HomeMy WebLinkAboutPrime Contractor; 1983-01-05; 1122CITY OF CARLSBAD
San Diego County
California
BEST
ORIGINAL
CONTRACT DOCUMENTS $ SPECIFICATIONS
for
DOWNTOWN PARKING IMPROVEMENT
CONTRACT NO. 1122
TABLE OF CONTENTS
ITEM . PAGE
NOTICE INVITING PIDS . 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-
CONTRACT 14
LABOR-AND MATERIAL BOND . • 19
PERFORMANCE BOND 21
HUD REQUIREMENTS 23
GENERAL PROVISIONS 73 •
SPECIAL PROVISIONS 79
CITX OP CARLSBAD, CALIFORNIA
NOTICE INVITING
Sealed bi.ds will be received at the Office of the Purchasing Agent,
City Hall, 1200 Elm Avenue, Carl chad, California, until 4:00 PM on
the 7 day of October .* , 19 82 at which time they
will be opened and read for performing the work as follows:
DOWNTOWN PARKING IMPROVEMENT: -.
.CONTRACT NO. 1122 ' - ' ; tt
Said work shall be performed in strict conformity with the specifi-
cations therefor as approved by the City Council of the City of-
Carlsbad on file in the Engineering Department. Reference is hereby
made to said specifications for full particulars and description of
'said work. ..'•'.
No bid will be received unless it is made on a proposal form fur-
nished by the Engineering Department. Each bid must be accompanied
by cash, certified check or bidder's bond marie payable to the City
of Carlsbad for an amount equal to at least ten percent (10%) of the
" amount of bid; said guarantee to ba forfeited should the bidder to
• whom the contract is awarded fail to furnish, the required bonds and
to enter into a contract with the City within the period of time
provided for by the bid requirements. The bidders' security of the
second snrl third lowest responsive bidders may be withheld until the
contract has been fully executed. The cash, cashier's checks or
certified checks submitted by all other unsuccessful' bidders shall ba
'returned to them within ten (10) days after the contract is awarded,
and their bidders' bonds shall be of no further effect.
The documents included within the sealed bids which require com-
pletion end execution are the following: •
• 1. Proposal '. •
2. Bidder's Pond
3. T>2,£»iqnation of Subcontractor?
4. Bidder's Statement of Financial Responsibility
5^. Bidder's Statement of Technical Ability and Experience
Said documents shall be affixed with the appropriate notarized nigna-
' tores and titles of the persons signing on behalf of the bidder. For
• corporations, the signatures of the president or vice-prosiclcnt atv'i
secretory ai:o required and the* corporate seal shall bo affixed to all
' ' docur.v.TiVs requiring signature::;. • In the case of a partnership, the;
notarised signature of at Icar.t one general partner is required.
Page 2
• All bids arc to be compared on the basis of the Engineer's estimate.
'(Vie estimated quantities are approximate only, being given solely as
a basis for tin-, comparison of bids. The estimated cost of the 'work
is $_€3>0?"?.. • - .
No bid shall be accepted from a contractor who has not been licensed
in accordance witn the provisions of Chapter 9, Division 3 of the
Business 'and Professions Code. The contractor shall state his/her .
license number and classification in the proposal.
Plans, special provisions and contract documents may be obtained at
the Engineering Department, City Hall, Carlsbad, California, at no
cost to licensed ^contractors for the first set. Additional sets are
available for a non-refundable fee of __ yiiJJl!! _ Per set-
»
The City of Carlsbad reserves the right to reject any or all bids and
to waive any minor irregularity or informality in such bids.
the general prevailing rate of wages for each craft or type of worker
needed to execute the contract shall be those as determined by the
Director of Industrial Relations pursuant to the State of California
Labor Cods, Part 7, Chapter 1, Article 2, Sections 1770, 1773, and
JL773.1. ' -
Pursuant to Section to Section 1773.2 of r,aid Labor Code, a current
copy of applicable wage rates is on file in the Office of the City
Clerk oJ the City of Carlsbad. • .
It shall be mandatory upon the contractor to whom the "contract is
awarded to pay not less than .the said specified prevailing rates of
. wages to all workers employed by him/her in the execution of the
contract. '_ .
Also, t:\iti prv,iw contractor shall bo responsible, to insure compliance
with provisions of Section 1777.5 of the California Labor Code of the
State of California for all occupations with apprenticeships as re-
quired oil public works projects above thirty thousand dollars ($30,000)
or twenty (?.0) working days or for specialty contractors not bidding
. for \ro;:k through a general or prime contractor involving more than
.two thousand dollars ($2,000) or more than five (5) working days.
The nr.ount of bond to he given for the faithful performance of the
contract for said work shall be one hundred percent (100/0 of the
contract price therefor, and an additional bond in the amount equal to
fifty percent (507.) of the contract price for said work shall be
given to siecurc the payment of the claims for any material or supplies
Curni fibed for tho performance oC the work contracted to b(': done, by the
contractor for any work or labor of any kind done. thereon.
A prebid meeting find loin: of project r.ltc will, be held, on
Page 3
Partial ana final payments on this contract shall be in accordance
with Section 9 of "the 1979 edition of "Standard Specifications for
Public Vforks Construction". In all cases 10% retention of the
amount due will be held. Bidders are advised to verify the issuance
of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledgment of addenda may be cause
for rejection of bid. v •
The Contractor may, at his/her option, substitute securities, as
specified by Government; Code Section 16340, for the retention held
on this contract. -At the request and expense of the Contractor,
secur5tJ.es equivalent to the amount withheld may be deposited with
the City or with a state or federally chartered bank as the escrow
agent who shall pay*-such monies to the Contractor upon sat is factor}'
completion of the contract. The Contractor shall be the beneficial
owner of any securities substituted for monies withheld and shalX
receive any interest on the monies. -
Approved by the City Co t'-cil of the City of Carlsbad, California,
4iy Resolution No. ~\Q \\ , adopted on the x=v I ?t\ ^ay °^
, 1982 ' '. ' " - -
Date ff' I Aletha L. Rautenkranz, City Clei'ic
\
Page 4
CITY OF CARLSBAD
CONTRACT NO'. 1122
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersigned declares he/she has carefully examined the location of
the work, read the Notice Inviting Bids, examined the Plans and
Specifications, and hereby proposes to furnish all labor, materials,
equipment, transportation and services required to do all the work to
complete Contract No. 1122 in accordance with the P,lans and
Specifications of the City of Carlsbad, and the special provisions and
that he/she will take in full payment therefore the following unit
process for each item complete, to wit:
Item
Jo.
3..
4.
. Article w/Unit Price or
Lump Sum Written in Words
Clearing $ Grubbing at
Approximat e
Quant ity
& Unit
I/Lump- Sum
dollars
c ent s
per lump sum.
Relocate Street Light at
*3*\Ajf./, tfJVUriSMLil. ^^jjf dollars-
& cents
per EA.
8" concrete curb & gutter
including fine grade complete
in place at *
dollars
cents
per lineal foot
6" concrete curb including
fine grade complete in place
d o 1 i a r s
cents
per lineal foot
Unit
Price TOTAL
.Abo.en*\y
+ >SIF
251 L.F.
Page 5
No
5i
6.
7.
9.
10.
11.
12.
Article w/Unit Price or
Lump Sum written in Words
Concrete midblock cro'ss gutter
at .$t4Sfi
' d o 11 a r s
c ents
Approximate
Quantity
& Unit
S.F.
Unit
Price Total
/•
^
per square focft.'
P.C.C. alley apron complete in
place including fine grade
dollars
cents
/
"7 _
per square fo'otl •
Concrete sidewalks complete in %<J^ 648 S.F.
place including fine grade
dollars
c ents .
per square foot.
Asphalt concrete paving
a t "3- JQjjjfa/ 3- .tlg^g^ d o 11 a r s
& f / ~
per ton.
Aggregate base at'
& • ~~
perton.' ., —
Install street light arm & light
complete with wiring
a t J^ J&(7l<*sYT»l«r HUND&bd. o 11 a r s,
&c en t s
per EA.
AsphaLt concrete overlay
at -f dLftJUS 3- .tstSLJL* dollars
& * .: / v
68. tons
c ent s
per ton.
f./
Drainagej dit_ch complete in place ^2^80 L.F.
J- jf^fJts£s?7) dollars #?_i uat
& / /
per linear foot.
cents
>?£/=-
Page 6
Item
No.
13.
14.
15.
16.
17.
Article w/Unit Price or
Lump Sum written in Words
4" P.V.C. underdrawn pipe
complete in place including
fine grade at \$£srtj
dollars
cents
per lineal foot.
10" asbestos cement pipe
•complete inolace at
iJ^L^J^JT^^j^ dollars
& ' :J ' . c e n t s
per linear foot.
Redwood header complete in place
at x -y? (J~fAJL) dollars
&
per linear foot.
Grading at
c e n t s
7 dollars
cents
per cubic yard.
Wheel ps complete in place at
jLtfJ d o 11 a r s
cents
per 'EA.
ALTERNATE 1
Approximat e
Quant ity
& Unit
Unit
Price
IA.»
Total
— 10
455 ...wk
.F.»X
1/253 c.y.y. Y
- *
</32 EA.
TOTAL (IN FIGURES)0
TOTAL (IN WORDS)
ADDENDUM (A)- NO(S) /
INCLUDED IN THIS FROPOSALl'
HAS/HAVE BEEN RECEIVED AND IS/ARE
Page 7
All bids are. to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
price as submitted by the bidder. In case of a discrepancy between
vovds and figures, the v;ords shall prevail. In case of an error in
the extension of a unit price, the corrected extension shall be
calculated and the bids w£ll be computed as indicated above and
compared on the basis of the corrected totals.
The undersigned has' checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
omissions on the part of the undersigned in making up this bid.
The xmdersigned agrees that in case cf default in executing the re-
quired contract with necessary bonds and insurance policies within
twenty (20) days from the date of award of contract by City Council
of the City of Carlsbad, the proceeds of check or bond accompanying
this bid shall become the property of the City of Carlsbad. '
Licensed in accordance with the Statutes of the State cf California
providing for the registration of contractors, License No. g0c?dfljT L?
Identification <^JT~^ JTg /
The undersigned bidder hereby represents as 'follows:
1. That no Ccuncilmember, officer, agent or employee of the
City of Carlsbad is personally interested, directly or
indirectly, in this contract, or the compensation to be
paid he.reunder; that no representation, oral -or in writing,
of the City Council, .its officers, agents or -employees ,
• has induced him/her to enter into this contract, excepting
only those contained in this 'form of contract and the
•papers made a part hereof by its terms; and
2. That this bid is made without connection with any person,
'firm or corporation making a bid for the same work, and is
in all respects fair and without collusion or fraud.
Accompanying this proposal is __
(Cash, C e rTTFi c d "c h e c l^~TkmdT o r Cas h i e r'" s~Ch ec k ]
in an nr.iount of not less than ten percent (10%) of the total bid
price.
Page 8
The undersigned Is aware of the provisions of Section 3700 of the
Labor Cede which require every employer to be insured against
liability for workers' compensation 'or to undertake self-insurance in
accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work of
this contract.
« ' •
The vmdersigned is aware of the provisions of the State of California
Labor Code, Part 7, Chapter 1, Article 2 relative, to" the general pre-
vailing rate of wages for each craft or type of worker needed to
execute the contract and agrees to comply with its provisions.
Phone Number
10-1-S2.
:). SPIKES
Bidder's Name
/AjL^
Date 'Authorised Signature
Authorized Signature
Bidder's Address Type of Organization
(individual, Corporation,
Partnership)
List below names of President, Secretary, Treasurer and Manager if a
corporation, and nones of all- partners, if a partnership:
(NOTARIAL ACKHOWLEDGEMENT OF EXECUTION ny
ALT. PRINCIPALS MUST ISE ATTACHED)
(CORPORATE SEAL)
STATE OF Calif ami a
County of San Hipgn
On this • (O
)ss:
)
Judy E. Harcum
-day of OO.-T-J9.XA.before me
_ a Notary Public in and for the said
County of San Diggo State of Cal 1 form'a , residing therein, duly commissioned
'. sworn, personally appeared L.( >.MU .L.lM ijCl.i-^>(' L-t known to me to be the Attorney-in-Fact of the
Balboa ^n^r^ai^&n^^^^h^cp.rfiO^ti'Qn^ttifit executed the within instrument, and acknowledged to me
that he sU^sqnbedrthf name 6/W*l_.iiMiboa insurance Company thereto and his own name as Attorney-in-Fact.
"•'• JUDYE. HARCUM
NOTARY PUBLIC-CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY »,
II ~J^V Commission Expires Sept. 23. 1983 j
Notary Publi^jin and for the County of
San Diego State of California
COITRALFEDERALSAVINGS i^T
INDIVIDUAL ACKNOWLEDGEMENT
utcuI
uJ0.
STATE OF CALIFORNIA )COUNTY OF sanDigqo j-ss^
\O-1-8Z before me, the undersigned, a Notary Public in and for saidOn _
County and State, personally appeared
personally known to me (or proved to me on the basis of satisfactory evidence) to be the
person whose name is subscribed to this instrument,
and acknowledged that _]_}£, executed the
same.
(j Signature
Name (Typed or Printed)
BA 270 (7/82)
FOR NOTARY SEAL OR STAMP
A Q&-
Pace 9
BIDDER'S BOND TO ACCOM? ANY PROPOSAL
KHOW ALL PERSONS BY THESE PRESENTS:
Principal,
aad
Y . __ ,.
1 b 0 <X . J . ftS ( I P.. A Mdf . (I Cr(vpq h Li , .as ^ Surety, are held
and firmly bound unto Che City qf Carlsbad} California, in the sum
oE^yj^iW; Thfti-^&ftrt boiJa.r^H- iUfe//&0 S-itS"^' __ Dollars
($ f~T. 000. OO _ )» lawful money of the united States for the pay-
ment of which sum well and truly to be nade, we bind ourselves,
'jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
'*•.*•
That if the proposal of the above-bounden principal for:
. DOWNTOWN PARKING IMPROVEMENT - CONTRACT NO. 1122
"'
in the City of Carlsbad, is accepted by the City Council of said
City, and if the above-bounden Principal shall duly enter into and
execute a contract including required bonds and insurance policies
vlthin twenty (20) days from the date of award of contract by the
City Council of the City of Carlsbad, being duly notified of said
if* eward, th^n this obligation shall become null and void; otherwise, it
•shall ba and remain in full force and effect, and the amount
. specified herein shall be forfeited to the said City.
In the ev>;nt any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
•IN WITNESS WHEREOF, we hereunto set our hands and seals this
e r
o^-
Corporate
_
" Seal (if Corporation) Ql. ...S&l k.e.gy MOlfc>Or\£.
Principal ^
»x.
Title Ju^uf (M ... fi A--V^>e( I^
U - I f\ ~
(Attach nckni'vjl«d^.iiment of
Attorney in Fact)
^ / ) , , .
" -^
e ^> p i k cu?. 0 to n y /SL.U • ^~
(Notarial acknowledgement of
execution by all PRINCIPALS and
SURETY must be attached.)
Jf"'J(f"** * ^ r~~l (* 3 '• ••."** r*-'^^«H'"•'-"'•-i-::'- 'J- ''—-• -^S a
NO7AMY PU3LIC — C/vLir-OfiNIA S
BALBOA INSURANCE COMPANY
620 NEWPORT CENTER DRIVE, NEWPORT BEACH, CALIFORNIA 92660
GPA.4268
GENERAL POWER OF ATTOffWEY
POWER OF ATTORNEY VALID
ONLY IF NUMBERED IN RED
Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by
these presents make, constitute and appoint.
CATHY M. BATSELL
nf San Diego .and State of_California . its true and lawful Attorney(s)-in-Fact, with full
power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver.
CONTRACT BONDS (S.B.A. Guarantee Agreement) - Maximum Penalty $350.000.00
OTHER CONTRACT BONDS - Maximum Penalty $250,000.00
ALL OTHER BONDS - Maximum Penalty $50,000.00
"THIS POWER OF ATTORNEY SHALL TERMINATE AND BE
OF NO FURTHER EFFECT AFTER DECEMBER 31, 1982"
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted
by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962.
"Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
"Section 1. Attomey-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on
behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity
and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's
liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if
signed by the President and sealed and attested by the Corporate Secretary."
In Witness Whereof,,Balboa Insurance Company has caused these presents to be signed by its. Executive
Vice President to be hereto affixed this 3rd _day of
State of California
County of Orange
On this
Jack M. Trapp
before me personally came
that he resides in.
, to me known, who, being by me duly sworn, did depose and say,
Mission Vie jo f California , that he is
Executive .Visa-President „ of BALBOA INSURANCE COMPANY, the company described in and which
executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order.
OfFICIAl SEAL
T. C. MAKISHI
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
My Commission E>piies Sept. 23. 1983 i
Notary Public
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true arid
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a
meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of
this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
/ tkGIVEN urfder by hand and the seal of said .Company, at Newport Beach, California, this 10
DOT , 19 b A
THIS POWER OF ATTORNEY EFFECTIVE ONLY
/ fx1^ o/ I//PCTIF ATTACHED TO BOND NO. LUO - L'fcH/6-^
, day of
1'age 10,
DESIGNATION OF SUBCONTRACTORS
The undersigned certifies he/she hay used the subbids of the
following listed contractors in making up his/her bid and that the
subcontractors listed will be used for the work for which they bid,
subject to the approval of the City Engineer, and in accordance
with applicable provisions of the specifications. No changes ;nay
be made in these subcontractors except upon the prior approval of
the City Engineer of the City of Carlsbad. The following infor-
mation is required for each subcontractor. Additional pages can
be 'attached, if required: •. . . • • *
Full - Complete •
Items of Company Address ^h'one No.
Work Name ' " w/Zip Code • w/Area Code
ftJJ.jJ)jMJ Y^a/I/k^) C^Afa, I -1, i yf/W^ S^SL^-Cf.^'M$f*
ft *"
h U I f B I ECTfit c --C o . 5 3£6~ S u
10
Page 11
DESIGNATION OF SUBCONTRACTORS - continued
The bidder is to'provide the following information on the subbids of
all the listed subcontractors as part of the sealed bid submission.
Additional pages can be attached if required.
Full Company Name
Q 1., *,<>
Type of State
Contracting
License & No.
*>< e.e*r&A L rt 3
Carlsbad Amount
Business . of
License No.* Bid ($ or %)
. *J,icensss are renewable annually by January 1st. If no valid license
indicate "NG^F/'. Valid license must be obtained prior to submission of
signed contracts.
(Notarize or
Corporate: Seal)
E~my \.-.~,.'.\i
^"'C",.fY r]
Bidder's Company Name
Bidder's Complete Address
Authorized U i.''iioLuc(i
12
BIDDER1S STATEMENT OF FINANCIAL RESPONSIBILITY
The undersigned submits herewith a notarized or sealed statement of
his/her financial responsibility.
V ' • ' . • • .
(Notarise or
. Corporate SP.•
f 7 '•(•f«f-r-r«': i- t':;ir.S
GABE SPIKES
FINANCIAL STATEMENTS
PREPARED BYFEDERAL & STATE TAX RECORD SYSTEMS
7953 CAMINO TRANQUILO
SAN DIEGO, CAL. 92122
GABE SPIKES
STATEMENT OP FINANCIAL CONDITION
AS OF DECEMBER 31, 1981
ASSETS
CURRENT ASSETS . ? „
CASH IN BANKS 2,600
LIFE INSURANCE CASH SUR. VAL. 1,300
LIFE INSURANCE PAID UP VALUE 2, OOP
TOTAL CURRENT ASSETS 5,900
FIXED ASSETS
1978 CADILLAC AT COST 13,500
VACANT LOTS AT MKT. VALUE 20 ,OOO
PERS. RESIDENCE AT MKT. VALUE 36,000
FURNITURE 10,000
TOTAL FIXED ASSETS . . 79,500
"W TOTAL ASSETS
OTHER ASSETS
NET WORTH G. SPIKES MASONRY
& CENENF CONTRACTOR 54,579
TOTAL ASSETS 139,979
LIABILITIES & NET WORTH
LIABILITIES
CONTRACT PAYABLE PERS. RES. ' 1,500
NET WORTH j.38,479
TOTAL LIABILITIES & NET WORTH s 139,.979
BALANCE SHEET
AS OF DECEMBER 31, 1981
ASSETS
^
CURRENT ASSETS
CASH IN BANK OPERATIONS 8,500
CASH IN BANK TAX RESERVE 2,500
ACCOUNTS RECEIVABLE 19,000
TOTAL CURRENT ASSETS 30,000
FIXED ASSETS
FURNITURE & EQUIPMENT . 51,040
LESS DEPRECIATION 24,000
TOTAL FIXED ASSETS 27,040
TOTAL ASSETS - - 57,040
LIABILITIES & NET WORTH t
CURRENT LIABILITIES
ACCOUNTS PAYABLE 1,200
TAXES PAYABLE 1,061
TOTAL CURRENT LIABILITIES 2,261
OTHER LIABILITIES
CONTRACTS PAYABLE -
TOTAL LIABILITIES
NET WORTH 54.579
TOTAL LIABILITIES & NET WORTH 57,040
G. SPIKES
o r-i?-n7Mr , i \\\ rv> Ar- r
V,,,,
INCOME
LESS COST OF GOODS SOLD
GROSS PROFIT
OTHER EXPENSES
LABOR 33.489
TELEPHOf<JE . *193
INTEREST 1,069
POSTAGE, PRINTING 71
INSURANCE 5,644
SERVICE FEES ' 71
ADVERTISING 15
REPAIRS 271
TAXES 1,145
LICENSES 479
SOCIAL SECURITY 2,644
MISCELLANEOUS 295
VEHICLE EXPENSE 11,295
SUPPLIES 828
FRINGE BENEFITS 11,301
DUES, SUBSCRIPTIONS ' 997
EQUIPMEN T'R E NTA L 2,713
TOTAL EXPENSES
NET PROFIT
G. SPIKES
s rrMRMT rnMTKVvr
%«.„Page 13
BIDDER'S STATEMENT OF
TECHNICAL ABILITY AND EXPERIENCE
V,,,
The Bidder is required to state what work of a similar character to that
included in the proposed contract he/she has successfully performed and give
references, with telephone numbers, which will enable the City to judge his/her
responsibility, experience and skill. An attachment can be used if notarized or
sealed.
Date
Contract
Completed
Name and address
of the Employer
Name and Phone No.
of Person
to Contact Type of Work
Amount of
Contract
£
1£JL
CATHY M. BATSELL "
-:! NOTARY PUaiiC-CALIFORNIA ,
F,.b. 24. 19R5
Z.
/
Page 14
CONTRACT - PUBLIC WORKS
This agreement is made this ^T"* day of *>T'/f iJ t , 19^3 >
and between the City of Carlsbad, California, a municipal corporation
(hereinafter called "City") and &-, £,f>)
whose principal place of business is ^. Q . ./? OX) v ^ T" y?
,
(hereinafter called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in
the contract documents for:
Downtown Parking Lot Improvement, Contract No. 1122
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor,
materials, tools, equipment and personnel to perform the work specified
by the contract documents.
Contract Documents. The contract documents consist of this contract;
the bid documents, including the notice to bidders, instructions to
bidders and contractors proposal; the plans and specifications and all
proper amendments and changes made thereto in accordance with this
contract or the plans and specifications; and the bonds for the
project; all of which are incorporated herein by this reference.
Payment. As full compensation for Contractors performance of work
under this contract, City shall make payment to Contractor as follows:
(strike inapplicable subparagraph) .
M
SL. In the total amount of H"^ y C7/ v to be made in a lump sum not
later than 35 days from the date of the filing of the notice of
completion,
b. In the total amount of _ to be made in periodic payments
as shown on the payment schedule attached hereto and made a part
hereof.
c. On a unit price basis of _ per unit to be made as shown on
the payment schedule attached hereto and made a part hereof.
Page 15
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the jobsite,
and all other conditions that might affect the progress of the work,
and is aware of those conditions. The contract price includes payment
for all work that may be done by Contractor in order to overcome
unanticipted underground conditions. Any information that may have
been furnished to Contractor by City about underground conditions or
other job conditions is for Contractor's convenience only, and City
does not warrant that the conditons are as thus indicated. Contractor
is satisfied will all job conditions, including underground conditions
and has not relied on information furnished by City.
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be
responsible for all loss or damage arising out of the nature of the
work or from the action of the elements or from any unforeseen
difficulties which may arise or be encountered in the prosecution of
the work until its acceptance by the City. Contractor shall also be
responsible for expenses incured in the suspension or discontinuance of
the work. However, contractor shall not be responsible for reasonable
delays in the completion of the work caused by acts of God, stormy
weather, extra work, or matters which the specifications expressly
stipulate will be borne by City.
7. Change Orders. City may, without affecting the validity of this
contract, order changes, modifications, deletions and extra work by
issuance of written change orders. Contractor shall make no change in
the work without the issuance of a written change order, and Contractor
shall not be entitled to compensation for any extra work performed
unless the City has issued a written change order designating in
advance the amount of additional compensation to be paid for the work.
If a change order deletes any work the contract price shall be reduced
by a fair and reasonable amount. If the parties are unable to agree on
the amount of reduction the work shall nevertheless proceed and the
amount shall be determined by arbitration or litigation. The only
person authorized to order changes or extra work is the City Engineer.
However, no change or extra work order in excess of $5,000.00 shall be
effective unless signed by the City Manager nor shall any change or
extra work order of more than $10,000.00 be effective unless approved
by the City Council.
8. Prevailing Wage. Pursuant to the Labor Code of the State of
California, the City Council has ascertained the general prevailing
rates of per diem wages for each craft or type of worker needed to
execute the contract and a schedule containing such information is in
the City Clerk's office and is incorporated by reference herein.
Page 16
9. Indemnity. Contractor shall assume the defense of and indemnify and
hold harmless the City, and its officers arid employees, from all
claims, loss, damage, injury and liability of every kind, nature and
description, directly or indirectly arising from the performance of the
contract or work regardless of responsibility for negligence; and from
any and all claims, loss, damage, injury and liability, howsoever the
same may be caused, resulting directly or indirectly from the nature of
the work.covered by the contract, regardless of responsibility for
negligence.
10. Insurance. Contractor shall cause the City to be named as an
additional insured on any policy of liability or property damage
insurance concerning the subject matter or performance of this
contract taken out by Contractor.
11. Workers Compensation. Contractor shall cause the City to be named as
an additional insured on any workers' compensation insurance policy
taken out by Contractor concerning the subject matter of this
contract. If Contractor has no workers' compensation insurance policy
covering the subject matter of this contract, Contractor shall
either:
a. Acquire such a policy naming the City as an additional insured
prior to the start of any work pursuant to this contract, or
b. Shall assume the defense and indemnify and save harmless the City
and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description which
would otherwise be covered by such workers' compensation insurance
policy regardless of responsibility for negligence.
12. Proof of Insurance. Contractor shall submit to the City certification
of the policies mentioned in Paragraphs 10 and 11 or proof of workers'
compensation self insurance prior to'the start of any work pursuant to
this contract.
13. Arbitration. Any controversy or claim in any amount up to $100,000
arising out of or relating to this contract or the breach thereof may,
at the option of City, be settled by arbitration in accordance with
the construction industry rules of the American Arbitration
Association and judgment upon the award rendered by the arbitrator(s)
may be entered in any California court having jurisdiction thereof.
The award of the arbitrator(s) shall be supported by law and
substantial evidence as provided by the California Code of Civil
Procedure, Section 1296.
Page 17
14. Maintenance of Records. Contractor shall maintain and make available
to the City, upon request, records in accordance with Sections 1776
and 1812 of Part 7, Chapter 1, Article 2 of the California Labor Code.
If the Contractor does not maintain the records at Contractor's
principal place of business as specified above, Contractor shall so
inform the City by certified letter accompanying the return of this
contract. Contractor shrill n.otify the City by certified mail of any
change o-f address of such records.
15. Additional Provisions. Any additional provisions of this agreement
are set forth in the "General Provisions" or "Special Provisons"
attached hereto and made a part hereof.
Contractor
(Seal)
(Notarial acknowledgement of
execution by ALL PRINCIPALS
must be attached.)
By
MICHAEL N. MEYERS
NOTARY PUBLIC — CALIFORNIA
PRINCIPAL OFFICE IN
SAN DIEGO COUNTY
My Commission Expires Apr. 27,1M4
Assistant Cr
CITY OF CARLSBAD, CALIFORNIA
City Manager, for contracts less
than $10,000
/ v^-0-^^i U . {—0
Mayor , toy contracts $10,000 and
above
ATTEST:
City Clerk
/<
Page 1^-
jCo'.i tractors Cert 5 £ic<',t ion of Awareness of.Worker?; CompensEition
"icsponsibility. • • •
"1 nrn aware of the provisions of Section 3700 of the Labor Code which
require every employer to be insured against liability for workers
compensation or to undertake self-insurance in accordance with the
provisions of that code, o.nd I will comply with such provisions be for?,
commencing the performance of the work of this contract.,"
"Co'ntrcict'i:
Page 18
LABOR AND MATERIAL BOND
KNOW ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Resolution No. ^Q^ _ adopted
has awarded to
_
awarded to fi . f>>; kf*> 17)*1 /?v/
, hereinafter designated as the "Principal",
contract for: .
DOWNTOWN PARKING LOT IMPRVEMENT - CONTRACT NO. 1122
in the City of Carlsbad, in strict conformity with the drawings
and specifications and other contract documents on file in the
Office of the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terras thereof require the furnishing of a bond
with said contract, providing that if said Principal or any of
his/her or its' subcontractors shall fail to pay for any materials,
provisions, provender or other supplies or teams used in, upon for
or about the performance of the work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond
will pay the same to the extent hereinafter set forth:
Q. .Sp'iKeS
r Desinated
NOW, THEREFORE, WE
as PrincloaL^ hereinafter esignated as Contractor andincloaL^ hereinafter esignated
BALBDA INSURAff CE COMPANY_ as Surety, are held
firmly bound unto the City of Carlsbad in the sum of •¥• Tqjen'fr- rOU-P"
($
said su-n bein^* fifty per cent (50%) of the estimated amount payable
by the City of Carlsbad under the terms of the contract, for which
payment wall and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the person or his/
her subcontractors fail to pay for any materials, provisions, pro-
vender or other supplies, or teams used in, upon, for, or about the
performance of the work contracted to be done, or for any other
work or labor thereon of any kind, or for amounts due under the
Unemployment Insurance Code with respect to such work or labor,
that the Surety or Sureties will pay for the same, in an amount not
exceeding tho. sum specified in the bond, and also, in case suit is
brought upon the bond, a reasonable attorney's fee, to be fixed by
the court, as required by the provisions of Section 4204 of the
Government Code of the State of California.
Page 19
This bond shall inure to the benefit of any and all persons, com-
panies and corporations entitled to file claims under Section
1192.1 of the Code of Civil Procedure so as to give a right of
action to them or their assigns in any suit brought upon this bond,
as required by the provisions of Section 4205 of the Government
Code of the State of California,
In the event any Contractor above named executed this bond as an
individual, it is agreed the death of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS VJHEREOF, this instrument has been duly executed by the
Contractor and Surety above named, on the / (^h day of QpQ.(?/)1 h@j2^>"
ujL
(Notarize or Corporate
Seal for each Signer)
Contractor
i
BALBOA INSURANCE COMPANY
Surety CATHY M. BATSEU,
STATE OF_Califarnia
County of San Diego
On this
County of San Diego
) ss:
)
Judy E. Harcum
jday of J9..fta.before me
_ a Notary Public in and for the said
. State of California residing therein, duly commissioned
and sworn, personaKy appeared Cathy M. Batsell known to me to be the Attorney-in-Fact of the
Balboa Insurance Company, the corporation that executed the within instrument, and acknowledged to me
that he subscribed the name of the Balboa Insurance Company thereto and his own name as A ttorney-in-Fact.
^.^,.^.'-:~^~-^'f£--\K-A't3% f— ,, /
"OFFICIAL SE.AL ; ^--VL/ /~u/ /, ^ ^dCU\
JUDY E.HARCUM ' ^XHOU*-*. ^^
1LO>
NoMyPubli
San Diego
and for the County of
_ State of_California
. Page 20
HUD REQUIREMENTS
' Page 21
•ITEMS TO BE'COVERED DURING
PRE-CO.NSTRUCT10M CONFERENCE
AND CONSTRUCTION ACTIVITIES
..These instructions outline the Federal Government's requirements '
for compliance during the construction of the approved projects. One
copy of these instructions should be given to your architect/engineer,
and each prime contractor. (Refer to HUD Handbook 6500.3, Exhibit 1} -l --. • . • •' • • -:. \..;..,, ' . •' •• • ,7. Insurance Requirements: The General Conditions to the
construction contract must provide that the contractor shall not
\ - commence work" under tlte contract until he has obtained a!!
of the required insurance. Therefore, the recipient should
have the contractor furnish certificates of insurance in-the?
^
2, Contractor Payrolls. Each prime contractor'ahd'subcontractor^
is required to retain weekly payroll recorcfs'forfa period of
three years;from the date of completion."of the.contract. Each
contractor and sub-contractor Is also required to furnish . -
f- w " two copies of each weekly payroll to the recipient. ? • j*• '- • , i * - '••••-••*,•'*-•-''•.--;' .. .._. ^^ .*, .-,"-•.•-.".' ''*7 «lV - ------ ..».-..-.,.• •- - ••-..,.:..--. ^ £
'" ' (a) The recipient will be responsible fo£ the collection,,
' . " .... -jdhsckihcf and safekeeping of all'payrolls. HUD is to be"
' . advised of a!! possible wage violations. Recipients
... •" are to retain all payrolls foqa period of three years
" ' " " .:foH owing "project completion".!
!; •* (b) The •recipient is responsible for conducting employee!
• ' interviews JRefer G500.3, Itern 13 and 14).
?'- Equal Employment Opportunity. The recipient shall fully cooperate
, •' . with this Depsr'.menfsnd the Department of Labor in obtaining
compliance of contractors and s'ub-ccrstractors with the equal
. . opportunity provisions as. required by Executive Order 112^6.
• ' " as amended.
• . Page 22
7
.-••••-•• v • • •. .
**- Subcontractorsj
(a) Each subcontract must include [where applicable) the
. . '• appropriate U. S. Department'of Labor Imposed Plan for . .
' , .'. Affirmative Action Programs. • /.
•'' (b) The recipient shall receive from each prime contractor -''"•::
• . '.--.- a listing of his subcontractors together with'a completed
.•'. . -'affirmative action program frcrn each subcontractor \vhere
. • •' /•• \applicable. Prime contractors shall not permit a sub- " " :
-.' / contractor to start work on the project until the sub- '...
. • •" contractor is cleared by HUD. " " .. •'.' .••• ."•" "
5. • Construction Progress] ' • "• .'.'' ' _--, . i . - -^- —i , . _ ••-.'-
The recipient should require from his consu!ta-nt the folloxving:
A monthly progress report^o include as a minimum, the foIJosving
information: . - .
" _ . . ' . • • • • .'''.'' . -; -.
(a) Project Number; . * * ' .
. • * *** •_"
. (b) Project Location; . * . . '.
* " *
(c) Project. Description; . " •-"'•'.-
. • ' .•-..-•
• / (d) Date of Inspection; • . ' ...
m (e) Estimated percentage of construction completed by prime contract .
• as against percentage of contract time which has elapsed;
. {f} Estimated percentage of total construction completion as against •
. percentage of total construction time which has elapsed;
. (g). Listing of contract change orders which have been approved cr
' ciro pending, since lime of last, inspection, listing contract number
clumge order number, date bfapproval, brief description
of change and contract cost change;
i ti y v. ^.o
8 ' "'•.••' . • . •
Page 23
. .
(h) General description of over-all construction progress giving -
• • x\ -details as to'any factors or .problems contributing to construction
'-. • delay or failure to meet construction schedule; ' . .
.- . (i) Brief description of construction work being performed at time of.
. , inspection; .. ' • . ' '.• '.
Con t ra ct C h a no es. Contract change, order^wii! be requlredfj
.\.toaltcr executed construction contracts. Change orders shall
be prepared by the Consultant on his own form with applicable
. supporting data attached, for all changes in the contract '
drav/ings and specifications and shall further delineate ' .
'• eligible and ineligible construction items. The change order
shall be signed by the Contractor, Consultant and Recipient.
•. ' * • "
Substantial Coninletion. 'Substantial completion is defined as
. that stage of construction \yhich a^^Ilo^vs^tr^e-recipient'to occupy.
or iise'the project for its intended purpose'. Substantial "
completion date is determined by the recipient in cooperation
with the contractor and establishes the termination of the time
period for construction, and this date is used as a basis for ' '
determining whether liquidated damages are assessible. . .
' fi » .-:•__ ,.....». ^.
•When] construction of the project is substantially complete?
• the recipient! should conduct'an ?nspection]of the total.project.
'This inspection is to ascertain completion by the contractor of
the physical aspects of the project called for in the construction
• contract.' Should there be aspects of the project that are not
•at this time completed as called for in'the" contract, the recipient
should record same (punch list] and bring them to the attention
of the contractor advising him of the need to complete the items
before the project v/il! be accepted by the recipient.
"-. .-.'•' i-',(]) Whether all discrepancies noted in the last Inspection report . .-.:' ' ^
. , : have'been corrected, and, if not, explanation as to why they •" . '. |
-: have not been corrected. ' • . " '• ..-. |•-.••• - -. • . • •".*.-• •.•".• '.'/.-:!
Page 24
• Should, it bo necessary for tho contractor to complete or correct
\vork called for in the contract, he should do so and notify
*'-. .the recipient of his compliance by completion of the work.
Finsj In specti onj Final inspection refers to the joint formal
inspection of the completed project by representatives of the
recipient., his Consultant and the contractor. At this time,
• - the recipient should be prepared ito document completion of x
.'„ ' the project. •• .' . ' • . . . . •_ . --
Attachments
tr*
- .-.A
Page 25
NOTICE OF REQUIREMENT FOR AFFIRMATIVE
ACTION TO ENSURE EQUAL EMPLOYMENT
OPPORTUNITY (EXECUTIVE ORDER 11246)
1. The Offerer's or Bidder's attention is called to the "Equal Oppor-
tunity Clause" and the "Standard Federal Equal Employment Opportunity Con-
struction Contract Specifications" set forth herein.
2. The goals and timetables for minority .and female participation,
expressed in percentage terms for the Contractor's aggregate workforce in' * « '
each trade on all construction work in the covered area., are as follows:
Timetables Goals for mi nor My
participation for each trade
All Trades Goals %
Until further 24.0 to 30.0
notice
Goals for female participation
in each trade
Goals
(percent)
From Apr. 1,.1978 until Mar. 31, 1979 .... 3.1
From Apr. ls 1979 until Mar. 31, 1980 .... 5.1
From Apr. 1» 1980 until Mar..31, 1981 6.9
These goals are applicable to all the Contractor's construction work
(whether or not it is Federal or federally assisted) performed in the covered
area. ' •
The Contractor's compliance with the Executive Order and the regulation-:
in 41 CFR Part 60-4 shall be based on its implementation of the Equal Oppor-
tunity Clause* specific affirmative action obligations required by the speci-
fications set forth in 41 CFR 60-4.3(a)s and its effort's" to meet the.goals . •
<-. • • . • . .
established for the.geographical area where the contract resulting from this
solicitation is to be performed. The hours of minority and female employ-
ment and training must be substantially uniform throughout'the length of the
contract, and in each trade, and the contractor shall make a good faith effort.
Page 26
to employ minorities and women evenly on each of its projects. The transfer
of minority or female employees or trainees from Contractor to Contractor or
from project to project for the sole purpose of meeting the Contractor's goals
shall be a violation of the contract, the Executive Order and the regulations
in 4'l CFR Part 60-4. Compliance vrith the golas vrill be measured against the
total work hours performed.
3. The Contractor shall provide written notification to the Director
of the Office of Federal Contract Compliance Programs within 10 working days
of award of any construction subcontract in excess of $10,000 at any tier for
construction work under the contract resulting from this solicitation. The
notification shall list the name, address and telephone number of the sub-
contractor; employer identification number; estimated dollar amount of the
subcontract; estimated starting and completion dates of the subcontract; and
the geographical area in which the contract is to be performed.
4. As used in this Notice, and in the contract resulting from this solicita-
tion, the "covered area" is State of California, County of San Diego.
' • Page 27
. • STANDARD FEDERAL EQUAL EMPLOYMENT
OPPORTUNITY CONSTRUCTION CONTRACT
' : SPECIFICATIONS (EXECUTIVE ORDER 11246) .
*
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solici-
tation from which this contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance
•Programs, United States Department of Labor, or any person to whom the Director
delegates authority;
* — ' .
c. "Employer indentification number" means the Federal Social Security
Dumber used on the Employer's Quarterly Federal Tax Return, U.S. Treasury
Department Form 941.
d. "Minority" includes:
(i) Black (all persons having, origins in any of the Black African
racial groups not of Hispanic origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central
or South American or other Spanish Culture or origin, regardless of race);
(iii) Asian and Pacific Islander (all persons having origins in any
of the original peoples of the Far East, Southeast Asia, the Indian Subcon-
tinent, or the Pacific Islands); and
(iv) American Indian or Alaskan Native (all persons having origins
in any of the original peoples of North America and maintaining identifiable
tribal affiliations through membership and participation or community identi-
*»
fication). . • .
i ...
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts
a portion of the work involving any construction trade, it-shall physically
include in each subcontract in excess of $10,000 the provisions of these
specifications and the Notice which contains the applicable goals for minority
..;• . ' ' Page 28
and female participation and which is set forth in the solicitations from which
this contract resulted. . . ...
.3. If the Contractor is participating (pursuant to 41 CFR 60-4.5} in a Home-
town Plan approved by the U.S. Department of Labor in the covered area either
individually or through an association, its affirmative action obligations on
all work in the Plan area (inluding goals and timetables) shall be in accor-
dance with that Plan for those trades which have unions participating in the
* • — . .
Plan. Contractors must be able to demonstrate their participation in and
compliance with the provisions of any such Hometown Plan. Each Contractor or
Subcontractor participating in an approved Plan is individually required to
comply with its obligations under the EEO clause, and to make a good faith
effort to achieve each goal under the Plan in each 'trade in which it has em-
.. ployees. The overall good faith performance by other Contractors-or Subcontract-
ors toward a goal in an approved Plan does not excuse any covered Contractor's
or Subcontractor's failure to take good faith efforts to achieve the Plan
goals and timetables.
4, The Contractor shall implement the specific-affirmative action standards
provided in paragraphs 7a through p of these specifications. The goals set
•
forth in the solicitation from which this contract resulted are expressed as
percentages of the total hours of employment and training of minority and
female utilization the Contractor should reasonably be able to achieve in each
construction trade in which it has employees in the covered area. The Con-
tractor is expected to make substantially uniform progress toward its goals
in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the
failure by a union with whom the Contractor has a collective bargaining agree-
ment, to refer eithnr minorities or women shall excuse the Contractor's
'••••• ' Page 29
obligations under these specifications, Executive Order 11246, or the regula-
tions promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees
to be counted in meeting the goals, such apprentices and trainees must be
employed by the Contractor during the training period, and the Contractor
must have made a commitment to employ the apprentices and trainees at the
completion of their training, subject to.the availability of employment pppor-
. tunities. Trainees must be trained pursuant to training programs approved
by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal
employment opportunity. The evaluation of the Contractor's compliance with
these specifications shall be based upon its effort to achieve-maximum results
from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, in-
timidation, and coercion at all sites, and in all facilities at which the Con-
tractor's employees are assigned to work. The Contractor, where possible,
;will assign two or more women to e.ach construction project. The Contractor
shall specifically ensure that all foremen, superintendents, and other on-
site supervisory personnel are aware of and carry out the Contractor's obli-
gation to maintain such a working environment, with specific attention to
minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruit-
ment sources, provide written notification to minority and-female recruitment
sources and to comnunity organizations when the Contractor or its unions have
employment opportunities available, and maintain a record of the organiza-
30
tions responses. x
•c. Maintain a current file of the names, addresses and telephone numbers
. . . •
of each minority and female off-the-street applicant and minority or female
referral from a union, a recruitment source or community organization and of
"what action was taken with respect to each such individual. If such individual
was sent to the union hiring hall for referral and was not referred back to
the Contractor by the union or, if referred, not employed by the Contractor,
this shall be documented in the file with the reason therefor, along with
whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union
or unions with which the Contractor has a collective bargaining agreement has
not referred to the Contractor a minority person or woman sent by the Con-
tractor, or when the Contractor has other information that the union referral
^ .- process has impeded the • Contractor's efforts to meet its obligations.
^Star *e. Develop on-the-job training opportunities and/or participate in .
training programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs relevant
to the Contractor's employment needs, especially those programs funded or"
approved by the Department of Labor. The Contractor shall provide notice
of these programs to the sources complied under 7b above.
: f. Disseminate the Contractor's EEO policy by,providing notice of the
' ' policy to unions and training programs and requesting their cooperation in
assisting the Contractor in meeting its EEO obligations; by including it in
any policy manual and collective bargaining agreement; by publicizing it
in the company newspaper, annual report, etc.; by specific review of ths policy
with all management personnel and with all minority and female employees at
***** least once a year; and by posting the company EEO policy on bulletin boards
Page 31
'accessible to all employees at each location where construction work is perfor-.ed.
g. Review, at least annually, the company's.EEO policy and affirmative
action obligations under these specifications with all employees having any
responsibility for hiring, assignment, layoff, termination or other eniploy^ent
• decisions including specific review of these items with onsite supervisory
personnel such as Superintendents;, General Foremen, etc., prior to the initi-
c — •
ation of construction work at any job site. A'written record-shall be made
and maintained identifying the time and place'of these meetings, persons
attending, subject matter discussed and disposition of the subject matter.
•h.- Disseminate the Contractor's EEO policy externally by including it
. in any advertising in the news media, specifically including minority and
female news media, and providing .written notification to and discussing the
Contractor's EEO policy with other Contractors, and Subcontractors with whom
the Contractor does or anticipates doing business.
i Direct its recruitment, efforts, both oral and written, to minority,
•female and community organizations, to schools with minority and female stu-
dents and to minority and female recruitment and training organizations serving
the Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship
or other training by any recruitment source, the Contractor shall send written
i»
notifiactions to organizations such'as the above, describing .the openings/
screening procedures, and tests to be used in the selection process.
j. Encourage present minority and .female employees to recruit other
minority persons and women and,'where reasonable, provide after school, surnrner
and vacation employment to minority and female youth both on the site and in
other areas of a Contractor's workforce.'
Page 32
k. Validate all tests and other selection requirements where there is
an obligation to do so under 41 CFR Part 60-3.
1. 'Conduct, at least annually, an inventory and evaluation at least
of all minority and female personnel for promotional opportunities and en-
courage these employees to seek or to prepare for, through appropriate training,
etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assign-
ments and other personnel practices, do not have a discriminatory effect by
t -. . .
continually monitoring all personnel and'employment related activities to
ensure that the EEO policy and the Contractor's obligations under these speci-
fications are being carried out.
n.' Ensure that all facilities arid company activities are nonsegregated
except that separate or single-user toilet and necessary changing facilities,
shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and suppliers,
including circulation of solicitations to minority and female contractor
associations and other business associations.
p. Conduct a review, at least annually, of'all supervisors' adherence
to and performance under the Contractor's EEO policies and affirmative action
obligations. • .'
8. Contractors are encouraged to participate in voluntary associations which
assist in fulfilling one or more of their affirmative .action obligations
• ' • • :*:-;'H^L(7a through-7p). The efforts of a contractor ?,-,•-':'*'T ^ioint contractor-
• .-%:*flunion, contractor-community, or other similar groL ,..:• Ay<h-the contractor
is a member and participant, may be asserted as fulfil/ing any one or more
of its obligations under 7a through p of these Specifications provided that
the contractor actively participates in the group, makes every effort to assure
Page 33
that the .group has a positive impact on the employment of minorities and wo;;:en
. .^iawati,
"****" in the industry, ensures that the1 concrete benefits of the program are reflect-
ed in the Contractor's minority and female v;orkforce participation, makes a
good faith effort to meet its indivdual goals and timetables, and can provide
access to documentation which demonstrates the effectiveness of actions taken
on behalf of the Contractor. The obligation to comply, however* is the Con-
tractor's and failure of such a group to fulfill an obligation shall not be
a defense for the Contractor's noncompllance.
9. A single goal for minorities and a seperate' single goal for women have been
established. The Contractor, however, is required to provide equal employ-
ment opportunity and to take affirmative action for all minority groups, both
male and female, and all.women, both minority, and non-minority. Consequently,
,„-.- the Contractor may be in violation of the Executive Order if a particular
W ' •group is employed in a substantially disparate manner (for example, even though
the Contractor has achieved its goals for women generally, the Contractor nisy
be in violation of the Executive Order if a specific, minority group of women
. is underutilized). .
10. The Contractor shall not use the goals and timetables or affirmative
action standards to discriminate against any person because of race, color,
religion, sex, or national origin. •_-''••
*• . .*11. The Contractor shall not enter into any Subcontract with any person or
firm debarred from Government contracts pursuant to Executive Order 11246.
12. .The Contractor shall carry oat such sanctions and penalties for violation
of these specifications and of the Equal Opportunity Clause, including sus-
t$^"
pension, termination and cancellation of existing subcontracts as may be
imposed or ordered pursuant to Executive Order 11246, as amended, and its
Page 34
Implementing regulations, by .the Office of Federal Contract Compliance Pro-
grams. Any Contractor who fails to carry out such sanctions and penalties
shall be in violation of these specifications and Executive Order 11246, as
amended. • • •
13. The Contractor, in fulfilling its obligations under these specifications,
shall implement specific affirmative action steps, at least as extensive as
those standards prescribed in paragraph 7 of these specifications, so as to
* '
achieve maximum results from its efforts to ensure equal employment opportunity.
If the Contractor fails to comply with the requirements of the Executive Order,
the implementing regulations, or these specifications, the Director shall
proceeci in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to- monitor all
employment related activity to ensure that the company EEO policy is being
carried out, to submit reports relating to the provisions hereof as may be
required by the Government and to keep records. Records shall at -least include
for each employee the name, address, telephone numbers, construction trade,
union affiliation if any, employee identification number when assigned, social
security number, race, sex, status (e.g. mechanic, apprentice, trainee,
helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations a.t which the work was performed.
Records shall.be maintained in an easily understandable and retrievable form;
however, to the degree that existing records satisfy this requirement, contractors
shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the appli- .
cation of requirements for the hiring of .local or other area residents (e.g.,
"..'•. .' • Page 35
those under the Public Works 'Employment Act of 1977 and the Co-unity Devel-
opment Block Grant Program). , •
Page 36
FEDERAL MINIMUM WAGES
Attention is directed to these special provisions .and Decision No.
CA81-5143 of the Secretary of Labor, included herein.
DECISION
STATSt California CQ'JKTri S*n Dlecja
5DCJSIOII NINCEfli CA81-5K3 DATEt Oste o£ Publication
upers«dss Dsoislon Ho. CAS1-5118 <Uted K*y S, 1981, in *£ IS.
25804
JESCRIPTIOH OP W3RKJ Building Projects (including Rasid«ntt*l
Projects consisting of sir.Qle in&iiy heaae irni tpsrcr-snts af>to *nd Including < etocvssj , Itntvy ind iiiijtiwiy Pcojacts *nd
StOneKJisons
and
C^rpwntetaPtlactirvs-e
ightsi Pnausatic
Uaicluccwi Floor
laysca
Cecsnc Masons.Color Work» Conpo
Haitlc tr K;ioxyr
H«chin«i CurDIVERS i
Divera
Stand-by Olvcsa
Electricians; T
HELPERS
ELEVATOR
(i>coo.)
IRONWORKERS I
Pence tctctorsKcinCorciric;
Ocnnn«nt*li Structural.1RFUCATION And LAWH
LATUER3
t.tl< •H^^f
£•(»«
h5- s
n.59
U.9S-
Prt*^9 6r««f)t» ^«rn«^>i»
Hfc *
ee Mod.
• I.JO
.&7
Fet4U««»V<«t.ll»J
No. 3
1.75
2. 57
•
l.co
E^>c*riKI
•«<!/»<
A«». ff.
.14
— See Mod. No. 2
12.75
13. OS
1.15
1.15
2.05
2. OS
2.50
2.50
.07
.07
— See Hod. No. 2
18. 0
1S.SS
7oun
SOtJRu.'ea
1.031.08
Sec Mod
1.153
. i.10
T- See Kod.
13.52 t lot
>ec Mod.
3t+2.34
J(s*2.(M
. No. 1
.35
l.«S
No. 3
1(«
No. 2
*
il»
.13
.13
.035
It
n0)_o
"o•z.
03O)
O
"Z.
CO<J
o*g
tu
Kej;ister / Vol. 40. No. K'rj / Friday. Am-iM 21. I'JlH /
110. CA3I-5H3 PJ3« I
LtKC CONSTRUCTION I
. Cr Oun Jra*rt
Splicers,-..>,Rst.E SETTERS
FMf'TERS:
Oruih, Paint
Scuih iSvlns Stage), Spray
^*; , Spray (swing
SjnJbluter (swing
Zro.-., steel and bridge
pjinteca (swlnq stage) |
Icon, steel «iiJ bridge
pointer, Spisy (swing
5 t J JC)
S;r is i i s t ;r i Iron, stetl
jnJ t c 1 d •,' « p * 1 r. tec
(i;cound«or V.) ; Icon, stuel
<nd ^llJ.je piincers, Sptaj
1 ^ruunj-ocx) ; Hirers,
c 1 i n. b i n 9 ittcl; Ccush,
cli^bir.<3 S'.eel and btij.je;
Si'tjy, cli.-.Dln^ sttel
j r. d t> t I J -j e
St ts^lej jc!;
PARSING LOT WGHX AnJ/Ot
e Jppl Ic j toe
step
~c tt ' (c so
* sr.Jblditec
S '. t 1 f e r
5!_US?Y SEAL OFL'RATtOHf
«1 t« t Cpcratoc
Squeeze MJn
Applloj'.oc Operator
Shuttltajn
Top Mi.T
B...C .
X.-lf
!!«i*k
fU.21
17.15
JJ.45
H.27
15.35li.51
15.74
k
i
11.22
n.22
10.63
10.339. £4
2.S4
9.6<
8.10
17. -i!.
tt t *
.83
.33
.361-03
1.231.23
1.23
See to
See Mo
See HJ
'.90
.40'
.90
.90
• .96
.56
.90.90
.65
?,.-.. !...
3»f2.0«
jt»J.C4:v.2.Cri
1.79
:.<i
1.41
1.43
a. NO. 2
d. No.
d. No.
.55
.55
.55
.55
.55
.55
.55.55
2.53
tl* f«.-*««1
1.2-1
.75
.75
.75
I
I
b
b
b
b
b
b
bb.
t
C^.ttlll*
*ffl. I<.
.13
.13
.13
.12
.07
.07
.07
.12
DECISION WO. CA81-5HJ ftgt J
> . '
)
PLASTERERS' TENDERS
PLUMBERS; Pipefitters;
Steaaf i ttcra? his Con-
dition, Rc-CicgsiT&tlcn
ROOFERS
SIICE7 METAI. WORKERS
^ 0 ^ 'T ? " 1-^O *s t_A Y E I" S
5P3INKLE3 FITTERS
71LZ SETTERS
TILE anJ MARBLE FIKISHERS
9?**<
H.-l,
;13.SS
r...,. !...«.„ f.r
M & S
.87
• See 'Mod
1 1 . 2 5
IS. 24
H.2S
22.03
1.02
1.20
.S3
.35
r i '
32.57
. No. 3
I.JO
3. 75
1.70
1.45
51.00
l.as"
£«'•(«!•**
*„.. T..
.0<
.15
.OSSec fed. flo. 1See Hod. Ho. I
11.59 j 1.00 1.00 j 1.00 ..30
aiGGSaSi WELDERS - Roc»;i«9 rat« preset ibcd £or crsft per£ornlng
oparjtioti to which fishing os wtlding is incidental.
FOOTNOTES;
5, Espioyct conttlbutRS 0^ o{ b^slc hourly cat« for 5 yc«rs*
service ?nd ^Sl o£ fca^ic houcly r.Tt* "or 6 r.ontha to 5 yceri*
sccvlca as Vacation Piy Cccdlt. 6 faicS -Holiday*! A' th,cough F.
b. £aplo-/er contributes J.34 per iiouc to Holiday fond plus 5.24
per hour to Vacation Fund foe the tint ytac of employment,
'I year but Itss than 5 ycjcs 5.<S P<r hour to Vacation, 5 '
yenrs but lass thnn 10 yoir* ?.SD p«r bouc to Vacation 1'und,
over 10 yoita J.80 pec hour to Vacation fund.
PMD DOLTOftYSt
A-New Veit's Djy( E-Msoorlal Diiyi C- Independence Dayj
E-Thaniiagiving Day; k'-Chr Ic tsua Ojy.
Group I
Croup 3
Creep 3
512. 6Q
12.90
11.10
.07
.87
.67
1
5J.2S
2.2S
2.2S .
.
Sl.oo
1.00
I. CO
.13
.13
.13
-oQJ
CD
U)-4.
Vo1' ';r>- No- ir'2 /August 21. inn? / Notices
CEC1SIOS MO. CA31-51O Page 4
I.ADORESS
Croup 1: Laborer (general ccnstructlon)? Asphalt Ircner -
Spreader; Earing Machine Tender; Caulker; Cesspool Digger and '
ar.i Initallcr; Chuck tender (except tunnels); Concrete Curoc
(Tr-perviojs Membrane arvl Form Oiler); Concrete Water curing,
C'-'ttirg Torch Operator (demolition); Driller's Tender. (Cais-
son/ ir.cludinq Ecllowers, Dri Pak-it Machine, Concrete Cutting
Torch, 2ry packing of concrete, plugging, filling of Shee Bolt
iioler. Fine Grader on highways, streets and airport paving (sewer
fn- drainage lines •..-!.IM c-ploycc); Form Blower; Gas and Oil
Pipeline Laborer; Guint-.i Chaser; Jet Man; Landscape Gardener
£"-d Nursery Kan; Laser Beam in connection with Laborers work;
Packing Fed Steel and I-ans; Pipclayer's Backup Kan (coating,
crcut ir.c, raking of Joints, sealing, caulking, diapering and
ir.rlvding Rubber Gasket Joints and pointing); Pailrcad work
Laborer; Rigging ar.d Signaling, Riprap Stcncpovcr; Sandblastcr
(Tot Tender); Sealer, Ceptic Tank bigger and Installer; Tank
Sealer a-d Cleaner,'Tool Shed Checker; Window Cleaner; Rebound
>'in (gunite industry); Kousemcver
Gro.p 2:, Ar.phalt r.aker; 2'jcgynobile Man; Coraent Durrper (on 1
yard cr larger mixers ar.d handling bulk cement); Concrete Saw
y.jn (c~cluJ;r.g tractor type, Hoto-r,craper, Chipping Hammer, Con- .
Crete Core Cutter and Concrete Grinder and Sander}; Cri'obor -
3>cre.r, La^gir.g'and irench Bracing, Hand-guided Lagging Hammerj '
Driller - A'11'pov-r Drills, "tncl'iding Jackhar.-er, whether Core,
V-'agon, Track. Kjltiplo '-'nit, and all types of Mechanical
thoct regard to the form c£ motive power; Driller (all
:? drilling 1: for use of explosives); Gas and Oil Pipa-
r.er (Pot Tcr.-Jc-r and Fern Man) ; Cas and Oil Pipeline
C inch pipe and over); Operator and Tenders ot pr.eu-
3 and electric teal?.; Concrete Pur-.ps; vibrating Ma-
ulti-plate In pact Wrench and similar mechanical tools-
atr-ly classified herein; Pipelayer (pcrforninu sll see-
the lay ir.g-and installation o£ pipe fror? the point of
r,ipe until co-plot inn of the operation, including any
orr.'s of tubultr material, whether Pipe, Metallic'or
lie. Conduit and any other stationary type of tubular
cd for the convoying of subr.tar.ce or element, vhcther
wage, solid, g.is, air or other products what-so-evcr
•:t r'.-gard to the nature of material from which the
aterial is fabricated; rowdcrman; Blasters' Tenders;
atcd y.anhole Jr.stallct; Pock Slinger; Sandblastec and
t'.-r !!:cstleiTsn) ; Sealer (using Cos'n Ch.ifr, Safety !3clt) f
• i'-tl.oirf: !'.:!'i Iti-'- Clirbor, '..'!.lng mtv:liiin i c.l I t"ol-lf
n conrcctic.n v-ith Laborer's vock; C«n 1-Un (gunlto industry)
'Crcup 3: Fct-.cc Erector; l.'o:ileman and Hod Kan (gunitc industry)
DECISION t-'O. CA81-5143 Page 5
LABORERS:
Group 1
Group 2
Group 3
Baiie
$13.10
12.90
13.35
•
H & V
. 87
.87
.87
52.57
2,57
2.57
itt Parmtn
SI. 00
1.00
1.00
\
Appr. T,.
.13
.13.1J
Group li Blasters* Drillers; Povdermerif Cherry Plckorrnan; Grout
Gunmen? Kempcr and other pneumatic- Concrete Placer. Operator
Kincfs In short dry tunnels under streets, highways and similar •
places; Minors - tunnel, (hand or machine); Powdernan (tunnel .
vork) ; Steel Form 5<aicers and Setters; Timberrr.en; notinberir.en -
wood or steel -. ,
Croup S: Dull Gang Muckers (Trackman); Chuck tender; Cabletendett
Concrete Crow (incluiJcs Roc'.ders and Spreaders); Durrpr:en; .Grout
Crew; Tender for Steel Form Raisers end.Setters; Muckers - Tun-
nel (hand or machine); Mipoor; Swarrper (Break.Tun and Switchman)
on tunnel work; Vibra tcr-.eri; Jackhanmer r Pnoucjtic tools (except
Driller); Hutli-plato Impact Wrench
Group 3: Powdermcn - Primer House (Licensed on tunnel work)j
Sha-ft and Raise Miner; Shifters; Blasters (llccnccJ) all work
oC loading holes, placing and blasting all powder and explosives
of whatever type regardless of method used tor such loading nad
placing
Q)to
WCO
Fi:(ii:fi(! R..:i;i>lur / Vul. -;b. i\'o. 1J«2 / Friday. August 2J. lOUl / Notices
I'J.J»
* KQ. CA81-SHJ Pago 6
POWCR t
Crcup 1
Gcoup 2
Group }
G:oup «
Gcoup S
Croup 6
Crou[> 7
Ctovi> 8
Ctoup 9
SNT OS'CRATCRSi
M i. «.. tl.
See Mod. No. 2
OtClSOU liJ. CASI-1HJ
Croup 1: Drckemanj Cosipr«scor O(icritor> engineer Oileri
Genocator; Pun|i| Slgnjlajiii Kwitchajnj Oltchultch; £lc-
Vi'.to: OpctJitoc (innl<.'.c); i'ocklift (ur.cUc 5 tons) i
Ccouf> 2i Concrete Hlxec {skip type); Conveyor; 5'lCL'OJni Hy<Sro~
staSto PUPOJ PSiirc Operatorj Qenccjitor, Punp or Ccnptcs'-sor j
PoSacy DrSXi TonJec (oil ! ielO) < SkipiodiJer - wheel type up
to I/? yd. .without attachments* Soils Fluid Techn Iclin; Tar
Pot rlrcsuni Tuapacary Hojtino Plnnt.; Tcenchlng (Uchlne Oiler;
Concrete PUSQ Olle: (truck ucunteJi
Croup jt Ford Ferguson (with dcagtypo jittachnenta) ; liell-
copLet rudloajn (ground); Power Concrete Curing Machine;
Power driven Jucbo Foria Setter; Stationary Pipe Wrapping
aiu! Cleaning Machina; Cradill Olisr; Sur90 Tank «nJ Height
(Hot riant); 7ritncbec Ollor (toundat Ions) ; "ruck
Group 4i Asphalt Plant Flreraan} Uorlng Machine; Chip
Spreading Machine; Concrete FU.TSO Oporaioir; Oinkoy Loco-
Eotlva or Hotorcan (10 ton); ll'.-l icc.pt sr Hoist; Utq'iltna
Ciblcivay Sl^naisar.; Power Swseper; Tcs.-ichlng Mj<;hlno (up
.to 6 ft.); Concroco Punp Cyerctor, truck counted; ttoJiajn.
end Chilr.sanj Uoliccptor f-.ajloican
Crovp 5i A-Cro.ie K'nch Truck Operator; Asplialt Vlafit or
Concroto Catch Plant Opccjtor ("hera coaiiorclal pci'er If
not used, no leas thjn one Generator Opjcaior la toquiroJ);
Asplult Spreading lljchir.-j Operator (jprcaJer Bar anj alailar);
Dlt Sharpener; lio^uan or Klx«rman (jsptialt or concrete); Con-
crota Joint Machlna Operator (canal and slntlar type); Con-
ctelo Planer Oj-otatoc; DccrlcKiaan (olKlslJ type); Orllilng
Mnchlns Operator (IncluJir.Q water walls); Equipisent Greaser
(r'.oblle sniS Grease !!jckj; yorklift Operator (over 5 ton capa-
city); l!ydro-hjm,i;<ir - Aero Sio:uperj llydro^r^pl. Ic See^-^r Ma- .
chine Operator (straw, pulp, or soeJ) j Machine Tool Operator;
Hb.jlnnla Internal Full Slab Vibrator; Hechanlcal Finisher Ope-
rator {Concretc-Clary-Johnson-Dldwell or siallar); Pavement
Breaker Operator (truck counted, oiler required); fioaJ Oil
Ki.iln-j Machine Cparator; Fiollc-r Operator; r.033 Carrier Ope-
rator (jcbsite); Self-propelled Tor Pipelining Machine Opa-
'rator; Shlplo;;der Operator (wheel or trtcX type over 3/4 yJ.
up to and including l'i ydj.f; Sr.lpioaaer - Ford Ferguson up
to 3/t yd. ulth drag itt-ichaiontsj Slip ?ota ?urep Operator
(pover driven hyurauiJc lifting Jevlca tor concrete forma) ;
Screed Operator} Stinger Crcnu (A--st in-Wcatern or slrcllar
type); TravoXtng Pips trapping. Cleaning and tending Ha-
ctiSne OpcrAtorj Tsuct type" toadcr; Tu^gcc Uolat (1 J:un)
0!
W
Rns;i:;t»:r / Vol. -1(5. No. 102 / Frid.iv. Ai:;.:nr;t 21. 1001 / Notices
DC::SIO;; :;o.
t-O'.IEK EC'UITMENT . Ot'CKATORS
Page 8
(Cont'd)
Csi'-jp 6: Asphalt or Concrete Plant Engineer; Asphalt or Concrete
rereading Cr-erjtor (t.i;-ping or finishing); Asphalt Paving Machine
C:j'.rol<.'r (Uirt/or Grc-.-.i or sinilar type); Automatic Curb Machine;
£;<.-! I Sflictt-cc Vulcur.izor; Ct!L Lina Road. Factor; Wogner Pact.or
or similar Operator: I'c idgo Crane Operator; Bridge type Unloadcr
drc! T.rr.tut- lo Cpcr.itor; Car t- in-place Laying Machine; Combination
K:x'r J'id Compressor Cprrator (Cunitc work); Concrete Mixer; Ccn-
cr«.-tf V.ixt.r Operator - paving (Oiler require;!!; Crane Operator (up
to ar.J i-.clcilin.i 25 ten cjpjci ty) (Oiler required) (Long Deem !'ay
or:-1! i -atle) ; Crushing Plant Operator .(Oiler recu i red) (where com-
r.ctcijl rower is not ccvrt, no less than one Generator Operator is
ro'ijjredi ; Ccck E-..jir.e Operator; CrilJ. Doctor; -Elevating Grade Ope-
rator; Orjrrj'.l Operator (Oiler required); Grade Checker; Grouting
Hsrnir.c Cpcntcr; Cuiru F.j i 1 Fcsr. Driver Operator; iloavy Duty Pe- •
rairr.jr.: l!cist Cpu-ratcr (single drurr. - tuck lioist - Chicago Boom
c.~i iirilar tyre) ; -Hoist Operator (2 or 3 drum); Kolir.cn Belt Loader.
£"•' ci.T-iJrir tyre (when two or r.ore are working tocothtt' an nddi-
tir.r.il c-p'.cy^-o sl-.jll t(? re=uircj)m: LsTo-Tiipau Blob Compactor or
si::iljr typv; L:it v.obile Operator (Cil'cr required); Lift Slab.
Kachir.ff O;icrotcf (Vj.;-t.crg and si.T.llar types); Mr.tscial. Moist
Cptraior !l drux) ; NJC'.. ing Machine Operator (1/M yd.) (Oiler
rei^ir eii) tr'-L:ir-t ire:! , rail or .crack typo); P.ils Driver Ope- '•
rater (Oil^r r cijui red; ; I'necrratic Concrete Placing Machine.
Cp<-rjtor (Iljcv.lty-r:c_^-..-ell or similar typo); Pneumatic [loading
Shield (t-jnnc-1); Fu-pcrtte Gun Operator; Polar Gantry Crane Ope-
rator; ."ota.-y Drill Coeratcr (excluding Caiscon typo) (Oiler re-
q'.:i:C'J); ".ct.t'or- 1 ired r.nrth Moving nquip.7io:rl Operator (single
c.'-ina-- Caterpillar, L'.iclid, Athey Wagon - '.-later Pulls and sl-
T.ilir <•'/'.'•- vlih any ar-J ill a ttochinen ts up to $0 cu. yds- struck)}
fcuM'.cr- 1 ir'.-'J Scripur O;:c-ralct (self-loading paddls wheel type -
Jo:.n Docrt 1C-! and similar single uni t) ;. S'r. Iplcadtr Operator
(w!,'.--l cr track tyft, over 1 h yds. up to and including C>s yds.)»
Stir.^er Crar.t (Aust in-;.'es tern-Pott ifcone or similar type) (over 5 •
tons); Surface llc-atcrs ir.ri Manor Operator; Tractor Coriprensor
Or i ! 1 C:>Tr.i-at uv-i 0;<-rjtor; Tractor J-.ecaloi (Soil Doitr, Tai.ipisfi
i'ctjp..-r, inu' rush Troctot, si.njl* engine); Trenching Machine Ope-'
ritor (ever 5 It. depth capjcity .- nt-nuf actur era rating) (Oiler
req jirc-d) ; Tunnel Loco:; nt i ve Operjtor (10 to 30 tons); Universal
tq-jip.'-c-nt Cr.'.-rator (Ciiovul. Bockhoo, Dragline, Clamshell, up to
end inelu.iinj 1 cu. yd. M.K.C.) (Oiler, rtqaired) (Long Doom :Joy
ipplicat.-le) ; v/'tldc-r (jericral)
DECISION NO. CA31-5K3 _' • Ta-jo 9,
POWER EQUIPI-5EMT OPEHATORS (Cont'd)
Group 7: 'Automatic Lineau Tension Kaehlno (2 Operator rccjui red) ;
Crane Operator (over 25 tons, up to ond including ICO Ion H.U.C.)
(Long Boon Pay applicable) (Oiler required); Derrick Banjo Ope-
rator (Oiler required, up to 100 tons) (ov<.-r 100 tens, Fir'.iran or
Oiler required); Dual Drum Mixer (Oiler required)) lloict Operator
(2 or 3 drum with boon at cocdtnc-ntj ; Moist Operator (Stiff Leg, Guy .
Derrick or similar type up to 100 ton capacity) (Oiler required,
Lcng Dc'O.Ti pay applicable); Loader Oporntor (Athoy, Euclid, Sierra
or similar type); Monorail Locomotive Opuratcr (ciieci:!, gao, or
• electric); Motor Patrol - Dlsdo Operator; Multiple tnTine Tractor
Operator (Euclid ar.d sinilar type, except Quad 9 Cat); Fr L— a tressed
Wrapping Machine Operator (2 Operators required); P.ubbor- 1 i red Earth
Moving Equipment Operator (nultlple engine, Euclid, Caterpillar and
sinilar type up to 30 cu. yds. struck); Tractcr Loader Opt-to tor
(Crawler and wtyci type over S^ yds.); Trictor Operator (boc.i
attachments) (over 40 ft. boon. Oiler required); Tower Crane Ope-
rator (two Operators required.",' Tower Crane I'.epa i rirjn; Universal
Equipment Operator (Hhovel, DcckhoR, Dragline, Clomsholl/ over 1
Hepairr:jn
gxil 1 Equip-
yd. K.R.C.); h'elder - Certified) Koldcr-K'.'avy Duty
Co.'rbination; Woods Mixer Operator and other si.-riilar I'u
rri c n t
Group 3:. Auto Grader Operator (on? Grr.d: Checker and one additional
employee required); Automatic Slip Form Operator (Grade Checker ar-.J
one additional employee required); Crane Operator, (over 100 tons, /
. two Operator: required, Long Door,! Pay applicable)! Mar.i Excavator
Operator (two cr more Operators arid Oiler required, less th.in 7*0
cu. yds.); Mechanical Finishing Machine Operator; Maliilc Forr,
Traveler Cporatocr Motor l'at-ol Operator (multi-engine); ripe
Mobile llachlp.fj Operator (tw-.- Opr;?otora required) f Fiuliber- 1 (i crlEarth Moving Equipment Operator (multi-engine, Euclid, Caterpillar,
end similar type over SO cu. yds. struck); Rubber-tired Scraper Ope-
rator (pushing one another without Push Cat, Push Pull - 5.50 per
hour additional to base rate); P-ubbcr-t ired Solf Loading Scraper
Operator (paddle wheel - Augor type SclT Loading, I or more unit...;Polar Crane Operator; Tandura Equipment Operator (2 units only); Tar.-
den Tractor Operator (Quad 9 or sirailac type); Tunnel Mole Dor in?
Machine Operator
Croup 9; Canal Liner or Trimmer Operators (not less than tour (4)
employees required - Oiler, V.'clder - Mechanic and Grjdc Checker);'
Helicopter Pilot; Highiine Cableway Operator; Remote Controlled
Earth Moving Equipment Operator (no one Operator shall operate more
than two pieces of earth (roving equipment at one time) (51.00 per
hour additional to base rate); Wheel t'xcjvator Operator (ever 750
cu. yds. per hour, two Operators and cne Oiler and two Heavy Duty
Repairmen required)
0ton>
Hefuslcr / Vol. -1(3. ND. 102 / Friday. August 21, 1931 / Nolices
DtCtSIOll KO. CA01-SU1. [ p 10
K3KLK SX'UlPMErlT OPERATORS I
DREDGING
ti:,'Jc»ullc Suction
i-CVEWIA.1*
H«ldt-t
svii;cr.".A:i {Stern Winch oc
0 c tf J <-; c )
l>;>:iC»MAJO OccV.hanOj FlrtnamOil.f; Luv
c.ihell DroOaes}
! L'VUvlAN
O-.U
H...I,
X.ui Hi*
See Mod. No. 2
See Mod. No. 2
OECISIOlf (JO. CA81-314J U
7RUCS DSIVESS:
gswt
K...I,v.,,.
553.91
! H.ll1-5.31
14.51
55.5113. a
51.35
1.33i. J5
1.35
1.351.35
F,..,.t».
,
?1.651.6$
1.551.55J.65l.£S
$1.00
1.001.001.001.031.03
,
I*,;.....
•.„, r,
.10
.10
.10
.10
.10- .ic
Croup ?>
Ctoup 2
Croup 3
Group <
Group 5
Giccp 6
Group 1» 2 axlo Cumpsj 3 axlo Flatbsd; Bunkoraanf Concrcto Punpin^t
Induotflal Lilt} Kacohoudcnar.j Potklitt, uniier 15,000 Iba.
«
Croup 2i 3 asda Dump) } axl« Flatbed/ 2 axle Hitcc Trucks} ETr.ostn
Control floizlecani Dueipcr«to, Icja thin C^ yds.) ForKli't 15,000
Ibo. end over; Ptell.t Plgolinc wor^sn'3 Truck Diiveri RojJ Oil
Sffoa.ut.-ci Coiuont Distributor or Slurry Driver; Eootajni P.oia
Carrier
Group 3i O££-ronJ Dump, unJcr 35 tons> 4 axle but leas thin 7 axt«j
Z-owbcj and Tralleti Transit Mis, under 8 yds.; 1 axle Water Tiucus?
Ecojin Control^ Grout .Sixjrj Duo^crcta 61 yds. ino ovei j Dois^aCsiai
DH 10's, 20's cn<3 over; Fuel Truck and Dynaaitej Hinch, 2 a<l*;
Truck Grcaacjc
Group 4-1 O££-roa<3 Duxp, 35 tons and ovccj 7 isle or aotef Transit
Hi*, 8 yds. and over; A-irame or Swedish Cranes; Tlteisjn; Hstsr PuiX
•Pull Tjnkersj KalcSccj Hlnch TCUCK, 3 Axle or mort
Croup 5: "ruck RcpaltEan
Croup 6t .Traffic Control, alSo Suarapets and Pickups
I . . • '
OnllatscJ claasUIcatlons naou*d for uork not included within the
scope ot th« classHlcatt'ons Hated ojy bo adJcd after award only
to p:ov (<]<!<! in tba laboc otanJards contract cljuaoi (29 CFR, 5.5
a-
n>
£>
Modification No. 1
,CCI5tC!l HO. CASI-5IO - Mod. !l
\tl I'k <iS?i - August H,"
IS31)
San 01*50 COUACV,
. " .-
is rpcntef a :
hUi-rlsht., Pnaum«tle
Millars lUrOvcod
riosrliyors —
El«vi!-. = r Constructors-Lst;.«rs
Pilnconi
Bcvsii, Paln'c Burnar
Bcuch (Swing «tJ<3a),
S'.iriy
r«por r.snqoc. Spray
iSwl.Tq St*qo)
ota^al i Icon, steal
«rvJ briJijc pilntori <
(*win;j stJgc) ; Iron,
MCcil ind Oridqj
pjMic*r, Sproy (swim;
ttj~e j
• SiniblJitcr; Iron.
i; t ;»! I * nd b : i 330
p.Jir.cer t^roundvotkj ;
Ircn, Jicel ind
orUqo piir.nrs. Spray
clitrmr.g srcfll; Srustl,
• cl ln.tir.ij str. el i *nd
brid.je: Spray,
cl ir^ji .-!•} steel And
br idqt
StCKC 1 C )JCH
T^rr-s:io worSecs
Til* S«tcers
tun . f,lM.«,..|.,,P.,
H i 1
*
'.^.<.«..
— See Mod. No. 2 •
• ItIS. 67 } 1.345 ! 1.035 j « 1 .035
Sec Mod. No. 2
16.74
15.59
17.24
17.49
17.43
18.35
15.39
15.59
•
1.23
1.73
1.23
1.23
1.2J
1.2JI. '00
1.00
1.78
1.78
1-.7S
1.73
1.78
1.79l.ao
1.30
.75
.75
.75
.75
.75
.75
.37
.07
.07
.07
.07
.07
. .30 .
.30
j ra .u*? *r11
I 1"
1
37
t SLi "^
f C3
3 — ~
I ^*
i ^Nl
C1___
""
I 7
1 ?"r*"i "_
\ ®
e r»
i ^
| lt>1 "*
1 -°
1 ~*
§
.2o
n'(3
'J1
<~\aii^
Modification No.' 2
DECTSION HO. CA81-51J3 - Mod. 12
146 FK 42591 - August 21, !98~T)
San Diego County,
California
Change;
""Carpenters:
, . Carpenters
Hillvrighta; Pneumatic
Kaiior; Hardwood
Floorlaycrs
Piiodrivcrs
Divers:
Divers
Stand-by Divers
Tenders
Prywall Installero
Drv-wall Finishacs
Lathers
Fo'wcr Equipment Operator
Group 1
Grcu? 2
Group 3
Group -4
Group 5
Group 6 . .
Croup 7
Group 8
Group 9
Power Equipment Operate
Dredging (Hydraulic
Suction Dredge)i
Leverman
Watch Engineer; Welder
Deckmatc
Viir.ch^an (Stern Ulnch
or Dredge)
Bargeman,- Deckhand;
Fireman; Oiler;
Lcveehand
(Clamshell Dredges)I
Leverman
Watch Engineers
DocXmate
Dargenutc
Bargeman; Deckhand;
Fireman; Oiler
r
0 c tic
Roi*»
516.81
17.41
17.05
3B.62
19.31
13.31
IS. 20 <
is. 20'
"15.10
13.38
15.67
15.31
IS. 03
1C. 14
16.25-
15.1316.55
16.95
16.37
16.37
is. e2
15.53
16,95
16.37
16.37
15.89
15.28
H & V
SI. 11
l.'H
I.U
1.111.111.111.11
>ee Mod.
1.11
1.25
1.251 .?5
1.25
1 .?. 5
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
1.25
F,!.,. B«.l
51.75
1.75
1.75
1.75
1.75
1.75
1.75Ho. 3
1.75
2.95
2.952.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95
2.95 .
H P.r«,,
1.17
1.17
1.17
1.17
1.17
1.17
1.17
1.17
1.17
.92
.92
.92
.92
.92
.92
.92
.92
.92
.92
,
ElJuconon
Appi. Tr.
.07
.07
.07
.07
.07
,07 '
.07
.07
.14
.14
.14
.14
.14
.14
.14'
.14
.14
.04
.04
.04
.04
..04
.04
.04
.04
.04
.04
OJ
U3 .
CD
to
Page 43
Federal Re^slcr / Vol. 47, No. 44 / Friday, March 5, 1932 / Notices 9531
•WnattttOaK
Modification No. 3
DECISION tlO. CABJ-ji^n - tjpd. S3.
T4"iTfu HsvlT - Auquutfil'. ' .• issx:
San Diftjo County,
California
Chitncai
AaESstos Workers
Boilsrcakers
' Dryvall Finishers
Ironworkers;
Fence Erectors
Structural, Ornamental,
Reinforcing
Pltsteicrs' Tenders
PlUEbcfrB; Pipefitters;
Ste^iifittaxsj Air Con-
dition; Refrigeration
C |
Km!'
$19.25
19.61
17.74
14.EE
15.75
15.93
16. E5
ri n5* u*««iiti r«/«»M»
• H.V
1.30
X.30
1.23
1.44
1.44
.87
106
1.49
1.25
•1.78
3. SI
3. El
2.S7
l£fc
1.00
.75
2. SO
2.50
1.00
13t
A^>f. \r.
.07
.04
.07 '
.12
.12
3/4t
T i i i 1
.Page 44
SECTIOX 5 CLAUSE
/#?**, ' • i » " • ' 'w '•'••.' •A. The work to be performed under this contract Is on a project assisted under-
a progran providing direct federal financial assistance fror.i tlie Dopartr.int
of Housing £1 Urban Dsvelorx-.ent and' is subject to the requirements of Section
3 of the Housing end Urban Development Act of 196S, as amended, 12 USC 1701U.
Section 3 requires that, to the greatest extent feasible, opportunities for
training and eirvployr.snt be given to lower Income residents of ths project are
snd contracts for work In connection with the project be swarded to business
concerns which are located In, or owned in substantial part by persons resid-
ing in the area, of the project.
B. ~'*£he parties to this 'contract will comply with the provisions of said Section
3 and the regulations Issued pursuant thereto by the Secretary of Housin
' ' -• Urban Development set forth in "24 CFR, 135, -and all applicable rules and
orders of the Departcent of Housing Q Urban Development issued thereunder
prior to the execution of this contract. Tne parties to this contract certify
and agree that they are under no contractual or other disability which would
prevent thea froa complying with these requirements.
» ' ' .
C. ' The contractor will send to each labor organization or representative of
workers v/Ith vho.ni he/she hes a collective bargaining agreenent or other contrac
'or understanding, If any, a notice advising the said labor organization or
1«, worker's representative of his/her co:r.'.iitrnents under this Section 5 clause and
FW- shall post copies of the notice In conspicuous places, available to employees
and applicants for enrploynemt and training. -
p. The contractor will Include this Section 3 Clause In every subcontract for '
work in connection, with the project and will, at the direction of the applicant
for- or recipient of federal financial assistance, take appropriate action
- pursuant to the subcontract upon a finding that the subcontractor Is In
violation of regulations issued by the Secretary of Mousing § Urban Developmen
24 CFR, 135. The contractor will" not subcontract with any subcontractor vhere
he/she has notice or kr.ov.-ledge that the latter has been found In violation of
regulations under 24 CFR, Part 135 and will not let any subcontract unless the
subcontractor has first provided It with 2 preliminary statement of ability
to comply with the requirements of these r emulations. -
E. Compliance with the provisions of Section 5, the regulations set forth "In 241
CFR, 155, and all applicable rules and orders of the Departnent of Housing §
Urban l)evelop;;>-nt Issued thereunder prior to the execution of the contract,
shall be a. condition of the federa] fi::sr;clal assistance provided to the
.. ' project, binding upon the applicant or recipient for such assistance, Its
successors and assies. Failure to fulfill these requirements shall subject •
the applicant: or recipient, its' contractors and subcontractors, its successors
and assigns to those sanctions specified by the grant or loan agreement or
contract through which fed oral ossistr.-ice Is. provided and to such s
as arc specified by 21 Cri?, 135. '
0X3 Aooroval No. AA-R1.396 Page 45
. STANDARD FORM - 257
(Aug. 1976)
AB prescribed by the De'pt. of Later (C?CC?)
< • Reporting Period .
MONTHLY EMPLOYMENT. " (Month, Year)
UTILIZATION REPORT
(See reverse for ir.structions)
--if-*""* report is required by Executive Order 112^6, Section 203. Failure to report can
re'3W.t in sanctions which 'include 'suspension, termination, cancellations or debarment
lof contrac t . .. - -
To: (Kane and location of CoEipliar.ee Agency
Asst. Reg. Admin, for Equal Opportunity
U.S. Dept. of Housing & Urban Development
450 Golden Gate Avenue, Box 36003
San Francisco, California J4102
1.
*
Company3 o Kame ( I. D. )
i* • .,-^_ . • -t•\*>
i
•
:
*>%•>»'
2.
s
Trade
•
• •
From: (;:a~.e and location of contractor)
3.
Work Hours of Err.ployner.t (See footnote)
Classi-
fica-tions
C — 1AD
Tr
C
• AD
Tr
C '
An
Tr
C
AD
Tr
C
At)
Tr
C
AD
-Tr
C
AD
Tr
C
AD
Tr
C
AD
Tr
C
AD
Tr
C
/• D
T r
^
To
•
tal
7. CoMjiany Official1'.; .Signature wv; 'livlo
v, ,
b. *
Black
c. *
His-
panic
1
Cl . *
"niiar.
e. *Asian/
Pacific
island .
,ii
8.
'
Date Sisr.c-ci •
* *-
Total
^>o_T.ale
*' %
mino-
rity
w/h of
total
w/h
5-Total
number
of
minority
Enploy -ees
-f.
!
6.
rotal
lumb t r
of
E~^ r-l^iru, y-^-V -
ees
—
9- Vclephonc I;u:^ln;r
•(Include Area Code)
(* Males <lx Female:; ** Minorities & non-minorities)Page of
*<***•'•
Page 45
INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (SF-257)
The Employment Utilization Report is to be cornp-le ted. by each subject contractor
(both prime and subcontractors) and signed by a responsible official of the
company. The reports are to be filed on the day required, each month, during
the term of the contract, and they shall include the total work-hours worked for
.each employee level in each designated trade for the entire reporting period,
The prime contractor shall submit a report for its aggregate work force and shall
collect and submit reports for each subcontractor's aggregate work force to the
Federal Compliance Agency that is funding their construction project.
Reporting Period Self-explanatory.
Compliance Agency U. S«. Government contracting or adminis-
•'••.' -, tdring agency responsible for equal emplcy-
..•••'• . . .- : • ment opportunity on the project.
Contractor Any contractor who has a construction con-
tract with the U. S. Government or applicant
' (See OFCCP Regs. 60-1.3).
* * ' -• • .
1. Company's Name .......... ~ Any contractor or subcontractor who has a
federally involved contract.
2. Trade ......... Only those crafts covered under applicable
• • Federal EEO bid conditions.'
3. Work-hours of Employment ... . The total number of hours worked by all
. '. employees in each classification; the total
"' - • number of hours worked by each ^minority
• ' group in each classification and the total
work-hours for all women.
'» . ' " '
Classification ......... The level of accomplishment or status of
the worker in. the trade. (C = Craftworker -
Qualified, Ap = Apprenticet Tr = Trainee)
4. Percent of. minority work-
hours of total work-hours
5. Total Number of minority
employees ........
6. Total Number of Employees
The percentage' of total minority work-hours
worked of all work-hours worked. (The sura cf
columns b, c, d and e divided by column a.)
Number of minority employees working in
contractor's aggregate work force during
reporting period.
Number of all employees working in con-
tractor's aggregate work force during
reporting period.
* Minority is defined as including Blacks, His,panics, American Indians and
Asian and Pacific Islanders - both men and women.
CPO B09-ZM
'ft i;s cnyn;;:y.Ffir ,p»rtin:,r. r.f-nrr-
,,»*»»w-
Page 47
6500.3
Exhibit 2
w
C-KAKV ftfOC-dAM
K'S CEkTlFlCATtOH
COHCERKUIG LA&OR STANDARDS A.KD PKEV/lLlh'G WAGE REQUIREMENTS'
TO (Appropriate flrtifitntff
"e/o :
1. Tbfr undersigned, having executed » contract with • , . - _ -._ ...
T , , _ ^ n-_.__1.._ j-...—_^-U—^r-.^--.-^.—n-^-.-^** lk* confitraclion c>f tke pl^»ve^.j<f*nt!fj«i project, scknov-'Je^gcs tJiat:
(B) Trv? t^jboc'StffKUrrfv provisions »>rfr included in tSr afort*»iii conlisct;
CO Csxrecttoo of any Infitfctioan of llifi- sforr£«id ccrvijtior.s, including in 11 »cl i on» by uny of his subconlfftct&rs a.-*d
*ny lower tier suLconl/^clM*, £a hi* irtp<xvtibi!ity;
JL H> c»r.ifT»» tUt! ' "" " ' " '.
(») KritStr be nor *ny firw, jwiin^rnliip or es^ociatkxi Li vhich Kt h«s st)bst*iilU! it.tcr*j.t ii drsi&,-\8t*<l is an
cf lT*c S^nefwty ol Ljobo/, Par*. S f^5 Cffi. fcrr 5) ct puricsrt to Section 3{a) of the E>» ^is-B^cxin Art, ss
ft»coded (*O U.S.C. 27&n~?(o)},
(b) Ko p«il of tHe r,foremtnti(Xit-r1 contract lies b*rc or wjll be r;ubcofi!racttd to any eubcor»ti*ctor if such sub-
cortrector en «rty firji, corjx^istica, j>annetshi*» or *i5C-ci^tiofi in w/hic!i sacli st,Vcor.tr«tclor ^ss K n:b5.tcr.tirfl
iMfri«sl is de-sij7i»t?d »E en ck-lipbl*- contractor p*;rs»;«nt to any of the *.fc;e^eriliorrfd ifgcU-tcry or p'.at'jtcry
provisions.
3. He cjfi-es to obUtn «n-J forward to l>,e «forf:ncnL;oned rtcipj^nt within terv C"*VT* ^ftcr t'ne eitcatioo of riy s jt-.onV-act,
Includirig tKr-f» i^xc-cutrd by hif> rubconliBClori »nd any Icn*er tier rubconlr»ctors, B Subc&ntrtCior's Ceriirjcr-tioa
Corcrrniny L*bor Stsftdenls and Prev»iling Wr-ge Rcquirrr-*nts ncecolfd by the eu been tractor*.
4» ii» c»rTf(i»i {^ot:
(o) IS* Ugol rant ond trt« bi/ii'vuit t>iiif*ii ol tn« v^itftts -j^c-d e-e;
• ' .
(ll A HHOLC rROf-rtieroniMir*
(31 AT AtxYM t»4M)l* ' (<lGTr<CltONGAMIX A,T)Of« {ltctfftt>ci
(c)
Page 1 of 9/75
HUO-Wamh., U. C.
Page 48r6500.3
Exhibit 2
HA«E
•
»oox»>
*'.•
•
-• NAME
V
A00«-»T^OrCLATUFlCAT-OM
•
- •.
\
,
Dot,
(Contractor}
*, S*,-l.lo« 1010. Tt!l* JS, U.S.C,,
9/75 Page 2 of 2
.. D. c.
< = Sf 0'"- HOUiINO -VO u;<i.'Ai: v»rv;s.Oi'n = NT
COMMUNITY DEVt-LOP)A:HT BLOCK GKAHT PROGRAM
' SUBCONTRACTORS C£RT!FICAT!OH ' %
•JNfiJG LAEOP. STAHDAP.DS AMD PP.F.VAll lrl_G_V/AC_E REOUlREMEflTS
I o-f Z
Page 49
TO (Appropriate Recipient}:
c/o
DATE
fiCT NUKOH.H [If or.yl
fnOJECT NAME
1. The undersized, having executed a contract «/ith.
for —|'.\ e tu f * o/ iVo.-fcJ
In the ar,iouat of S
in the.- construction of tlie above-identified ptoject, cettifiss that:
f- (a) The Latior Stundatds.Provisions of The Contract For Construction are :nc!ud-_-d in the aforesaid contract.
(b) t'eitnet he nor ar.y firm, corporation, partnership or association in which he has o s^bstunlia! interest is
designated cs an ineligible contractor by the Corr.ptralle: General Oi the United .States pursuant to Section S.6(b)
of the Regulations of the Si»cteta:y of Labor, Ps:t 5 ^29 CFR. far; 3), or pursuant lo Section 3(a) of the- Davis-
• Bacon Act. as arnendedY-0 0.5;C. 27Cj~3(a}). • . •
(6) 'No fioit of-the aforementioned ccntrs'ct has bear, or will be subcontracted to any subcontractor if such
subcontractor or any fircn, corpoiation, Oartntrship or association ie which such sulxroattrctor has a
substantial interest'is.designated as an ineligible contractor pursuant to the aforesaid regulatory or
statutory provisions.-
2. He agrees to obtain and forward to the contractor, for transrnittal to the recipient, within ten days after the execution
of any Io'.vei subcontract, a S'jbcor.tnctcr's Certification Concerning Labor Standards .ir.d Prevailing Wage Require-
ments, executed by the lower tier subcontractor, in duplicate.
(a) The v/oikmen will report for .duty OP. or about.
3. .He Cf-rtifiys the!:
(o) The It90! nsrne end flic l-jsiness orlaress c-f ihe ur.c'crsianed c.-;:
. (W The un-eriiijned is: " . * ' '
(H A SINGLE PftOf'rtl ETOflSMIP:
(21 A PARTNEnSHf*:
(31 A. CORPOr; ATIOU O 3C AMI? EO IN THE STATE OF:
(«) OTHER CifIC ANIZATIOM ffitlniM) ' '.
(c) Trit no.Tic, tiilt end cJdri'js of the owner, pcrtne'j or cffictts of l!it
MAME Anoness
(d) Th» n;mci cnl ciiJfc >%cs oi all oi'oer pcf.o.M, IjiiSo.io t'nc rr.Jvfr at 1:13 intcrnl eft (l( r.n->*. m ,,'al ond C3'p°rj|c, hoving o in the vo^i Pr-^u >ori
• MA !•! =
•
•
• *o:,«Cw . .
*
.
•
M*,TUf<C OF I.NT CDt'T
Page
•
"
-
• . •
\t-} ill* nemos, ccc'resS'i} end tr^ds classifications or all olpef-fcuilciin-j construction cotUractofi in vrTicn ihc tr.c^rsigncti .^as
o 5ui> itpn.'ial inlcrijsl. ors (If r.^n<:, so si^'.'.l"
«AV.E
'
'
'. • ' •
•
' •
ADOP.ssr.
„
• :•
,
.
TRADE CLASSIFICATION
I
.
*
-
50
5u I COA trnctorj
Dy.
(jifnaturel (Typed .Vom.-
U.S. Cfi:nin..t Code, Section 1010. Title 15. U.S.C., provide! u> p>it: "Whoever. .... makes, p
ilme^-.rnl, knowing Uie >»mc lo he (il<; ..... shall be fined n»l oorc (San S3. 000 or iin^asooc
-stes. uttcri, or ,-jbUs!ie% a
<i« moic llurx t->o ycjrs, or
S" -a
•>
• o-
WRCU
Qj
—I,
zuzcrLI _J ..I ««
-o
QJ
-
!,._.. . , ,_....-..
1* IX.
«.,.r . .1. ,..<..<..,»...
'"-"'-»-•-»
. I..- T%.*,11
,,MS..,V^,,.d.^nd,,.^.-
fl S',"iL ."*3 T, 40 U.JVC- If -i" ',• <'-J i*»«
•IvUvl W W fwb*1l1*J ti>f tilt •Wvf
A,,r,..-.W.,41,. U..W
(V) v/nrns rxmot &r.Szrm ARC FAID IM CASH
• CD — *•«* l*Vo™» flf r-«V»»le U»tW U IXt »\»»«
ttir t*m *f ttff
t») WIM.HT KKiNRf TlCWKflTS AH« TAtW TU AFrAuVt.1V
ox rxuoiMMS •
I'.i'wJ In Vht iVvvt rfftrncW ptyroll,
l«f IIM« .^4_t^.«MU» | MI-VO,
-aGJtore
Ul
U1
fO
Cu
m
o
LUI; TV.* uk, •( VII i<J. r*iTrtll In,*, It fell •.*».<.
U.S.
A>l& NCXJS X>!0 CUILIC COKIUxCTi
it centime nrnu rua. BJ-M?
tft(7 TKi* frflb V»4 t**t M.At k.»l)'
n<Mlr*4 tf lls.If r.-V-.^l n( /• *.V.,.!'.;.
*»,MV..« »i (*,* in 11..* »f IrUf.
TV<» ftr^H ^r«•l•i<•• /«( (K* c+iMrtrUr1* «V.n«|r\i ^^ •><« f*'* •' l
r,K.',.-r,;M i*r«->u i* IA.U/*!* ix*i k» i» r«i"-» Mfcc* w«*nt* u4fllUr« tt.4U M *-t-J MI IxU-M *,O
>v !'•
i«<UI
5«i.k-
* \ »n4 i *p** | it ,
!H> llt?4-i
NCf. Ul-Ktl'ITS"
• K»t W*n jtm*litv< Wl<r*'*iIt «U ii-*-Kicit**» i**^* *<
f><Mt«<U-*» <HU<nA U IhU
8
u?i
: o
&0
.Page 54
CLEAN A.IR ACT
Contractor agrees to comply with all applicable standards, orders, or regula-
tions issued pursuant to the Clean Air Act of 1970 (k'2. U.S.C. 1857 et seq.)
and the Federal Water Pollution Control Act (33 U.S.C. 1251 et. seq.) as
amended. Violations shall be reported to the grantor agency and the Regional
Office of the Environmental Protection Agency.
Page. 55
,
INSTRUCTIONS FOR PREPARATION OF
STATEMENT OF COMPLIANCE
This statement of compliance meets needs resulting from the amendment of the Davis-
Bacon Act to include fringe benefits provisions.- Uncier-this amended law. the contractor
is required to pay fringe benefits as predetermined by the Department of Labor, in addi-
tion to payment of the minimum rates. The contractor's obligation to pay fringe benefits
•may be met by payment of the fringes to the various plans, funds, or programs or by nuk-
ing these payments to the employees as cash in lieu of fringes.
The contractor should shp'.y on the face of his payroll all monies paid to the employee^
whether as basic rales or as cash in lieu of fringes, the contractor shall represent in the
statement of compliance that he is paying to others fringes required by the contract and
not paid as cash in lieu of fringes. Detailed instructions follow:
Contractors \vho pay all required fringe benefits:
A contractor who pays fringe benefits to approved plans, funds, or programs in amounts
not' less than were determined in the applicable wage decision of the Secretary of Labor
shall continue to show on the face of his payroll the basic cash hourly rate and overtime
rate paid to "his employees, just as he has always done. Such a contractor shall check-
paragraph -1(a) of the statement to indicate that he is also paying to approved plans, funds.
or programs not less than the amount predetermined as fringe -benefits for each craft. Any
exception shall be noted in Section
Contractors who pay no fringe benefits: ' . _ ,"
A contractor . v/ho pays no fringe benefits shall pay to the employee and insert in the
straight time hourly rate column of his payroll an amount not less than the predetermined
rate for each classification plus the amount of fringe benefits determined for each classi-
fication in the applicable \vage decision. Inasmuch as it is not necessary to pay time and
a half on cash paid in lieu of fringes, the overtime rate shall be not less than the sum of
the basic predetermined rate, plus the half time premium on the basic or regular rate plus
{he required cash in lieu of fringes at the straight time rate. To simplify computation of
overtime, it is suggested that the straight time basic rate and cash in lieu of fringes be
separately stated in the hourly rate column, thus S3.25/.40. In addition, the contractor
shall check paragraph -l(b) of the statement to indicate that lie is paying fringe benefits
in cash directly to his employees. Any exceptions shall be noted in Section -l(c).
Use of Section 4(c). Exceptions
Any contractor \vho is making payment to approved plans, funds, or programs in amounts
less than the v/age determination requires is obliged to pay the deficinecy directly to the
employees as cash in lieu of fringes. Any exceptions to Section -1(a) or -l(b). whichevvr
.the contractor may check, shall be entered in Section .-l(c). Enter in tire Exception colurr.n
the craft. anJ enter in the Explanation column the hourly amount paid the employees as
cash in lieu of fiingcs.and the hourly amount paid to plans, funds, or programs as fringes.
Tor i.iU' t>y llu Supeiiiiuiuli-m »: DtKiiniviK*. I'.S. (nivi-nnium Piiiuini;
\\'.i>htiij;i.'n. !>.(.. >0|OJ - I'lut- V|..'')-JHT p.ul nt loo
S. Oi-.rA":Ti'l:!:T OI' l-AHOfJ
GK /,'-',:) -IOU1I AMl> I'UHLIC
CUc-llllAClS PI VISION li
STATEMENT OF COMPLIANCE Form Appf^vrtJ
Budget lluie.ui No. 11-KIOV3
Page 56
; (N:>:nr of M fjrirUory 'j»Dfly> (Tlllf)
(I) PW: I pay or supervise the p.iyn>cnt of the persons employed by
. t?o lineby state:
(liui Urnf. c>r work)
_. -anc! cndinp. the day of.
; that during the pr.yroll period commencing on tht-- day of ,
•. . 19 . all persons employed on said project have been paid the full
ce!-:ly vva;;cs earned, thai no rebates have been or will ba made cither directly or indirectly to or on behalf of said
.from the full weekly wages c-uned by nny person and !hnt no deductions have(Contractor or sulit:oritr;tclor}
:c-r- mad? titter directly or indirectly from the full \v;tp,es earned by any person, other than permisi.ible deductions as. defined
i Hoj-.u'.Jtions. Pnrt 3 (29 CKR Subtitle ^). isciiet! by the Secretary of L:iV>or under the Copland Act. r;s amended (-!S S'.at.
?S 63 Stnt. IDS. 72 Stat. t'67; 76 St;U. 35V; 40 U.S.C. 276c). <-ind described below:
{2) Thot r.ny payrolls otherwise under this contract required to be submitted tor the J.bove period are correct oivd complete;
:ftj sh? ^D-::e rates for !./"ore:sor :r.echrnics contnLneci thofein are nr.t less than the applicable \vap.e rotes contain^i! in -"any
ii£',e d-'terrr.ir.ation inuo-pC'ralc-d ir.lo the contrcic.t; thsl the classifications set forth therein lor each laborer or mechanic cori-
>mi With the \vorl: he perfonned. . " *
(3) Thr.t r-ny apprentice.^ err-.ployed rn the above period are duly registered in a bor.a fide 2pprer.ticcs.hip prorjtam rerintrred
3th a S'.rite npprenticoship agency recojxoj^ei! by the Durcou of Apprenticeship and Training. United Stater. Dep?.r;::ier.; of
atior. or if no such rfc-of.nircii af.ency exists in a State, are re^istcrc-d with the Bureau of Apprenticeship and Trsinini;, I'r.ited
tbtes Dep-Trtirsc-rtt of J^a'oor. . -
(a) V.'SiERE FRINGE-BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS - .
j | - In addition to the basic hourly wage raies paid to each laborer or-meclionic listed ir. the above referenced pay-
toll, payn-ents of fringe benefits as listed in the contract have been or will be: made to appropriate prc^-roms
for the bens/it of such employees, except as noted in Section 4(c) below.
(b) '.VHKRE FRINGE BENEFITS ARE PAID IN CASH •
~ - Kach Lahore-.- or mechanic listed in the above referenced payroll-has been paid as indicated on the pr.v'roll,
mi amount not !c.-ss than the sum of the applicable basic hourly \vr.i;c rate plus the amount of therequired Irinfo
benefits a.> listed in the contract, except .':s noted jr. section <?(c) below.
(c) EXCEPTIONS . • • '
EXPLASfATIOS
uSl.-.f. A I (.11.1.
> ill >.'x ' '"• ' '• I.' I' !<' A 1 io!i l«f »:• <• r»»nvii fu t: ni'.vfjAi. I-KII-,I.I- oijvti -.M'< •
• <.>'. i ' .
1 M''1 vi. ? i X 1 I • •( ii t ' •«'. v *. .1 • i i.c T nil o on I 11:. r. 1 ;>(• o<« sin*'' G'; l I' *' ' l>!' ' •'
. i it.i. i- ji CM vi;ii «.. /-ni. :-i r i iuu :•.• i c-"' 1 1 % u i .n 11 i MI. u.-d n.c ;. • '.<».-.
Page 57
You must be paid not less than the v/age rate in the schsdulc
posted Vv'iih this Notice for tl)e kind of \vork you perform.
" You must be paid not less than one and one-half times your •
i. basic rate of pay for a!! hours worked over 8 a day or 40 -a •
i week—whichever is greater. There are some exceptions.
,f bl
ffi .M^\
b.\\
^ • Apprentice rates apply only to apprentices properly
• registered under approved Federal or State apprentice-
Ship programs.
If you do not receive proper pay, contact the Contracting _
v Officer as given below:
or you may oc;l in toucli vvilh tha n oarer, t office of tho W.vio and
I loitr Divi'-.io:), U. J".. Dep:u'!rnr-nt of l.;ibor. Tl.o WJCJG nnd Mour
Division !>;v:. ofdcoo in Gcvc-':'«"il hundrcM coninuinitios lliroiifihdiit Jhc
courilry. Th:.:y aro li-.;|.-:d in Hie U. 0, CVn'ctnnionl f.cclion of mor.t
lolopluino dii.','Ctc.r;c:-, linear Dcnartinonl of Lnlxx1. W;IQ'.! ;md i to
Division. I! nol li-.-.tot.l \vrilt: lo A(linini:,lr,i!or, VAi{jo and Hour
Division. VV.>'..l)iiii]((;n,D,C.';.'0::10
r
•Page 53
£-
6500.3
Exhibit
U. 8. Department of Housing and Urban ".Development
Connunity Development Block Grant Pro£raa
R2DE3AL LABOR S7Aii*DA?J>3 PROVISIONS
1. APPLICABILITY '
The Project or Program to which the work covered by this Contract
pertains is being assisted by. the United States of America and the
follovjjxj Federal Labor Standards Provisipna are included in this
Contract'pursuant to the pi-oviaiona applicable to rrach Federal assist-
ance. '
KDHMUM WAGE RATES FOR LABORERS
All laborers and raechanics c-crplcyed upon the work covered by this
Contract shall be paid unconditionally and not less often than once
each veek, and without subsequent deduction or rebate on any account
(except ruch payroll deductions e_s are n_?.de nandatory by law and ouch
other payroll 'deductions as are remitted by the applicable regula-
tions issued by the. Secretary of Labor, United States Department of
Labor, purs"U£u-:t to the Anti-iCickb^-jk Act hea^inafter identified), the
full ariount due at tide of payment ccrputed at vag-e- rates not less
than thoae contained Ln the 've-$s deterc:J-nation decision of said
Secretary of Labor (a copy of vhioh ia attached and herein incorporated
by reference), regardless of eny contractual re 1 at ion ah jp which may be
alleged to exist "between the Contractor or any r.ubcoatractor and cuch
labcxvera and Eechanics. All laborers and mechanics ezrployed upon nuch
• work shall be paid in cash, except that payment nay 'be by check if the
enrployer provides or cecurca satisfactory facilities approved by {he
Local Public Agency or Public Body for the caohi:r.£ of the Base without
cost or expense to the enrployee. Per the purpose of this clciune,
contributions cade or coals reascr^ib^y anticipated under Section 1 (b)
(2) of the DaviB-3iicon Act on behalf of laborers or r;ych=jiiCD CJL-G
conoidered va^o paid to EJUCP. laborers or -ecnanica, subject to the
provisions of Section S-^'GOO )(iv) of Title 29, Code of ycioral
ReG\)latIonB. Also for tlie pvjroosif of this clause, regular contribu-
tions n-ade or cor^tE incurred for nore than a weekly period under planu,
fluids, or progra~.a, but covering ~he particular weekly period, are
deeded to be constructively nade or incui-^ed dxuring1 nuch weekly
period.. . .
3."^ r\\.to OJ
In cauo of undeipayrnent of va^ey by the Contractor or by any
oubcontractor to laborern or cecr.^iic'rj crployecl by- tlie Contractor or
Ruboor;tractor upon, the vork cove:x'd by thiu Contract, the lK)cal Public
'Agency or Public liody in .".rldj.ticr. to r.uch other righto an rx?.y bo at'ford-
ciA it tirsdor thin Contract nhall wLthhold from tJu: Contractor, out of
"any i>:«.y:r.<in* n <3uc the Contractor, r.o r.uc:h th'\r':of'::.u the local
Pa:/: 1 of 9/75
Page 59
G500.3
Exhibit 14
Agency or Public Body nay consider necessary'to' pay cuch -laborers or
mechanics the full aciouut of wages required by this Contract. The
anount so withheld, nay be disbursed by the local Public Agency or
Pub?.ic Body, for and on account of the Contractor or -the nubcontractc
(as nay be appropriate), to the respective laborers or mechanics to
whom the r.a.~e is due or on their behalf to plans, funds, or programs
for any type of fringe benefit prescribed in the applicable wage
determination.. .
U. ANTICIPATED COSTS 0? HffiTCB EEIEFITS
* If the Contractor does not cake payments to a trustee or other
' third, person, 'he nay consider as part of the wages of any laborer or
mechanic the amount of any costs reasonably anticipated in providing
fringe benefits under a plan or progran of a typ'e expressly listed in
the wage determination decision of the Secretary of -Labor which in a
part of this Contract: Provided, however, The Secretary of Labor has
found, upon the written request of the Contractor, that the applicable
standards of the Davis-Bacon. Act have been net. The Secretary of L=;or
. may require the Contractor to wet aside in a separate account assets
for the neeting of obligations under the 'plan or program. A copy of
any findings na.de by the Secretary of. Labor in. respect to fringe benefits
being provided by the Contractor nrjst be submitted to the Local Public
Agency or Public Pcdy with the first payroll filed by the' Contractor
subsequent to rece3.pt cf the findings.
'. $. OVSRTINB CCvCPENSATIOlJ RSO.TJTKEn) BY CC^.rTRAC? VOPZ HOURS AH) SATSTj."
STAisDARDS ACI1 (76 Stat. 357-360: Title LO U.S.C., Sections 327-
33?)
(a) Overt irsa.^onto . -No Ccntr?.ctor or subcontractor
contracting for any part of the Contrac't work which nay require or
involve the cn:ployr.en.t of laborers or cochanics, including watchmen
and giu-trds, shall require or permit any laborer or mechanic in ar.y
vorlivoek in which he is e~ployoa on cuch work to 'work in excess of 5.
hours iii any calendar day or in excess of l;0 hours in Buch work week
unless such laborer or mechanic receives coz.-ponoation at a rate not
less than one and one-half tin:ea his basic rate of pay for all hours
worked in excess of 0 hours in .any calendar day or in exceas of UO h
in o\.>c)i work week, ao the cana may be.
liqv.idatod
onh in p
^
In the event of -,is\y violation of the claurse co^ ionh in parf-vjrap
the Contractor and ;my nubcontractor r^2Bponniblo therefor onall be
liable to any affected 'employee for hit), uripaid v/a^jB.- In addition,
ouch Contiv.ctor itrid oubcontraator uh-all be liable to tlio United States
for Liquidated dam .ige u . Cuch liquidated dar>-.go.o n!i.:Lll bo cor.n:utc-d vith
rcripect to each individual laboror or coc'liani'c enployod in violatior.a
of thy clauoe not forth in paragraph (a), in tho nu;3 of $10 for cuc-.h
cn.lcnd.or d;-.y on v/hich' t;uc5i c-uiployeo wan iv-quii-crd or poj-niittod to work
2 of 13
lAwh., D. C-.
Page 60
^— ^
|(l
} •"•""•.If'
i
6500.3
Exhibit 14
jLn. excess of 8 -hours or in excess of the standard workweek of l;0 hours
without payment of the overtime wages required by the clause Get forth
in paragraph (a). •
(c) yi j ^-hol d in ? ^ f or 1 icu i dat e d _ da:?-?-gg 9 . Tha Local Public Agency
or Public ~r- dy shall withhold or cr-use to be withheld, from any moneys
payable on account of -work performvd "by the Contractor or subcontractor,
cxich misa an niay adciniialratively be deteruir.ed to be necessary to'
catis'fy any liabilities of ouch Ccr.~r-ac.tor or subcontractor for licui-
dated _damagee. as provided in the- clause se-t forth in pare-graph (b).
({^) Sub c on t r a c . t a . The Contractor shall insert in any subcontracts
the clauses net forth in paragraphs (c.), (b), and. (c) of this Section
End also a clause r«cuirir^ the subcontractors to include these clauses
in any lower tier subcontracts which they nay enter into, together with
a cla.une requiring this insertion in a_uy further subcontracts that cay
in turn "be nade. . -
j • . 6. •'UE'LOttEKT 0? APPPJ2ITICSS/D2A2SZS '' '"»*..*.i " "
\ ,^-v,. e. ' Apprentices will be permitted to work at less than', the prede-
j „ ^ t Drained rate for the work they performed when they are es-
1 s-x_^y . ..- •" -' ployed and individually r-c-gi3~ere-d in. a bona fide approntice-
nhip pro^-rsri z-egistered with ~hs U. S, Department of Labor,
j . Manpower Adr-iniGtratior:. Bureau of Apprenticeship and Training,
i • • or vith a State Appronticsship Arsncy rscojpized by the Ihireau,
| " or if a person is employed, -in. his first 9'J days of probationary1
1 . ' enploycent as c'in apprentice ibi s~j.oh an apprenticeship projraz,
j . who in not individually rc-£;.'s-;£'red in the program, but who has
J been certified, by the Bureau of Apprenticeship and Training or
S . a State Apprenticeship Ager.oy (where appropriate) to be
{ • . . eligible for probationary ezrplo;.— ent as an apprentice. The
i allowable ratio of apprentices to journoycen in any craft cDaan
i • fication ohall r.ot-be greater than the ratio permitted to the
| . contractor as £o liis entire •,;Drr-: force under the rogistered
I. • . program, Aiv/ enployee lictc-d en a payr-oll at an apprentice
•J , , ' wage rate, who io not a trainee as defined -in subdivision (b)
j . of this Bubpai-agr.ipli" or is not registered or othor-./ise employed
1 . '• aa otated above, shall be raid the wage rate detornined by the
5 ' Secretary of j*abor for the classification of work he actually
j i , performed. Tho contractor or subcontractor will be required to
1 - ' '' ' '
3 o£ 13 . 9/75
... D. C. , . • •
Page 61
6500.3
Exhibit IA
furnioh. to the contractor.;; of.Ci
Wage-Hour Division of the U, S.
evidence o£ the registration of
veil as ti.e appropriate "ratios
percentages of the jouxuevnan h
construction prior to using any
vork* 'The vage rate paid appre
the Appropriate percentage °^ ""•
in ths applicable wage detoroir
cer or a- representative of the
Departr.ont of Labor written
his program and apprentices aa
and wage rates (expressed in
ourly rates), for the area of
.pprentices on the contract
ntices shall be not lesn than
he journeyman's rate contained
at ion.
"b. ^Tjalneeju Except as provided in 29 CFR 5«13> tra5jiees will not
"be permitted to work at less than the predetermined -rate for
th.9 work performed unless they are enployed pursuant to and
. » individually registered in a progran which has received prior
.approval, evidenced by formal certification, by the U.. S.
Department, of Labor, Manpower Administration, Bureau of Appren-
tice end Training. The ratio of trainees to journeymen shall
not bo greater than permitted under the plan approved, by the
BoreJiix of Apprenticeship find Training. S'.'sr^f trainee uust be
paid at rot lens than the rate specified in' the approved pro-
gran for hie level of -progress. Any employee listed on the
payroll at a trainee rate who is not registered and partici-
pating Jn a training plan approved by the Bureau of Apprentice-
chip and Tra.ining sh-all be paid not less than the wage 1'ate
determined by the Secretary of Labor for the classification of
' work he actually performed. The contractor or subcontractor
will be required to furnish the contracting officer or a repre-
sentative of the W&^e-ilpur Division of the U. S. Bopa.rtir.ent of
Labor written evidence of the certification of his prograa,
the registration of the trainees, and the ratios and va.ge
rates prescribed in that progr-an. Iiv the event the Bureau
of Apprenticeship and Training vithdi-awG approval of a train-
ing program, the contractor will no longer be permitted to
utili'/.o trainees at less tl-.an the applicable/ predetemined.
rato fox^ the work performed xuitil an acceptable''progTan is
approved. ' •
C. Fox?al_r.np.1 oyr.ent Op"ortunitv. The utilization of apprentices,
. triUJieeo tu:d jourr.eyr.en undo:: this part shall be in conformity
vj.th t)ie equal enploycent opportunity ixecuire;r;ents of Executive
• Order in'ljfi, as amended, asid* 29 CFR Part "30.
Pay2 4 of 13 9/75
i., D C.
< ,j$&!*>*>!.,MS*r
Page 62
6500.3
Exhibit
7. E-tPLOYrS.T 0? CERTAIN PERSON PROHIBITED • •
No person'voider the age of sixteen yearn and no person who, at the
time, is nerving sentence in a penal or correctional institution Bha.ll
be employed on the work covered by this .Contract.
' 8. REGULATIONS HJH3UAST TO SO-CALLED ."ACTI-XICXSACX ACT"
The Contractor shall corply vith the applicable regulations (a
copy of which is attached and herein incorporated by reference) of the
Secretary of Labor, United States I'-epart-er.t of Labor, nade pursuant to •
the eo-callcd "Anti-Kickback Act" of"June 13, 193L (L.8 Stat/9!48: 62
Stat. 862; Title U.S.C., Section 3?!;: and Title UO U.S.C., Section 2?6c),
and any amendments 01- codifications thereof, shall cause appropriate
provisions to be inserted in subcontracts to insure compliance therev/ith
by all. subcontractors subject thereto, and shall be responoible for the
eubnrlDsion of affidavits required by sub contractor 3 thereunder, except
&B naid Secretary of Labor nay specifically provide for reasonable
limitations,•variations, tolerances, and exemptions frcn the require-
ments thereof. . .
9. . EMPIiOYI-KNT OF LABORERS OR K3CEANIC3 NOT LISTS) 21 AFORESAID WAGS
DETEHMTKATION DECISION
Any class of laborers or nechanics which is not listed in the vage
determination and which' is to be employed under the Contract will be
classified or reclassified conformably to the vage deten^inaticn by the
IiOCal Public Agency or Public Socy, and a report of the action taken
nhall be submitted by the Local Public Agency or Public Bo-dy, through
tlie Secretary of Housing and Urban I-2vc-lop~er;t, to the Secretary of
J^abor, United States Department of Labor. In the event the intereot.ed
parties cannot agree on the proper classification or reclassificaticn
of s. particular class of -laborers and "echanics tc be used, the question
accompanied by the reccnrendation of the Local Public Agency or pablic
Body .shall be referred, through the Secretary of Housir^ and Urban
Developcentj to the Secretary of Labo";: for final deterdnation.
I ' ' The Local Public Agency or Public Body shall require, whenever the
I iainii;:un wafra rate proscribed in the Ccr.tra.ct for a.claao of laborers or
mechanics include a a frinro bone-fix which is not expressed as an hourly
wage rate r-.r.d the Contractor is obligated to pay cash equivalent of such
j a fringe benefit, an hourly cash equivalent thereof tc be established,
In the event the jLnteivutcd parties csnr.ot a~;roe uoon a cr.nli equivalent
'of the frint?2 benefit, the q\;osticn, cccor.T:-nied by the reco~~endn.tioa
of the Local Public A.ve.'icy or Public Tody, siiall be referred, thro-j^i
the Secrot.iry of F.ourn;'!*:; cmd Urb;;-*a Development, to the Secretary of
»»^ • Labor for clutcruir.atj.on. •
Pay:, 5 of 13 9/75
Mf>-Vtt»S., D. C-
I •• 6500.3
Page 63
Exhibit 14
11. POSTHIG- WAGS LLTZSMDTATION DECISIONS AND AUTHORIZED WAGE DEDUCTION'S
• The applicable wage poster of the Secretary of Labor, United States
Department .of Labor, and the applicable wa^re determination decisions of
said Secretary of Labor with respect to the various classification of
laborers arid nechcr.ics ecployod and to be cnrployed upon the work covered
by thin Contract, rnd a statement shoving all deductions, if any, in
accord atico vith the provisions of this Contract, to be cade froia vages
actually cammed by peroons so .employed or to be employed in Buch classi-
fications, shall- be posted at appropriate conspicuous pointo at the site
d.€ the work. - • •
*
.12* ccKPiAnrrs, PROCISDISGS, OH TESTIMONY BY EMPLOYEES ' . • .
Ifo laborer or mechanic to vhon the wage, b alary, or' other labor
otandardo proviaicr^a of this Contract are applicable shall be discharged
or in any other manner discriminated a^ainat by the Contractor or any
subcontractor because truch enplcyee has filed any complaint or instituted
or caused to be Instituted any proceeding or has testified or is about to
tefltify-in 'any proceeding under or relating to the labor otandarc.3 appli-
cable xtnder this Contract to his enployer.
D-3. CIAII'S.AHD DISFUT2S PHRTAEI12TG TO VAG2 PATES
and d-ieputeo pertaining to ya^e rates or to classifications
of laborers and neclianics employed upon the v;ork covprcd by this Contrac
• ehall: be promptly reported by the Contractor in writing to the JjOcal
Public A.ecericy or Pablic Body for referral by the latter through the
Secretary of Housing and Urban Dcvelpprent to the Secretary of Labor,
United Stato?s Departnient of Labor, vhoso decision ehall be. final vith
reopect thereto. ' . . •
1U. QUESTIONS COSCrSiriNG CEHTAD? K3ERAL STATUTES AND REGULATIONS
All quontiona ori3ii\g under this .Contrast vhich relate to the
.application or 3 nterp rotation of (a) the aforesaid Anti-Kickback Act,
(b) the Contract. Vork: Kouro and Safety Standardo Act, (c) the aforesaid
l^avio-l'econ Act, (-U.) the x-cgulationa inaaed by tho Secretary of Labor,
United StatRO l>cpartr?ent of labor, purcuj?jnt to Boi<3 Acto,- or (c) the
labor ataadardu jirxr.'iaion.'i of a:\v other pertinent Fedoral ctatute, chall
"bo referred, thr-c;u,iyi the IjOCiil Public Agency or I\iblJc Pody and the
Secretary of Iiour,in.g ar.d. Urban I-jvulop^ont, to the Sucrct'ory of Labor,
United States Iov.-irtr.ent of Labor, for oaid Secretary'0 appropriate
rulixig ox-, interp 'rotation vhich Ehall be authoritative) and may be rolied
v.pon for tho pxrrpoaoo of thio Contract.
15, PAYIiOLIS UU) HV3IC PAYROLL RECORDS 0? CO^n'HACTOR AND SUTCONTilACTOHS
Tho Contractor and-ouch nubconti-actor nhall propa.ro hio payrollo
on fc»rr.:a natIofactory to and Jn nccor-L-vnct! with Jnutx-actionn to bo
G of 13 , 9/7.J
V-sf.V.. D. C,
',.'.' - Peige 64
r~~•r\>«,.,/\6500.3
Exhibit 14
• furninhed by -the Local labile Agency or Public P/ody. The Contractor
chall rrabzait weekly to the Local Public Agency or Public Bod;,- two
. . certified copies of all payrollo of the Contractor and of the txxb con-
tractors, it being understood that the Contractor Bhall ba responsible
for the subr-innioa of copies of payrolls of all subcontractors. Sach
mich T>ayroil shall contain the "Weekly Statement of Compliance" set
.forth iii Section 3.3 of Title 29, Code of Federal Regulations. The-
payrolls and basic payroll" records of the Contractor and. each subcon—
tractor covering all laborers and mechanics employed upon the work
covered by tnis Contract shall be maintained during the course .of -the
'work and preserved for a period of 3 years thereafter. E'uch payrolls
end basic- payroll records" nball contain. the nans and address of each
•• nuch "employee, hia correct classification, rate of pay (including rates
of contribution:! or costs anticipated of the types described in Section
l(b)(2.) of the Davis-Bacon. Act), daily and weekly number of hours worked,
deductions riadu, and actual wages "paid. .In. addition, whenever the
Secretary 'of Labor has found under Section 5« 5(a) (l)(iv) of Title 29,
Code of Federal Regulations, that the vages of any laborer or mechanic
jLnclu.de the ar.iou.nt of any costs reasonably cuiticip?.ted in provic-f^Lg
benefits unds-r a plaii or program described :"ji Section l(b)(2)(3) of the
Davis-Bacon Act, the Contractor or .Tubccntractor shall nxaintain records
vhicli ehow that 'the. comitcent to provide cuch benefits is enforceable,
tlicit the plan or pro gran io fijiancially reBponsible, and that the plan
'*:"~X or prcr-rr..'-} has been comrrunicated in writing to the laborers or mscharaico
r" } • affected, an'l records which show the ccsts anticipated or the actual
^—^ - cont incurred in providing such benefits. T:ve Ccntrflctcr and each
Biibcontractor chall nal:e his employment records with respect to persona
. • duplexed by hia upon the work covered by thin Contract available for
inspection by authorised representatives of the Secretary of Housing and
-Urban 2>2velcpm-ent, the Local Public Agency or Riblic Body, and the United
States L^par-tment of Labor. Such representatives shall be permitted to
intsrviev e^rployeec of the Contractor or of .any subcontractor during
iig: houxn on the job.
16. SPECIFIC COY2RAG3 0? CUTTAIlf rV?£3 OP WORK 3JY C-TIjO'^ES
The transporting of catcria3.o and supplies to or from the aite of
the JV-ojcct or Prosran to which this. Contract pertains by the employe.?. n
of the Contractor or of any L-ubcqn.^r£.ctor, and the L-.anv.fr. cturirif; or
rurnishj.nt^ of materials, «a"ticle.a, supplies, or equiyment on the site
of" tho Project or Pz-cr-r?-zi 'to. which thiu Contract pertains by persona
employed by the Contractor or by any Eubcontractor, shall, for the
j>UT-poneH of thin Contract, ;md without lin.it ing the .g-3r.erality of the
forc^T^ir-..^ provjoici-.o cf thin Contract, be deemed to be work to which •
thooe Pederal l.-ibor Standardo Provisions are applicable.
The Contractor chall not uubccntract aiiy part of the work covered
'by thiu Contract, cr pumit dubcontractor: work to bu Aurthor fTubccntraoted
Vug? 1 of 13 • 9/75
.. D. c.
6500.3
Page 65
Exhibit- 14
vitbout th*» Local Public Agency 'n or Public rody'B prior written approval
of tb-3 eubcontractor. The Local Public Agency or Public Body will not .
tipprove any subcontractor for work covered by thin Contract who is at
th-s tias ineligible under the provisions of any applicable regulations
by tho Secretary of Labor, United States Dopajrtnent of Labor or
Secretary of Housing and Urban Development, to receive EH award of
truch
LUIED DT O' 18.
e .- Tb« ContrJiC/ior shall include or cause. to 'be inclxided in each
jrabocritrsct coveriix=: e-ny of tfie vork covered by this Contra-o.t, provi-
eionn \-hlch f'sxe consictent with those Federal Ijabor Staoidarda Provisions •
.end ELln'o &. cla'-xBo roa^uirir^ tho subcontractors to include cucb. provisions
in any lover tior crab contracts v.-hich they nay enter into, together with
a olftus-a roqvLjjrins cuch inaertioa in any further tru.bcontra.ctB that nay
in tvaix bo n
19, ElBA-CH OT KJTSGOUIG F2L2HAL LJ303 STAilBAEDS PROVISIONS
Xn- addition to the causes for termination of thio Contract as
heroin olfiow'nsro sst forth, the .Local Public .Ag-ency or Public. Body
x-9 serves iha rispt -to temiruvte this Contract if tho Contractor or ar.y
cub contract or whoso subcontract covers any of the vork 'covered by thio
Contrv?,ct Bh.rJ.l breach any of these federal Labor St'andarda Provioions,
A bz-oach of thass Federal labor Standards Provisions r^y also be gro-un
foiv dobcjcaent aa provided by the applicable regulations issued by the-
Socretory of Labor, United States .Der.artnent of Labor.
(^
^^
C of 13 9/7S
n. c.
Page 66
6SOO.3
' ; RrfvLMt ]<
ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS
SO-CALLED •• ANTI-KICKBACK ACT' AND REGULATIONS PROMULGATED
i-URSUA.NT THERETO BY THE SECRETARY OF LABOR.
UNITED STATES DEPARTMENT OF LASOR •
. TITLE IS. U.S.C.. sctrkm S74
(RcpUccsM-ction 1 of Ihc Ac! of June 13. 1934 HSSut. 9-tS, 40 U.S.C,
~ jec.276b)pu»uant to the Actof Jun*25. l94S.62StJt.862K'
KIOOiACKS FROM Pf BLJC WORKS EMPLOYEES .
vrr, by forcr. intimation, of ihfJt of f-ru<n;r.-^ ^-ircivjl from rm;.!ov mf nl. or bv *nv otricr mt-r>*-.T *h
ever indi^C'-* *.ny p^r^ori cmj^lovrd in I tie curMOir'Jvn. [^t>^ cutx>n. cornf.t'lion-or rrpAir of in* pjil>c l^i-iirtj . >-i«ic vorx.
cw tuiljinp or *-.-orl. ftninccd in ^f>C't«- or in pift l»y I-jif»* i,r ir*r>'^ irvm ::v I niird MJt^i, tn enr up jn> r~zrt wf :Sc eom-
p*"ns*t*on It/ *-rh»:h }'^ la cntillrti uivl^r hifi con'rid of rmp«^\r3r;it. snjul be fined t>Jt nic^f thxn ij.OX) cc iD*r-r^»or>c^ frot
cnofc Irutrt fivr \ rurs, or both.
SECTION' 2 *OF THE ACT OF JUNT 13. 1934. AS A.MENDHD (•« Si»t. W?. 62 Stil. J-6X
rt/ry of Li^or t):jJ! rr.Ar rr»^nabW rrr^-^t>>r^ f^jr rontrf-rtc^i *nd fib<T»«ir*c^r% crfirrS IK t'"-r -
J«Oi>rciU*on. tornp!'-tk>n cr rrpt;r of public b-Jii^injrv p-^-b'jc ^orxi or !»',-Lxfir^:> c-r ^orV.i f-r.Lncro :n ^^-K or ?" : >rt b\ l.ixr
r ^ ', or £r*r.T.s 'rr>rn ^h^ I riled 5t*tn^ incioo'ir^ t pr'ivi^o:! tf.it cacn contricl^f *nd n;i«-roritri<lr>r »-Sili furrt^H •*«•! T « »l*tfm?"
'^ ? * %^ilh r^-J-pcrl In !lir *^i^t* pjiid fid) crnpiovnr rjunn? thr prrct^':r^ v-rck. ^-cclon JOOI of 1 ill^r 13 (Lrjt^3 ^U!f» CoicJ j^-£i
^tse**^/ -- 'J^p^y lo «.'jr!i s'.drmcnU. ' .
- ---XXX---
' • '• • . ' •
- • Pursuant to the i(ortMi-J Ariti Ki'-l.hic^. Acl. if>^ >-crctir% 01' L»}tH". I nilrd Milr* iJrpirt.-rrrl of L^l'Of, Ku proniul-
' • F»I*rf *i'c ^r^[i!(*^^on^ herriitaftrr vrt forth, whirh rVeT^'tw.-.* tre lou.^J in T;tir IT/. Suhlil'^c A.CxK?< of Fe^-rnJ K-r^-'tiorv,.
' P«t 3w 7 !ic Irnri "I'ni* p>.-1%" »* ii^cd iri the r<-^u!jliua.. I.rrc ini^'ltr v:l lor'_n, rcfcr< to Pirt 3 !*^4 *>>*- mrr.:>cr.r-:. 5tiJ ir^-
Mt^tkinA wr « follow*'
i 29 -LABOR
Subtitle A - Office of the S^etrtrry of Labor " . .
TAKT 3-CONTKAn O?.!s AVD SUrXONI^ACTO?^ ON H^LIC KL:1.L1>[NC OR f'L^LIC KORK HNASCZD IN
V-.liOU; OR IN I'AKT RY IXJ/VSS Oft GRANTS FROM Tt!£ I'NUT.D STATES
SrctJon 3.1 Turpoxj rnd PTOJ^. ' * \ • '
TJii* |>>rt prrwnlvt "tntt-V.icltU'.rt*' ff ulilinrw IO^T trct>jn * of I^.^ Art of J ur-.c 13. 195-1. u i.*a
276^). |H'put*.Hy V. nown i A thr f>i-^I/r-.J Act. Ttu* jn/l *: J.'!K* tx> ins rf>r>.ti»f\ v hkh in i-uS-rcl lo r^^-Tt
ftfxi whirli u f- •: llir con^'.ru* tion. [roi^-'ti/hon. cf'mplr'.M'jn. c-r rc>»ir r»f p»^ii«" buil^it^*. puS-K1 vwi* r<
ftntncrj in v. Jx>Ir <* in ^*rt \>\ l^irii r-r jrr»nt» from iSf L ntc j Mitr«. 1 f»r [-«rt i.t irM-n^d to 1*0 M-\ iV
»rvvotfnuni v* ^r jTOvwvjnt <>f tSr [j it%*-K»"*y.m Act »nj [r-c » i/K>u* Hilutc i dTz^tr1./ with 1 t fV ffllv -ij^— .s-Uvi
vcic»-»on> %*hich *rc r*jl iuJ>*cc< to R^orj ^\n^i
1 JHs.tf(s#*'--^; / \
1
^^srft^^
.iw»..«.,t..c.
I'a -p & of 33 " 9^5 .'
Page 67
(e-g^tfir College l!ou»ing Act of lfJ50, the Fed»r*l Vv'ater Pollution Octroi Act, irvj ihr Housing Art of 19!>9), znd in the
titforter.-jT.l of Iht ov'Vtimr pT-jvi-Jur.'* of liic Contract VV'orV Hours $lJ--*.dAr<l> A<:t wjwtnever th<*y arc tppUcvhlr tn con^ruclK^i
worV. 'i he part cJ-rliiU the oh'rr.atson of contractors and j-ubcor.irjctor*. rtiJli»e lo thr HfcV.lv njh minion of fU'rini-nt* r<-sard-
ing tlif v-**£c* p^i'J on VfOik covered thereby; i<U forth the cucijrr,-4iMCr* z:id prfMTtduirn pyvcminj tfvt making of pa\ roll i:^--
ductioni from the wa^cs of I ho it employed on such work; an' c'tlinratrv thr rnrtho^s of yf.) mfM jrf rmis.Mbte on MJC!» v,ork.
Section 3.2 Definitions.
A* v^d in the refutations in thi* part:
^n) Tiie term**'btTi!cir:;j" or "v/otl;" j;rntTilly include conduct Jon activity *s d"tt.tinpui5.!\rd frorn m*niifd»*tun"n-,
* fuinirS:''!/ of inji^ rials, cr wrvicir.g snd rnsir.tf nanct s* ork. "1!^ Irrm^ i^lutl!*. ** ilhout hrn it it ton. building, st rue lure ^, and
irnprov^mf.nt* of r.\\ t\ p^s, such as briH^ff. dams, pl-znt*. highway4, pju-l.^. »\ s, s-tnrct*. Ribwiss. lunnr!*., v^rr^. ruainv. jmwf r-
Jcvc<*, acd t J,TS!*; drfd^ns, fhorip^, sea! folding, ('rilSin^. l-lj.slirs. «vrjv»nr,£. t Itannj^ jnri I^ntl<Crtjnr\^. Unlr^C'tJijurt^d in
evunr^t'or. vith /-,nj al liit nit of iucb a builiiir;^; or vorV. 2.5 i.« dr^cnbr-J in l-c foregoing i-cr.tcnccf lh< manufartutr or furni>S-
irir of ras*?!"*.?!*, zrtjclc*. supptK1*, or c^uiprnf n* («• h'lhct or not i r t*j*itl or 5lilc Agency icxjuirc* titf? io Mich rnatrruls.
"artlclt's. ixjp^-ljri. or tquipnif :il clunp^ the cour^ of thr rnanufactur* c< f-jrnijhir.?, or o*--n« tii* materiaU from which thry *rc
msnufsctof.*ri or font!jhcd) is not * "binimrv;*' ct "wort** within ihe m-rinmg of th« rrgui^iionrt in ihi* pan.
(b) The tc«*m* "conrSrt/ctton," "pro-vcutk»n," "complftion." or "rrf^ir"" m*jn z}\ 1) r-e# of work done on a pirlicuUr
building 01 *V'C'tt il thr »itc ttter^jf. U"ic!t>-Jin/1. >-Hhoul lirrttj'.ion. allirinj.rf fnc»i-:li;i^.. ptinting stnd rli-ooratmj, Inr lr*n--c-»rt-
ing of m/frm.i* isr-j s-up^Ii'rs to or fronj the b'-iUirj o* v-ort by the crr:»*-c\ tc* of the cvnHructK>a ton IT actor or construe tn>n
vmfc. bv j<rso.*>t rmploveti M the sat( by the contractor or sutfcor. trie lor.
{t\ TVvt. trrrri) "public liuJ'tJir^" or **pjfii'C work" irtc!u^-i b'jf*dir_r or **o:\. for whoo-c construction, proventK>n, co^i-
htrtK*?>, Of r?s»ir. cs t'rfincd alx>vc. it r tdcrjl Av5?nc> t* • conir?.ctin^ pu"iv, rc/,irijlcs!. of whether title the*ruf u in a J cdtr*l
(*J) *Hir tern11, "buildiri? t-r \*-(>rV fir.ancrd tn wKoI* or in put by Icar.* or crania from the fitted Slstrs** inc!uo*s LuiM-
ir.g or vrorl. for v^io>- contlru^li^n, pro mention, corr-.pletion. or rt^aj'. * ; 3tiinv$ tSt *T , pa\ inrnt or psjl p?\ rirnl i* rn» '••
ducclly ot in^.irf »•:.<)' ii-om funii* pcoviJrd bv loan* or j.ta-rit!« b) i Frdr:*' I^T.CV. The Urr't do-;.- ROT inc!ud- bui'difvj i-r >ori.
for v!\!c)» fV«Jcr^ ^.^isJiitfx U Iiuiitcc! H;*!1:!)* to lov> r^jirinlrr;. or.ir.suri.-.-cc.
{<•) Kvrry pcrnon paid by a contactor or subcontractor In any tns-.rvr for hi* lolx>r in the cur.jUi;clkm, prt--/-(ulk«n. •
' " corn;-!rr^>ri. or ie r^air of * puJ.'.jc buil'iifg or public votk c>r bu;l'!ing ct ^tri. fi.-vii-iced in \v h-j!'- or in part b) I'^m* ur p-^nt*
him #nd t'if rt.al c(npV»ycr,
{f} The term **«r\y i ff;'!j'r.J j»*r*s>n'* includr* R ipo>u*;% chil.J, pwrnl, or o"»Kcr cV»r r<titi>c of t*c contrjrlor or Kut>-
Coritr*rtt\ci * i**rtriti or ofiictr oi tlic tontfactor or tubcc-,ritr>•:;•>•". » cc*r^«3r*'.Kjn ctc^cK connTtt«J v. ith thr cofslra^lor or
rttbcor.tiictor m parrnt, substiii^ry 01 other vise, I;M\ an oE'iccr or ',~cr.t oj tursi corjKM-al>jn.
^p^ *n»c term "Ffdrra! p^rt'Cy" rn^zji* thr L'nitcd Si j'.rs, t!x Di-lncl of Columbia, ant^ all rutrutivr d'p*r:nfn!i. in-
iat'lo'Jiii* o^forj-lKir.*, »;i or *»i£.-tAndaily aU of thr i-dfi. of *• h:c:i i* !-Trf»c«ill) nwrrni b> th*- I,ntied Stair-, by ll< Ui-i.n-1
of ColutubU, tx- tnj of l!t< (o»r^ni|t drp/rlrrienls, cilii.-iiiSrrt'pts aje'nc.r*. tn J i/mrurntnliititiri,
SoccTorv ^.U WrcV.ly strttcnurnf villi rc-\j>cct to paymrnt^of %v?jf^.
• ^y) As «'<':! irt tJii« •*-c*,^trt. l;t* lern "tinpk'y*-^"* »-S*il rw»t ipply l«.» j.tr!Ofi* in cl*-^»:fic*lion» liJ^lKt thtn lh*l of lalx-f cr
i; 10 0*.
68
(.500.3
• • Exhibit 14
&'aiivt3i*ii&iSlJ^
(1>) V-X'Ii ton tract or or t-nbomtrjclor cn^n^ol in lV»c cflrv4xuc1»c*f», ytoscrutton, com j»lrl longer repair of jnv j-ul.tic
tiiaMin-* <-r j'uMic v(>rU. of InnUm^ c-r *-orV. Oruntrd in **!•:• I*- or in j.j/t l»} loan* c< p^t»t\ from I!K- UritUtl ?utf «. Ji.ilt
fivnc-li -rsil» ^*«-U a ^latrmritt ».it!i rr-fxcl to ihr v, 3;;r> (>j.*cl rjcK of iL» fiuplvyccs cr.^j^rct on xork covered li\ 20 Cl'U
Part?. 3 *nr! ."» J-.tt »M^ \\.r- ^m rct.i^ *tvV U j»j% n>U \» tv*4., 1 Kt» »-t *u n^Til Ju'il IfC c*»'<:utr<J 1>\ tli? tonir jclor or v..\y:on-
tr>r ttw *>< li) utt iiiil«jti/cd ufj'tvrr nr tt<i',»t<i) f r of^lnr rontr^'Lo^ r!r mUcoulrjctor who M.ij»cr» i>/rt 0*c ] «% niritl «.f w J;T*. and
»Iu11l>f-on {.»r,ii \VI1 3-UVSutriiirtil of Cwnu'ltjiicc"', or o-i A A ^jrt-.tin! funi* <»n tl.c It^cl of \\'ll 3l7,"t'.n rol! (r,.t T-oii-
lr»rU>ri Cl[ :>.n.*l I >^) ' or *>n any t'yrm %»ilh iJr»lK.iI ^ord>nf. ^>jjj»l<--co^>r* of V\ 11 ^ 17 sr-.t! ^\-U 3 Vrt nuj- l«f tiu^tri) f/orj
«<tifni r)i*U i>ot *j«j-lv to fr-w coiHracl of $2.000 or ITCT.
(^) Up.oi* ^ writlcn funlm* L^ llir Vic*d of « f cJcr/j ?^tncy. tl< Sccr<rVwy of l.*wor m*y frovitic rci>oniLV amUAtlon^,
»»rijitHji:v. lolrrancrN, ati-3 rxrr/ti.iiuns frurn thr rnjunre^v.^tj of iJu* srcl»*i tubjfcl to sit-cli cor*dilK)n.i ts tlic Sccrrliry, o(
Lalx*r in^y sjx-f ify.
l29F.K-9j.Jan. *. l964.»>ar0ri»ardal33F.R. lOJROJu!r 17. 1%3]
Secliori 3.4 Submission of vctUy statements .tivi the pi^srrvalion 2nd inspection of vetJtly j-*a)To!J records.
(*) »c!i **-c»*Vly .-vUU-nicr.t n*«juircJ unJo § 3.-1 vliaU Lr drlrvrrcd I*) i!>e conlracKx or ^ubcvntrjr\or. vil:ii:i ?cvcn
^*jt aftrr tlic trpiljr pjs iiicnl vLilr of tlir j»a^ iu!! pcrv^J. Vo & rr(xr-^ni.>!i\c of * Kcdf r*I or Slzlc a;*'-nr\ in ciii^*" al Oir
•Jtf of l»r IjuiMnij; « *«of'Iv, or , if tin rr is no r\-frtT*-7nt*!t%? oft i-iii'-Tai ;w ^lilc r^cncy *t lh*r iJtc of tire Suil-Jir;- of v.orU.
itir vl^lrntfot >Ii3JM*^ inailrt? \,\ iJw; Ci*ntr Jvtuf ur ;u1:>cvi.*.:?ctcvr, v-diun it*ch I tin**, to a f-cd?rx! or Slalc *<cno (Xintrjctin^
f(X" or fij».MU'inj; li«r lun!Jitt^ t.r wuri.. Aftrr sucb f\c in itta '."».•:• i» t.-^:! t!.crV. n m#y he miJc. suclt it?tcrifnl.or » c^px tlirrt-oi",
tluii l«c 1. '•(•I *\.iib!jlr, r-r -Ou'l !«• tr?n»trniJrd lo*r(l.vr xith a icf<rft of rny violet IOM. in jccxHdanrc v!Ui I j'plf:il*tc j»ra\r jurr*
j>rr>CTi!^c> \>y tlic Urii'.cd Slil-r* iJt-pjrlinml of I^K-T.
?•• (U) Vl^rli c onUarior or su.^or.trattor *.lu!l [•Tr^rvr 5^5 ^«-fvt>, ^o\ioU iccorH> for t jKTio<3 of tltrct year* from djtr of
coir*t-J' li"" of lli-r fi-nlrst'. "U^ p^; rt>li r* c ur<U 4;iM «-ct c-cl *tc*if ilrK j:x3 coii\j>l*-V' !v vHe nm-.c i«fi *dJ.T»>ic-i e-arti l.>iK^.Tt
»tnl mccKjuic, IIK CL-fT'-cl i**vtf^vlii»n. ri!« of i»a\ , djiK irvi *.o:klj r.-mr^r of liouri Ht»ri.t(J, drciiM.lk»n« nii--c. ir-.J acltul
w*£« p.a^d. 5tidi j'j\ tut' rcc<_irJ> J;jli l^- ni**tr s\^.ii!«tc -I *"• I^OTS for irr^p^clon i>) ;'r« <onU?ctinj offscct c-f \-\r *nllioriicci
ff jti»f*f« »tivr. j;Ki 1-y auttfjriicd it j»rrs^n;3tivr> of U.c I*rj-ir;n-<r.t uf L-»Lr«r.
Section 3*5 Payroll deductions permissible without ipp-licanon to or approval of llv?> Secretary ofl-ibor.
T^cdvKtKtiis nujc uinlcr ll>c ciicurnvljncci or in O.c v'tsalvjni fJc-vcifbcii *" tl*c |«ira^T*|ila of ihH wction r.ty l-c tna^c
wilViOul *j.(ilicrftk»n lo anJ jpi'n-^il of (he $r crrti/j of l-jix:^: *
(>) Any JcJuction r^i'V «n rvtinptuntf ^tth tl-f t^orrrr-ent* of iV^fT^l. St*tc,or IOCA! Uw, 5txK xs Frilcrjl tx State
VtlIi!*ctlO'n' income- tAx^f amJ 1 c Jcr*! ?<»»*( al ?^curtt\ ti\ci-
t.) Any J.-ilurlK>n of i-;rv» j-fr»if u-lj paal 1^ t:i«r i r-.:.Vj\ <•<•-»,* A Ifjn* TMc pr-jiaynicnt of »''»;c* ^l^n s-_cK pTCj»j\ IT nl
c %-. (tlujul 0»-4.».uni or in:* :..-t. V "^OM* lij.- prc i>4> ^* -"-I. of w «^r*.*" i* cott^idc fJ lo «->^c IKCH ru-^r o*^lv *-!:^:t ( t-\: or
)i\ jit-Til lia- t.rTir 3, J\ Ji.rf -J tu llir pcisoa f nij'«v.<\ rO 11 «v< n in inner *s *o f ivc liim cotnj'Ulc f:*et!oto of ti.»^.Ori(tt.-n of l1.-c
Tt) fund*.
(c) \nj JrJuffitHi of 3(nc*«jnu f.-'i'iif-rt l»\ KM. rt I-TOO-U lj iv paJ^i lo *r»otlirr. vnlcu t!ic
ra^lc/r, MiLrontr.it tuf of *M\ afi'ilMtr J jvi^m, t*r vl^rn cx*V.-,->iott or coIUI*tKit»ori txttlfc.
of \}.c
jo
'iOaaajT^
5/75V^/J 31 of 13
.Page 69
CS00.3
Exhibit 14
(<3) Any t^duclJon corvntilutino; A contribution on l^halfoftKc r<ron employ f<\ to fuml.i r*t jljK4ifil by the employer
Or frpce*vrjstjlivta of rn">lovrci, ur both. fc>f ll^r pru r{-o^t' of pru»vltr^ titl«rr fr-*ni [Tincipjl or income, or both, rn^dira! r»f
ho*pilil c^ir. p^-iv.-iJOfii cr sr>:iuit!<rj on rturrmrnt. d *-atS l>rnc fit a, co"i-xni<-jU<>n f'tf cnuri'S, illn^ w, jtccid^nls, fuknrs^, or
cis'i^IilV , t"*" f'ir IP,>»jr3r«cc to rre-vi;ic if*> i>t lr-c f*'***»TT'ti'1«r. o-r uri'fnp'ovnicnt K*"H' fits, v j'.:atKin pjv, *jvm'^ accounts, t>r
nmil^r f>*j rncnl* for tV*c hf nef il of f r:>pl-j> c-:i. Ihcir f jmilf* ard d'p^r.drni«.' f'ff.-t tri^d, ^ou rtcr, Tb^l l!ir f--i!!'»win^ ^^a^ldlrt!
ure met: (!) TKc cl'.'Jocti-m ts not othrrwi^ proruhitf-H b\ li>; (2) it t- rith-r: (t) \ *tiuntanly ron-rnf-d lo l»j llm rmp|o\rr
in v/ritir;/ jnJ in zdvAr>cc of llic period >n **l ich liv voc'k i> lo J" dor,^ ar.d -:jrh rttnw-ni i> rrot a «f»jtdttK>rt f itlt«T fur Idr
ol/t>mif.^ cf or ffir taT cun'inuJlion of *-Tr»pl'j* r.if nl, t>r (it) pro* nl?d f'T in a !/'»'i.i fj'lo fullertiyr Kjr^a irnfp a^r«'i-(r.iT.t b*"*
|v/e<ii ll.r contiarlfvr or *uSconlractor and rrprrxntj^i*r< of it-- nri^<-.vrr>; (Jij r«» pn«fil i»r *»thrr b^nffil is t»rltt-rv.i-.^ u!itjim-i
dircctiy or ir.di/ecUy, by lK* corstrsclt f f>r «ui>r.-on;rjt:U;r of any *;r»iislr<;l p<rw>n in U.r form f»f rtininii^-iun. tlivi«lrfiJ, or
(c) Any deduction conlriSuling to^wd ibe purrhj>r u( I'mlrd Mjlrs I)rfrn-^- Slamp-* jnd H'*nd^ v.'K**ri voluntarily
jsuthoru-ctt !>)• ibr cmployrf. " . -
^(^ Any t!eduction rtiao£'«lrrf bv the e-nplover IL» rnjK-If him lo rff!*v loans l-» i>r In purcnasr jl-.iirrs in rrr-Jit unK^ns
organirci? and optr*l«J in tccord-inr.^ HJlK F^drr?J and ^Ule credit ur;^n fUlul*-*.
r<H'trrtrrj*-(fl.al aji-ncici, MicK *s thr Amcncan Rrd (-ro><.
(li) Anv d«*fJoctiof» \i^buTtariiy puihoni^d Kv ihr rniploj rr Cur tl.c intVin^ nf rontriUution^ to Cornniunily Ciirslrt,
l?tn!cd riivfj> T UP&-., £A'i jjiijliaj" cSirittb'c ttr^iPt7al><»nA.
(i) Anv lU-Juctwr^ lo pxy t--£ul*r union initijii'jn
-f t?, -^-^u *•(, ~f\ ih«I a ct»!»pf tivc t«r?iinm2 a ~«T rn^ti
>yrr» j>ro\i(Jr5. for <tic!» u^tlurtions and ih* H^Uuctts
*. m»t im-Inciinc ftn^r or *J^rial asf-^*.':?n'-ni^:
«<r !-ub«-or.lra<~lt>f and rrpfr^ulalt**1*. of it^
(j) A.ny rf*-Juct Jon n-ol morr lJ:in for ih'' "*rrj^iin?J»I»- i o>t"of l",ird. UK^/ITIJ. or ot^trf f*^i!ai*-^ ncrtit*^ the rr^jnirr-
mm I* c-( trclion -\n"-} cf iJic Fair 1-jJnir Sl.jndird* \c[ of I'J'P*. s- i^m.lrt!. arr-! i'irt".*"U of this lilt--, tt hen Mi<h 3 d^ilnf Iwn
is tn.x!f f '»(• adJilKirvj* rrf\jrtis rrrjtiirrd unrjrr § o If* .27 (a) ,>f iKi^ til;*- *i.i)l br V- j.t .
Section 3.6 Payroll deductions j>crmi%Mblc v.itli the approval of (he Secretory of Labor.
Anv contractor or fcLiIjContrjtcU'f may applv lo l^»** Sr*Ttijr%' ol
fr.it'.rd vinij^r § 3-ii. The 5^-crtli/y i.-uv t"TJ"I (*TiT»ivton ^licn'vrr (w
; ^1:c f ontrirlor, swtKOntiai'lor, or an\ afiilijlrj |«-r*m »!»><•* r^>l rr,A«- 3 profit «.r Jx-u^ftl dirTliy **r indirrrily frurii
L^t^n rithrr sn ihr form eft C(.>ni!ni-.-i<.n. dtvijmd. ur nlh^-rv. r>v;
(!>) The df durUim U rol olhrrwi^ pn"'"ibitrd bv !*v-;*
(c) 1 hr rfrtluflioo i> cttlur ( I) \t>lunl^/il\ ton— -nt*:J tr» by tKr cn>ployr»- ifi v rising and in ji{v.t;irt- ».f tb' |K-n<«! in v, JucS
* voif. 15 lo !>'. done any sin h rnn^nl ts rs>l a o.vlit r'^n -ilrirrr for tKr ttlt'.jimr** i»f < inpl-^ in«r.t «.r it^ f <*ntimiA!ir»> , t«r ,'J)
ovtdrj ft»t" in » b*»r:» fi-Jc cotUi'tivr t>.u ^41(110^ *iTTf fntrul i»- 1 wrrn (S*- «-oiii#i tc-r »ir -»nln «'rlr»- t-»r i;nl r« -j.r»^f nljtur* <»f iu
rc-t; and — •••
1 ""f ll«" ^ntj^nvr'-.
' ,«•***« tr^c^-MAJaAxe KV^T
' W^-
'/5j«/^t^r^7Wya
*»»KV D,C.
c-»t/.s 12 of :.v 9/75
Page 70
;.: O. ^—-'
C5CO.:
ri^»iJ3S^
Section 3,7 'Applications for tlic approval of (lie Stcrcl^ry of Labor.
Any *pfTfir*«ti&ii fur tfi-' nulii'g of pajfuU oVi!ur(xTx> iWor '§ 3.6 ?fuJ/ co
IbtkiHnnj |>3N^,TMi«Ii» of I Jus yefiori:
at»5n>jj v.i!J !,sr gtvrn Tt^r ^cJvt. lior.> onfy on sj>«-i ific, iu^*i;fi'^!'cc»Mlj'jcl.'«. r\
(c) *^lc *ppfit*(«»n ^luH ^ jic *ffinojri*f !y ifial tJ»r:r r< ro-T.^-iianc^ v
.3,6. 7 lie iffi/malioii f.'ull ix" iK;cx>tn}'jnic«J h\- ^ full slrt«-rnf r.I of tlic fjc:*
--» /]or~(K>rt t> lo \
^*-^up.^ of cxccj'
w«^i ^^ forlli in l
of F-iI
u*i of l!/r prof-^-"J di-^:nlK>*i, the ;n^jov io b-r
.« ll»o ^rojv>srJ J^xidclMMi v,ouM Kr JHJOC.
t»d tr.c
71»C appficjlv,vrj slitll Mate H'C nanif i-id Lit>uK*i of Any t.'unf j-cr:<-n tn v. horn ^/n~ fL-*xJ» obt^inrd l"n>» »J
(tuc!k>n\ arc lo be lrzi/i>/niIlcJ *nd ifir sfTitiJlia.i of 'OfJt w-r>an. if j/iv, w^h cJ?c jr-^-Ixra/il,
3.S Action by fhe Secrci.irv of Labor upon .ipplications.
s1 5srcnrliry of I^ior s fjjIJ c?rf;c5>- wlu-ihcr or nol LHe ir^^K'stccI dc-Ji^ctjon I? j>*r7?irik*>;>!if brxJrr ^«~o\ish.>r:* of
.')' ihc ^j'^ilrc.int in v»r.t«i| uf /us Jrckitxi.
^cfJOn 3.9 JVoIiii^'frd payroll deductions. *
"- *> r^vJuctior.s uiil cl^tvtliirfc |*rovjjt-rl for hy liu* J'^rl *nj ufiJih »rc nol-fourvj to l-e prr^wittblr uncJcr § 3.6 *rr ^
Section 3.10 Melhodsof jKiymcn! of wzges.
tfon foi K hi'.Ii tUu'trclioMj arc [v.-rmi'o'b.'': tinker lliis j'jrl, Npolf*-rnt<
ColU Cocc'jno ALL ' ' •
Section 3.1] Rcguljlions.part of contr.icf.
Jio^A of j'*vn*cut K1**.1* br rtcv'iuinJ on ^cvi. v.hjccl
/.If contr2*"l< in^Jt* wit Ji r*">[>^ct to liir con-Irucli'j'i.-j-rv^cwUjn. corrtjittlk-.»;*. cr tt;a=r of *nv jvlx'fc SmW*--^ or ] ^S'ic
or building or wcwi finj-icrtf i-'i ^ ho'< or j/i part b> ixjn5 or ;:a/;is fr«:rn [he L'nil? J ^I**r* covrrrtf b\ t V rr£-.-Jl»f is in
llws j'.Trl >!t.»fl c»^ff .vfy liind i!it cont.-jrlor or tui'tontr*rl.'rf- to CCM.'.^;MV viih<uchofthr rrftlxii^tf i:i l:ti$ p*Jl ii jr.ar i>c ^j»-
pftCjMc. Io itus rrgj; J. see § 5..' (*) uf I J«i< wblillr,
v^rft
us «/rr.(!'ivi'.r f'S/.-nr.-i
EXECUTED IN X COUNTERPARTS
Page 71
PERFORMANCE BOND
KNOW-ALL PERSONS BY THESE PRESENTS:
WHEREAS, the City Council of the Ci,ty of Carlsbad. S.tate of Cali-
fornia, by Resolution No. "JO£>S> adopted UQ-TOPtf/g, /Qi
has awarded to __ *A ._ ^&iJ((JLs) /JlCtSO/) @4- L
hereinafter designate^ as Che Principal", acontract for:
DOWNTOVJN PARKING LOT IMPROVEMENT - CONTRACT NO. 1122
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said con-
tract and the terms thereof require the furnishing of a bond for the
faithful performance of said contract;
and
NOW, THEREFORE, WE, QL < S.O i IdlZ? fllOU^ O A? £U
as Principal, hereinaf terOdesignated as the Contractor",
as Surety, ace held and firmly bound unto the City ,of "Carlsbad, in
the sutn of'/rAofe^U rJl/1\JL."> KCU.^AY\A ^^C (\mVftC^fl ^._iQrlT^6 lf\ ^" Dollars
(g L[C{ Lai^'OJO. ^» said sum being equal to 100 per cent (100%) of. ,
the est unated amount of the contract, to be paid to the said City or
its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors
and administrators, successors or assigns, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden
Contractor, his/her or its heirs, executors, administrators,
successors or assigns, shall in all things stand to and abide by,
and well and truly keep and perform the covenants, conditions, and
agreo.in.iuts in the said contract and any alteration thereof made as
therein provided on his/her or their part, to be kept and performed
at the time and in the manner therein specified, and in all respects
according to their true intent and meaning, and shall indemnify and
save harmless the City of Carlsbad, itr. officers and agents, as
therein stipulated, then this obligation shall become null and void;
otherwise it nhall remain in full force and virtue.
Page 72
And said Surety, for value received, hereby stipulates and agrees-
that no change, extension of time, alteration or addition to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall affect its
obligations on this bond, and it does hereby waive notice of any
change, extension of time, alterations or addition to the terms of
the contract or to the work or to the specifications.
In the event that any Contractor above named executed this bond as an •
individual, it is agreed that the death of any such Contractor shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the
Contractor and Surety above named on the / Ce^ day of fj6!/C<f/71 h&Q-J
, 19 M .
(Notarize or Corporate
Seal for Each Signer)
BALBOA INSURANCE COMPANY
Surety CATHY M. BATSELL,- r\
STATE OF California
County of San Diego
) ss:
)
On this.
Judy. E. Harcum _
before me
County of San Diego . State of California
_, a Notary Public in and for the said
_, residing therein, duly commissioned
and sworn, personally appeared Cath^ M. Ba.tsell known to me to be the A ttorney-in-Fact of the
Balboa|ftlSa*aii|fe^#&paiiy, '$j^ corporation that executed the within instrument, and acknowledged to me
that he'&ubscribed^he name, of tfqe Balboa Insurance Company thereto and his own name as A ttorney-in-Fact.
Lf* I , » I : *1 (I «// . ^ «!.//», / X^. .
1L002ZR776
Notary Publiv in and for the County of
San Diego State of California
BALBOA INSURANCE COMPANY
620 NEWPORT CENTER DRIVE, NEWPORT BEACH. CALIFORNIA 92660
oPA-lill
POWER OF ATTORNEY VALID
GENERAL POWER OF ATTORNEY ONLY IF NUMBERED IN RED
Know All Men by These Presents, That BALBOA INSURANCE COMPANY, a corporation duly organized and existing
under the laws of the State of California, and having its principal office in Newport Beach, Orange County, California, does by
these presents make, constitute and appoint.
CATHY M. BATS ELL -
nf San Diego and State nf California its true and lawful Attorney(s)-in-Fact, with full
power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver
CONTRACT BONDS (S.B.A. Guarantee Agreement) - Maximum Penalty $350.000.00
OTHER CONTRACT BONDS - Maximum Penalty $250,000.00
ALL OTHER BONDS - Maximum Penalty $50,000.00
"THIS POWER OF ATTORNEY SHALL TERMINATE AND BE
OF NO FURTHER EFFECT AFTER DECEMBER 31, 1982"
and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the
corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said
Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted
by the Board of Directors of the Balboa Insurance Company at a meeting held on the 22nd day of March, 1962.
"Be It Resolved, that the President, any Vice-President, any Secretary or any Assistant Secretary shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for
and on behalf of the Company subject to the following provisions:
"Section 1. Attorney-in-Fact. Attorney-in-Fact may be given full power and authority for and in the name of and on
behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity
and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's
liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if
signed by the President and sealed and attested by the Corporate Secretary."
In Witness Whereof, _ Balboa Insurance Company has caused these presents to be signed by it« Executive
Vice President^.^rcrc^^ corporate xa\ to be hereto affixed this 3rd day of
BALBOA INSUR
By
\J Feb. 6,1948 / /
State of California
County of Orange
On this 3rd tiay^ "if-^"^ September , A.D., 19 81 before me personally came
Jack M. Trapp , to me known, who, being by me duly sworn, did depose and say,
that he resides in Mission Vie jo, California , that he is
Executive Vice President of BALBOA INSURANCE COMPANY, the company described in and which
executed the above instrument; that he knows the seal of said Company; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Board of Directors of said Company; and that he signed his name thereto by like order.
T. C. MAKISHI
NOTARY PUBLIC CALIFORNIA
PRINCIPAL OFFICE IN
ORANGE COUNTY
My Commission Expires Sept. 23. 1983
Notary Public
I, the undersigned Secretary of Balboa Insurance Company, hereby certify that the above and foregoing is a full, true and
correct copy of the Original Power of Attorney issued by said Company, and do hereby further certify that the said Power of
Attorney is still in force and effect.
And I do hereby further certify that the Certification of this Power of Attorney is signed and sealed by facsimile under
and by the authority of the following resolution adopted by the Board of Directors of the Balboa Insurance Company at a
meeting duly called and held on the 24th of March 1972, and that said resolution has not been amended or repealed:
"RESOLVED, that the signature of the Secretary or any Assistant Secretary of this Corporation, and the seal of
this Corporation, may be affixed or printed by facsimile to any certificate to a Power of Attorney of this Corporation, and
that such printed facsimile signature and seal shall be valid and binding upon this Corporation."
GIVEN, under by hand and the seal of said .Company, at Newport Beach, California, this ' w day Of
THIS POWER OF ATTORNEY EFFECTIVE ONLY ^^^
IF ATTACHED TO BOND NO. LO^O Y^j %b $ ^^^^(| // Secretary
B2tC*7Z
\ I
Page 73
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest
editionof the Standard Spec i f icat ions for Public Works
Construction hereinafter designated SSPWC, as issued by the
Southern Chapters of the American Public Works Association,
the City of Carlsbad supplement to the SSPWC, the Contract
documents and the General and Special Provisions attached
thereto .
The Construction Plans consist of Ml sheet(s) designated____
as City of Carlsbad Drawing No. _£^3T3=L__' T^e standard
drawings utilized for this project are the San Diego Area
Regional Standard Drawings, hereinafter designated SDRS, as
issued" by the San Diego County Department of Transportation,
together with the City of Carlsbad Supplemental Standard
Drawings. Copies of pertinent standard drawings are enclosed
with these documents.
WORK TO BE DONE
The work to be done shall consist of furnishing all labor,
equipment and materials and performing all operations neces-
sary to complete the project work as shown on the project plans
and as specified in the specifications.
3 • DEFINITIONS AND INTENT
a) E ngincer:
The word "Engineer" shall mean the City Engineer or his
approved representative.
b) Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted",
"scheduled" or words of similar import are used, it shall
be understood that reference is made to the plans accom-
panying these provisions unless stated otherwise.
Page 74
c) D irect ions: • .
Where words "directed", "designated", "selected" or words
of similar import are used, it shall be understood that
the direction, designation or selection of the Engineer is
intended unless stated otherwise. The word "required" and
words of similar import shall be understood to mean "as
required to properly complete the work as required and as
approved by the City Engineer" unless stated otherwise.
d) Equals and Approvals:
Where the words "equal", "approved equal", "equivalent"
and such words of similar import are used, it shall be
understood such words are followed by the expression "in
the opinion of the Engineer" unless otherwise stated.
Where the words "approved", "approval", "acceptance", or
words of similar import are used, it shall be understood
that the approval, acceptance, or similar import of the
Engineer is intended.
e) Perform and Provide:
The word "perform" shall be understood to mean that the
Contractor, at her/his expense, shall perform all oper-
ations, labor, tools and equipment, and further, including
the furnishing and installing of materials that are indi-
cated, specified, or required to mean that the Contractor,
at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing
of necessary labor, materials, tools equipment and trans-
port at ion.
4. CODES AND STANDARDS
Standard specifications incorporated in the requirements of
the specifications by reference shall be those of the latest
edition at the time of receiving bids. It shall be understood
that the manufacturers or producers of materials so required
either have such specifications available for reference or are
fully familiar with their requirements as pertaining to their
product or material.
5. CONSTRUCTION SCHEDULE
A construction schedule is to be submitted by the Contractor
per Section 6-1 of the SSPWC at the time of the preconstruc-
tion conference.
If the completion date shown on the Notice to Proceed letter
is not met by the Contractor, he will be assessed the daily
salary of the City inspector for each working day beyond the
completion date., as damages.
Page 75
Coordination with the respective utility company for removal
or relocation of conflicting utilities shall be requirements
prior to commencement of work by the Contractor.
The Contractor shall begin work after being duly notified by
an issuance of a "Notice to Proceed" and ^5hall diligently
prosecute the work to completion within 3O consecutive
calendar days from the date of receipt of said "Notice to
Proceed. "
6 . NONCONFORMING WORK' . f
The Contractor shall remove and replace any work not conforming
to the plans or specifications upon written order by the City
Engineer. Any cost caused by reason of this nonconforming
work shall be borne by the Contractor.
7. GUARANTEE
All work shall be guaranteed for one year after the filing of
a "Notice of Completion" and any faulty work or materials dis-
covered during the guarantee period shall be repaired or re-
placed by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS
Where installation of work is required in accordance with the
product manufacturer's directions, the Contractor shall obtain
and distribute the necessary copies of such instructions, in-
cluding two copies to the City Engineer.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall
be equipped with mufflers in good repair when in use on the
project with special attention to City Noise Control Ordi-
nance No. 3109, Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construc-
tion Inspector. Inspectors shall have free access to any or
all parts of work at any time. Contractor shall furnish in-
spectors with such information as may be necessary to keep
her/him fully informed regarding progress and manner of work
and character of materials. Inspection of work shall not re-
lieve Contractor from any obligation to fulfill this contract.
Page 76
11. PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Each and every provision of law and clause required by law to
be inserted in this contract shall be deemed to be inserted
herein and the contract shall be read and enforced as though
it were included herein, and if, through mistake or otherwise,
any such provision is not inserted, or is not correctly in-
serted, then upon application of either party the contract
shall forthwith be physically amended to make such insertion
or correc t ion.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and materials suppliers
shall provide and install the work as indicated, specified
and implied by the contract documents. Any items of work not
indicated or specified, but which are essential to the comple-
tion of the work, shall be provided at the Contractor1s ex-
pense to fulfill the. intent of said documents. In all
instances throughout the life of the contract, the City will
be the interpreter of the intent of the contract documents
and the City's decision relative to 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 comp1iance.
13. SUBSTITUTION OF MATERIALS
The proposal of the bidder sh'a 11 be in strict conformity with
the drawings and specifications and based upon the items indi-
cated or specified. The Contractor may offer a substitution
for any material, apparatus, equipment or process indicated
or specified by patent or proprietary names or by names of
manufacturer which she/he considers equal in every respect to
those indicated or specified. The offer made in writing,
shall include proof of the State Fire Marshal's approval (if
required), all necessary information, specifications and
data. If required, tVie Contractor, at her/his own expense,
shall have the proposed substitute, material, apparatus,
equipment or process tested as to its quality and strength,
its physical, chemical or other characteristics, and its
durability, finish, or efficiency, by a testing laboratory
as selected by the City. If the substitute offered is not
deemed to be equal to that so indicated or specified, then
the Contractor shall furnish, erect, or install the material,
Page 77
apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of
construction, if possible, but in no case less than 10 days
prior to actual installation.
14. RECORD DRAWINGS
The Contractor shall provide and keep up to date a complete
"as-built" record set of transparent sepias, which shall be
corrected daily and show every change from the original draw-
ings and specifications and the exact "as-built" locations,
sizes and kinds of equipment, underground piping, valves, and
all other work not visible at surface grade. Prints for this
purpose may be obtained from the City at cost. This set of
drawings shall be kept on the job and shall be used only as a
record set and shall be delivered to the Engineer on comple-
tion of the work.
1 5 . PERMITS
The general construction, electrical and plumbing permits
will be. issued by the City of Carlsbad at no charge to the
Contractor. The Contractor is responsible for all other re-
quired licenses and fees.
16. QUANTITIES IN THE SCHEDULE
The quantities given in the schedule, for unit price items,
are for comparing bids and may vary from the actual final
quantities. Some quantities may be increased and others may
be decreased or entirely eliminated. No claim shall be made
agai-nst the City for damage occasioned thereby or for loss of
anticipated profits, the Contractor being entitled only to
compensation for the actual work done at the unit prices bid.
The City reserves and shall have the right, when confronted
with unpredicted conditions, unforeseen events, or emergen-
cies, to increase or decrease the quantities of work to be
performed under a scheduled unit price item or to entirely
omit the performance thereof, and upon the decision of the .
City to do so, The City Engineer will direct the Contractor
to proceed with the said work as so modified. If an increase
in the quantity of work so ordered should result in a delay
to the work, the Contractor will be given an equivalent exten
s ion of t ime .
Page 78
W17. SAFETY & PROTECTION OF WORKERS AND PUBLIC '. . •
The Contractor shall take all necessary precautions for-the
safety of employees on the work and shall comply with all
applicable provisions of Federal, State and Municipal safety
laws and building codes to prevent accidents or injury to
persons on, about or adjacent to the premises where the work
is being performed. He/she shall erect and properly maintain
at all times, as required by the conditions and progress of
the work, all necessary safeguards for the protection of
V7orkers and public and shall post danger signs warning
against hazards created by such features of construction as
protruding nails, hoists, well holes and falling materials.
18. SURVEYING • '•' '
Contractor shall employ a licensed land surveyor or registered
civil engineer to perform necessary surveying for this project
Requirements of the Contractor pertaining to this item are set
i 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.
'CODES, ORDINANCES, REGULATIONS & ABBREVIATIONS
Reference to codes, ordinances and regulations are to editions
in effect as of date of proposals. Abbreviations are used for
agencies issuing standard specifications as follows:
Agency
American Society for-Testing
Materials
U.S. Government
National Board of Fire
Underwriters
American Institute of Steel
Construction
American Standards Association
Underwriters Laboratories, Inc.
Department of Commerce
Standards
American Concrete Institute
Abbreviation
ASTM
Fed. Spec
NBFU
AISC
ASA. in;
cs
ACI
•WA.TKR FOR_CONSTRlinTT ON
The Contractor shall obtain a construction meter for water
utilized during the construction under this contract. The
Contractor shall contact the appropriate water agency for re-
quire m o n t: s . Co p. t r i\ c. t o v n h n 11 include cost of water an <1 in e t o r
rental within appropriate, items of proposal. No ocpnrate pay-
ment will be 'mado.
Page 79
SPECIAL PROVISIONS
1 . Clearing and Grubbing
Clearing and grubbing shall include but not be limited to, the
removal and disposal of all asphalt paving, concrete curbs,
gutters, sidewalks, driveways, trees or shrubs, wheel stops,
iron posts and rails, wood fence, P.C.C. Blocks and any other
deleterious matter necessary to accomplish the construction of
the improvements as shown on the plans and as specified in these
Special Provisions.
Material removal shall conform to the requirements of Section
300-1 of the SSPWC and these Special Provisions.
All concrete, asphalt paving, and other materials removed shall
be disposed of in a manner acceptable to the Engineer. The cost
of the material disposal shall be deemed included in the lump sum
price bid for clearing and grubbing and no additional p&{^f£^ will
be made therefore.
2. Trenching and Backfills
All trenching shall conform to the requirements of Section 306
of the SSWPC and these Special Provisions.
Backfill excavations as construction operations permit, but not
before all work to be covered has been inspected and approved by
the Engineering Inspector.
Backfill shall consist of non-expansive, predominately granular
soils as approved by the City. Place backfill in loose lifts
not more than 8" thick and mechanically compact to at least 90%
of the maximum dry density obtainable when tested in accordance
with ASTM D1557. '
Payment for trenching and backfill shall be considered as
included in the cost for the individual items of work and no
additional compensation will be made therefore.
3• Finish Grad ing
A. Before and during finish grading all weeds and grasses
shall be dug out by the root and disposed off the
site.
Page 80
B. Finish grading shall consist of finishing surfaces by
raking smoothly and evenly and removing and disposing
off site all extraneous matter to facilitate natural
run-off water.
C. The moisture content of the soil shall not be so great
that excessive compaction will occur; nor so dry that a
dust will form in the air or that clods will not break
easily.
D. Finish grade shall be smooth even and uniform with no
abrupt change in surface. Soil areas adjacent to
buildings shall slope away from the building to allow
for positive drainage. Low spots shall be graded to
drain properly.
E. The plant ing areas shall be graded to a level 1-1/2"
below the grade of adjacent pavement walks, curbs and
headers except where directed by the Engineer to allow
for drainage.
F. Payment for finish grading shall be considered included
in the bid item for grading and no additional payment
will be made therefor.
4. Concrete Curbs and Gutters, Sidewalks, Cross Gutters,
Driveway Approaches, P.C.C. Alley Apron
A. The construction of concrete curbs and gutters,
•sidewalks, cross gutters, and driveway approaches and
alley aprons shall conform to Section 303-5 of the
SSPWC.
B. Portland cement concrete shall be 2500 PSI and shall
conform to Section 201-1 of the SSPWC.
C. Concrete sidewalks *shal1 be 4" in thickness. The cross
gutters and alley aprons shall be 6" in thickness.
D. Reinforcing bars shall conform to the requirements of
Section 201-2 of the SSPWC and these Special
Provis ions.
E. Joint dowel bars shall be 1/2 inch ASTM A615 Grade 60
steel.
»«**»>'
Page 81
F. Brush markings on sidewalks, driveway approaches shall
be uniform, even textured, using new manila hemp
bristle broom or equivalent tools as approved by the
City. All formed edges shall be rounded to a radius of
1/2 inch.
G. Concrete paving shall be remarked as necessary after
final finish to assure neat uniform edges, joints and
score lines. Scoring lines shal have a minimum depth
of 1/4 inch and a radius of 1/8 inch and shall be
located as shown on the plans.
H. Measurement and payment for concrete curbs and gutters,
sidewalks, cross gutters, alley aprons, driveway
approaches and concrete shall be included in the bid
price for these items and no .separate payments will be
made.
I. Payment for concrete sidewalk shall include all labor,
equipment and materials necessary to construct the
sidewalk, including the brush finish complete and in
place as shown on the plans, as specified in these
Special Provisions and as directed by the Engineer.
J. The cost of any excavation, fill or other street
construction work not specifically listed as a bid item
shall be included in the bid prices for various items
of work and no additional payment will be made
there for.
5. Asphalt Join
A. The contractor shall saw cut the existing asphalt road
surface along a line as directed by the Engineer to
provide a smooth join section and to allow sufficient
space for the installation of the gutter form work.
B. After the removal of the concrete forms, the apvement
shall be replaced with a structural section consisting
o 3" of asphalt concrete over 6 inches of aggregate
base mat erial.
C. Asphalt and base materials shall conform to the require-
ments as specified in the asphalt pavement section of
these Special Provisions.
Page 82
D. Payment for asphalt concrete paving and aggregate base
material including A.C. joining shall be included in the
bid price of asphaltic concrete paving and no additional
payment will be made therefor.
Aggregate Base
A. Aggregate base materials shall conform to the
requirements of Section 301-.2.1 through Section 301-
2.4 o the SSPWC.
Asphalt Concrete Paving
A. Asphalt concrete shal be Type I-B-AR-4000 and shall
conform to the requirements of Sections 203 and 302 of
the SSPWC.
B. Aggregate shall conform to Subsecton 203-6.3.2 and
shall be Type I Class B.
C. A prime coat shall be applied to the surfact of the
untreated aggregate base at the rate o 0.25 gal/SY.
The prime coat shall be gradt SC250.
D. A tack coat shall be applied on abutting concrete
surfaces, along the saw cut and on existing pavement to
be resurfaced at the rate o 0.10 gal/SY. The tack coat
shall be Type SSI asphaltic emulsion.
E. A seal coat shall be applied to the finished surface at
the rte of 0.10 gal/SY. The seal coat shall be Type
SSI asphaltic emulsion with a 60-70 grade liquid
asphalt.
F. Before final acceptance of the work the contractor
shall, in the presence of the City Inspector, test all
paved areas for correct water run off by flooding with
water from hydrants. Any area where water remains
standing shall be broughtd to correct grade to prevent
pond ing.
G. Compensation for the asphalt concrete paving and
aggregate base, including prime, seal and tack coats
for the parking lot and roadway join section, complete
and in place, shall be included in the unit price bid
for asphaltice concrete and aggregate base and no other
compensation will be made therefor.
Page 83
Seal Coat Existing Paving
A. Existing paving shall have a seal coat applied at the
rate of 0.10 gal/SY within the limits shown on the
plans.
B. Seal Coat shall be type SSI asphaltic emulsion with a
60-70 grade liquid asphalt as specified in Section 203-
3 of the SSPWC.
C. Payment for seal coat shall be included in the bid
price for asphaltic concrete, and no other compensation
shall be made therefor.
Asbestos Cement Pipe
A. Asbestos cement pipe shall conform to Section 207-6 of
the SSPWC.
B. Asbestos cement pipe shall be installed at locations
indicated on the plans.
C. Payment shall be per lineal foot, in place, per Section
306-1.6 of the SSPWC, and shall include all excavation
and back-fill necessary for the installation of the
additional compensation will be allowed therefor.
Page 84
10. Obstructions and Coo per at ion •
The Contractor shall coordinate his/her work with that of other
trades to avoid conflicts and shall cooperate with other forces
working in the area in order to achi.eve a timely completion and
allow work to progress in a logical manner. Due precautions
shall be taken and care excercised to protect other facilities
that may be in pl^ce at the time Contractor is performing the
work.
Should the Contractor in the CQurse of the work encounter any
obstruction that requires a design change or special construc-
tion method, he/she shall immediately contact the Engineer for
supplemental instructions and not'ify the affected agency whose
facility may be involved, and proceed on the basis of written
instructions from the Engineer and such agencies. .
11'. Safety and Protection of Workers and Public
The Contractor shall take all necessary precautions for the
safety of employees on the work and" shall comply with all
.applicable provisons of Federal, State, and municipal safety
laws and building codes to prevent accidents or injury to
persons on, about or adjacent to the premises where the work is
being performed. He/she shall erect and properly maintain at
all times, as required by the conditions andprogress of the
work, all necessary safeguards for the protection of the workers
and public and shall post danger signs warning against the
hazards created by such features of construction as protruding
nails, hoists, well holes, and falling materials.
The Contractor shall notify the City of Carlsbad Police and Fire
Departments 24 hours prior to beginning work. In addition, the
contiguous property owners shall be notified 24 hours prior to
beginning of work and also during the progress of work if sub-
stantive traffic flow changes .or driveway closures will affect
their operations.
1^ • Cutting, P at c hi n g
The Contractor shall do all cutting, fitting or patching of the
v; o r k that may t>e required to make its several parts come together
properly and fit it to recei.ve or be. received by work of other
contractors shown upon, or reasonably implied by the Plans and
Specifications for the completed structures, and Contractor
shall make good any defect as the City may d i r e c t.
The Contractor shall not endanger any work by cutting,
excavating or otherwise altering the work and shall not cut or
alter the work of any other contractor save with the consent of
the City.
Page 85
13. TRAFFIC REQUIREMENTS IN CARLSBAD CITY STREETS: The
Contractor shall arrange his/her work Tn su ch a manner
that the following traffic requirements are satisfied:
A. Provide and maintain one 12-foot traffic lane
during Contractor's normal working hours and two
12-foot traffic lanes after normal working hours
for all streets. Any one street shall not be
simultaneously reduced to two lane's at more than
one locat ion.
B. The complete closure of any street requires
prior approval of the Engineer.
C. Vehicular access to any property in the project
area shall not be blocked off.
14. TRAFFIC CONTROL IN CARLSBAD CITY STREETS: The traffic
control includes the construction of detours, street
closures, and related work necessary and required for
the construction of the storm drain.
A. Notifications: The Contractor shall notify the
following City departments 24 hours prior to the
start of work on this project and 24 hours prior
to the closing or opening of a street or alley
within the City of Carlsbad:
Engineering Department - 438-5541
Police Department - 438-5511
Fire Department - 438-5521
TheCity of Carlsbad will furnish, at no charge
to the Contractor, "TEMPORARY NO PARKING" signs
'to be posted (and removed) by the Contractor as
required to facilitate progress of the work.
The signs shall be removed by the Contractor
immediately when not required to facilitate the
work.
B. Barricades, Guards and Safety Provisions: To
protect persons from injury and to avoid
, property damage, adequate barricades, bridging,
construction signing, warning lights and guards
as required shall be placed and maintained
during the progress of construction work and
until it is safe for traffic to use the street
or highway. All piles of materials, equipment,
pipe and other objects that may serve as
obstructions to traffic shall be barricaded and
have warning lights.
Page 86
The warning lights shall be of intermittent
flashing type, amber in color and shall be
working from one-half hour before dusk
continually until one-half hour after dawn the
following morning, and when visibility is poor.
All safety rules and regulations of local and
State authorities shall be observed.
Portable delineators, including the base, shall
be composed of a material that has sufficient
rigidity to remain upright when unattended and
shall be either flexible or collapsible upon
impact by a vehicle. The base shall be of such
shape as to preclude roll after impact. The base
shall be of sufficient weight or shall be
anchored in such a manner that said delineator
shall remain in an upright position.
If the portable delineators are damaged,
displaced or are not in an upright position,
from any cause, said delineators shall
immediately be replaced or restored to their
original location, in an upright position, by
the Contractor.
The vertical portion of the portable delineators
shall be predominantly orange color. The posts
shall be not less than 2-1/4" in width or
diameter, if tapered, shall have a cross-
sectional area of not less than 100 square
inches measured through the vertical axis of the
delineator, normal to the roadway. The minimum
height shall be 37 inches above the traveled
way.
Fluorescent traffic cones shall be of good
commercial quality, flexible material suitable
for the purpose intended. The outer section of
the portion above the base of the cone shall be
a highly pigmented fluorescent orange polyvinyl
compound. The overall height of the cone shall
be at least 28 inches. The base shall be of
sufficient weight and size or shall be anchored
, in such a manner that the traffic cone will
remain in an upright position.
C. Traffic Control: In order to expedite the
passage of public traffic through or around the
work and where ordered by the Engineer, the
Contractor shall install signs, lights, flares,
barricades and other facilities for the sole
convenience and direction of public traffic.
Page 87
Also, where directed by the. Engineer, the
* Contractor shall furnish competent flagpersons
whose sole duties shall consist of directing the
movement of public traffic through or around the
work. No material or equipment shall be stored
where it will interfere with the free and safe
passage of public traffic and at the end of each
day's work and at other times when construction
operations are suspended for any reason, the
Contractor shall remove all equipment and other
obstructions from that portion of the roadway
open for use by public traffic.
Existing traffic signal and highway lighting
systems shall be kept in operation for the
benefit of the traveling public during progress
of the work and other forces will continue
routine maintenance of existing systems.
The Contractor may be required to cover certain
signs which regulate or direct public traffic.
The Engineer will determine which signs shall be
covere d.
Construction operations shall be conducted in
• .'"*v . such a manner as to cause as little
****" inconvenience as possible to abutting property
owners. All streets and highways used by the
Contractor shall be kept free of debris, dust
and mud by the Contractor.
Personal vehicles of the Contractor's employees
shall not be parked on the traveled way at any
time, including any section closed to public
traffic.
When entering or leaving roadways carrying
public traffic, the Contractor's equipment,
whether empty or loaded, shall in all cases
yield to public traffic.
The provisions in this section may be modified or
altered if, in the opinion of the Engineer,
: public traffic will be better served and work
expedited. Any proposed modifications shall be
approved in writing by the Engineer.
Whenever a lane closure is made, the Contractor
shall close the lane by placing fluorescent
traffic cones, portable delineators, or other
devices approved by the Engineer, along a taper
and along the edge of the closed lane adjacent
to public traffic.
Page 88
One telescoping flag tree with flags shall be
placed at the beginning and at the end of the
taper.
Whenever work is being performed adjacent to a
lane carrying traffic, the edge of lane or edge
of pavement shall be delineated by placing
temporary portable delineators adjacent thereto.
Should the Contractor appear to be neglectful or
negligent in furnishing warning and protective
measures as above provided, the Engineer may
direct attention to the existence of a hazard
and the necessary warning and protective
measures shall be furnished and installed by the
Contractor at his/her expense. Should the
Engineer point out the inadequacy of warning and
protective measures, such action on the part of
the Engineer shall not relieve the Contractor
from responsibility for public safety or
abrogate his/her obligation to furnish and pay
for these devices.
Full compensation for furnishing, placing, maintaining,
replacing and removing construction signing, barricades,
delineators and traffic cones; for covering signs as
directed by the Engineer; and for furnishing flagpersons
shall be considered as included inthe various contract
items of work involved and no separate payment will be
made therefor.
15. DUST CONTROL: The Contractor shall furnish a water
•supply vehicle on the job site. The Contractor shall
apply water in the amounts and at the intervals as
directed by the Engineer. The water supply vehicle and
an operator shall be available upon a reasonable notice
as determined by the Engineer for after-hour, weekend,
or holiday dust control work. If the Contractor is not
available for dust control measures, the City will
arrange for the work to be performed by others and will
deduct all equipment, labor, and material costs thereof
from the contract amount. The Contractor shall place a
1" thick temporary pavement over storm drain trenches
within intersections as soon as they are backfilled to
prevent dust from cross traffic. The Contractor shall
furnish a street sweeper vehicle on the job site and-
shall sweep areas as directed by the Engineer.
16 . NOTIFICATION TO RESIDENTS AND PROPERTY OWNERS: 11
shall be the responsibility of: the Contractor to notify
in writing all property owners and residents along any
street closed to traffic at least 24 hours prior to
closure.
Page 89
If driveways are to be closed, theproperty owner
and/or resident shall be notified in writing 24 hours
in advance, and the period of closure shall be
specified to the affected resident or property owner.
All costs involved in notification shall be absorbed in
other items of work. In the event of failure to notify
by Contractor, the Contractor shall, at the direction
of the Engineer, restore property access immediately.
17. PROTECTION, RESTORATION AND CLEANUP OF EXISTING
IMPROVEMENTS:
The Contractor shall be responsible for the protection,
restoration or replacement of any improvements existing
on public or private property at the start of work or
placed there during the progress of work and not
specified or shown on the plans to be permanently
removed. Existing improvements shall include, but are
not limited to curbs, gutters, cross gutters,
sidewalks, driveways, lawns, shrubs, trees, fences and
walls. All existing improvements shall be
reconstructed to equal or better the existing
improvements removed or damaged.
The Contractor shall select his/her equipment with a
view of minimizing the damage to street. The equipment
or the type of construction method used which tends to
inflict unnecessary damage to the street, in the
judgement of the Engineer, may be ordered discontinued
unless the Contractor demonstrates, to the satisfaction
of the Engineer, that modifications to his/her methods
or equipment will not inflict unnecessary damage to the
street.
In submitting a bid, the Conractor will be deemed to
have carefully examined the site of the work and to
have become acquainted with all conditions relating to
the protection and restoration of existing
improvements. The City does not guarantee that all
improvements are shown on the plans and it shall be the
Contractor's responsibility to provide in the bid for
the protection and restoration of all existing
improvements except those otherwise specified herein.
All curbs, gutters, sidewalks and driveways shall be
removed and replaced to the next joint or scoring line
beyond the actually damaged or broken sections; or in
the event that joints or scoring lines do not exist or
are three or more feet from the removed or damaged
section, the damaged portions shall be removed and
reconstructed to neat, plane faces.
Page 90
All new concrete shall match, as nearly as possible, the
appearance of adjacent concrete improvements.
Dumping or storage of materials or storage of equipment in public
rights-of-way or private property requiring subsequent cleanup
shall not be perritted unless written permission is secured from
the agency having jurisdiction or owner of the property and
submitted to the Engineer and approved.
All costs involved in protection, restoration and cleanup of
existing improvemets shall be included in other items of work.
18. STORAGE OF MATERIAL IN PUBLIC STREETS AND ALLEYS
No materials shall be stored in public sidewalks, driveways,
parking lots and alleys. No material shall be stored other than
those where the waterline is to be constructed as part of this
contract, and then only within the limits of the construction
subject to the additional restrictions listed below:
A. Water pipes may be stored on alley for a period not to
exceed five (5) working days.
B. Excavated and backfill material may be stored on alley
for not more than five (5) working days.
C. Construction equipment may be stored in construction
zone, only if access is provided to adjacent parking
lots at all times. Any storage of material and
equipment in the parking lots must be accomplished by
prior owners permission.
All cost involved to comply with the above requirements shall be
included in the prices bid for various items of work, and no
separate payments will be made.
Page 91
19. UTILITIES
Utilities for the purpose of these specifications shall be
considered as including, but not limited to, pipe lines,
conduits, transmission lines, and appurtenances of "Public
Utilities" (as defined in the Public Utilities Act of the State
of California) and those of private industry, business or
individuals solely for their own use or for use of their tenants,
and storm drains, sanitary sewers, street lighting and traffic
signal systems. The City of Carlsbad and affected utility
companies have, by a search of known records, endeavored to
locate and indicate on the plans all utilities which exist
within the limits of the work. However, the accuracy or
completeness of the utilities indicated on the plans is not
guranteed. Service connections to adjacent property may or may
not be shown on the plans. It shall be the responsibility of
the Contractor to determine the exact location of all utilities
and their service connections. The Contractor shall make his
own investigation as to the location, type, kind of materials,
age and condition of existing utilities and their appurtenances
and service connections which may be affected by the contract
work, and in addition he shall notify the City as to any
utility, appurtenances and service connections located which
have been incorrectly shown on or omitted from the plans.
20. INSTALLATION AND TESTING OF PIPE
Requirements for pipe laying, joining, testing shall conform to
Section 306 of SSPWC, 1982 Edition and these provisions.
21. PIPE LAYING
When installing asbestos cement pipe, fittings shall be
supported independently of the pipe. Half-lengths (M.E.E) of
pipe shall be used in and out of each fitting and wherever pipe
passes throught a rigid structure. At least two lengths of pipe
shall be placed between any two fittings not directly connected.
Pipe may be cut by means of saws, power-driven abrasive wheels
or pipe cutters which will produce a square cut. No wedge type
roller cutters will be permitted.
FIELD JOINING OF ASBESTOS CEMENT PIPE
The maximum allowable deflection at any joint shall be 3°.
Page 92
22. CONNECTIONS TO EXISTING WATER MAINS
All connections to existing water mains will be made by City
forces. Before beginning any work, the contractor shall contact
the Water Superintendent of the City of Carlsbad Public Works
Department for permission and any special requirements.
23. PRESSURE TEST
After the pipe and all appurtenances have been laid and
backfilled and the required compaction obtained and approved,
the pipe shall be subjected to a four-hour hydrostatic pressure
test. This test shall consist of subjecting the pipeline to a
hydrostatic pressure of 75 psi in excess of the designated
working pressure specified for the class of pipe at the low
point in the section being tested. The line shall be filled with
water at least 72 hours prior to testing. While filling and
immediately prior to testing, all air shall be expelled from the
pipeline. Where air valves or other suitable outlets are not
available for releasing air or applying the test, taps and
fittings approved by the City's representative shall be
installed and later securely plugged. The pressure in the
pipeline shall be pumped up to the specified test pressure.
When the test pressure has been reached, the pumping shall be
discontinued until the pressure in the line has dropped 25 psi,
at which time the pressure shall again be pumped up to the
specified test pressure. This procedure shall be repeated until
four hours have elapsed from the time the specified test
pressure was first applied. At the end of this period, the
pressure shall be pumped up to the test pressure for the last
time. Pressure test equipment shall be inspected and approved
by the City representative prior to use.
Leakage shall be considered as the total amount of water pumped
into the pipeline during the four-hour period, including the
amount required in reaching the test pressure for the final
time. Leakage shall not exceed the rate of four gallons per
inch of normal inside diameter per 1000 feet of pipe per 24
hours. If leakage exceeds this rate, the leak points shall be
located and stopped, and all defective pipe, fittings, valves
and other accessories shall be removed and replaced with sound
material and the test shall be repeated until the leakage does
not exceed the rate specified above. All perceptible leaks
shall be similarly repaired. The lossage will be from a
contained chlorinated water that will be accessible to
measurement of water used in the four-hour test.
24. PIPELINE STERILIZATION
All pipelines and appurtenances shall be sterilized in
accordance with AWWA Specifications C-601.
Chlorination shall be accomplished by a chlorine solution having
a CL residual of 50 parts per million after 24 hours. The
solution shall be made with either hydrochlorite tablets or gas
injection equipment.
Sterilization and the hydrostatic pressure test may be conducted
concurrently. Provisions shall be made to protect against
chlorine damage in case of a leak.
Sterilization conducted separately from the hydrostatic pressure
text shall be accomplished with approved chlorine injection
equipment. Rechlorination, for any reason, shall be by
injection.
The contractor shall furnish all labor, materials, including
water, tools, and equipment necessary to provide and complete
field sterilization as specified.t-
As the pipe is being laid, hydrochlor ite tablets shall be
attached to the inside top of the pipe at each joint by an
approved non-toxic adhesive. The tablets shall have an average
weight of .009 poinds each and shall contain not less than 70
percent available chlorine. The practice of crushing the
tablets between the pipe and collar will not be allowed.
The following shows the number of tablets that shall be used per
length of pipe to provide the required residual: 4 tablets per
13 feet of pipe length is required.
Payment for all equipments, pressure testing, and disinfecting,
of water line shall be included in the bid price for water pipe
and no additional payment will be made.
25. a) The Contractor shall coordinate with the Utility
Companies for relocation of their lines during the
cons truct ion .
b) The Contractor shall make due allowances for any delays
caused by such action.
c) The Contractor shall be entitled to an extention of time
for such delays without increasing contract amount.C