contrxt cr Qbmntrac,
Yes 0 NO c1 (Ifunstcer is yes, identify the r.,-st rc-ent conbract.)
3. Bidder has filed all compliance reports due under appli;?ble irsirucfions, including SF-IC%.
Yes c3 No u NoneRequirfd a I 4. If anwm tc) item 3 is "No," please explain in &?ail on ;?V~S? si& of this certificatior.
Cwtification -The information akoe is true apd corrrpkz ro :k? 5s of my knowi*ge z~a bdi3.
..
Ln l9 Name and Titi2 of :.per !?:??;e Ty;ei
.a Signature Date
. EU%d23$C3-1 ~2-73) Previcus Edition is Ojiolete
ti I
e
In ct. .c.ctian with -tha performay=o of ZOL.- sr.ecr this contract Contractor agrees as follows: .-
1- The Contracts= will not xillfzLly Iiscrizinztc against any ployee or it?plic=nt fgz enp~o:mc~t heczs.;rr of rxc, religious co1or, xitional ori~h, ancestq:, ~hysi==l haztica?, medical c marital statss, or sex. ?nc Coz:rns=or :;ill tzke aEfirzntivc to cnsxc that 2331icints are c~?Loy;.2, az2 tk.: cz~loyoes are during enployncn=, withox rqarri zs =:12ir racc, rciiqiox crc color, nation21 origin, zncestry, ?ky=ieL kandica?, 1;..eiic31 c8 narital status, or BCS, Suck 2c:i.xi s52E ixl~2-2, but not te 1initeG to, :ha follo..iir,g: s=?io:--sn:, U?<raiinq, &=ation or recrultzzsnt or rzciuitzcat zdvsz;rsFn=; lay.cff cz te--I.ination; of pay 3r other Earns of CO~~E?I:SJ=~O~: and i2122tiC.1 for train
! includizq ap?renziceshi?. 'Ike Cr~zrat==r a,-rces t? ?est in co
to be providad 51 tkc rrwardizq z:zbzi=:i s2tZLig r'ozzh 'the cro
of this Fair S?lo'Fent ,Oractices Agreze?t.
2, T~S contract& will senC to 5x5 Iz5~r ucion or represecta workczs with ?$nick he has a coLlo,==l.ro 3L-GaLziiy agreezte.?t cr
contract OK ua2e-standinq, 2 r,oti=c, 2s 5% ~ZGVLCP~ by th zwa authority, aivis5.g <7e said k56r tzr~icx GZ sio~:z,~~~~ re2resent of the Contractcz's c?,r,?lik:.snts LTZcz t21s ~,~~tisii, ar.2 shiril
copies of the nozice in coss?ic---- -b-s pltces avzilrble to sic?loy and applicazts for eiz?lolxenz.
3- The Contractor will pe*T.i: a==oss t3 his rzsorZs of e:nploy emp1oync:it adv"p-is.z-ents,, +??licz=i3~ 5zz.s @ ar.5 ozher -,erein
o data azci recorls by ths Fai= Z:nplobsenZ ?r-IctiC=s CcraissFcn,
0. awarding authri?? or any oEter =??rs?=li~~ 2;z?Loyzs c Cc?artI?.e agency cf the County of san DL~o, cr the St=:= of California nated by the awsardiq authority, 5-s~ t-k? p;lr;sssas 05 invastica
to ascexaia cc.Tfiar.ce kiitk the ?z%r z=?icqz.=x Zrzctices pro of this contract,
-. 4; A finding of wil?-ful viohtic.2 of z2.f 3_f tie Fziz'm1ol:.e Practitgs prcvisions of =.his CC)I?~Z=ZZ s= of t?= California ?ai R~loyn=?.t Practices Act shzll b2 x~zz=eC 'sy ck zxazCr.g at as a basis for ?tse,~ini,?g tks Coitrac=sr '-2 5e ns: a '*=L--S?_CITS bidder" as to fr;zxrc c3ntracta fcr -di.liz:1 sxc:? Csz=rzcZar nay s bids,. fcr zevcsr25 t!ie Ccn:zzctzr8 5 ~:Z~:=::=:CL:~CE r~cFz..g, i
and for refusi.?; to eszzblish, ro-~s=35Xsh 3r Z~RCW .a prec_u-.l cation rakinq ?x the Concr3c=or.
Tho awazdiq autkority shall tee- a flzlic? cr' :;iSlfu?. violati
th Califcrnia ?ai= %plo;zt=nt P=~~tLC~i Act t3 i?~i~t occurrs", rcceipt of writtan nccice 203 t:22 'air >.?lo:nc~?z ?rictices c8 nission thrt it ;?is iiivestiTrted EA CczerEi:eE sl?-= the Ccntr has violated 22 ?air Zzplo:r.ent IZ~C:~=~S Xc= an< kas issusd
under USor Code Seczion E426 or ckzizd xi injxrction under
Code Section 1429.
upon receipt of such urFtten cctirz lrsi t52 ?zir ?.?lol=;nint P cc.xiissioa, tkc zwzrciir.5 xstkrity shcll r.3=:=.; :>= tar.tzLctDr
unless ks de~czsrratns to ~kc satisz;c:z3x 25 :;1= a;;aztinq as:
nithin J. stat^? serisd t:l2c :he V:D~~C:ZA has bein C~TTPC;~~,
peritid.
mine tkaz the Csn=:ac=cr nas :.o= ZCY~L~Z~ ::~t.i =:?e ?zir Ez?ic)- Practiczs sc'ctizn of 5:s CST.=ZIC=, ~2~2 ~-rs-~xir- LO Labor Cod
Secciozs 1725 a:.< i775, :ne izn.l^-r-.czor :>all, as 3 ?PZ-.JL=? 20
8 h:. . *:. ._
i .m-- . .. ,
places, available to cn?loyees az2 as?~rcs-=s .. fcr ~~~Lo>renc,
i.
8
l
I. a-
I a-
@. -e
I
a
I-
9 I"
1-
I
1
a
*%
.. - -.
.-
.- - .pr,xp-1alF5icaticz rating will t32 re*:clceb zt tks e:c?iza=icn of s
5. The CZ:It=2C2.3Z nTrees, ?!XI= SkZZ1P =?.? 2---2Z2iZ? 2Utk3rLty
.- >--az<pq .->.Upsr:=? Ea,'='; -L-L, - :r"r- - i;a.=.7 L.---.--1- -- ;-.--- ky. cz ?or"-io.l
of, fcr ccch n2r-c-n *AD :.:x teRiaf z~~~z*.T.z~z LS a zcsd.: of s
CCZ-COZ?~~J~CZ, the yz~i5ie~ ?KO-::LZ= .. - 1.1 . t:le L!.thcr Csce For v lz:io2 25 ?rn-.?:Llnq -.JZI$~ razss. s:;si? zzniss z.ay Le rccavcr=d
tho C~>=Z~C=JK. :>e G:izr<iz< antkczi=-: zay <edc== =ny such da, fron any xmics Zce ;nc ~~ntrzc=cz.
--
\ OPZ
E
8
NOTICE OF REQUIREMENT F92 AFFIit'*?4TIVE ACTICj:i TO ENSURE EQUAL EWLOYXilT
OPPORTUNITY (EXECUTIVE ORDER 11246)
1
1
I
8
I
1
I (
1
1)
l
I
I
I
R
..
1, The Offeror's or Bidder's attention is called to the "Equal Oppc
tunity Clause!' and the "Standard Federal Equal Emp10lii;lent Oppot-tuni ty Con-
struction Contract Specifications" set forth herein.
. - e-
c- . -*' .-- -
2. . The goals and timetables for minority and female participation,
expressed ic percentage terms for the Contractor's aggregate workforce in
each trade on all construction work in the covered area, are as follows:
Timetables Goal s for minority participation for each trade
These sozls are applicable to all the Contractor's construction work
(whether or not it is Federal or federally assisted) performed in the cov
area o
1
The Contractor's compliance with the Executive Order and the regulal
in 41 CFR Part 60-4 shall be based on its implementation cf the Equal 0p~
tunity Clause, specific affirmative action obligations required by the sf
fications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goal
established for the geographical area where the contract resulting from 1
solicitation is to be performed. The hours of minority and female enploj
ment and training must be substantially uniform throughout the length of
contract, and in each trade, and the contractor shall make a good faith l
I
4
P -
e- ,- *. .
t
I -a- 0: *. . - _._ . .- I. .- .. .
STANDARD FEDERAL EQUAL EF-iPCOY, .-.iT OPPORTUNITY CONSTRUCTIO!i COtIT;t4CT
SPECIFICATIOliS (EXECUTIVE ORDER 11246)
1. As used in these specifications:
a. "Covered area" means the geographicil area descrikd in the so
tation from which this contract resulted;
b, "Director" means Director, Office of Federal Contract Conplian
Programs, United States Department of Labor, UP any person to vrhorn the 0
delegates authority -,
c. "Employer indentification number" ream the Federal Social Sec
number used on the Employer's Quarterly Federal Tax Returng U.5, Treasur,
Department Form 941.
de "Mi nori ty" i ncl udes :
(i) Black (all persons having origins in any of the Slack Afri
racial groups not of Hispanic origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Ce
or South Amrican or other Spanish Culture or origin, regardless of race'
(iii) Asian and Pacific Islander (a11 persons hzving origins ii
of the original peoples of the Far East, Southeast Asia, the Iridian Subcc
tinent, or the Pacific Islands); and
P #
i i
?
(iv) American Indian or Alaskan Native (a17 persons having oric
in any of the original peoples of North America and maintaining identifi(
tribal affiliations through membership and participation or ccirmu~ity id{
fication).
2. Khenever the Contractor, or any Subcontractor at any tier, subcontrt
a portion of the work involving any construction trade, it shall physical
include in each subcontract in excess of $JO,OOO the provisions of these
specifications and the Notice which contains the applicable goals for nir
~
i
I
1
I
I
-__ ~ .I_--I -. L ...- .-I__ --.. -- _I
-, n obligations under these specifications, Executive Order 11246, or the regu
. tions promulgated pursuant thereto.
6.
to be counted in meeting the goals, such apprentices and trainees must be
employed by the Contractor during the training pera'od, and the Contractor
must have made a commitment to employ the apprentices and trainots at the
completl'on of their training, subject to the availability of employment or
tunities. Trainees must be trained pursuant to trainin5 pPogran approve'
by the U.S. Department of Lzbor.
7. The Contractor shall take specific affirmative actions to ensure equ,
eniployment opportunity. The evaluation of the Contractor's cor.1~1 iance wi
these specifications shall be based upon its effort to xhieve raximm re
from its actions. The Contractor shall document tkse efforts fully, and
implement affirmative action steps at least as extensiw as the following
Ensure and maintain a working environsent free of harzssnent, i
tinidation, and coercion at all sites, and in all facilities at which the
tractorss employees are assigned to work. The Contractor, where possiblc
will assign two or more women to each construction project- The Contracl
shall specifically ensure that all foremen, superintendents, ar.d other or
site supervisory personnel are aware of and carry uut the Contractor's oi
gation to maintain such a working environment, with specific attention tc
minority or female individuals working at such sites or in such faciliti(
Establish and maintain a current list of minority and female r
nent sources, provide written notification to minority and ferale recrui
sources and to cornunity organizations when the Contractor or its unions
employment opportunities available, and maintain a record of the organiz
In order for the nonworking training hours of apprmtices and trainee I. i
I
I
I
II
b
8
I
I
R
8
8
I
a.
11
b.
1 t
I
k. Validate a tests and other selection rec, enents where there
an obligation to do so under 41 CFR Part 60-3.
II
I
il
I
I:
8
II
1
1
I
I
I
1
I
1. Conduct, at least annually, an inventory and evaluation at leas!
of all minority and female personnel for prorr,otional opportunities and en-
courage these employees to seek or to prepare for, through approgriate ti-;
etc., such opportunities.
c ..
m. Ensure that seniority practices, job classifications, work assi
rnents and other personnel practices, do not have a discriminatory effect
cont.l’nua7 7y monitoring a1 1. personnel and emp? oynent re1 ated activities to
ensure that the EEO policy and the Contractor’s obligations under these s
fications are being carried out. 8
n. Ensure that all facilities and company activities are nonsegref
except that separate or single-user toilet and necessary changing facilii
shall be provided to assure privacy between thb sexes.
Q. Document and maintain a record of all solicitations of offers .
subcontracts from minority and female construction contractors 2nd suppl
fncluding circulation of solicitations to minority and female contractor
associations and other business associations.
I,
p. Conduct a review, at least annually, of a17 supervisors’ adher
to and performance under the Contractor’s EEO policies and affimative a
ob1 igations.
I 8. Contractors are encouraged to participate in voluntary association:
assist in fulfilling one or nore of their affirmative action obligation1
(7a through 7p). The efforts of a contractor association, joint contra1
union, contractor-communi ty , or other similar group of which the contra(
is a member and participant, may be asserted as fulfilling any one or t~
of its obligations under 7a through p of thes? Spxifications provided
the contractor actively participates in the group, makes every effort t
. ..
F
tJlat the group has a positive impact on the ezploflant of minorities and
in the industry, ensures that the concrete benefits of the program are r
ed in the Contractor's minority and fernale workfore participation, make
good faith effort to met its indivdtial goals and tinetabfes, and can pr
access to documentation which demonstrates th2 effectivzness of actions
on behalf of the Contractor. The obligation to ccmply, however, is the
tractor's and failure of such a group to fulfill an obligation shall not
a defense for the Contractor's noncompliance.
I -- *
5 c
I
I
I
I
1
I
1
1
I
8
1
I
9. A single goal for minorities and a seperate single goal for women t
established. The Contractor, however, is required to 9rovide equal empl
ment opportunity and to take affirmative action for all minority groups,
male and female, and a71 women, both minority and non-riinority. ConseqL
the Contractor may be in violation of the Executive Order if a particul;
group is employed in a substantially disparate manner (for exanple, ever
the Contractor has achieved its goals for women generally, the Contractc
be in violation of the Executive Order if a specific minority 5roup of 1
is underutil ized).
I
I,
10. The Contractor shall not use the goals and tiyetables or zffirmatii
action standards to discriminate against any person because of race, co'
religion, sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any persoi
firm debarred from Government contracts pursuant to Executive Order 11 21
The Contractor shall carry out such sanctions and penalties for vi1
1
12.
of these specifications and of the Equal Opportunity Clause, including
pension, termination and cancellation of existing subcontracts as may b
imposed or ordered pursuant to Executive Order 11246, 2s amended, and i F
--
those under the Public Works Employment Act of 1978 ab,d tk Cornunity D2ve
opment 81 ock Grant Program).
I
I
II
I
1
1
I
I
b
1
I
I
I
II
I
I
I
c --
f
I- “J.S. Department of Labor
/;:. - > GENERAL WAGE DECISION NO. CA8*1 L-- -- /Y
VkA ‘.$y
I /$? + s9 *>
5
Supersedes General Wage Decislon No. CA88-1
-.*
% c State: CALIFORIJIA ti\;
County(fes): San Dtego e*/.
1
I
I
I
I
I
I,
I@
I
I
I
I
I
I
I
\/i . ,Pi \- u
Constructlon
Type: Building, Heavy, Highway, Residenttal & Dredging
Construct 1 on
Description: Bulldlng Projects; Heavy Projects (does not inclt
fV/Grout work or Water Well DPilliRg); Highway PI
Resldentsal PPojecPs (including single family hTl
garden type apartments up to and including 4 stol
and Dredging
Modifncatlon Record:
No a Pub1 fcatlon Date Page Nc v3 4
37
34
1 Map. io, 1989
2 Apr. 14, 1989
3 May 26, 1989
4 Sept. 29,‘ I989 37-42
5 Novo 17, 1989 36-37
D R !.$@E[yE
I I]::\,’ 2 s 1989
LABOR RELATIONS
33
VOI. 111
P
57 .* .. u , .-. ._
e e
CA89- I
Baslc Frlnge Hourly Benefits
Rates
,. ASBESTOS WORKERS 23.09 5.45
BOILERMAKERS 21.60 4.50 ERXCKLAYERS: STONEMASONS 19-55 4.40
BRICK TENDERS 14.87 6.22
CARPENTERS: All buildlngs whlch have a wood frame
structure: residential housing, condo- miniums, hotels, motels, inns, apartments,
town houses and convalescent hospttals that are of wood frame construction 17.08 3.50
All other work: Shlnglers 20.40 5.72 Plledrlver 20.65 5.72
Millwrlghts; Pneumatic Naller; HaPd- wood Floor Layers a1.m 5.72
CEMENT MASONS: Cement Masons 15.61 8.62
Epoxy/Resln materlal; Flnishlng machine
05; Clary. Bldwell or simllar type screed: Wqrklng from bos’n chalr: Scaffold
(minimum of 6’). Swlnging scaffold, Safety belt or scaffold, attached to movable vehicle; Ladder over 6’: Color when dusted on 15.st 8.62
I
1.
I-
1.
I-
I
I
II
I
I
DIVERS: D 1 ver 45.80 5.72
Stand-by Divers 22.90 5.72
Tender 21.90 5.72
Residential constructton up to and DRYWALL XNSTALLERS/LATHERS:
including three storles: Drywall 19.00 3.30
17.55 3.30
19.50 3.30
Lather --4 All other work Drywall Stocker, Scrapper and Clean-
UP 9.73 1.77
ELECTRXCXANS: +
Work on sjngle family homes & apartments
All other work:
up to & Includlng 3 stories, 13.35 3.20+ 3%
E 1 ec t r i c l ans 19.45 3.50+ 3%
Cab1 e Spl icers 19.90 3.50+ 3%
16.56 1.28+ 3% Sound Technician Telephone Interconnect Technlclan 13.18 1.28+ 3% Utllity Technicfan # t 16.50 .74+ 3%
Utlllty Technlclan # 2 12.50 .74+ 3%
-I ELEVATOR CONSTRUCTORS: -
Mechan I cs 24.00 4.32+ a
He 1 peps 16.80 4.32+ a
12.00 Probatfonary Helpers ! GLAZIERS 21.27 3.81
IRONWORKERS: Fence Erectors 18.66 10.25
Retnforclng: Ornamental: Structural 19.55 10.25
LABORERS :
Vol. 111
34(May 26. 1989)
t
I 5E ', 'US. Department of Labor
Cb89-1
f
Group I 15.38 6.86
Group 2 15.68 6.86
Group 3 15.88 6.86
Group 4 16.13 6.86
L I
1
I
I
I
I1
ID
I
I
I
I'
I
I
I
I Vol. 111 35
LANDSCAPE LABORERS:
C3 Work on single family homes and apartments up to and including 3 stories 10.60 8-33
All other work 15.12 6.33
GI-QU~ 1 - rebound 15.38 6.86
Group 2 - gun 15.68 6.86
Group 3 - nozzle 45.88 6.86
Group 1 15.68 6.86
Group 2 15.88 6.86
Group 3 16,13 6.86
GUNNITE LABORERS:
TUNNEL LABORERS:
FINAL CLEAN-UP AND LANDSCAPE MAINTENANCE
WORK :
Group I 7.69 6.86
LINE CONSTRUCTION:
Transmission work (69 K\ & up); CatenaPy
work:
Line Technician; Heavy Equipment Operator 22.96 3.30+ 1
Ground; Truck Driver 12.40 3.30+ d
Cable Splicer 23.26 3.30+ 4
Line Techniciar,; Heavy Equipment Operator 20.40 3.30+ 6
Ground: Truck Driver 12.LQ 3.30+ d
Cable Spl icer 20.70 3.30+ 4
Line Technician: Heavy Equipment Operator 16.40 3.30+4:
Ground; Truck Driver 12 * 40 3.30+41
Cable Splicer 16.70 3.30+4'
m
A11 other commercial overhead line:
All other commercial underground line:
MARBLE, TERRAZZO AND TILE SETTERS 22.40 4.75
PAINTERS:
MARBLE, TERRAZZO AND TILE FINISHERS 15.84 2.60
Brush, Paint Burner 18.37 4.67
Paperhangers. Spray (swing stage) 18.87 4.67
Brush (swing stage), Spray 18.62 4.67
Sandblaster (swing stage): Iron,
steel and bridge palnters (swing
stage); Iron steel and bridge pain-
ters, Spray (swing stage) 19.37 4.67
painter (groundwork); Iron, steel and
bridge painters, spray (groundwork):
Riggers, climbing steel: Brush, climb-
ing Steel and bridge: Spray, climbing
steel and bridge 19.12 4.67
Steep 1 e j ack 20.02 4.67
Taper 19.37 4.67
Group 1 16.38 3.62
Group 2 15.56 3.62
Group 3 13.92 3.62
Group 4 16.38 3.62
Sandblaster: Iron, steel and bridge
PARKING LOT WORK and/or HIGHWAY MARKERS:
S 1 urry Sea 1 Work : f
59 4 I * U.S.bepartmen: of Labor
CA89- I
seal er/mixer 14.89 3.62
Squeegee; apiilicator operator and shuttle 13.18 3.62
PLASTER TENDERS 16.24 6.97
PLASTERERS:
5
m I
I
I
1
1.
I
b
I
It
I
I
c
I
I
Single family homes and apartments up
to and including 3 stories 95.47 4.49 ! All other work 18.47 ~.49
PLUMBERS; PIPEFITTERS; STEAMFITTERS; AIR
CONDITION. REFRIGERATION:
Camp Pendleton 23.73 9.42
Remainder of County 29.48 9.42
PLUMBER - LANDSCAPE & IRRIGATICN 16.80 6,75
POWER EQUIPMENT OPERATORS: Group 1 19.45 7.35
Group 2 49.73 3.35
Group 3 20*02 7.35
Group 4 20.16 7.35 Group 5 20.38 7.35
Group 7 20.61 7.35
Group a
Group 6 20.49 7.35
20.78 7.35 Group 9 20.91 7.35
HYDRAULIC SUCTION DREDGE:
*DREDGING:
Lever 22.60 7.30
Watch engineering, Welder, and Deck- mate 22.83 7.30
Winch Operator (Stern WInch on Dredge) 21.47 7.30
Bargehand: Deckhand; Fire tenders;
0 i 1 er : Leveehand 20.93 7.30
Dozer 22-13 7.30
Lever 22.60 7.30
Bargemate 21.54 7.30
Bargehand; Deckhand; Fire tender;
Oiler 20.93 7.30
Roofer 17.07 2.06
Roofer Helper (Duties llmfted to loadfng rocfs, trucks, scrapin!
tearing off roofs, and clean-up work during cr af' completiion of the roof) 6.00
Work on existing residential buildings, both single and multl.
family, whert each unit Is heated and/or cooled by a separa.
system: new single residential buildings including tracts; I
multi-family residential buildings, not exceedlng 5 strries
ltVi.,g space in height, provided each unit is heated or coo a separate system, not lncludlng hotels and motels; light
commerclal work, defined BS being any sheet metal, heating air condltioning work performed on a wood frame building up
and including 4 stories in hetght; and tilt-up or concrete
warehouses of any size. Hotels and motels are Included in
commercial work provided they otherwlse qualify by size and
of construction; tenant inprovement work:
CLAMSHELL DREDGES:
Watch Engineers; Deckmate 22.02 7.30
ROOFERS:
SHEET METAL WORKERS:
Camp Pendl eton 13.79 4.12
Remainder of County 12.59 4.12 I Vol. Ill Camp Pendleton 22.98 6.52
All other work:
r
36 (Nov. ?7, 1989)
L
.. .
60 c
t -- Tent of Labor
CA89- 1
Rerna.1 nder of County 12.59 4.12
A 1 1 -other work : Camp Pendieton 22.98 6.52
20.98 6.52
18.45 3.94
Remainder of County SOFT FLOOR LAYERS SPRINKLER FITTERS 24.18 3.75
*TRUCK DRIVERS: Group 1 8.30 6.83
Group 3 18.09 6.83 Group 4 18.29 6.83
. ... Group 5 18,49 6.83
.. Group 6 20.49 6.8.3 Group 7 17.59 6.83
RIGGERS: WELDERS - Receive rate prescpibed for craft performi
Group 2 j7.89 6.83
operation to which rigglng or welding 1s lncfdental.
I '.'
I ,.-:..
I ', :;.
I ...
1 .1
I
I-
I
I
I
-.. I FOOTNOTES:
service and 6% of basic hourly rate for 6 months to 5 year
servjce as Vacation Pay Credlt. 7 Padd Holldays: New Year
.- 1 Memorial Day, Independence Day, Labor Day. Thanksgiving Da
after Thanksgiving Day and Christmas Day.
a. Employer contributes 8% of basic hourly rate for 5 years ... .
i
$j L' ELECTRICIANS ,.. ". :-. *-:.> t-' i+..;:. .-u-
Sound Technictan: Terminating, operating and performing final
Sound Person B: Wlrepulffng. splictng, assembllng and Install'i
.. dev i ces
Utility Technicians #1: Installation of street lights and tr2 signals, Including electrfcal clrcuttry, programable controll
pedestal mounted electrical meter enclosures and laying of pr
assembled cable in ducts. The layout of electrical systems e communication installation inclucilng p,rpper positlon of trenc
depths, and radius at duct banks, location for manholes, stre Ttghts, and trafflc signals.
Utillty Technicians #2: Distribution of material at fob site installation of underground ducts for electrical, telephone,
TV, and communication systems. The setting, leveling, grounc
racking of precast msnholes, handholes and transformer paas.
LABORERS
Group 1: Laborer (general construction); Asphalt Ironer - Sp Boring Machine Tender; Carpenter Tender: Caulker: Cesspool D
Installer; Chucktender, (except tunnels); Concrete Curer (Imp1 Membrane and Form Oiler): Concrete Water curing. (excluding
water trucks); Cutting Torch Operator (dzmolition); Driller (Caisson) including 5ellowe.r~: Drl-Pak-it Machine, Concrete
Torch; Dry packing of concrete, plugging, filling of Shee Bo
Fine Grader on Highways, streets and airport paving (sewer a
drainage llnes when employed): Flag Person; Form Blower; Gas
Pipellne Laborer; Guinea Chaser; Housemover; Jet; Landscape
:@
Vol. 111
t
I 37(Sept. 29, 7989)
61 - -0
4- 4p - 'Labor-
CA89- 1
and Nursery: Packlng Rod St-el and Pans; Pipelayer's Backup (coatlng grouting, making of joints. sealing, caulking, diapering and 1nclud1
Rubber Gasket Jotnts and poinrlng); Railroad work Laborer: Rigging a
Slgnallng; Riprap Stcnepaver; Sandblaster (Pot Tender); Scaler, Sept Tank Digger and Installer (Lead); Tank Scaler and Cleaner; Tool Shec
Checker; Window Cleaner
Group 2: Asphalt Raker: Layton Box Spreader (or stmller type);
Buggymobile; Cement Dumper (on I yard or larger mixers and handllng bulk cement): Concrete ;aw (excluding tractor type), Roto-scraper,
Chtpping Hammer, Concrete Core Cutter ana Concrete Grinder anc! Sander; Cribber - Shorer, Lagging and Trench Bracing, Hand-gulded
Lagglng Hammer; Drlller - All power D~llls, lnc'ludlng J .ckhamrner, whether Core, Olamond, Wagon, Track, Multtple Unit, and all types
Mechanical Drllls wlthout regard to the form of motlve power; Drll (all other where drilling IS for use of exploslves); Gas and Oil
Pfpellne Wrapper (Pot Tender and Form); Gas and 041 Ptpeline
Wrapper (6 inch pipe and over); Operator and Tenders of pneu- matic, gas and electr'lc tools, Concrete Pumps, Vlbratlng Ma-
chines, Multl-plate Impact Wrench and slrnllar mechanlcal tools
not, separately Ciasslfied herein: Plpelayer (performing a19 ser- vjces in the laylng and installation of pipe from the point of
rec'eiving plpe untfl completion of the operatlon, Including any
and all forms of tubular material, whether Pipe, Metallic or
Non-rnetalllc Conduit and any other statlonary type of tubular
device used for the conveylng of any substance or element, whether water, sewage, solld, gas, air or other products whatsoever
and without regard to the nature of material from whlch the
tubular material Is fabrlcated; Powder Blasters' Tenders;
Prefabrfcated Menhole Installer: Rock Sllnger; Sandblaster and Waterblaster (Nozzle operator): Scaler (using Bos'n Chalr, Safety
Belt): Steel Headerboard: Tree Climber, usjng mechanlcal tools; Welding In connection wlth Laborer's work
I
I
1c -8
I
f
c
I* Group 3: Asphalt raker -+
I
8.
1
I
1
I
Group 4: Fence erector
TUNNEL LABORERS -.
Group f: Bull Gang Muckers (Track); Chucktender, Cabletender; Concrete Crew (includes Rodders and Spreaders); Dump: Grout
Crew; Tender for Steel Form Ralsers and Setters: NuckcPs - Tun-
nel (hand or machine); Nipper; Swamper (Brake end Switch
on tunnel work): Vlbrator. Jackhammer, Pneumatic tools (except
Drlller) Multl-plate Impact Wrench
.b Group 2: Blasters, Drlllers, Powder: Cherry Plcker; Grout Gun: Kemper and other pneumattc Concrete Place- Operator;
Miners In short dry tunnels under streets, highways and slmflar places; Miners - tunnel (hand or machine); Powder (tunnel
work): Steel Form Ralsers and Setters; Timber. Retlmber wood or steel
Group 3: Powder - Primer House (licensed) on tunnel work:
Shaft and Ralse Miner: Shlfters; Blasters (licensed) all work
38 Vol. 111
t
'* . ..
4- chb9- 1
% ~f tJnoing nolcs. piactng & btastlnp ell PGwQer L erplostves ct
vnafe~er type regardless of method used for sucn losdtng anc
p 9 at 1 nu
FINAL CLEAN-UP AND LANDSCAPE NkZNTENARCE UORK:
Croup ?:
I- --
F'lnsl clean-up: Ftml clean-up uork Incluaea that work parforai aftmr all neu Conrtruct~on work on a Untt of th prOj8Ct 1s
cornplrtee, tncludthp bur not llnlted to: rindow vasntnp. tns and out, ~~00p1ng and clranlnp all ftoors, flxturc clean-up, e"1eanlng ob a11 oppll0hcms. rcraplng ana excluelnQ any floor rand < ng
projects, such as uatmrtnc. weedtrap or nou'ing and edplnp, prur
fertl!ltlng. Rmplaclng or rmpatrtng of exiotlng lnatallattonl
(inclualng ?ha rmp~tr and rmplattng ef eli=t~<cltl ono uator systems, suoaptng, roprtnttnp. me ras%rfplng)
~anuscapt nalntenance: Wopk fn exlst%ng OP newly Iandscapea I
I
li-
bo
E
1-
I
4
I
I
I
8
PARKZk LOT UQEK AND/OR HIWAY MARKERS:
Group 1: Strfprr: layout and spplfcat$on of pntntod traffic st1
and aarkfnp: hot therm0 plnztlc; tape traftle strlpas and ntarktl
GPW~ 2: Trrtf fc 8.1 lrmatlng davlce appl fcator: 'Iuyout and csmtfcatlon of pavmnnt markers. dsllneottng slgna. rum318 and
trafftc bars. ~d!msives. gufdr rarkers: other trafflc aaffnoatfr
QeVfCet: lncluacrr all rulatmfl wrfece preparatjon (SanQSlasttng
uats~blasttng. grtndinp) as pert of the appllcatlon pro~oss-
Grwp 3: Trafffc surface abrasfves blaster: removal of trefqrc and aarklngs: pceparatton of surface for coattngs
Croup 4: Traffic protective asltncrattng ayszens dnstnllsr: rea palocares; fnatnllo; p.rnanmt'Iy affixed roadside and parklnQ aallnratfng &arrttaaes, fencing, guard rail. eoale anc.c.>r, reta walls, r~formn~m tlgns, maurnant narkors
I
-4
POWER EQUIPMENT OPERATORS
CrWP 1: Brskr: CuIa?ressor Opmrator; EnQ(heor Oller;
CeMWBtOP; PU-: Sfgnat; Swltch; Dttftwltth: Ele-
vgtor Dpesatar (tntfda): Forkilft (under 5 ?on81
\ Croup 2: Concreto Ulxer (skip type); Conveyor; Ftrete3~er: Hydr - stattc Pump: Plant Operator: ~~rtorato~, pump or Conprsasor; U*&ty Drtll Tendor (otlfts\d): Skiploader - mrl ?ype UP'
to 314 YU. wlthout attscmanta; Soclr Fleld Tacnolctan: ?sr
Pot Flratender: T8npDrary Haatin% Plant; franchlng kocblne OIfp Concrete Puw OIlar (truck nountecl)
Group 3: ford Forpuson (~5th dragrypc attachnents): H.lt- E Vol. [It 35
63 3 -_
c
CCEt.-?
t copter Radio Operator (pround): Power Concrete Curlng Hachlne:
Power drlvan Junbo Forn Setter; Stetlonary Plpe Wrapplny and CleanlnQ MaChlne: Gradall Ollcr: SurQe Tank ana Wctght
Master (Hot Plant): ’Trencher OOer (founaations); Truck
Crahe Oiler
Crwp 4: Asphalt Plant Flretrnow: Borlng Machine; Chlp
Spr8Jdlnp Machlna: Concrete Pump Oparator: Dtnkay Loco-
Cableway Signal; Power sueaper: Trenchtng Yachtne (up
Radfo Dp.rator
Concrete Batch Plant Operator (whrpe connerclal powrr tr not usad. no jess tnan ont Gentrsto~ Opcrntor 1s rrqutred);
Asphalt Sprasalng Machine Operator (Spraacder Bar and alnllar):
Blt Sharpener: Box or Mlxrr (aapnnlt or concrete); Con- crate dotnt yacttlna zporator (canal and tjaflar type): Con- eretm Planer Operator; Derrick (ollffald type); DPtllfng
Machlns Operator (incluulng water wlls): Equlprrrnt Creaser
(Mobtla and Cmhs~ Rack): Forkltft Operator (ovor 5 ton we- clzy): HyclPo-horlrMf - Aart Stompar; Wyarogrrpnic Soechr Ma-
chine aporator (atr~w, pulp. or seed): mcfafna Taol bprrator: wagtnnis Interne1 Full Slab Vibrator; #aniut Flnlsher Ope-
rator (Concreto-Clary-Johnson-Bldvoll or slmllar); Paweme,.:
BPOakeP Operotor (truck mountad. ollmr raqu4r.d); Roaa 011
Mfxlng JUchi~ -rator: Rollor Operator; Rosa Carrlrr Opc- rator (Jobslte): Self-propelled far- Pfpcllnlng )(aChln. Ope-
razor; Sktplbader Operctor (wheel or tratY type over 3/4 yd.
up to and 4ncIucllnp I 1/2 yes.); Sklploa6Qr - Fbrd ferguton up
to 3/4 yd. utth eras attactmanta: 51!p Form Pump Uperator (pouer artven hyarrutlc rrftsng aevica for Concrete form=):
ScPWd Opeeator; Stinger Cram (Austtn-wentarn or stmllar type): fravrting.~lpa wrapptog, ~~aanrnp and Bsndlng #a-
chins Operator: Truck type Loabet; Tugger Hoist (i drum)
#:
1:
E
8
I.
I
L
I
1-
I
1
I
1.
IE
1
L. faOtlV8 or Motor Operator (10 tan); Helfcoptsr Hofst: Hlphlinc
- -0 to 6 ft.); Concrete Pump Dparator, truck nountad: Helicopter
Croup 5: A-f raru Ulnch Truck Operator; Aspnal t PIant or
-- ..
Croup C: Aophslt or Cohcrata Plant Engtneur; Asphatt Or Concrete
’ Sprraefng Dpa~etor (tamping or ftntshtng): Aspnrlt Pavfng Nacnfn
OWr8tOP (Barber CPeen or s‘lrtlar ttype); Autoaattc Curb Machine: Belt Spllc~r er Vulcanizer: BHL tfaa Road Pactor: Wagner Pactor or Slnllar Operator; Brldw Crane Werator; 8rjdpe type Unlaader
and Turntable Operator; Cart-In-plaft Laylng Xachlne: Comblnattc
Mfwv and Cmprsssor Operator (Cunlte uork): Concrate KIrxer; COP crate UIXW npcrretor - paving crane operator (up to and 4ncludir ton capactty) l~ong Boora Pay appl lcable): ~rus~ng ~7antXperetc DQCk fngfnc Oprrator: Or111 Doctor: Elevatfng CraOo Dparator; Gr OPeratOr; Grade Checker; Crwttng Machine C;ierator: Guard Raf1 P .. - Drlver 094fltor; Way Duty Ropat+: Hoist 0per;tor (single Qrrra
’0 Buck Hotst- Chlcapo Booa and strrllrar tb-*>e); Hoist owrator (2 or drum?: KD’ltaan B8:t Loa- and strflar rypm (when two OP mora am workfng togatrar an EidQltfOM’l -ley= ~~11 be roqutred): LaTwrnsau Blob Cocrpmctor,or 81ftIlar type; LII~ mbile cperator:
flab Machfna Uperator (Vagtborg ane s~nllnr tyws); Watorlal Hoc
Werazor <f arm): mcktnp ~nct-itna Cprratar (1/4 yd.) (rub-?-t Pall or track type); Pire Drfver Ovrator (Oller rsqutred): P.wr
Concre?e Placing Machine npstator (~ack18y-~rassu011 or atntlar
Vol. Ill 40
*.
?
64
US. Department of Labor ,~
CABS- 1
---- . type); Pneumatic Heading Shield (tunnel): Pumpcrete 6un Operat Polar Gantry Crane Operator; Rotary Drill Operator (excludlng
type); Rubber-tlred Earth Moving Equipment Operator (slngle e
caterpfllar, Euclid, Athey Wagon - Water Pulls and similar ty
any and all attachments up to 50 cu, yds. struck); Rubber-tlr
Scraper Operator (self-loading paddle wheel type John Deere 1
simllar single unit): Skiploader Operator (wheel or track typ
1 1/2 yds. up to and Including 6 1/2 yds.): Stlnger Crane (Au -- Western-Pettibone or sirntlar type) (over 5 tons): Surface Hep
Planer Operator; Tractor Compressor Drill Combination Operatc
Tractor Operator (Bull Dozer, Tamper, Scraper, and Push Tracl
single engine); Trenching Machlne Operator (over 6 ft. depth - manufacturers ratlng); Tunnel Locomotive Operator (IO to 3(
Unlversal Eryipment Operator (Shovel. Backhoe. Dragllne. Clar up to and lncludlng 1 cu. yd. M.R.C,) (Long Boom Pay applicat
We 9 der (genera 1 )
I . T.'
._
1
I a
I
1 L'
I
1
E
I
I
Group 7: Automatic Lineau Tension Machine; Crane Operator (o\
tons, up to and including 100 ton M.R.C.) (Long Boom Pay app
(Oiler required): Derrick Barge Operator (Oller required, up
tons) (over 100 tons, Fire Fighter OP Otler requlred): Dual I Mixer (Oiler requlred); Hofst Operator (2 or 3 drum with boo ' attachment); Hotst Operator (Stlff Leg, Guy Derrick or slmll
up to 100 ton capactty) (OileP requlred. Long Boom pay appll ' Loader Operator (Athey, Euclid, Sierra or slmilar type); Mon
Locomotive Operator (diesel? gas. or electric): Motor Patrol
Operator; Multtple Englne Tractor Operator (Euclid and slril
~ _-. except Quad 9 Cat): Pre-stressed Wrapping Machine Operator (
Operators required); RubbeP-tired Earth Moving Equipment Ope (multiple englne. Euclid. Caterpillar an similar type up to
yds. struck); Tractor Loader Operator (Crawler and wheel tyF
i/Z yds,): Tractor Operator (boom attachments) (over 40 ft.
Oiler required); lower Crane Operator; Tower Crane Repair: U Equlpment Operator (Shovel, Backhoe, Dragline, Clamshell, ov
---Cu. yd. M.R.C. ): Welder - certlf led; Welder-Heavy Duty Repai
Comblnstion; Woods Mixer Operator an6 other s4mllar Pugmill
ment
Group 8: Auto Grader Operator (one Grade Checker and one ad;
employee requlred); Autornatlc Slip Form Operator (Grade Chec
one additional employee requlred): Crane Operator (over lo0
two Operators requlred, Long Boom Fay applicable): Mass Exci Operator, less than 750 cu. yds.); Mechanical Finishing Mact
Operator: Mobile Form Traveler Operator: Motor Patrol Opera'
(multi-engine): Pipe Mobile Machine Operator; Rubber-tlred i
Moving Equipment Operator (multl-engine, Euclid. Caterp:lla
similar type over SO cu. yds. struck): Rubber-tired Scraper
.I (pushing one another without Push Cat, Push Pull - S.50 per
additlonal to base rate); Rubber-tired Self Loading Scraper
(paddle wheel - Auger type Self Loadlng. 2 or more units);
Crane Operat2r; Tandam Equlpment Operator (2 units only); T
Tractor Operator (Quad 9 or slmilar type); Tunnel Mole 6ori
Opera tor
Group 9: Canal Liner or Trimmer Operators (not less than fc
employees required - Oiler, Welder - Mechanic and Grade Che Helicopter Pllot; Highline Cableway Operator: Remote Contro
Vol. 111
F
1 41
" _. 6! -.! -4 -..
9 9 t US. Desattr '+ of Labor
CAB3- 1
Earth MoVlng Equipment Operator ($1.00 per hour addttional to base
Operators and one Oiler and two Heavy Duty Repair requtred) . rate); Wheel Excavator Operator (over 750 cu. yds. per hour, two
TRUCK DRIVERS
Group 1: Fuelrnan (fueler without trucks), delivery by pickups
Group 2: 2 axle Dumps: 2 axle Flatbed; BunkeP: Concrete Pumping: Industrial Llft; Forklift, under 15,000 lbs.
Group 3: 3 axle Dump; 3 axle Flatbed; 2 axle Water Trucks: Erosicn Control Nozzle; Dumpcrete. less than 6 4/2 yds.; Forklift 15,O00
Ibs. and over: Prell; Plpeline worklng Truck Drfver; Road 011 Spreader: Cement Dfstributor or Slurry Drlver: Root: Ross
Carr 1 er
e r
I s
I
1
5
1
1 .*
I
I
1
Group 4: Off-road Dump, under 35 tons; 4 axle but less than 7 axle:
Lowbed and Trailer; Transit Mfx, under 8 yds.: 3 axle Water Trucks:
Erosion Control: Grout Mlxer: Dumpcrete 6 1/2 yds. and over: Dumpsters: DW IO'S, 20's and over: Fuel Truck and Dynamite: Winch, axle; Truck Greaser
Group 5: Off-road Dump, 35 tons and over; 7 axle or more; Transit MIX, 8 yds. and Over; A-frame or Swedish Cranes; Tire worker: Water Pull Tankers: Welder; Winch Truck, 3 axle OP more
Group 6: Truck Repalr
Group 7: Motorized Traffic Control, Ptck-up OR job sltc.
Unltsted classlflcations needed for work not included wlthin the
SCOps of the classiffcations llsted may be added after award only - as provlded in the labor standards contract clauses (29 CFR. 5.5 (a)(1)(ff))
1,
4
F 42(Sept. 29, 1989)
FORY k3333,3 1 BUDGET 3-U SO. 63.?a33
U- S. D-ARTMENT OF E3USTtiG A-Q tii.32 DZYU?NEXT
CERTIFICATION BY PROPOSED SUXOYEZXCTOR REGARDIKG
b-
EQUAL EUPLOYErT C'103TL,SITY .. I
I c
i c w
I
S
E. or subcontract, mn - mu
1
II . -.
B
pi .i'
# s&ae of Prime. Contractor &Qj e
I2lSsRL.m
Tds cer-tificstioa is required pursuant to Exec~rZ7c Q=.;?sr u2b6 (30 F.R.
123.9-25). !€!he implementing des and regdatfsas prodde that any bidder
prospective centractor, OF any of their pro-oosed subcsrztracl-,ors, shall sta
an hitie p& of thre bid ~r negotiations of 33s coatrsct whether .it has
* misipated in any .previous centract er sukez$x-e& sc3Jcct to the equal.
opprtunity clatise; and, if BO, vhether it hs til& a cmpliance report
blxere the certification i;;dicstes that the s6ix&5z&cx $as no%-filed a c
pLia3cc regert due under applicable instmctiozS~~sccb sukentractor shall
required to submit 8 compliance repart before the omez apg=.ovcs the subca
er pernits work to begin uader the subco3tracto
1 .. '
4 -der apgUcsble instructions. *8
.- SUBCO-XTRACTO,? ' S CEEC'IC<TICZ t .
SxbcmtraetorPs &rue: .
A24rebs : %- .
I.
1- Bidder has participated in a previeus ~'03';rztt 9r dxontrect subject
Qua3 @portunity Clause. PSU _. s30
2, Caqlfance reports vere required to be fU=i i.., cozxction vith such c
Biddez has filed a3.3. heqliaacc repoks due us5sr e?@icable instructj 3. lio',i2 REQUnEDE
If qrxer to it= 3. is ''Ho," please exgle'n ir Cetsil on reverse side
this ccrtificatfon.
.. hcluding SF-108.. *FSU La
s 4.
* *.
Certfrication - The infornstiorr above is trcs e=& csqlete to the Best of
bawledge mil 'belief.
-. . 1 Rae and Title oz Si5gsr (?lcr,se me)
Sigzlaturt Date
* I GP 0 !
f
--=*. -..
U.S. DEPkRTHEriT OF HOUSING AND URBAN DEVELOPHENT
;f
il
i
a
l
1
E c w-
i
#
I
d
* fi-
CERTIFICATION OF BIDDER REGARDIKG EQUAL UfPLQMiENT OPPORTUNITY
6%
e.
INSTRUCTIONS -
mes certificstioa is required pursuant to Extcutfve Order 11246
(3C7.R. 123.9-25). The mlP-szting rules end re&&tio=ls provide tbt eny
bidder OF prosgective coztrector, er azy of their proposed subcontrectors,
sksll state as an initid psz of the bid or eggotiatioas oi t?ze contract
vhttkr it bs participated in any previous contract or sulcoztrrct subject
to the equsl e2prturnity clause; srrd, if BQ, whentbr ft baa filed ab;b csqlfa
reports due under apglicable hstnrctions.
Where the certification indicates that the biddcr has not filed 8 coqliace report due under agplicable instructions, such bidder shd.1 be requiredto scut 8 corpliarrce report within seven cafendw days %%ex- bid openirg. Eo contract shall be e-mded dess such report is subzitted.
14 CERTIFICATXQN BY BIDDER
Bid&er's liane:
Address and Zip Code:
1. Bidder has participated in e previous eontrect or subcoztrac
subject to the E~uel Qportuity Clause.
YE5 U (If ausver is yes, identify the zost recent cozi
ConpEimce reports were required to be filed in comectlon vitb such
contract or subcontract. Bn (If answer is yes, identify the ~ost recent COZI
Bidder has filed all cozplimce reports due under &?plice>le instructia
KO=
2.
nOa
3- incluaing SF-109:
Ii epsv'er to Lten 3 is "~0," please explain in detsil on reverse side c
4 YES n EO '1 Bone Requkedm
I this certification.
1;.
Ce-rtificstion - The iafomatior! above is true md coqlete to the best of q :( knc-;ledge and belief.
1
I- EiaJe aad Title of Signer (Please me) F.
Signature Date
~m ?*?TR,.PLT 17-70) -716115 m1t;on is Obsolete
m ..* I'...U. io QIIS. o.arrrrr,ortJ..mhi
i ai
DI i
i I
4- Eli 6500.3
Exhibit 2
I
(0 h .m 4 -me J dl ~CI wms, htb ~.h..l d t- hq a s.hrh.1 ~WWOI~ v. *. v.4m,pda
r( h - 4 *. .)-..e w nf Y.. I. a -6.a
1c 1
I
I
3
I
I c
I
1
I
1
B
I
-- 1C' IGrnIt
b.
rp .-
an v w HI lot% nu. 1% &LC. - u .m -. . ~. . w- -an- - mwr rt
a- --.)D - -m Wr.. . . . .MI L.(U m - LL 4s.- m..cwd-- *mm rrr. ff L.h"
9/75 Page 2 of 2 I, xub.larb.D.c t -- -
-
^,
I
c/o . -
PI1OJECT ?bAhlC
-- -- --
.. *. -- - ---
.a
t;.:. . .**,
--*-I..- ---c-. -- ---- d.. II
.-
.. -
. -.-------.---
--
-.
- e *. .o
..
# -* - .. -.
.. oq . . e.
-0 ..
..
' :
1:
I,**
1:;
I _--
I '.:* . "
8
I
..
O. (Sa 6con;rit ctwl
e. . *.
s.
-e
a.
*e..
*.
-. .. .. -- .. . . f.
[SpaiurcI .. (Tjpuprd - .. .Yam,. rq.i T;:!ej 1. CY
.. *. .. .. .~. * 9, ..
I .* '
b.
. VIt.Rflf-tj.5 . I .-. !: ~ .**
U.5. Cri+nrf Catu. Section (Ot'!. Tictc. 16. V.S.C., provi&!cr h pait: *'UItmwer. .-. . . makes. paccri. ut:cq%. or pu\,!i*
stetcacnt, Lnn-snC tiir *am* to tic ta2s:. . . .*. rhrtt bv lined nat nnce i!aaa 3i.0~0 ur it.\prt\naQd,r,>t wee< t*larr t.*c yc
-* .. **
i. .*. ..
' .), '
'*
.. *
*. '. .*
*. .
I ..
Pq( , *
..
0. '. .
..
4. :
CLEAN AIR ACT . 1 L'. . *.' .. I-
I'
I . .'
B'.; '9 I' *' 1.
Contractor agrees to conipl-y with all appl icsble siandards, orders, or rc
tions issued pfirsucnt to the Clean Air- Act- of 1970 (ii2 U.S.C. 1857 st le
and the Federal Water Pollution Control Act (33 U,S.C. 1251 et. seq.) 3s
anierrcled. Violations shal 1 bc reported to the grantor agency and the Rcg
Officc of the Environmental Protection Agency.
-9
*.
OO
.- .
.* i
B
b"
8.
1; ..
0
I :I
8.
I . .:
8
4
.e
a* .. ..
.. ..
.. 4-
0'
.. ..
b
!!*
I .* !
0.
. ..
.. t *.
. ..
* . ., . ,-
..
4, @ ' . *: *
IN ST12 U 13 TI 0:d 5 F 0 C P R E P I\? r'\ T I 0 t-4 0 I' ,. STAT C 1.1 E i4 T i) F CO!.: i' L I I\,l.{C E ( 60 \-+\.I La e\ 3wj., , .
Tllis staterucnt Of compliance oicels nmds rt.scltitl2 from [lit nn1ci1rhcnl of ;!le gayis-
Cacon Act 10 include frinze ht.iicfi:s i3:Gvisior.s. ~ndt-r.tliis nnicnclcd In..\.. the coI1t:nc;,;r is rcqL:irec{ to pal' fringe txticiits 31; ~:rt.~dctt~ri~.;i~r~d by [I~c !kp:lrtr;lcllt cf L;rtl;:. in ZCirfj-
. tion 10 pyi1;cat of tl~c :~i:Iir~lc[t~t rn!es. ' 3'11~ contriictor's oblig:~ti~i~ IO {XI)' frit;? b.:;lciirs
IT
b I .*
I
I. -
8.: X . conlractor w!?o pays fringe tc;iefits to apprxed plans, funds, of paganis ;E amun!s
1.
b.
c
1 *.
I'
I .,
I -.
I . *:e* *
re* ', m
. -map ~2 kt by payrucnt of tiic frit1;:c.s to tiir vsrious p1atis, fLliidS, 01' prozrxiis op by c;L:-
ing thcse pay:iicnts to the c!iiployces :is cas!] in Iiou of friilzcs.
,hz contiactcr stioyld shes on ---- ilic fxe __-- of ---- his pa~roll :ill rclnies p:&! to the ";~Si++e-s-
wiicthcr as lj3s;ic ra:cs or as czsh in lic~ of fricp. T!:c coriticctcr sh:il! rcpre5.2At. i~ ;:.:
. - statcincnt of cocililirrcce thzt 112 is pa; iilg to oth:?rs frinzes rcquircd by tltc co.?;rac: ar.j not paid 8s casIi iii lie? of fiilagcs. Dctailcd initruciiorls ial.10~:
*CoiitrscI.ws - w!ic~ pay all reql1i:ed frin=c benefits:
not less th:i:i :?.'itre dctcrrnir!ctf iri tlic sppliczb%e *::a.,c dccisim of the Sec:etary .OS tab.>; shsll cofiti~tis I2 shcv; on the fzcc of his payro!! the hsic cash hsrl:lj. rate m2 avcrtiz2
rate pcaic! lo .I;is i?n;~:loycc;, just as 1:;: 112s iilt.i.ays dme. Ssch a eontractar sk.:,Il c!xc!.;
psragrnph -I(aj of tiic statement to iiidiczte that 11;. is also pzying to qprovccl pizzs, ict:<s. or Fr.ograng nct less thar? thc ar.!ruRt !;red~:err:iinsd its fringy?-beidits for each Ciaft. .4cy
cxecptiori Sliriil bs iicrted in Secticn 4(c).
.
B. ~
* '
. l
Conlraciors s1:o pay n3 frinze henefits: ' 'e e ..
A co!Itroctor v.3~ pays no fririge benefits shnll pzy ?o tlie.cn:ploycz atld ifiscit is tht
Sirilig,ht ijritc, Iictnrly rii:p co!l;lc1\ or hi:: ynyr?il 31: :i:i:3\1n! !lot less Ih:iii Ill? preteteil;.lri:!~.!
rate foi each classirication plus the amuni of irisgc bone.fits detcrinitlccl foi CXII ci~ssi-
fjcziion it! ~IW appfi~~blc \*:age dccisior:. Itl~is~ti~Il as it is iiot ncccssxy to [x:: ti:.:? ;i::j
il half on cx!: p:!id ~JI lisu of fringes. Il;c oi.crtir.:.e rat2 slinll be not Icss than t?.n ssx of
the I);Is;c px4r:ernincd cte, plus tlic ha11 ti;;ie prpziim on the txiSic or rcgultlr :T.:c p!:~
the rcquirc.:\ cash in lieu of friuscs at the strr.ig!ri tin:c rat?. To sii>ptifj) CO:li~~::!S!iO:I C:
O\~e~~irS;C, it is sug;cstc"l that t!ic strc?ight liinc* bzsic rn:c- ar!ci cnsli in lieu of i:iric:*s k-1
sqj~r:~tcly sf;rle:l in !11c liot;:Iy rate ~clil:,lt~l thus 5 ,-..:3,.'.-IO. Iti adJitio:1: tltt. :0:1;T:!Ct>:
sfl:l11 cl1ccl; pnrngt3p!1 d(b) of thc ~ia!~inCnt to iii<!Icsic tllnt IIC is payin!; frin;s bt.r.r\fi:s
in cash (lirec(iy 10 1:;s cfi1pirjsC.cs. Any esc~p{ions shnil IJC noted iir Scctiori 4(~).
.
. .
*? n- *
. .* _.. 1' , . I~SC~ or scct.:O:l - -I(c)! Exccptioiis .
Any, cchtmctor who is idirrg. paywrit to Bpproved' pl:iiis, futids, or pro;y:ims ic a:;?o:mts
11:~s Ih:iii I~C \':i1;::' ilctciiitiiiatioii icclt1irc.s is o!,Iiy,pd to py ilrc di-lic:iii,c.y dir;*t.:ly ILJ 1l!:' ciiplOyc:cS :IS c;l:;I; in lictl of frji!i;Cs. :\ny c*sci.ptIoi:s tu Scvtiotr -1(:1) of -I(I)~. *.i!!i~i:-:rt*r
I!w cc)il(r;iL*tot* r:iay cIiccl;, sIi;ifI II~~ ciit!*lc<l in St~:iict:: .-I((-). 1liili.r iri tI!c* !*:.sk.cpli:?tt ~L~I:I:c~ Ilk crnft. 311tl i*iItt-t in thi? KxpI:;ii;itiot~ cojii:nn lflrn hi)\t,tI>* ;i:iiotiitt !);lid th~ CI;!\~!>~~~C~ ., llr. '
cas11 in licw ol rlin::cs, r~:d tile Ilollrly :l!:ltjill;t piill !r) ~~:I,II:;~' ~UIKI!;, or l)roi;ra,iris ;Is 1rit:;cbs.
Y S COCl8LIILI (.l.hI%: 000nCf I*$* 9..IO#*bbI
.. .
hr s.11~ ly (tw Sq-vtiiitt II.~CIIC a#!' ~~.b.iIli~*.ll~>. t' 5. (Liiciiii:itiit l'iiiitiii< ():li.c
\\*~,l.llI,:l,llt. I>.(.. ?(lilt? .. I'lltl. SI.,?$~'VC p.1J $It lIU#
. I.
e
. _I ..
...
. .- .
c - ~. '. . I- , **...
..
.* *, .. a-'
e
., - - ..
. 1 6500.3 -
Q%b:'. :> 3- I
I
I
I
8:
8
(i
b ::.
I
1
I
1
I
I
Lc
You must be paid not less than the wzge rate in the schs!dule
pustd With this Notice fw the ftind of work ~OU perform.
I c, (3
iC-2. i )rDlb DL 3
*
I
I i - _L_
.-- - . _- . . - . .. . -.--. _- -__ - --- -- --, - 1
8
1
I
R
4
I
b
I
I
8
8
8
I
I
I
L
a MAIL FORM CC257 TO THE FOLLOWING ADDRESSES:
A. U.S. DEPARTMENT OF LABOR
EMPLOYMENT STANDARDS ADMINISTRATION
OFFICE OF FEDERAL CONTRACT COMPLIANCE PROGRAMS
880 FRONT STREET, ROOM 2-S-19 I SAN DIEGO, CA. 92183
B. CITY OF CARLSBAD
REDEVELOPMENT OFFICE
2965 ROOSEVELT STREET
SUITE B
CARLSBAD, CA. 92008
t
INSTRUCTIONS FOR I ,LING MONTHLY EMPLOYMENT U I ~LIZATION REPORT (C
The Monthly Utilization Report is to be completed by each subject contractor [both prime and sub] and
responsible official of the company. The reports are ta be filed by the 5th day of each month during the
contract, and they shall include the total work-hours for each employee classification in each trade in the (
for the monthly reporting period. The prime contractor shall submit a report for its aggregate work farce
and submit rcports for each subcontractor's aggregate work force to the Federal compliance agency that hi
Order 11246 responsibility. (Additional copies af this form may be obtained from the U.S. Departmer
Employment Standaids Administration, OFCCP's regional office for your area.)
c
I
I
i
U
1
I u
b
I
i
I
I
I
1
b
. Compliance Agency ............................... .U.S. Government agency assigned responsibility foc R
ment opportunity. (Secure this information from thl
officer.)
Federal Funding Agency ............................ .US. Government agency funding projecT (in whole t
Contractor ....................................... Any contractor who has a construction contractwirh
more than one agency. list all.
ernment or a contraci funded in whole, or io part
funds.
Minortry ...................................... .Includes Blacks, Hispanic-, American Indians, Alaskan
Asian and Pacific Islanders-both men and women;
1. Covered Area .Geographic area identified in Notice required under 41
2. Employer's IdenKlfiwtiOfl xirc?b*r ................... .Federal Social Security Number used on Employer's Q
era1 Tax Return (US. Treasury Department Form 941).
.................................
. 3. Currann Goals (Rlinoriry PC Female) ................... Ses eontract Notification.
4. Rcpo::ing Perid ............................... .Monthly. or as directed by the compliance agenq, be
the effective dare of rhe coniraa.
5. ConrtrvctionTrclaP ............................. .Only those construction crafts which conrraaor ern1
covered atea.
6. V\lork.Hourr Of EmplOym%WP be) .................... .a. The rota! nurnbor of male hours and Khe toral numt
hours worked by employees in each clasification.
b.-e. The total number ol'male hours and the total
femll* hours worked by each spcified group of minorit
in each clauilwatiofl.
?
Classsrficauon ................................. .The levaf of accomplishment or S~J~US of the worker .. (Journsy Worker, Apprcnrtce, Trsin+e)
.The perem!+ of total minority workhears of all wor
Sum Of columns 6b, 6c. €d, and 6e diudd by column
flgure for each conriruction trade).
.For each trade the numr reponed in 6a. F dtvded b!
0
9.. 7. MinQrity Perantage .............................
8. Female Percentage .. ................................
.*e numb- rsoorted en 61. M and P
9. To:al Number of Ernploveer ....................... .Total number of mais and taral nymrxr of terna+t empl
ing tn each ciaurlrcarion of each trade in the mnrnctoi
work fora during reporting pert*.
10. Toral Number of Minority Emploveer .Total numbcr of mak mtnori:y employwr and total
kmab minorrry employees worktng in each chriftor
trade in the cmiractor's -regate work fora durtn
................
B period t
I
22 .- i;' I 5 2
c
g
s/a 5 &j c r g r 0 8 f '*--
4; z
I
i
I
WC 0 2194 2 ;D 33 g i__ yz d<
2
C -+ P rn > =. ' 0. r! -I r rn
0 v)
G)
2 B
t
..
Io z T',? *' 1%: 01 F
rnm WUr gz ).
Q 11! cq301c $.;Kg z 1:;: o*r
2 fl H 3 Oi8y
I1DL yn O, r wm * Q 2
?I .n, " 3 sr.c L-0 n c
-(>c- +>COY i>$
m %;r
0 zm2 0 5PJi":o mZ 2 Z~S 2 rnir 2 my>'; *iz 3 rn2r c' ozp ogr oqr
F-"Om: 23 z rn 2 : $',..: 3:5 z:j o mZ< o rnz< I -.
2 iG5 2 :p2 3;: c n<oc 5
2. -
-.
2 '2 \o
0 hi)N 0
+r> )-.c
f mr"-lp &A c 3 <$$ col
' =or '0: ><> -
Q) E
~~~ '. ~ 5 z ?a; 7 233
m rn 2' 2 -
k t
~1 g:r v)r L
I i 5 ?> c
p.2-
E. 5-@J r;
x r C
:,sr 0 n-> .=
X m 9. 0 r
F
3 -. L, C ; I 3 I.
! i
t I1 1'
u p: r' n 0; Lr--i--. b =I.
I !E z
I u -;.
8
I ,.- *
z
"-
- -- - -
!'
I . ...... ...... ? 51. .-
:. I .,
I Ti
0. :;,
e 4; e, ii: ;i 0;
... ...
..I .1 11 .. j ,. .. .I 'I I.: j
1: i
.- a. :: I .-.:I ..
..... i
0 ;:. :I
a
.. .'.t .. I
w -.-.I
P . .!
m , :- E.' i
0. j
-I " .! .. ::
:: i
... 0- 2 . ,.7 L - ! .. .J ,. I -. . .i -I . .I t 1 .. ti i
OCA 0 r ,I _I o n
n .E I- 0
, ~, , : z ?v> - Cm 'i 2 f >>% -4 20s - Q;Z n
z
op z
v1 2 m __ * 5-
.'' -* -,- '
r1 - 0
n v) i02 % Y
<$ zg 5 3 ;.
... Z'2oaa 7 /X356 0
I m'GF z> a LZ7
L. i
1 I :; .. .. 1 , ..
c.' - !i .' .ii 1 ! Ib L ': , I '. -0Y
02 m0 ~. '.. j
>+ '. i
.' 2 ox ! rn
Sr
52
.. .. . ._ ; ..
.*
I 1
:' ..:j : i ' .".I
:! ';. I
?
. .; .i - ai m Rn i om mz
Prn c) .! rn
I .. .j
i :,> * \ 1r
!i\
:i:c
',
: ..i ,.! i " ! '.I ' ! 'I /I/' inl
:!.
:!I
...
I
1; .$ ' i .., j!: -!:.
. .. !:r
: , .!
': .I
..? . !I l;q
- .A!
.. i
..
.. !--! 1.- .#
ii iI
1:
i , . I. - :- : . (.. : - . ! ._-_. .. .! , ' 18 b:
-?--' - ..-
! .I
! ! ,I
I. t. ..
7. > ,; ' :
fin
:n. !'I
I '1,' .*
2. ;
.$ :!. !;. .'!i: '
;I. !:I -: ! ..+ ?-' ....
7 ;[! 1 j : ii: :,I
, "ii' 1 i .---. -j- .I .; ... 1; '1. i d,
1 .. ! :,; .ti e
? -,
u*
IC ?52 P? . om+
,mz cnn ;l
'rn z z. z=c
-il no
d 0'
! ;a;; 1 ; -,, 2qDr m<%
'
.. ..
1. - 8- , - I ,'.
..
4.. .
4
- - - ,. . ..
' ,' . *.
'e . e&-..----.. . - -- . . -. .-. ._. - - - - _-
8 *. ..
.I
.. -
-. -.-.-e
U e
1
I
4
8
I
1
1
b
I
I
I
I
8
I
I
I
SUPPLEMENTARY GENERAL PROVISIONS
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words '*shown, It "indicated, It Ildetailed, II "noted, 1g "scheduled, or words of similar import are used, it shall be understood thz reference is made to the plans accompanying these provisions unless stated otherwise.
B. Directions:
Where words "directed, It "designated, Is "selected, W or words c similar import are used, it shall be understood that the directior designation or selection of the Engineer is intended, unless statc otherwise. The word 9'required91 and words of similar import shal be understood to mean Itas required to properly complete the WOI as required and as approved by the City Engineer," unless statc otherwise,
C, Equals and Approvals:
Where the words "equal, If "approved equal , If lfequivalent, If and suc words of similar import are used, it shall be understood such worc are followed by the expression Itin the opinion of the Engineer, unless otherwise stated. Where the words I'approved," "approval, ltacceptance,lv or words of similar import are used, it shall 1 understood that the approval, acceptance, OF similar import of tf Engineer is intended.
D. Perform and Provide:
The word 18performtl shall be understood to mean that the Contract01 at her/his expense, shall perform all operations, labor, tools ar equipment, and further, including the furnishing and installing ( materials that are indicated, specified or required to mean thz the Contractor, at her/his expense, shall furnish and install tl work, complete in place and ready to use, including furnishing ( necessary labor, materials, tools, equipment, and transportatioi
L
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency - the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or his approved representative
t
II t
I
I
I
1
I
I
I:
I
I
I
I
II
i
I
1
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work are the Standard SDecificatior for Public Works Construction, 1988 Edition, the 1989 supplement and the January, 1986 Standard Special Provisions, hereinaftc designated SSPWC, as issued by the Southern California Chapter c the American Public Works Association, and these Generz Provisions.
The Construction Plans consist of 5 sheet(s) designated as Cil
of Carlsbad Drawing No. 306-1. The standard drawings utilized fc
this project are the latest edition of the San Dieao Area Reaioni
Standard Drawings, hereinafter designated SDRS, as issued by tl
San Diego County Department of Public Works, together with the Cil of Carlsbad Supplemental Standard Drawings. Copies of pertinel standard drawings are enclosed with these documents,
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with tl product manufacturer's direction, the Contractor shall obtain ai distribute the necessary copies of such instruction, including t1
(2) copies to the City.
To Section 2-5, add:
b
b 2-5.4 Record Drawinss:
The Contractor shall provide and keep up-to-date a complete 'la: built" record set of transparent sepias, which shall be correctc daily and show every change from the original drawings ai specifications and the exact f*as-builtft locations, sizes and kin( of equipment, underground piping, valves, and all other work nc
visible at surface grade. Prints for this purpose may be obtainc
from the City at cost. This set of drawings shall be kept on tl
job and shall be used only as a record set and shall be deliverc
to the Engineer upon completion of the work.
4-1 MATERIALS AND WORKM2U?SHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or h.
appointed representative. The Engineer shall have free access *
any or all parts of work at any time. Contractor shall furbii Engineer with such information as may be necessary to keep her/h fully informed regarding progress and manner of work and charactc of materials. Inspection of work shall not relieve Contractor frc any obligation to fulfill this Contract.
F
8 It
I
I
I
1
I
1
II
b
1
I
I
I
I
I
I
I
Modify Section 4-1.4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency wil bear the cost of testing materials and/or workmanship where th results of such tests meet or exceed the requirements indicated i the Standard Specifications and the Special Provisions. The cos of all other tests shall be borne by the Contractors.
At the option of the Engineer, the source of supply of each of h materials shall be approved by him before the delivery is started All materials proposed for use may be inspected or tested at an time during their preparation and use. If, after trial, it i found that sources of supply which have been approved do nc furnish a uniform product, or if the product from any source prove unacceptable at any time, the contractor shall furnish approve material from other approved sources. Improper storage, handlir or any other causes of material defect shall cause materials to k rejected.
All backfill and subgrade shall be compacted in accordance wit the notes on the plans and the SSPWC. Compaction tests may be mad by the City and all costs for tests that meet or exceed th requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deeme necessary by the Engineer, The costs of any retests made necessar by noncompliance with the specifications shall be borne by th Contractor.
Add the following section:
4-1-7 Nonconforming Work
The contractor shall remove and replace any work not conforming t the plans or specifications upon written order by the Engineer Any cost caused by reason of this nonconforming work shall be borr by the Contractor.
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by search of known records, endeavored to locate and indicate on th Plans, all utilities which exist within the limits of the work However, the accuracy of completeness of the utilities indicate on the Plans is not guaranteed,
5-4 RELOCATION
Add :
The temporary or permanent relocation or alteration of utilities including service connection, desired by the Contractor for his/he
L
t
I €
1
8
I
R
I
II
I
b
I
I
I
I
I
4
1
1
own convenience shall be the Contractor's own responsibility, ar
he/she shall make all arrangements regarding such work at no cos to the City. If delays occur due to utilities relocations whic were not shown on the Plans, it will be solely the City's optic to extend the completion date.
In order to minimize delays to the Contractor caused by the failui of other parties to relocate utilities which interfere with tk construction, the Contractor, upon request to the City, may f: permitted to temporarily omit the portion of work affected by tk utility. The portion thus omitted shall be constructed by tk Contractor immediately following the relocation of the utilit involved unless otherwise directed by the City.
6-1 CONSTRUCTION SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor PC Section 6-1 of the SSPWC at the time of the preconstructic conference. No changes shall be made to the construction schedul
without the prior written approval of the Engineer. Any progres payments made after the scheduled completion date shall nc constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal c relocation of conflicting utilities shall be requirements prior 1 commencement of work by the Contractor.
L
6-7 TIME OF COMPLETION
The Contractor shall begin work within 5 calendar days aftc receipt of the "Notice to Proceed" and shall diligently prosecul the work to completion within 45 consecutive days after the dal of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between tI hours of 7:OO a.m. and sunset, from Mondays through Fridays. TI contractor shall obtain the approval of the Engineer if he/sI desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with tl
written permission of the Engineer. This written permission mu! be obtained at least 48 hours prior to such work. The Contract( shall pay the inspection costs of such work.
F
E 1
I
I
I
I
I
I
I
I
I
R
8
111
I
1
1
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (1) year after the filing c a 'INotice of Completion" and any faulty work or material discovered during the guarantee period shall be repaired c
replaced by the Contractor, at his expense.
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assess€
the sum of $750.00 per day for each day beyond the completion dat as liquidated damages for the delay. Any progress payments mac after the specified completion date shall not constitute a waivc of this paragraph or of any damages.
7-3 LIABILITY INSURANCE and 7-4 WORKERS' COMPENSATION
Modify Sections 7-3 and 7-4 as follows:
L
1
SPECIAL INSURANCE INSTRUCTIONS FOR CONTRACTORS
Contractor shall procure and maintain for the duration of tk contract insurance against claims for injuries to persons c damages to property which may arise from or in connection with tk
performance of the work hereunder by the Contractor, his agents
representatives, employees, or subcontractors. If the insuranc
is on a "claims made" basis, coverage shall be maintained for period of three years from the date of completion of the work. TI cost of such insurance shall be included in Contractor's bid. Tk insurance company or companies shall meet the requirements of Cit Council Resolution No. 89-387.
A. Minimum ScoDe of Insurance
Coverage shall be at least as broad as:
1. Insurance Services Office form number GL 0002 (Ed. 1/71 covering Comprehensive General Liability; and Insuranc
Services Office form number GL 0404 covering Broad Foi
Comprehensive General Liability; and
2. Insurance Services Office form number CA 0001 (Ed. 1/7E covering Automobile Liability, Code 1 "any autor1; and
3. Workers' Compensation as required by the Labor Code c the State of California and Employers' Liabilit Insurance.
P
8
I
I
R
I
1
I
I
I
b
U
1
IC
e
I
I
B. Minimum Limits of Insurance
Contractor shall maintain limits no less than:
1. Comprehensive General Liability: $1,000,000 combine single limit per occurrence for bodily injury an property damage. If the policy has an aggregate limit a separate aggregate in the amounts specified shall k established for the risks for which the City or it agents, officers or employees are additional insured.
2. Automobile Liability: $1,000,000 combined single limi per accident for bodily injury and property damage.
3. Workers' Compensation and Employers' Liability: Workers compensation limits as required by the Labor Code of th State of California and Employers' Liability limits c
$1,000,000 per accident.
C. Deductibles and Self-Insured Retentions
b
Any deductibles or self-insured retentions must be declarc to and approved by the City. At the option of the Cit] either: the insurer shall reduce or eliminate SUC deductibles or self-insured retentions as respects the Cit] its officials and employees: or the Contractor shall procui a bond guaranteeing payment of losses and relate investigation, claim administration and defense expenses.
D. Other Insurance Provisions
The policies are to contain, or be endorsed to contain, tl following provisions:
1. General Liability and Automobile Liability Coverages:
a. The City, its officials, employees and volunteei are to be covered as insured as respects: liabilit arising out of activities performed by or on behal
of the Contractor: products and complete operatioi of the Contractor: premises owned, leased, hired 1 borrowed by the Contractor. The coverage sha contain no special limitations on the scope I protection afforded to the City, its official, employees or volunteers.
The Contractor's insurance coverage shall be prima insurance as respects the City, its official, employees and volunteers. Any insurance or sel insurance maintained by the City, its official, employees or volunteers shall be in excess ' Contractor's insurance and shall not contribute wi
b.
I it. F
I
a I
I
I
I
I
I
i
I
b
I
I
I
8
I
I
I
c. Any failure to comply with reporting provisions c the policies shall not affect coverage provided t the City, its officials, employees or volunteers.
d. Coverage shall state that Contractor's insuranc shall apply separately to each insured against whc claim is made or suit is brought, except wit respect to the limits of the insurer's liability.
2. Workers' Compensation and Employers' Liability Coverage
The insurer shall agree to waive all rights c subrogation against the City, its officials, employee and volunteers for losses arising from work performed 1: Contractor for the City.
b
3. All Coverages
Each insurance policy required by this clause shall 1: endorsed to state that coverage shall not be suspendec voided, cancelled, reduced in coverage or in limit except after thirty (30) days' prior written notice 1
certified mail, return receipt requested, has been give to the City.
E. AcceDtabilitv of Insurers
Insurance is to be placed with insurers with a Bests' rating of no less than A:V as specified by City Council
Resolution No. 89-387.
F. Verification of Coverase
Contractor shall furnish the City with certificates of insurance and with original endorsements affecting coverage required by this clause. The certificates and endorsement for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be in forms provided by the City and are to be received and approved by the City before work commences.
G. Subcontractors
Contractor shall include all subcontractors as insured undc its policies or shall furnish separate certificates ar endorsements for each subcontractor. All coverages fc subcontractors shall be subject to all of the requirement I stated herein.
P
I 8
7-5 SURVEYING
Contractor shall employ a licensed land surveyor or registere civil engineer to perform necessary surveying for this project Requirements of the Contractor pertaining to this item are SE 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.
5 I
I
I
I
I
6
I
b
II
I
Ili
I
I
I
I
I
7-6 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilize during the construction under this contract. The contractor shal
contractor shall include the cost of water and meter rental withj appropriate items of the proposal. No separate payment will 3: made.
contact the appropriate water agency for requirements. TI
P
8
I
I
I
I
I
I
I
I
b
M
i
I
I
I
I
I
I
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION MATERIALS
200-2 UNTREATED BASE MATERIAL
Aggregate base shall be Class 1 or Class I1 per Section 25-1.02
of the Standard Specifications, January, 1988, State of California
201-1 PORTLAND CEMENT CONCRETE
All concrete shall be Class 560-C-3250.
203-6 and 400-4 ASPHALT CONCRETE
Asphalt concrete shall be class C2-AR 4000, C3-AR 4000, OF Ty€
I11 C3-AR 4000 from November to February. Asphalt concrete shal
be Class C2-AR 8000, C3-AR 8000, or Type I11 C3-AR 8000 from Marc
to October, unless otherwise approved by the engineer based upc
atmospheric conditions.
5
F
8 I
I
I
I
1
I
1
I
1,
I
1
I
I
I
SUPPLEMENTAL PROVISIONS FOR CONSTRUCTION METHODS
300-1.3.2 REQUIREMENTS
Delete: Saw cutting of edges to be joined is optional.
Substitute: Saw cutting of edges is required.
5
380-1.4 CLEARING AND GRUBBING PAYMENT
Payment for this item shall be included in the Contract Unit Pric for Pedestrian Ramp Retrofit.
300-2 UNCLASSIFIED EXCAVATION
All material requiring removal, including concrete sidewalk, curl gutter, asphalt pavement, and unsatisfactory base material shal
be disposed of by the contractor at a legal dump site. Cost fc demolition, saw cutting, removal, loading and hauling shall t:
included in the Contract Unit Price for Pedestrian Ramp Retrofit
301-1.3 RELATIVE COMPACTION
Modify as follows: All sub-grade under curb, gutter, pedestriz ramps, sidewalks, and asphalt paving shall be compacted to 95% c
the top 12 in., and fill below to be 90%- All compaction shall L
certified by an approved testing laboratory,
301-2.3 COMPACTING
Modify as follows:
All base material shall be compacted to not less than 95% ar certified by an approved testing laboratoryo
301-2.4 MEASUREMENT AND PAYMENT
Modify as follows:
Payment for base material shall be included in the Contract Unj
Price for the item of work for which the base material is providec
302-5.9 MEASUREMENT AND PAYMENT I Modify as follows:
Asphalt concrete pavement shall be included in the Contract Unj Price for Pedestrian Ramp Retrofit.
303-1 CONCRETE I Add the following: F
I
91
Concrete curbs, gutter, sidewalks, and pedestrian ramps shall b constructed as shown on the plans and in conformance with Section
201 and 303-5 of the Standard Specifications. Type G-1 cur installed along the back edge of Case C pedestrian ramps shall b paid for at the Contract Unit Price for G-1 curb. All curb an gutter replacement shall be paid for at the Contract Unit Price fo Pedestrian Ramp Retrofit.
Contract Unit Prices shall include full compensation for furnishin all labor, materials, tools and equipment, and all work involve in the construction as specified.
I
I
I
I
1
1
I
1
I,
I
I
I
1
1
I
I
I
5
F
9 I
1
I
I
1
1
I
1
I,
I
I
B
I
I
I
I
I
PART I11
SPECIAL PROVISIONS
SECTION 2
SUPPLEMENTAL PROVISIONS FOR
CONSTRUCTION MATERIALS
5
F
I 9
PART I11
SPECIAL PROVISIONS
SECTION 3
CONSTRUCTION METHODS
5 I
I
I
I
1
1
I
I
I
1
I
8
I
SUPPI;EMENTAL PROVISIONS FOR CONSTRUCTION METHODS
1. The prime contractor is required to prepare in advance and submit at the time of the project preconstruction meeting a detailed critical path method (CPM) project schedule. This schedule is subject to the review and approval of the City.
2. The schedule shall show a complete sequence of
construction activities, identifying work for the
complete project in addition to work requiring separate stages, as well as any other logically grouped activities. The schedule shall indicate the early and late start, early and late finish, 50% and 90% completion, and any other major construction milestones, materials and equipment manufacture and delivery, logic ties, float dates, and duration.
3. The prime contractor shall revise and resubmit for approval the schedule as required by City when progress is not in compliance with the original schedule. The prime contractor shall submit revised project schedules with each and every application for monthly progress payment identifying changes since the previous version of the schedule.
4. The schedule shall indicate estimated percentage of completion for each item of work at each and every submission.
5. The failure of the prime contractor to submit, maintain,
or revise the aforementioned schedule (s) shall enable City, at its sole election, to withhold up to 10% of the
monthly progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the
prime contractor and approved by city as to completeness and conformance with the aforementioned provisions.
b
a
1
P
1
I
1
I
I
I.
I
I
1
I
I
I
1
I
I
c
b
I
F:
6" CURB 8"' CURB
Area = 0.89 SQ TP. rea = 1.09 sa. FT.
a c =i Width Shown on Plans f 18" min. D
a 0
.. Gutter Elevation
I I I I
1 I Weakened Plane Joint
L-,-,,-,- ----- 1 Existing Curb -1 1/2" except where elevations
shown indicate otherwise.
GUTTER
NOTES: LEGEND ON F
6" curb 1. Concnte shall be 520-C-2500.
2. Sect Standard Drawing G-10 for joint details
3. Slope tap of curb 1/4" per foot toward street,
. . . __ -.. .. , . Revision By Approved Oate f SAN DIEGO REGIONAL STANDARD DRAWING RECOMMENDED REG,ONAL STANOAR, BY 1 Conc. e 7W.H 6-2%
Note 3 -32 /, h 1-8s - Wflk.2 ConrdlMror R.C.E. 198 ---
0 RAWlNG NUMBER
._. - ~-.- CURBS AND GUTTER - SEPARATE
--
I
I
I
I
I
I
I
I
b
I
1
1
I
I
I
5
I
TYPE. "B.-21' TYPE "B- I"
.e . *- - 0- . . .. 1/2
FIOTES.: * Y
1. PROVIDE WEAKENE QUICK JOINT AT SPACIMG AND AT APPROACHES, B. C CROSS GUTTERS P BAS IN TRANS ITIC Key or other means of
separation and upheaval
required when expansion 3. CHAMFERED KEY 1 index for subgrade exceeds 50.
* Coli CRETE P AV I XG
control I i ng sidewalk 2. CHAMFERED KEY 1
BE CONSTRUCTED
BACK OF CURB. c
\REV. APPROVED DATE/ CITY OF CARLSBAD
1
I F 6" & 8" TYPE B-l,B-2 81 G-2 SUPPLEMEb
STAN 0 A RO
'
I
I
1
I
8
4
i
1
b
1 I
I
I
I
1
I
I
varies Width as shown on plan
-I - - 1/4" per ft.
5
Weakened Plane Joint
I I I I I -------- --------
NON-CONTIGUOUS
Weakened Plane Joint
I I I I
r-------,-,--, I
CONTIGUOUS
NOTES
1. Concrete shall be 52Q-C-2500. Z See Standard Drawing G-9 and G-10 for joint details. LEGENO ON PLANS I
t SIDEWALK - TYPICAL SECTIONS
Mid Point of Curb Return
1. Expansion Joints -at curb returns, adjacent to structures and at 45' intervals.
2. Weakened Plane Joints--- at mid point of,curb return, when required,
3. 1/4" grooves -with 1/4" radius edges at 5' intervals.
(See Standard Drawing G-10).
and at 15' intervals from P.C.R.'s (See Standard Drawing G-10).
RECOMMENOED BY 1Hf
REGIONAL STANDARDS
--
I DRAWING NUMBER
SIDEWALK JOINT LOCATIONS
.-- I
Expansion Joint filler material
EXPANSION JOINT CONTACT JOINT
Preformed Joint filler
GUTTER AND PAVEMENT CURB AND SIDEWALK
KEYED JOINT
REGIONAL STANOAROS COMMITTEE -
a&&t& &i. I775
CONCRETE JOINT DETAILS
I ,
,v vlr //VI r!/ CITY/,ENGINE ASPHALT/CONCRETE
PAVING REQUIREMENTS U
' SUPPLEMEN'
STAN 0 A RD
7
r
December 27, 1991
Manuel Juarez Construction
1047 Camino Ciego
Vista, CA 92084
Re: Bond Release - Contract No. 3739 - CDBG Pedestrian Ramp Improvements
Per instructions from our Engineering Department, we are hereby releasing the followin
bond for the above-referenced project:
Faithful Performance Bond No. 12045657
Arnwest Surety Insurance Co.
Remaining 25% - $7,215.38
The bond is enclosed so that you can return it to your surety.
L%K& Assistant City Clerk
Enc.
c: Yvonne, Eng.
1200 Carlsbad Village Drive - Carlsbad, California 92008-1 989 - (61 9) 434-280
* ..% V;LTi I E IT- DON’T SAY@!
__
Re: Bond Release -
dr?? - Our records indicate that the
above-referenced subdivision/project isvel<gible for release.
your written authorizationlapproval for release.
the status, and if release is 0.k.
We need
Please let me know
Thanks, ke /qos57 *- w. G. k@p?/s3 +: /&d/y,
PRINT
Y-
AIGNER FORM NO 554.32
RELEASE APPROVED BY:
I
RELEASE APPROVED BY: RELEASE AUTHORIZED BY:
- //. DI (Yy6
Dat
,
October 18, 1991
Manuel. Juarez Construction
1047 (:amino Ciego
Vista, CA 92084
Re: Bond Release - Contract No. 3739 - CDBG Pedestrian Ramp
Improvements
Per instructions from our Engineering Department, we are hereby
releasing the following bond for the above-referenced project:
Labor 6 Materials Bond No. 1205657
$14,430.75
Amwest Surety Ins. Company
The bond is enclosed so that you can return it to your surety. &a
Assistant City Clerk
Enc .
c: Yvonne, Eng.
_____ __ - - _-
1200 Carlsbad Village Drive 0 Carlsbad, California 92008 0 (61 9) 434-2808
v"q1 I t I I - UUN I SAY, !
L dL .-
*Y 8 iJ
z Date
To d%Thl& ' @lReply Wanted
From Karen Kundt z, Assistant City Clerk UNO Reply Necessary : -& $737- [&?',4?- .0eL?yQ.
Re: Bond Release -
Our records indicate that the M-wAe bond for the
above-referenced subdivision/project is eligible for release.
your written authorizationlapproval for release.
the status, and if release is 0.k.
We need
Please let me know
+-. $'A,
&d?&.+%.&,
Thanks, qw-4 A X /&?dS-63-7
f/4 -A94 7r
PRlN1
Y-
AlGNER FORM NO 55-032
--_ - -___ ___-- - - - - ___-
RELEASE APPROVED BY: i'
- /''I u ,AL
L4.f
t ;,&>e5 t o pi
4+
RELEASE APPROVED BY: RELEASE AUTHORIZED BY: 746, v&, $
A-
DZ D te RICHAR COOK
b Principal Inspector
.y/( me [@&$/ &&4-
uulA ' sAy.l! virl'L II -
__ Date @
To u&)5v-- %-A @Reply Wanted
From Karen Kuudl:z, Assistcnt CitqClerk UNO Reply Necessary
'.#3737-- cd4k h@Az%.Q
Re: Bond Release -
Our records indicate that the
above-referenced su
your written authorization/approval for release.
the status, and if release is 0.k.
Please let me know
Thanks, %e /4ozJ-7 e-%. G. Jiq4/L> Y- +: /$+,
PIIIN AIGNER FORM NO 55032
I
II I L I I - UYlY I 3H1, i dl
3'
-- Date
ve
aReply Wanted
ONo Reply Necessary
-&-e
From Karen Kund t z, Assistant City Clerk
:& 3737- c&?2?%&4&&/ -* /€?2+,.Q.
1 Re: Bond Release -
Our records indicate that the *-wAe bond for tlie
above-referenced subdivisionlproject is eligible for release.
your written authorizationlapproval for release.
the status, and if release is 0.k.
We need
Please let me know +-' $'A, <&& && .4ddJ-25-7
&&%.e,
Thanks,
//d -5424 x-
/
?ll,N
Y-
AIGNER FOAM NO 55-032 ZyA: ~fi,
e
I
I I-E: IT - DON’T SAY@!
Date L .2d __
w
To &,A:& @I Reply Wanted
From Karen Kundtz, Assistant City Clerk UNO Reply Necessary
(//
dd737- C,&X6/ -* /-.
Re: Bond Release - %uL&$ L- L
Our records indicate that the
above-referenced subdivision/project is eligible for release.
your written authorizationlapproval for release. Please let me know
the status, and if release is 0.k.
dwhe bond for the
We need +-, $LA,
fl~h A & /<Z~~63-,7 Thanks,
gf/g 54%. 7Y- -* %. e,
PRINT
Y-
AIGNER FORM NO 55032
I
February 21, 1991
Manuel Juarez Construction
1047 Camino Ciego
Vista, CA 92084
RE: Bond Release - Contract No. 3739 - CDBG Pedestrian Ramps
The Notice of Completion for the above-referenced contract has recorde
Therefore, we are hereby releasing 75% of the Performance Bond. Pleas
consider this letter as your notification that $21,646.12 of Amwest
Surety Ins. Co. Performance Bond No. 1205657 is hereby released. We
are required to retain the remaining 25% for a period of one year.
At that time, if no claims have been filed, it will be released.
The Labor 6 Materials Bond, in the amount of $14,430.75 will be eligib
for release on May 26, 1991.
A copy of the recorded Notice of Completion is enclosed for your
records.
A2fi Assistant City Clerk
Enc .
c: Yvonne, Eng.
_______-
1200 Carlsbad Village Drive * Carlsbad, California 92008 * (619) 434-2808
e 1064
Recording requested by: 1 1 CITY OF CARLSBAD 1 1 When recorded mail to: 1 1 City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 n ) NOTICE OF COMPLETION - ~---
The undersigned is owner of the interest or estate stated below in the property hereinafte. descnlbed. The full name of the undersigned is City of Carlsbad, a municipal corporation. The fiill address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California 92008. The nature of the title of the undersigned is: In fee. A work of improvement on the property hereinafter described was completed on June 8 1990 The name of the contractor, if any, for such work of improvement is Manual Juarei Construction. The property on which said work of improvement was completed is in the City of Carlsbad County of San Diego, State of California, and is described as follows: Various intersection between Oak Avenue and Magnolia Avenue and between Harding Street and Roosevel Street Project No. 3739 (Pedestrian Access Ramps and sidewalk) The street address of said property is NONE.
Space above for Recordeis Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on Now , 19% accepted the above descnbed work as completed and ordered that a Notice ol 6 Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 6 , 19% at Carlsbad, California.
CITY OF CARLSBAD
Z
KAREN R. KUNDTZ, Assistant City Clerk
EXHIBIT 2
.6 a e ..,"- - ,.'*/, ,*/ y,, ~. .' , ,'. ,
' /- . . . <--
\. ..'
4 a+ 0 0
* *&
* Recording requested by: 1
) CITY OF CAR.LSBAD 1 ) When recorded mail to: 1
) City Clerk 1 City of Carlsbad 1 1200 Carlsbad Village Drive 1 ) Space above for Recorder's Use Carlsbad, CA 92008
Notice is hereby given that:
1.
2. 3.
4. 5.
6.
7.
NOTICE OF COMPLETION
The undersigned is owner of the interest or estate stated below in the property hereinaftc described. The full name of the undersigned is City of Carlsbad, a municipal corporation. The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, Californi: 92008. The nature of the title of the undersigned is: In fee. A woIk of improvement on the property hereinafter described was completed on June t 1990 The name of the contractor, if any, for such work of improvement is Manual Juare Consbruction. The piroperty on which said work of improvement was completed is in the City of Carlsbac County of San Diego, State of California, and is described as follows: Various intersectior between Oak Avenue and Magnolia Avenue and between Harding Street and Rooseve Street Project No. 3739 (Pedestrian Access Ramps and sidewalk) The street address of said property is NONE. 8.
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the City Council of said City on W , 1990, accepted the above descnbed work as completed and ordered that a Notice c 6
Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 6 , 1990 at Carlsbad, California.
CITY OF CARLSBAD
Z
KAREN R. KUNDTZ, Assistant City Clerk
EXHIBIT 2
*A
November 9, 1990
Vera L Lyle County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
Notice of Completion
APN 212-001-01 & 2 - Faraday Avenue
Street, Storm, Drain and Sewer Improvements
Notice of Compl et i on
Street, Sewer, and Water Improvements
Noti ce of Compl et i on Pedestrian Access Ramps and Sidewalk Street Project No. 3739
CT 85-13 - Lots 1-8
Our staff has determined that the recordation of these documents is of
benefit to the City; therefore it is requested that the fees be waived.
istance in this matter.
LINDA COTA Secretary
1200 Carlsbad Village Drive - Carlsbad, California 92008 - (619) 434-280€
4JURY
ITY
THOUSAND THOUSAND
DOLLARS
EACH OCCURRENCE
1000
PROPERTY DAMAGE
LIABILITY
THOUSAND
DOLLARS
EACH
OCCURRENCE
500
BODILY IIVJURY
LlABll ITY
~
THOUSAND THOUSAND
DOLLARS
EACH
OCCURRENCE
PROPERTY DAMAGE
LIABILITY
THOUSAND DOLLARS
EACH
OCCURRENCE
500 i 1000 500
BODILY INJURY PROPERTY DAMAGE
LIABILITY LIAE>ILITY
THOUSAND THOUSAND THOUSAND
DOLLARS DOLLARS DOLLARS
PERSON OCCURRENCE OCCURRENCE
EACH EACH E 1000 7 500
XCEWNGE of the 4
MAILING ADDRESS P 0 BOX 25001, SANTA ANA, CALIFORNIA 92799
~~~~~~A~~ 0
This is to certify that the Interinsurance Exchange of the Automobile Club of Southern California has issued an insurance
insured named below Subject to the provisions, conditions and limitations they contain, this policy and any endorsem provide, during their effective period, the coverages described below.
This certificate or verification of insurance is not an insurance policy and does not amend, extend or alter the coverage af
policies listed here n. Notwithstanding any requirement, term, or condition of any contract or other document with respect
certificate or verification of insurance may be issued or may pertain, the insurance afforded by the policies described herei
all the terms, exclusions and conditions of such policies.
POLICY NO: G 2916988
NAME OF INSURED: JUAREZ, MANUEL AND CELIA
EFFECTIVE: 4-12-90 12:Ol A.M. Pacific Standard Time EXPIRATION U
DESCRIPTION OF AUTOMOBILE COVERED 69 VOLKS #4234
LOCATION OF OPERATIONS: Any place in the United States or Canada
LIMITS OF LIABILITY AND COVERAGES:
PROPERTY DAMAGE
LIABILITY
THOUSAND THOUSAND DOLLARS DOLLARS
OCCURRENCE OCCURRENCE
EACH
500
The above polisy has been endorsed to provide the following:
In the event of:
0 material change to this policy; or
0 suspension or nonrenewal of this policy; or
0 cancellation of this policy at the request of other than the Interinsurance Exchange; or
0 cancellation of this policy at the request of the Interinsurance Exchange for nonpayment of premium; 10 days' written notice thereof will be given by regular mail to the additional insured named below.
In the event of cancellation ofthis policy by the Interinsurance Exchange for other than nonpayment of premiun 20 days' written notice thereof will be given by regular mail to the additional insured named below.
r 1 ansgement Services, j
CITY OF CARLSBAD PURCHASING DEPT ATTORNEY-IN-FACT
1200 ELM AVE
I CARLSBAD CA 92008
L _I
Additional Insured 2021 E 2-85
i 1 MT