Loading...
HomeMy WebLinkAboutStraub, Michael; 1980-06-17; 1075CITY OF CARLSBAD SAN DIEGO COUNTY CALIFORNIA CONTRACT DOCUMENTS & SPECIFICATIONS FOR STREETSCAPE IMPROVEMENTS AT. GRA'ID AVENUE AMD STATE STREET CONTRACT NO, 1075 TABLE OF CONTENTS PAGE ITEM 1 NOTICE INVITING BIDS 4 PROPOSAL 10 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY 14 BIDDER'S BOND TO ACCOMPANY PROPOSAL 15 DESIGNATION OF SUBCONTRACTORS 17 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY 18 BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 19 CONTRACT 22 LABOR § MATERIALS BOND 24 PERFORMANCE BOND 26 CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS 27 SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS 29 WEEKLY PAYROLL SUBMISSION AND REVIEW 33 INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIANCE 35 FEDERAL MINIMUM WAGES 40 FEDERAL LABOR STANDARDS PROVISIONS 55 GENERAL PROVISIONS 59 SPECIAL PROVISIONS Page 1 CITY OF CARLSBAD, CALIFORNIA NOTICE INVITING BIDS Sealed bids will be received at the Office of the City Clerk, City Hall, 1200 Elm Avenue, Carlsbad, California, until 4:00 p.m. on the 8th day of May , 19 80 > at which time they will be opened and read for performing the work as follows: STREETSCAPE IMPROVEMENTS AT GRAND AVENUE § STATE STREET - CONTRACT 1075 Said work shall be performed in strict conformity with the specifications therefor as approved by the City Council of the City of Carlsbad on file in the Engineering Department. Refer- ence 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 furnished by the Engineering Department. Each bid must be accompanied by cash, certified check or bidder's bond made payable to the City of Carlsbad for an amount equal to at least ten percent (10%) of the amount of bid; said guaranty to be for- feited 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 re- quirements . The documents included within the sealed bids which require completion and execution are the following: 1. Proposal 2. Bidder's Bond 3. Designation of Subcontractors 4. Bidder's Statement of Financial Responsibility 5. Bidder's Statement of Technical Ability and Experience Said documents shall be affixed with the appropriate nota- rized signatures and titles of the persons signing on behalf of the bidder. For corporations, the signatures of the presi- dent or vice-president and secretary or assistant secretary are required and the corporate seal shall be affixed to all docu- ments requiring signatures. In the case of a partnership, the notarized signature of at least one general partner is required. All bids are to be compared on the basis of the Engineer's estimate. The estimated quantities are approximate only, being given solely as a basis for the comparison of bids. No bid will be accepted from a contractor who has not been licensed in accordance with the provisions of Chapter 9, Divi- sion 3 of the Business and Professions Code. The contractor shall state his/her license number and classification in the pro- posal. The estimated cost of the work is $73,300.00 Page 2 Plans, special provisions and contract documents may be ob- tained at the Engineering Department, City Hall, Carlsbad, Cali- fornia, at no cost to licensed contractors for the first set.Additional sets are available for a non-refundable fee of $15. Partial and final payments on this contract shall be in ac- cordance with Section 9 of the 1979 edition of Standard Specifica- tions for Public Works Construction. The work to be performed under this contract is being partially financed through a program providing Federal financial assistance from the Department of Housing and Urban Development and will be subject to Federal Labor Standards outlined in HUD Handbook 6500.3, a copy of which is on file in the Office of the City Engineer. Each craft or type of worker needed to perform work under this contract shall be paid not less than the minimum wage established by the U. S. Department of Labor, the latest copy of which is in- cluded in the bid documents, or not less than the prevailing wage as determined by the Director of Industrial Relations pursuant to the State of California Labor Code, Part 7, Chapter 1, Article 2, Sec- tions 1770, 1773 and 1773.1 on file in the Office of the City Clerk of the City of Carlsbad. Prior to using any apprentices or trainees for this contract, the contractor will be required to furnish written evidence of ap- proval of his/her apprenticeship program by the U. S. Department of Labor. Also, the prime contractor shall be responsible to ensure compliance with provisions of Section 1777.5 of the Labor Code of the State of California for all occupations with apprenticeships as required on public works projects above $30,000 or 20 working days. The contractor is required, to the greatest extent feasible, to provide opportunities for training and employment of lower income residents of the project area. Affirmative action to ensure equal opportunity will be required of the contractor as indicated on the "Notice of Requirement for Af- firmative Action to Ensure Equal Employment Opportunity," a copy of which is contained within the contract documents. The contractor shall comply with the requirements of the 1970 Clean Air Act (42 U.S.S. 1857 of Federal Water Pollution Contract Act) as amended. 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 amount of the bond to be given for the faithful performance of the contract for the said work shall be 100% of the contract price therefor, and an additional bond in the amount equal to 50% of the con- tract price for said work shall be given to secure the payment of the claims for any material or supplies furnished for the performance of Page 3 the work contracted to be done by the contractor for any work or labor of any kind done thereon. The contractor is also required to comply with the City of Carlsbad's Affirmative Action Plan for Training, Employment and Business Opportunities^for Community Development Block Grant Projects^Copies of this plan are available at the City Clerk's office. Approved by the City Council of the City of Carlsbad, Cali- fornia, by Resolution Mo. 6146 adopted on the 15th day of April April 16, 1980 DATED ALETHA L. RAUTENKRANZ, CITY CLEB/T CITY OF CARLSBAD CONTRACT NO. 1075 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. 1075 in accordance with the plans and specifications of the City of Carlsbad, and the special provisions, and that he/she will take in full payment therefor the following unit prices for.each item complete, to wit: w- Item Article with Unit Price or • " Approximate Unit Mo. Lumr> Sum Written in Words Quantity ^ Unit Price TOTAL 1 Clearing and grubbing at Dollars Cents per lump sum Lump Sum Concrete curb and gutter at ^ Dollars Cents per li'rieal foot ' 567 L.F. Earthwork at Dollars Cents per cubic yard 230 C.Y. Addendum (a) No(s). ////£ has/have been received and is/are included in this proposal. Item ^Article with Unit Price or Approximate ;Np_. A Lump c;,)Tn Written in Words Quantity 5 Unit Unit Price 5 TOTAL V,, 8 10 11 S.-Z 6" concrete curb at Dollars Cents per lineal fdot Concrete cross gutter and spandrel at Dollars Cents per lineal toot' 6" asphalt concrete curb at ' $ ,per lineal' foot ^Dollars Cents Interlocking pavers at Dollars Cents •per square foot Concrete sidewalk at Dollars Cents per square' foot Asphalt concrete at Dollars Cents per ton Aggregate base at Dollars Cents per ton Precast bollards at yij\</ HL £Do liars Cents per each Electric service at Dollars Cents per lump sum 275 L.F. 321 L.F. 134 L.F. 400 S.F. • 4,050 S.F. 130 Tons 223 Tons 4 Each Lump Sum J2.&- V sm Article with Unit Price or Sum Written in Words.. Approximate Unit Quantity S Unit Price TOTAL 13 Light fixture at 17 18 19 20 21 DO Dollars Cents per lump sum 14 Relocate existing street light at _Dollars Cents per lump sum 15 Soil preparations and fine grading at '•lhlAJ<U&>*Pol 1 ar s Cents per lump sum 16 36" box trees at Cents___^__1per each ' 30" box trees at Dollars Cents per each 24" box trees at Dollars Cents_ per each 5 gallon trees at Dollars Cents per each' 6" pot annuals at _Do liars Cents per eacl 10" on-center ground cover at fajjXJiZJO Dollars Cents Lump Sum Lump Sum Lump Sum 3 Each 2.1 Each 4 Each 122 Each 130 Each 98 Flats 7 23 Article with Unit Price or T.nmp Sum Written in Words Approximate Unit Quantity 5 Unit Price 22 60-day maintenance Dollars Cents TOTAL per lump sum Irrigation system at 9/Yi - per lump sum Dollars Cents Lump Sum Lump Sum TOTAL (IN FIGURES). 3TAL (IN WORDS) ALTERNATES 24 25 In lieu of Item No. 7 sub- stitute textured concrete for the interlocking pavers at /^2/yjgS Dollars Cents per s'quard foot In lieu of Item No. 11 sub- stitute 8" concrete filled painted .metal pipe for the precast bollards at Mo Dollars Cents 400 S.F' 4 Each per each. "THE LOW BID WILL BE BASED ON THE LOWEST OVERALL PROPOSAL USING THE- ALTER- NATES AS DETERMINED BY THE CITY COUNCIL PRIOR TO AWARD OF CONTRACT. 8 All bids are to be computed on the basis of the given es- timated quantities of work, as indicated in this proposal, times the unit price as submitted by the bidder. In case of a dis- crepancy between words and figures, the words shall prevail. In case of an error in the extension of a unit price, the cor- rected extension shall be calculated and the bids will be com- puted as indicated above and compared on the basis of the cor- rected totals. The estimated quantities of work indicated in this proposal are approximate only, being given solely as a basis for compari- son of bids . The undersigned has checked carefully all of the above figures and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. The undersigned agrees that in case of default in executing the required contract with necessary bonds and insurance poli- cies within twenty (20) days from the date of award of contract by City Council of the City of Carlsbad, the proceeds of check 'or bond accompanying this bid shall become the property of the City of Carlsbad. Licensed in accordance with the Statutes of the State of California providing for the registration of contractors, Li- cense No. "^e '3~-S~"> Identification ' The undersigned bidder hereby represents as follows: (1) That no Councilperson, officer, agent or employee of the City of Carlsbad is personally interested, directly or indirectly, in this contract, or the compensation to be paid hereunder; that no representation, oral or in writing, of the City Council, its of- ficers, 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 co'llusion or fraud. Accompanying this proposal is (cash, certified check, bond or cashier's check) in an amount not less than ten percent (10%) of the total bid price. The undersigned is aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and agrees to comply with such provisions before commencing the performance of the work of this contract.' Phono wuiciber Bidder ' s Name t-? •MICH A EL STRA U8 •fiAt-eeNTa ACTOR P.O. BOX 1306 CARLSBAD, CA 92003 • Tel: 714 729-4484 -- .[ .Authorized Signature 'Authorized Signature Bidder's Address Type of Organization " . -(Individual, Corporation, Co- • "... Partnership) List below names of President, Secretary, Treasurer and Manager if a corporation, and names of all co-partners if a co-partnership: STATE OF CALIFORNIA COUNTY OF_ On_ /dfj^r^ \ SS.>h£S~^/f>ORIGINAL before me, M the undersigned^ a Notary Public in and for said County and State, ! personally appeared _—.— SAFECO I !& •s wd to be _whose name- within instrument and acknowledged same- " —, known to me .subscribed to the -executed the FOR NOTARY SEAL OR STAMP \ X^'"8^' OFFICIAL SEAL Jj ;fW'>%, BETTY L DUNN g ibit^.^-.^"'-.' NOTn.-.V PJ8.IC CALIFORNIA J ' VX :J't>'.'|ty f'KiNCiPAL OFFICE IN * ^iyiyif^ SrtfJ DIEGO COUNTY 5 My Commission Expires January 16, 1981k--*^-*.*. *••.-.-*- *.-~- — — 0 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offerer's or Bidder's attention is called to the "Equal Oppor- tunity Clause" and the "Standard Federal Equal Employment Opportunity Con- struction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables Goals for minority participation for each trade All Trades Goals Until further notice 24.0 to 30.0 Goals for female participation in each trade Goals (percent) From Apr. 1, 1978 until Mar. 31, 1979 3.1 From Apr. 1, 1979 until Mar. 31, 1980 5.1 From Apr. 1, 1980 until Mar. 31, 1981 6.9 ] These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Oppor- tunity Clause, specific affirmative action obligations required by the speci- fications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employ- ment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the golas will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction v/ork 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. SECTION 3 CLAUSE ' " «* A. The work to be performed under this contract is on a project assisted under a program providing direct federal financial~ assistance from the Department of Housing & Urban Development Act.of 1968, as amended, 12 USC 1701U. Section 3 requires that, to the greatest extent feasible, opportunities for train- ing and employment be gi-ven to lower income residents of the project area and contracts for work in connection with the project be awarded to business concerns which are located in or owned in substantial part by- persons residing in the area of the project. B. The parties to this contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing & Urban Development set forth in 24 CFR, 135, and .all applicable rules and orders of the • Department of Housing & Urban Development issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. C. The contractor will send each labor organization or represen- tative, of workers with whom he/she has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his/her commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The contractor will include this Section 3 Clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in viola- tion of regulations issued by the Secretary of Housing & Urban Development, 24 CFR, 135. The contractor will not subcontract with any subcontractor where he/she has notice or knowledge that the latter has been found in violation of regulations under 24 CFR, Part 135, and will'not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. E. Compliance with the provisions of Section 3, the regulations set forth in 24. CFR, 135, and all applicable rules and orders of the Department of Housing & Urban .Development issued there- under prior to the execution of•the contract shall be a condition of the federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors and assigns. Failure to fulfill these require- ments shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns to those sanc- tions specified by the grant or loan agreement or contract through which federal assistance is provided and to such sanc- tions as are specified by 24 CFR, 135. AA: jd 14 BIDDER'S BOND TO ACCOMPANY PROPOSAL KNOW ALL PERSONS BY THESE PRESENTS: That we, _ _ , as Principal, and _ . _ , as Surety, are held and firmly bound unto the City of. Carlsbad, California, in the sum of _ _ Dollars ($ _ _ ) , lawful money of the United States for the pay- ment of which sum well and truly to be made, we bind ourselves, jointly and severally, firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH: That if the proposal of the above-bounden principal for: STREETSCAPE IMPROVEMENTS AT GRAND AVENUE AND STATE STREET - CONTRACT NO. 1075 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 within twenty (20) days from the date of award of con- tract by the City Council of the City of Carlsbad, being duly notified of said award, then this obligation shall become null and void; otherwise, it shall be and remain in full force and effect, and' the amount specified herein shall be forfeited to the said City. In the event any Principal above named executed this bond as an individual, it is agreed that the death of any such Prin- cipal shall not exonerate the Surety from its obligations under 'this bond. IN WITNESS WHEREOF, we hereunto set our hands and seals this _ day of _ _ , 19 _ . Corporate Seal (if corporation) Principal Surety By Title (Notarial acknowledgement of exe cution by all PRINCIPALS and be "tached.) fWW^fWWW^^fWv-^LjBLiiiL.JiaiJ!«iLi.l.jikLiii.iJjLJiLiii_iLi!ii-ii^i.jQ.jL.Liii.ij .P. •*-& -''.A £& o .'Ql fa&.M n KJJ El a iia o JJIA ell ci o -in o cii o ci' .a AMERICAN FIDELITY FIRE INSURANCE COMPANY " NEW YORKg^BffTl I3O1\IOK9Hb« 0«_9i^iiu» BOND NUMBER: 400600A PREMIUM:.....BBSU BID DATE : 5/8/80 KNOW ALL MEN BY THESE PRESENTS, That we,.... MICHAIEL...?.TMy§. >. ..5.ENERAL „ CONTM9I?.? ......................................................................... CARL.SJSAD^CA ..... ??.?.?§ ...................... (hereinafter called the Principal), as Principal, and AMERICAN FIDELITY FIRE INSURANCE CO., a corporation, organized and existing under the laws of the State of New York and authorized to transact a general surety business in the State of ....... ..„„"...„•„........ .............................. (hereinafter called the Surety), as Surety, are held and firmly bound unto. THE CITY OF CARLSBAD (hereinafter called the Obligee) in the penal sum of percent ( %) not to exceed SEVEN THOUSAND FIVE HUNDRED AND NO/100 - , m 7,500.00' Dollars ($ ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors fer and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for CONTRACT #1075 — CONSTRUCT PARKING LOT, LANDSCAPE AND STREET IMPROVEMENTS IN CARLSBAD, CALIFORNIA NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful perfor- mance of the said contract; or if the Principal shall fail to do so, pay to the Obligee the damages which the obligee may suffer by reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise remain in full ^ force and effect. SIGNED, SEALED AND DATED this l.St day of. MAY > 19 80 MICHAEL STRAUB, GENERAL CONTRACTOR '" " -""•"" PRINCIPAL MERICAN iFIDE^TYFtRE INSURANCE COMPANYD •i/ ' " STEPHANIE H. RICHMAN, ATTORNEY-IN-FACT n mm 364 (7/7)* STATE OF CALIFORNIA County of LOS ANGELES On this 1st ss. day of MAY in the year 19 80, before me, a Notary Public in and for the County and State aforesaid personally appeared STEPHANIE H. RICHMAN known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attorney-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety, and his own name as Attorney-in-Fact. P £ BEAiNEN WOTASY ""'Per - LOS A,"tfl"[.ES CO'JNTY f.!y comn. e.-pircs M",Y 23, 1983 NdTARY PUBLIC AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK V.,-POWER OP ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, Stale of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: PAM E. BRAINEN and/or STEPHANIE H. RICHMAN of LOS ANGELES, CALIFORNIA its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding $100,000.00, as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attornuy-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its President and/or Vice-President, and its Corporate Seal to be affixed. ~ AMERICAN FIDELITY FIRE INSURANCE COMPANY 7 -* \ -, Luther H. Williams, President State of New York )\ County of Nassau ' ss. On this 1st day of August, 1979, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, carne Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. . IN TESTIMONY WHEREOF, and year above written. I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day State of New York County of Nassau Notary Public ELLEN K. DONOHUE NOTARY PUBLIC, State of New York No. 30-6070410 Qualified in Nassau County Commission Expires March 30,1980 CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this J St day of MAY 362 PEB/SHR 100(8/79) .DESIGNATION OF SUBCONTRACTORS The undersigned certifies he/she has used the subbids of the following listed contractors in making up his/her bid and that the subcontractors listed will be used for the work for which they bid, subject to the approval of the Public Works Administrator, and in accordance with applicable provisions of the specifications. No changes may be made in these subcontractors except upon the prior approval of the Public Works Administrator of the City of Carlsbad. The following information is required for each subcontractor. Ad- ditional page can be attached if required. Full Item(s) Company Complete Address 'Area Code of Work Name with 7. in rnrip _ Phone No. 16 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 page can be attached if required. Full Company Name Type of State Contracting License & No. Carlsbad Business License No.* Amount of Bid ($%) STATE OF CALIFOI COUNTY OF On ss. -. ,.- y - , L before me, the undersigned/a Notary Public in and for said County and State, personally appeared 11 COd to be the person whose known to me to the within instrument and acknowledged that _ 17 &3~ _ executed the 1 SAFECO FOR NOTARY SEAL OR STAMP OFFICIAL 3EAL BETTY L DUNN NOTAfiY P'JB'.ie pKiNCiPAL 0rti&k M SAM Expire* . Bidder's Company Name Bidder ' s Complete Address (NOTARIZE OR CORPORATE SEAL)Authorized Signature 17 BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY The undersigned submits herewith a notarized or sealed statement of his/her financial responsibility. STATE OF CALIFORNIA > On_X. > SS. before me, Sfc,,,. the undersigned, (^Notary Public in and for said County and State, 3 personally ^appeared , known to me subscribed to the - •* " L-/-Z-% within instrument and acknowledged that—/QiiZIl__executed the " same.i •o I to be the person whose name. tn 6 £*-' ,<Z.4,—i ^^^yl^n ^ SAFECO FOR NOTARY SEAL OR STAMP (NOTARIZE OR CORPORATE SEAL) CfAUL WALKER KOTOS. PRESNELL •31VIH R. BUECHLER WALKER, PRESNELL & BUECHLER CERTIFIED PUBUC ACCOUNTANTS 70S THIRD STREET OCEANSIDE, CALIFORNIA 92054 AREA CODE 714 1ELEFHONE 722-76S9 Michael Straub Carlsbad, California: !Ehe accompanying balance sheet of Michael Straub, general contractor, as of December 31» 1979 and. "the related statements of earnings and owner's equity and changes in financial position for the year then ended have been• compiled by us. A compilation is limited to presenting in the form of financial statements information that is the representation of the owner. We have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or any other fqrm of assurance on them. Maich 18, 1980 MICHAEL STSAUB, GENERAL CONTRACTOR Balance Sheet . . December 31, 1979 (Unaudited) Assets Current assets: Cash Accounts receivable Prepaid insurance Construction in progress Total current assets Furniture and vehicle, at cost: Vehicle Furniture Less accumulated depreciation Net furniture and vehicle 500 1,014 938 $ 6,46783,580 1,630 91.369 $ 183,046 Liabilities and Owner's Equity Current liabilities: Note payable to bank-secured by Michael Straub's personal residence Accounts payable Construction advances on construction in progress Total current liabilities Owner's equity- Michael Straub 25,400 70,217 82,946 178,563 4.559 See accountants' compilation report and note to financial statements. MICHAEL STRAUS, GENERAL CONTRACTOR Statement of Earnings and. Owner's Equity Year ended December 31, 1979 (Unaudited) Income from construction contracts Costs of construction Gross margin Indirect costs and administrative expenses: Ecofessional services Dues and subscriptions Taxes and licenses Auto Interest Insurance Office supplies Utilities and telephone Depreciation Miscellane ous Small jobs and warranty work Total Net earnings Owner's equity at beginning of period Withdrawals Owner's equity at end of period 4,405 212 140 1,168 2,990 2,886 1,378 1,832 103 339 869 $ 342,521 298,393 44,128 16.322 27,806 26,943 54,749 30.190 See accountants' compilation report and note to financial statements. MICHAEL STRAUS. GENERAL CONTRACTOR Statement of Changes in Financial Position Year ended December 31* 1979 • (Unaudited) Funds provided: Net earnings Add depreciation, a charge to net income not requiring the expenditure of working capital Working capital provided by operations Decrease in working capital $ 27,806 105 27,909 22t281 Funds used: Proprietor's drawings Changes in components of working capital: Increase (decrease) in current assets: Cash Receivables Prepaids Construction in progress •Increase (decrease) in current liabilities: Payroll taxes payable Accounts payable Note payable to bank Construction advances Decrease in working capital 1,592 39,878 (928) 91,235 151,773 (260) 45,970 25,400 82,946 See accountants' compilation report and note to .financial statements MICHAEL STRAUS, GENERAL COIOTRACTOR Note to Financial Statements December_31, 1979 ' (Unaudited) (l) Summary of Significant Accounting Policies (a) Accounting Method — Construction Income Michael Straub reports construction income on the completed contract method, wherein income and costs are accumulated . during the period of construction, but no profits are recorded before the completion of work. Michael Straub charges indirect costs and administrative expenses to the accounting period in which incurred. (b) Depreciation Depreciation is provided over the estimated useful lives of respective 'assets using the straight-line method. (c) Income Tax No provision has been made for income tax currently due on 1979 income. Such obligations are the responsibility of the proprietor personally. See accountants' compilation report. c C PAUL WALKER KEITH S. PRESNELL R. BUECHLERt WALKER, PRESNELL & BUECHLER CERTIFIED PUBLIC ACCOUNTANTS 70S THIRD STREET OCEANSIDE, CALIFORNIA 92054 AREA CODE 714 TELEPHONE 722-7649 Michael Straub Carlsbad, California: The accompanying statement of assets and liabilities of Michael and Patra Straub, a married couple, as of December 31» 1979 has been compiled by us. A compilation is limited to presenting in the form of financial • statements information that is the representation of owners. We have not audited or reviewed the accompanying financial statements and, accordingly, do not express an opinion or any other form of assurance on them. v,,.. March 18, 1980 r • MICHAEL AMD PATRA STRAUS Statement of Assets and Liabilities December_31, 1979 (Unaudited) Assets Cash Estimated income tax refund receivable Vested interest in Keough Plan Automobile and boats, Net assets of Michael Straub, General Contractor (note 2) Cash value, life insurance, encumbered Personal residence, encumbered Personal furnishings Total assets Liabilities Charge accounts and other payables Loans secured by cash value of life insurance Trust deed payable $315 Pe? month including interest at 8-3/4%, secured by personal residence Accrued income taxes (note 3) Total liabilities Excess of assets over liabilities Cost 500 2,100 16,575 14,903 4,559 7,200 52,971 10,000 Estimated values (note l) 500 2,100 16,575 16,000 4,559 7,200 140,000 22,000 108,808 208,934 2,500 4,100 38,531 8,050 2,500 4,100 38,531 23,100 53,181 68,231 See accountants' compilation report and notes to financial statements. MICHAEL AND PATRA. STRAUB Notes to Statement of Assets and Liabilities December_31, 1979 ' (Unaudited) (1) Estimated Values The estimated values of assets are stated at their current market values as determined by Michael Straub. (2) Net Assets of Michael Straub, General Contractor A summary of net assets of Michael Straub, general contractor, as of December 31, 1979, follows: Current assets, principally receivables and constrcution in progress $ 183»046 Furniture and vehicles, net of $938 . depreciation using the straight-line method 76 Total 183,122 Current liabilities, principally payables and construction advances 178,$63 Net assets (3) Accrued Income Taxes Accrued income taxes of $6,190 have been computed at normal individual income tax rates for the interest in the Keough Plan, where the difference between the cost basis and tax basis reflects ordinary income. Accrued income taxes of $1,845 have been computed at capital gain rates for the difference between the cost basis and the tax basis on the personal residence. Accrued income taxes of $15,050 have been computed at capital gain rates on , unrealized appreciation in assets. See accountants1 compilation report. BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 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 tele- phone numbers, which will enable the City to judge his/her responsibility, experience and skill. An attachment can be used if notarized or sealed. STATE OF CALIFORNIA I I& I O 81 Z^^t;*;:^^^:,?. -whose name.r—-—• wnose name £. mthm instrument and acknowledged that_ ., known to me lubscribed to the «^—executed the SAFECO FOR NOTARY SEAL OR (NOTARIZE OR CORPORATE SEAL) RESUME [WHHBM* ^&futsssm Michael Straub, General Contractor 3360 Monroe Street, P. 0. Box 1306 Carlsbad, California 92008 (714) 729-4484 Contractor's License 300125 B-l Organized as sole proprietorship General Information: Insurance: Bonding: Bank: Interest: Aetna Casualty Company, Liability, limits $1 Million Workman's Compensation American Fidelity Fire Insurance Company Capacity $360,000 Southwest Bank, 675 Elm Avenue, Carlsbad, California 92008 (714) 729-9211 Projects from $50,000 to $1,000,000 North San Diego County Carlsbad, Vista, Oceanside and Encinitas Credit References: Solana Lumber, Drawer C, Solatia Beach, 92075 (714) 755-1576 Oreo Supply, 6125 Paseo Del Norte, Carlsbad (714) 438-2292 HSfl Glass, 8285 Cleveland, Oceanside, 92054 (714) 722-7601 Bauer Lumber, 2787 State Street, Carlsbad (714) 729-2341 Principal Subcontractors: Carlsbad Electric, 1826 Magnolia, Carlsbad Clary Brothers Roofing, 429 Daisy Lane, , San Marcos, 92069 Pacific Coast Plumbing, Inc., P. 0. Box 245 San Marcos, 92069 Thermodyne Corporation, 758 East Mission, San Marcos, 92069 (714) 729-1685 (714) 744-6622 •(714) 744-6874 (714) 757-2720 CCHAEL STRAUB December 15, 1979 . —1.1—i __i:«___:. atnna • 47141 794.4404 .SUM1ARY OF CONSTRUCTION 1979 Tenant Improvements Maintenance Residential $14,000 10,000 38,000 New World Goldsmith Pat Downing (721) 487-2820 11844 Rancho Bernardo Road San Diego, California 92128 Plaza Camino Real Robert Sanchez (714) 729-7927 2525 El Camino Real Carlsbad, California 92008 Nelson Edwards Residence Roy Blackford (714) 729-0553 2942 Harding Street, Suite E Carlsbad, California 92008 City of Carlsbad Les Evans (714) 438-5541 1200 Elm Avenue Carlsbad, California 92008 The following six projects were tenant improvements at Plaza Camino Real Carlsbad Golden State Fabrics 152,500 Milt Schwartz (714) 274-6323 .1517 Garnet San Diego, California 92109 Magee Park Library Stairs 192,600 Bob's Old Fashioned Ice Cream Byron Steigmeyer (714) 640-0840 660 Newport Center Drive, Suite 1425 Newport Beach, California 92660 Motherhood Maternity Trudy Williams (213) 450-1011 1330 Colorado Avenue Santa Monica, California 90404 Joel's Incorporated Stan Charleston (213) 770-6950 16633 South Gramraercy Place Gardena, California 90247 The Salad Bar Al Vadasy (602) 994-0630 7575 East Main Street, Suite 204 Scottsdale, Arizona 85251 May Stores Shopping Centers, Inc. Jack Barrett (314) 421-6100 611 Olive Street, Suite 1555 St. Louis, Missouri 63101 41,500 49,800 74,500 78,500 31,700 683,100 ..i:<_._i. oinno H •**& .C SUMMARY OF CONSTRUCTION EXPERIENCE 1978 2251 El Camino Real Commercial Bldg., Fee Basis 6,600 sq ft $112,000 Oceanside -• 2249 El Camino Real Cocrnercial Bldg., Fee Basis 5,460 175,000 2245 El Camino Real1 Ccranercial Bldg., Fee Basis 13,920 271,000 2235 El Camino Real1 Cccmercial Bldg., Fee Basis 5,659 218,000 2241 El Camino Real Ccnmercial Bldg., Fee Basis 6,200 259,000 2233 El Camino Real1 Ccmnercial Bldg., Fee Basis 3,300 53,000 2231 El Camino Real1 Commercial Bldg., Fee Basis 5,626 83,000< Above Bldgs. Tenant Improvements, Contract or Negotiated 188,000 2217 El Camino Real Pizza Hut2 Contract 2,135 110,000 TOTAL WORK 1978 v 48,900 $1,469,000 1977 2237 El Camino Real1 Cccmercial Bldg., Fee Basis 8,988 sq ft $135,000 Oceanside o 2253 El Camino Real El Camino Theatre, Fee Basis 14,117 450,000 253/353 Tamarack4 25 Apartment Units, Contract 18,374 407,000 Carlsbadc- Monroe & Park Four Houses, Speculative 8,000 315,000 Carlsbad TOTAL WORK 1977 49,479 $1,307,000 •X- - ' 1974 Received Contractors License Number 300125 B-l | i 1974 - 1976 General Contractor building houses and apartments. 1969 - 1974 Construction Industry experience with other firms. 1959 - 1969 Manufacturing experience principally with Proctor & Gamble. 1959 Received B.S. Industrial Engineering, University of Washington. 1957 Received B.S. Chemical Engineering, University of Wisconsin. - *-•»---* ~-*'*-—-l- ft-»A/\0 - 114*1 *f«»A AAOA : COMPLETED PEQJECT REFERENCES 1) Owner: Russell Grosse, 2233-E El Camino Seal, Oceanside 92054 (714) 439-0052 Architect: Robert Ardent, 5850 Avenida Encinas, Carlsbad 92008 (714) 438-2164 2) Pizza Hut, Inc., 2651 East Chapman Avenue, Suite 210, Fullerton 92631 Attn; Larry Mould (714) 738-3461 3) Theatre Architect: George Kirkpatrick, 844 West Colorado Blvd,, Suite 204, Los Angeles 90041 (213) 257-7548 4) Owner: Bob Polselli, 348 Pacific Avenue, Solana Beach 92075 (714) 481-1692 Architect: Dale St Dennis, 2442 State Street, San Diego 92101 (714) 234-7334 5) Financed: Oceanside Federal, Jim Broome, 810 Mission Avenue, Oceanside 92054 (714) 722-1131 19 t CONTRACT THIS.AGREEMENT, made and entered into this day of , 19 , by and between the City of Carlsbad, California, hereinafter designed as "City", party of the first part, and Michael Straub hereinafteridesignated as "Contractor", party of the second part. WITNESSETH: The parties hereto do mutually agree as fol- lows: 1. For and in consideration of the payments and agreements hereinafter mentioned to be made and performed by City, the Con- tractor agrees with the City to furnish all materials and labor for: STREETSCAPE IMPROVEMENTS AT GRAND AVENUE AND STATE STREET - CONTRACT NO. 1075 and to perform and complete in a good and workpersonlike manner all the work pertaining thereto shown on the plans and specifica- tions therefor; to furnish at his/her own' proper cost and expense all tools, equipment, labor and materials necessary therefor (ex- cept such materials, if any, as in the said specifications are stipulated to be furnished by City), and to do everything required by this agreement and the said plans and specifications. t 2. For furnishing all said materials and labor, tools and equipment, and doing all the \vork contemplated and embraced in this agreement, also for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements, or from any unforeseen difficulties which may arise or be en- countered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as in said specifications are expressly stipulated to be borned by the City; and for well and faithfully completing the work and the whole thereof, in the manner shown and described in the said plans and specifications, the City will pay and the Contractor shall receive in full compensation therefor the lump sum price, or if the bid is on the unit price basis, the total price for the several items furnished pursuant to the specifications, named in the bidding sheet of the proposal, as the case may be. 3. The City hereby promises and agrees with said Con- tractor to employ, and does hereby employ said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to for the price aforesaid and in accordance with the conditions set forth in the 20 specifications; and the said parties for themselves, their heirs, executors, administrators, successors and assigns, do hereby agree to the full performance of the covenants herein contained. 4. The notice to bidders, instructions to bidders, con- tractor's proposal, and the plans and specifications, and all amendments thereof, when approved by the parities hereto, or when required by the City in accordance with the provisions of the plans and specifications, are hereby incorporated in and made a part of this agreement. 5. 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 exe- cute the contract and a schedule containing such information is included in the Notice Inviting Bids and is incorporated by ref- erence herein. 6. The Contractor shall assume the defense of and indemni- fy and hold harmless the City, and its officers and 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 responsi- bility 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. 7. Contractor shall cause the City to be named as an addi- tional insured on any policy of liability or property damage insurance concerning the subject matter or performance of this contract taken out by Contractor. 8. The 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, then Con- tractor shall either (1) acquire such a policy naming the City as an additional insured prior to the start of any work pursuant to this contract or (2) 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. 9. The Contractor shall submit to the City the policies mentioned in Paragraphs 7 and 8 or proof of workers' compensa- tion self-insurance prior to the start of any work pursuant to this contract. 10. Any controversy or claim in an amount up to $100,000 arising out of or relating to this contract or the breach thereof shall be settled by arbitration in accordance with the con- struction industry rules of the American Arbitration Associa- tion 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. IN WITNESS WHEREOF, the parties hereto have caused this con- tract to be executed the day and year first above written. (Notarial acknowledgement of execution by ALL PRINCIPALS must be attached.) Michael Straub Contractor By (seal) Title By APPROVED /JS 'TO, FORM: Cryty \J APPROVED AS TO FORM: VINCENT JJ3IONDP./IR, Title CITY OF CARLSBAD, CALIFORNIA Mayor ATTEST: rney Daniel S. Hentschke* Assistant 1 to 6 STATE OF CALIFORNIA COUN3K OF On i ss. before me, the undersigned, a Notary Public in and for said County and State, ''personally appeared to be the person.-_whose name- within instrument and acknowledged that- same. T , known to me subscribed to the the SAFECO FOR NOTARY SEAL OR STAMP 24 *— -- IX^CUTBfi U JOUR COFXK* BOMS HO, 2696048 PERFORMANCE BOND MBUUKi $1,042.00 KNOW ALL PERSONS BY THESE PRESENTS: \fssw WHEREAS, the City Council of the City of Carlsbad, State of California, by Resolution No. 6195 adopted May 271 1980 > has awarded to Michael Straub , hereinafter designated as the "Principal", a contract for: STREETSCAPE IMPROVEMENTS AT GRAND AVENUE AND STATE STREET - CONTRACT NO. .1075.. in the City of Carlsbad, in strict conformity with the drawings and specifications and other contract documents now on file in the Office of the City Clerk of the City of Carlsbad. WHEREAS, said Principal has executed or is about to execute said contract and the terms thereof require the furnishing of a bond for the faithful performance of said contract; NOW, THEREFORE, WE, Michael Straub . , as Principal, hereinafter designated as the "Contractor", and American Fidelity Fire Insurance Company . '_ as Surety, are held and firmly bound unto the City of Carlsbad, in the sum °f Sixty Nine Thousand Fmi-r Rnnd-r^ Fn-ri-y geygn and 70/100-Dollars C$ 69,447.70 ), said sum being equal to 100 percent (100%) of the estimate'd 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, adminis- trators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, con- ditions and agreements in the said contract and any alteration thereof made as therein provided on his/her or their part, to be kept and performed at the time and in the manner therein speci- fied, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City of Carls- bad, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise it shall remain in full force and virtue. 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 not affect its obligations on this bond, and it does hereby waive 25 notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifica- tions. 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 10th day of JUXB , 1980 . (NOTARIZE OR CORPORATE SEAL FOR EACH SIGNER) K1CHABL STEAU1, GHI1RAL COMYIACtOl Contractor AM1RICAM FIDELITY nil IMS. 00. ITCOPY VCD •»af STATE OF CALIFORNIA •S On_ SS. before me, the undersigned, a Notary Public in and for said County and State, personally appeared/h " _whose nameto be the person. within instrument and acknowledged that- same. , known to me subscribed to the the ^1 V SAFE: FOR NOTARY SEAL OR STAMP gJCXCUTSB IB FOUR GOT IBS BOW NO. 2616041 ~ IMCLU0ED ZM LABOR AND MATERIAL BOND WlfOiHAHCI BOKO KNOW ALL PERSONS BY THESE PRESENTS: WHEREAS, the City Council .of the City of Carlsbad, State of California, by Resolution No. 6195 adopted May 27, 1980 has awarded to Michael Straub . hereinafter designated as the "Principal", a contract for: STREETSCAPE IMPROVEMENTS AT GRAND AVENUE AND STATE STREET - CONTRACT NO. 1075 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 terms 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 ma- terials, provisions, provender or other supplies or teams used in, upon, for or about the performance of the work agreed to be done, or for any work or labor done thereon of any kind, the Surety on this bond will pay the same to the extent hereinafter set forth: NOW, THEREFORE, WE Michael Straub » as Principal, hereinafter designated as Contractor, and American Fidelity Fire Insurance Company ' as Surety, are held firmly bound unto the City of Carlsbad in the sum of Thirty Four Thousand Seven Hundred Twenty Thr^P anrl a";/inn -..Dollars ($34,725.85 ) said sum being fifty percent (50%) of the estimated amount payable by the City of Carlsbad under the terms of the contract, 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 person or his/her subcontractors fail to pay for any materials, provisions, provender or other supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, that the Surety or Sureties will pay for the same, in an amount not exceeding the sum specified in the bond, and also, in case suit is brought upon the bond, a reasonable attorney's fee, to be fixed by the court, as required by the provisions of Section 4204 of the Government Code of the State of California. This bond shall inure to the benefit of any and all persons, companies and corporations entitled to file claims under Section 1192.1 of the Code of Civil Procedure so as to give a right of action to them or their assigns in any suit brought upon this bond, as required by the provisions of Section 4205 of the Gov- ernment Code of the State of California. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or ad- ditions to the terms of the contract or to the work to be per- formed thereunder or the specifications accompanying the same shall, in any way, affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the Contract or to the work or to the specifications. In the event any Contractor above named executed this bond as an individual, it is agreed the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. IN WITNESS WHEREOF, this instrument has been duly executed by the Contractor and Surety above named, on the *0th day of JUM , 19 80 . MICHAEL STBAUB, CBMEIAL COOT1ACTOR (NOTARIZE OR CORPORATE SEAL FOR EACH SIGNER) Contractor AHEUCAH FIDELITY Flit IMS. GO. ><DOS 133•O •gT) ra O .2 STATE OF CALIFO: COUNTY On.before me, the undgKigned, a Notary Public in and for said County and State, personally apneared to be the person._whose within instrument and acknowledged that_same. "" —, known to me subscribed to the -executed the SAFECO FOR NOTARY SEAL OR STAMP 35 I STATE OF CALIFORNIA County of LOS ANGELES SS. . • • ,. . / --—-.,-•, *4« »*»!W*|l.l,T*ri4,V;'; ; i;'=^' !'s"- ' '-' ' •"•: •''•' >; "-- •' ' ^^S±^SSS^|; A|jtorne|ri:iliW1 inuiiittl wAttotney-in-l^cfe STATE OF CALIFORNIA County of LOS ANGELES On this 10th day of JUNE in the year 19 80 , ,• before me, a Notary Public in and for the County and State aforesaid personally appeared»..«, cnrcDur A »I»T? «-r •»»«•!««• - « - -€1 STEPHANIE H. RICHMAN known to me to be the person whose name is subscribed to the within instrument and known to me to be the Attomey-in-Fact of AMERICAN FIDELITY FIRE INSURANCE COMPANY, and acknowledged to me that he subscribed the name of the said Company thereto as Surety,and his own name as Attomev-in-Fact. My cor,:,i. s.-.pices "i\ i'333 i\NOTARY PUBLIC AMERICAN FIDELITY FIRE INSURANCE COMPANY WOODBURY, NEW YORK POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Fidelity Fire Insurance Company, a Corporation in the State of New York, having its principal office in Woodbury, State of New York, pursuant to the following resolution, adopted by the Board of Directors of the said Company on the 18th day of February, 1969, to wit: "The President, or any Vice-President, or other officer designated by the Board Executive Committee shall have authority, severally, to make execute and deliver a power of attorney constituting as Attorney-in-Fact such persons, firms or corporations as such officers may select from time to time," does hereby make, constitute and appoint: PAM E. BRAINEN and/or STEPHANIE H. RICHMAN of LOS ANGELES, CALIFORNIA its true and lawful attorney(s)-in-fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf, and as its act and deed, as follows: Specifically and only on bonds executed having Guarantee indemnification of the SMALL BUSINESS ADMINISTRATION in an amount not exceeding $100,000.00, as to any one project, for or on behalf of this Company, in its business and in accor- dance with its charter, and to bind AMERICAN FIDELITY FIRE INSURANCE COMPANY thereby, and all of the acts of said Attorney-in-Fact, pursuant to these presents, are hereby ratified and confirmed. IN WITNESS WHEREOF, the American Fidelity Fire Insurance Company has caused these presents to be signed by its President and/or Vice-President, and its Corporate Seal to be affixed. AMERICAN FIDELITY FIRE INSURANCE COMPANY Luther H. Williams, President State of New York ^ County of Nassau ' ss. On this 1st day of August, 1979, before the subscriber, a Notary Public of the State of New York in and for the County of Nassau duly commissioned and qualified, came Luther H. Williams of the American Fidelity Fire Insurance Company, to me personally, known to be the individual and officer described herein, and who executed the preceding instrument, and acknowl- edged the execution of the same, and being by me duly sworn, deposed and said, that he is the officer of said Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and the said Corporate Seal and signature as an officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corp- oration, and that the resolution of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my official seal at Woodbury, New York the day and year above written. ^ " /C. State of New York County of Nassau Notary Public ELLEN K. DONOHUE NOTARY PUBLIC, State of New York No. 30-6070410 Qualified in Nassau County Commission Expires March 30,1980 v ss.CERTIFICATE I, the undersigned, Assistant Secretary of AMERICAN FIDELITY FIRE INSURANCE COMPANY, a stock corporation of the State of New York, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, as set forth in the Certificate of Authority, are now in force. Signed and Sealed at the said Company, at Woodbury, New York, dated this lOthday of JUNE ,19.80 362 PEB/SHR 100(8/79) COMMUNITY DfVfLOPMIHT tLOCK C*«HT HOCti.lt CONTRACTORS CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS' TO (Appreciate Recipient): C/0 DATC PROJECT NAME 1. Th« undci«i|iiedt Iwviac executed a contract with. _Jcx the conltiucUou o< the above-identified project, acknowledges that: (a) The Labor Standard^ pcovUions are included in the aforesaid contract; (b) Correction of any infraction* of the afoncaid conditions, including infractions by any of Ua lubconliaclora and any lower tier Bubcontrectors, is his responsibility; I H« ««nl(lei Ihet! (a) Neither he nor any film, partnership or association in which he has substantial interest is desifnated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part S 129 CFR. Fart Hot pursuant to Section 3(a) of the Davis-Bacon Act, as sounded (40 U.S.C. 2H,-2(a». (b) No part of the aforementioned contract h7s been or will be subcontracted to any subcontractor if such sub- contractor or any firm, corporation, partnership or ascocistlon In which such subcontractor has s substantial interest is designated as an eieligible contractor pursuant tn any of the aforementioned regulatory or statutory provisions. 3. H« agrees to obtain and forward to the aforementioned recipient within ten days after the execution of any subcontract, including those executed by his subcontractors and any lower tier subcontractors, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Rcquirenenta executed by the subcontractors. 4. Ha <ertitia« than (e) The l*oal name and tkt buiintts eddrctt ef th« vnatr«ia.n«4 are: .(>) Tk. rllHUrlioMd ii: ^ __L , _ _ J ' '^ ' ttt A l»ANtNEMSNI.* " ----- - 14) OTHER ORGANIZATION (Ditcribc) (<) Tkt M*«, litU ond •*Ur*ti of (..• ownor, p«f...0f» or oHicof* of iW unjs>fi.gii»d att: (4 Tkt HOMO* MO* •JJrnMt of oil o*bor p«rsoaia both nthinl «i4 cofporot*, hcving • tubitMlial in!wott !• lit* vftdtraigo,**1, «U tK« no*** of lh« inlfitl art (If •»«•. *« «•*.«* NAME AOOHCtl (•) Tli* names, •daVossos and Ifado clai»ific*lient of all •thor building construction cantrocton in which tht u*oVftigno<f boi • tubstonlial ifllomt or* fl/ »*««. «* *iai A NAMK - AOORK1S TMAOC CLAUIPICATION Dot. (Contractor} U.&. £rL.s,i>..U Cod*. .UcUoft 10IQ. Till. 1«. U.S.C., provide* In P»rt "Who.-.r, .... »mk*m. p««M>. utt«r« ot puMUUM mn\ • to b* UU* abAlt b« tlt>m4 not nor* U»*o I5.00O or l«pri»tm*d not nor* OIM tw» ywra, 0 IX)cr> HUO-U2I U-fit U.S. DEPARTMENT OF HOUSING AN 3 URBAN DEVELOPMENT COMMUNITY 3EVELOPMENT BLOCK GRANT PROGRAM SUBCONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS 27 C I o-f 2 TO (Appropriate Recipient]: c/o DATE PROJECT NUMBER (Ifany) PROJECT NAME I. The >"idf>r<;ign<v( having pveeuter! a contract u/iffi , t.vacur? of t in the amount of S in the construction of the above-identified project, certifies that: (a) The Labor Standards Provisions of The Contract For Construction are included in the aforesaid contract. (b) Neither he nor any firm, corporation, partnership or association in which he has a substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.6(b) of the Regulations of the Secretary of Labor, Part 5 (29 CrR, Par; S), or pursuant to Section 3(a) of the Davis- Bacon Act, as amended (40 U.S.C. 2~6a-2(aj). (c) 'No part of the aforementioned contract has been or will be subcontracted to any subcontractor if such subcontractor or any firm, corporation, partnership or association in which such subcontractor 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 transmiUal to the recipient, within ten days after the execution of any lower subcontract, a Subcontractor's Certification Concerning Labor Standards and Prevailing Wage Require- ments, executed by the lower tier subcontractor, in duplicate. (a) The workmen will report for duty on or about (Hate/ 3. He certifies that: (a) The legal name end the business address of the undersigned are: (b)The ID (2) undersigned is: • A SINGLE PROPRIETORSHIP: A PARTNERSHIP: (31 A CORPORATION ORGANIZED IN THE STATE OF: t*) OTHER ORGANIZATION (Describi) (c) The name, title and «ddress of the owner, partners or officers of the undersigned are: TITLE ADDRESS (d) The names ana addresses of all other persons, both natural and corporate, having a substantial intertst in the undersigned, 0 „ and the nnture of the interest are (Ifr.one. sr> mid: *• " TMCrfte 3-« NAMS ADDRESS . NATURE OF INTEREST (e) The names, addresses and trade classifications of all other building construction contractors in which the undersigned has a substantial interest are {If none, so stat?): NAME ADDRESS , „ TRADE CLASSIFICATION (Subcontractor) By-(signature)(Typed Somf and WARNING U.S. Criminal Code, Section 1010. Title 18. U.S.C., provides in part: "Whoever makes, passes, utters, or publishes any st«t£:r.cnt. knowing the same to be false shall be fined not more than S5.000 or imprisoned not more than two years, or both." 29 WEEKLY PAYROLL SUBMISSION AM) REVIEW. It is the responsibility of each contractor and subcontractor and any lower tier subcontrac- tor to submit to the recipient weekly payrolls for each workweek from the time he starts work on the project until he completes his work. If he performs no work on the project during a given work- week he may either submit a payroll with the notation "no work performed during this workweek" or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final". Payrolls shall be completed and submitted no later than seven work days following completion of the workweek. a. Payroll Forms. Contractors shall be urged to use the Depart- ment of "Labor Form WE-3i*7» Payroll (see Appendix) . The text of the. "weekly statement with respect to the payment of wages," which is required by regulations of the Secretary of Labor, appears on the reverse side of this payroll form. A contractor • may use an appropriate payroll form of -his own choice, which is acceptable to the HDD Labor Relations Regional Officer, but he must report all required items of information and he must attach a copy of the weekly statement, using either Department of Labor Form WH-3U8, Statement of Compliance, which contains the weekly statement, and related instructions, or any form containing the identical wording contained in Form WH-3^7 anil WH-3^8. These • forms are available from- the- Superintendent of Dbcuments. b. Fringe Benefits, The required weekly statement of compliance, Form WH-3U8 includes statements concerning the payment of fringe benefits, in addition to statements concerning the payment of the basic. hourly wage rates. Refer to Appendix for detailed infor- mation .as to permissible fringe benefits. c. Payrolls Must Be Obtained And Examined Promptly. The recipient shall insist upon prompt 7 work day submission of all payrolls. The payrolls shall be examined upon receipt ±n order that any necessary corrective action may be initiated before the problem multiplies, and may be accomplished while the workmen are still available. Special attention should be given to each project by the recipient during the early stages of construction In order to determine whether the principal contractor is meeting his responsibilities regarding payrolls. Payrolls must be .retained for three years following completion of the project. d. Addresses; And Social Security ITumbers. 'The reporting of each workman's address and social security number must be reported for each workman on the first payroll on which his name appears. It is permissible for the contractor to omit the workman's * social security number on subsequent payrolls if the contractor reports the workman's name on all payrolls -in.. the indentical form in which it was reported on the first payroll, and "the contractor has no other workman with the same name. It is per- missible for the contractor to omit the workman's address on subsequent payrolls if the contractor will report workman's new address if and when he changes his address. • V.-.' 30 e, Incomplete Payrolls. Each payroll shall be examined to deter- mine if it includes all of the required itema of-information. t Except where, falsification is .suspected, an incomplete payroll may be returned to the principal contractor for completion, but in most cases it will be better to request the principal contractor to supply the missing information by means of a new or supplemental payroll or a supplemental.statement. If there is reason to believe that a payroll ia false, it shall not be returned to the contractor. Rather, a report of such findings • shall be referred to the HDD Area Office for its action. f, Classifications And V/age Hates. Each classification and wage rate reported on the payroll shall be compared with the corre- sponding items on the applicable wage determination decision to determine whether the rate reported ia at least equal to the rate required by the decision. If a lesser wage rate is found, request the contractor in writing to pay the required wage rate immediately. g, Computations And Extensions. Payroll computations and exten- sions shall be spot-checked to determine whether the payrolls are substantially accurate. Scattered 'minor errors may be ignored. If such errors are numerous, however, the contractor should be requested* in writing to exercise • greater care in the preparation of payrolls. h» Deductions. Deductions shall be reviewed to detect any non- permissible deductions, (see Paragraph 9b). i. Discrepancies Indicating1 Ho Underpayments. It is not .necessary to delve into discrepancies or questionable item encountered, which on their faces, do not indicate an underpayment. Por example, if the applicable wage decision requires the minimum payment of §3.00 per hour to carpenters, and a carpenter states that he is being paid at the rate of $3»20 per hour, but the payroll shows payment at the rate of $3»30 per hour, the 100 discrepancy between the workman's figure and the payroll figure doea.not on its face, indicate underpayment, as both of the figures are higher than the required minimum rate. The dis- crepancy casts some doubt on the validity of both figures, of course, but experience has shown the examination of such dis- crepancies seldom discloses an underpayment. The time and effort can be used to better advantage in examining discrepan— • cies which, on their, faces, indicate violations. j. Working Subcontractors. A bona fide subcontractor with an established business must list on hia certified payrolls all personnel, engaged in the contract -work, including himself if he performs construction work. Aa the owner of the firm, he need.- list only hia name and that he is the owner. If he has no other employees and maintains he is a subcontractor, he must be car- ried on the payroll of the prime contractor and paid at least the determined hourly rate. k. Internal Revenue Service Employer'a Identification Number. The initial payroll submission from each contractor shall contain the. IHS Employer's Identification Number. U. S. CtPAHTT/CNT OF LAbOfl WAGE AND HOUH AND PU&UC CONTRACTS DIVlSiOMS PAYROLL (For Conlroctor't Optional Use; S>3* Intlruclion, Fortrt VVH - 347 Intl.) c^e I c-f 2 Form Affttovf.l. Budjrt fturtavt No 44-R1093 -"- 1 PAYROLL NO. ;. .; £•.!.; 1 ' ' A'-'-'*- -• NAME. ADDRESS. AND .:,V.; SOCIAL SECURITY NUMBER H • OF EMPLOYEE , { ?' ' | •••'t 1 D J-V • : |; .'.' i; 'l.-|. !V". •1; ^ ft CNOU.4M3X3OMIO1OHKXIMS JO CM_J fOR WEEK ENDING (31 WORK CLASSIFICATION (_• 1CO 0 O 5 O S O S 0 S 0 r, 0 s O S O S O S (4) DAY AND DATE 1 HOL'lia WORKED CACH DAY ._. • _ ' PROJECT AND LOCATION. (S) TOTAL HOURS RATE Of PAY : (7) CROSS • AMOUNT • fARNEO '• .• 1 1 • ] *• .:i •"•.'" .11 PROJECT OR CONTRACT NO. (0) DEDUCTIONS "" WITH-HOLDING TAX "!!. .t^^ .i - i • • • OTMM - TCtAL (9) NET WAOCS PAO FORWECX PW 2LcvfZ Pair. I (N'«mt < do hereby stale: puffy)(TWO (1) That I pay or supervise the payment of the person] employed by. ________on th« _________ (UuUdlng or work) .; that during the payroll period commencing on the. dav of.19 and ending the._day of. a!l perrons employed on mid project have been paid the full weekly wage* earned, Uiut no rebates havebrrn or will bemade d:ber directly or Indirectly to or on behalf of said .from the fulltContrftctor or •ubcuntractoi) wecfcly w-jrs, cirnKi by itny perron tnd that no deductions have been made cither directly or ladlrtc'Jy fro--n the full wises earned by nr.y person, other than permissible deductions as defined In Resulaliont. fart 3 (09 CFR Subtitle A), issued by the Secretary of Lubor under the Copeland Art, ij rorunded (48 3lat !>48.60 Slat 108.' 72 Stnt SC7; 70 btut. 357;40 U.S.C. 27Cc), and tk-s- -crib«l beiow: (2) That any payroJle otbenrbc under Chks cofllrcct jrqulrcd lobe submitted for the above p«ri<xl ore corrtct sod cccipletc; that the va^c rcta for laborrrs or roechaclci contained therein art r.ct lc;» li=j the EpplicntI: najc rctci contained In any ttegc drtrrr.lnilion lncorporaie<l into ' the ccalrcci, ti=t the duAiTcaUons :et fortb therein for each laborer or mechanic conform vlth the work heptrforraei (3) That any apprrr.tica employed In the above period ere duly registered In a bonn fide »pprta!:cr*h;p proerum rtjlslsred wllh a Stole apprrr.litcthip agency rccognUcd by the Bureau of Af.urrnuceiSiip and Tralnlaj. Ur.Ked Staic* Drpurtioeni of Lubor, or If no such rreogniicd ajency eilsis in a Sta'.e, ure regUlcred with the Bureau of Apprenticeship and Training, United States Dcpurtmcri of Lebor. (4) That: . '• (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, F1UNDS, Oil PROGRAMS ' jl ! j ] — In addition to the basic hourly wage rates paid to each laborer or mcchcr.lc In the contrncl huvc been ur wit) be maile to opnronrlatc programs for lh« benefit of sui.li einpluyccs, except »• noted In Section 4(c) below. (b) WHKtlli KHINC13 IIKNEKIT3 ARK PA10 IN CASH j> I I — Kncli laborer or mechanic Hated In the above referenced payroll has been paid, 03 Indicated on the payroll, an amount not less than the sum of the applicable basic hourly watfe rate plus the amount o( the required fringe benefits as listed In the contract, except as noted In Section.4(c) below. (c) EXCEPTIONS EXCEPTION (EXPlAHAriON REMARKS NAME AND TITLE JICNATUnE THE WILFUL FALSIFICATION OF ANY OF THE ABOVE STATEMENTS MAY S'JS.'CCT THE CONTRACTOROR SUOCONTflACTOU TO CIVIL OR CRIMINAL PROSECUTION. SEE SCCTION IOOI OF TITLE 18 ANDSECTION 231 OF TITLE 31 OF THE UNITED STATES CODE. For* INSTRUCTIONS FOR PREPARATION OF STATEMENT OF COMPLIANCE^ Vjo H 3M This statement of compliance meets needs resulting from the amendment of the Davis- Bacon Act to include fringe benefits provisions. Under-tiiis amended law. the contractor is required to pay fringe benefits as predetermined by the Department of Labor, in addi- tion to payment of the 'Tunimum 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 mak- ing these payments to the employees as cash in lieu of fringes. e contractor should show on the face of his payroll all monies paid to the employees Aether as basic rates or as cash in lieu of fringes. The contractor shall represent in the tatement of compliance that he is paying to others fringes required by the contract and paid as cash in lieu of fringes. Detailed instructions follow: fentractors who pay all required fringe benefits: contractor who pays fringe benefits to approved plans, funds, or programs in amounts not' less than were determined in the applicable v:age 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 4(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 who 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 wage 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 the 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 4(b) of the statement to indicate that he is paying fringe benefits in cash directly to his employees. Any exceptions shall be noted in Section 4(c). Use of Section 4(c). Exceptions • Any contractor who is making payment to a'pproved plans, funds, or programs in amounts less than the wage determination requires is obliged to pay the deficinecy directly to the employees as cash in lieu of fringes. Any exceptions to Section 4(a) or -}(b). whichever the contractor may check, shall bo entered in Section 4(c). Enter in the Exception column the. craft, and enter in the Expi.'iiinlion column the hourly amount paid the employees as cash in lieu of fringes, and the hourly amount paid to plans, funds, or programs as fringes. ul COVCKNMCM raiNfiNC o":<i n««o—»o;-j«i For s.llo by the SupvriniviulciK "t l\Kuni«it». l.'.S. CioviTiiiiicnt'. Priiuini; OMH.K \Vj>hiii);t<>n. O.(.. »IM(>> - 1'in.c >\.2"> per p.ul ot ItMt DE.PAPTMIIHT OF LABOR AND -lOUfi AND P'UDUIC CONTRACTS DIVISIONS STATEMENT OF COMPLIANCE 34Form Approved Budget Hurcau No. 44-R109.1 Date I. (Name of signatory parly) (Title) (1) That I pay or supervise the payment of the persons employed by . do hereby stntc: the (Hui tding or work) 19 . and cndinp. the day of. ; that during the payroll period commencing on the day of. alt persons employed on said project hnve been paid the full weekly wages earned, that no rebates have been or will be made either directly or indirectly to or on behalf of said .from the full weekly wages earned by any person and that no deductions have (Contractor or subcontractor) been made either directly or indirectly from the full wages earned by any person, other than permissible deductions as defined in Regulations. Part 3 (29 CFR Subtitle A), issued by the Secretary of Labor under the Copelnnd Act, as amended (-48 Stat. 94.S-63 Stat. 10S, 72 Stat. 967; 76 Stat. 357; 40 U.S.C. 276c), and described below: (2) That any payrolls otherwise undnr this contract required to be submitted tor the f.bove period are correct and complete; that the wage rates for laborersor mechanics contained therein are not less than the applicable wage rales contained in any wage determination incorporated into the contrac.t; that the classifications set fo-rth therein for each laborer or mechanic con- form with the work he performed. (3) That any apprentices employed in the above period are duly registered in a botia fide apprenticeship program registered with a S'.ate apprenticeship agency recognized by '.he Bureau of Apprenticeship and Training, United States Department of Labor, or if no such recognized agency exists in a State, are registered with the Bureau of Apprenticeship and Training, United States Department of Labor. (4) That: 4 (a) WHERE FRINGE BENEFITS ARE PAID TO APPROVED PLANS, FUNDS, OR PROGRAMS | 1 - In addition to the basic hourly wage rates paid to each laborer or mechanic listed in the above referenced pay- roll, payments of fringe benefits as listed in the contract have been or will be made to appropriate programs for the benefit of such employees, except as noted in Section 4(c) below. (b) WHERE FRINGE BENEFITS ARE PAID IN CASH [ [ - Each Laborer or mechanic listed in the above referenced payroll has been paid as indicated on the pavroll, an amount not less than the sum of the applicable basic hourly wr.ge rate plus the amount of therequired fringe benefits as listed in the contract, except as noted in section 4(c) below. (c) EXCEPTIONS EXCEPTION (CRAFT)EXPLANATION ::-'.!u Ar.D T! I l.L THI: >.!'. ri)L >• AL.'-IHC AT IOM or A:JY CIV:: OWCKlMrNAU f'KO'.l. C t' 1 ION O C O -' E J I . \HOVf-. S ; A T :; • • I r > T T : l t or -• t '-01 C f ft • L i- 1 • SO.'Ji.CT TUC CC'.fJ I i(A.f. TOU OH IU C C Or; 1 K AC. I OK Tr.,;ciiorj :• .•; or TI'LI .<< it TIII:. u.-ji ri.o ;. l A T ; s 35 SECTION 5-2. FEDERAL MINIMUM WAGES SECTION 5 5-2.01 Minimum Wages.--Attention is directed to Section 6, Federal Requirements, of these special provisions and Decision No. CA79-5124, of the Secretary of Labor, included herein. STATti California - CSC3.TTI Sin O'.e-,a BSCISICBI TOK3£3> CA7»-Si24 • ' S*~ * £«• °t PMb Sup*ci*d*as DvciiUM Ko. CA73-5SO* £ie»d JaAaJT" 27, i»JJ, in 43 HI 335? 0£SC2I77IO.1 OP WORXi fral'-il.-"? ?coj«cta (<Jo«» not l^cl-ji» »liv;l« f hoo*« and <jacd«n fy^* «?arcr>«ne» up to ».--4 i^ tlljlvjy conauuctioa uvl ir^jl.vj. xsassres a:cr, ssocx *.-^i ?B«v=sae!= Cerjot Kisona Coiar Vorkj Ccrposlticn. KisCle oc E?oiyi ?i.-.li3 KicaLtati Curb «jchir.» • Spllc.ca raa coi3TSccr:R ELT/XTCR (73C3.J Or.-us»ntil» Structural »acUt*CR poctian of San Ilrj Counir frca c»n:»; o: dsy 0*1 Kir Ra^ilstfir o: Cour.tr/- 8..U » S 14. 4J 14.35 12.09 10.37 12.31 12.14 12.2S 8.11 9.U 13.30 15.33 15. S3 15.37 70VJ3. 12.10 11.11 12.00 12.03 10.45 .12.53 12. OS 12.03 15. S2 15. »J 13. t» frt^. J~fi« C»T~.» -H.r f-^.. J l.SS I J 1.37 1.57J t r ^ .77 .71 .71 .71 .» .IS.*u .73 i.;3 1.24 2.J3 i.:a 1.23 1.23 -•'«' l.£S 1.23 31*1.71 ;7C j 31-1.71 ,l>;i .59 *«« .J5 '• •=» .-« 1.33 2.47 l!;? j 2.47 ir* .75 -$5 .73 .75 .73 .11 .(1 1SI l.co 1.J3 21*1.7121*:. 71 21-1.71 1.17 1.C3 1.C5 .10 .43 .90 1.35 1.3S .S3 a a * 1.S5 l.SS 1.6S 13 1 .53 .70 ..J/.r l..r. Tr. .04 . .03 .12 .07 .07 .C7 .07 .07 .07 .0}.os .03 • .03 .07 .07 .07 11 .05 .02 .02 .02 .02 .CS .03 en o 5 X •:5 IV-1 SD 4-4 f Fl-DlillAI. lUiCISTliU, VOL. <1-i, NO. 127-Friday, June 29, 1979 j:- 01 o iro DIXTISIOK **0. CA7S-51U • Oruih, fjlnt Corner btuvh lining tti-jc), Spray f.jluitt o (iwln-; Bta-jt) ; Iron, nice I and Lrid-jo p^lnletr li^ray (iwlnfj Bt^ocJ Iron, sttel *nd brld-jo p&lnter (9(0un<lworlk) | Icon, itcel AA-J bclil^^ p* Jrvto r •, ipf «y (ground- work) | fll9<j«riif cllnlttnij ctteij Ccush, cltrjjln'j ttc«l end brltJQQj £pr »yi cllnliln^ stctl Kid L>( |d JO ..Ll,.'I!l''wr"wo« »»j/or uidrWAT TrAtflo 0<lln»tlnij <Javlc« • i-t'llcjlor > VOieel ctcv Inctillori Trofflo lfcl|../r (irJlCIc iuttjcu cjn.l- blJSUd V.T.k«l ctcp l/)»Ulitr| S I r 1 p<i r ) 51.UK!>ir StAL OrCXATIONl Xlxer Oporilor I^jce^o f-in Appllcaior Op«r«tor ChuitUr.jn Top VjnPU srnjt J:HS rlJlSTtKOS* TCSIDSJIS l-i.iiujiciicj S>.:*j:!l»tf;f UMI'LllS SHECT m.T/1/.. wiutLRS O.ilt 5 i:»37 12. «! 13.37 13.12 14.02 10.12 »7 1tit 7.<3 9.73 0.54 O.S4 0.54 7. CO 11.46 10.61 1J.1I 12.79 1J.H H & V J 1.21 1.2) 1.2) 1.23 1.73 1.2} .C5 ' • .«$ .05 -.05 .15 .15 .05 .C5 .17 H . .00 1.04 r,;.,. c.... 1 1.38 l.JO 1.3S 1.30I.K. .45 t 45 .43 .45 .45 .45 .45• ,4j 1.71 2.C5 151 1.05 2.24 rift i,. r.,-.. .75 .75 .75 .75 ,75. b b b b b b ' b b 1.00 131 1.00 1 , t^.»li.. A,M. T.. .07 .07 .07 .07 " .07 .07 . * .07 2t .01 UOCISIOU l». CA7J-512« ' ' ' J>»0« ) 4> COJT FLOOR LMTDUsi-RiKitLER rirrou TEAKAtlO HOIUCEH3 TIL* tcrriais TciiXAito «n.l TILE IICU-DU (tiuciaui wcLorJU - Rcoelv« r»t« p operation to w ». Era;>loy»r contrlbutt* 6* ot bn 6k of b*ilc hourly r«t« (or ( P»y Credit. « Paid Daltdiyoi b. Employer contribute* $.23 p«r to Vjcoclorv JMnd (or the f lr«r 5 yt4ta J.40 pel hour to Vi.ot (.60 (>or hour ta.V,iv*lion rvind fund. TA10 HOLInAY.1l A~-7<Vw fo4t'i"D-yi D-ho-orl«l Dnyi r>-Ubor tuy, K-Th.nK.,lvln<j DAy, Croup 1 Croup 2 Cioup ) Croup 4 CV-"m..« . . V* B..U f 11.47 15.52 12. <J 12.69 1.74 .•crll«J ,1<A ri,, 0 hourly onthe to A UHGU<J tour to U yc«r ot on Fund, ovoc 10 C-lnd.pc -a.rl.tB 5,35 S.4i 1.70 FH»|t fttatlhi P» /*•*•!» K L tfb M .7J .75 .11 .01 .11 (or cr«l r>? or w( r«t« (or 5 yo.r.'r. lld*y rxi KployiMn 5 y%4ro yo«r« {. denct DJ • D«y. '.77 .77 .77 .77 i 1.15 1.05 1.17 1.17 1.00 pir (or«l ding U 1 i y«»n' »oivlc« « d plui }. f » y««r ut !••• t 0 (>tc hou • i * { 3.05 2.05 2.05 2. OS ' •1 larvlcc < 1 ViC4t.ll • . '0 p« r h<- •C lc<< > • in 10 yr to V«fJ ( i.eo 1.00 1.00 1.00 Appi. Ti. .09 .01 .0* .01.ot • ..d% Jr I4fl iro t-lon • .11 .13 .13 .13 C/imo t-tp CT> f 1 co S DBCISJO.t rO. CA7J-31H Croup li Laborer (general construction)) Dor In? Machine Helper) Caulker; Ccacpeol Digger and ln»tell«[) Chucktender (except tunn«l») j Concetto • Curcc (Irpecvloua s*elittnt end fo<« oiler)) Concede Water curing, Cutting Torch Ojtittot (demolition)) IXlllef'a Helper (c*l»con) In- cluding Bello-crs, Oft Pak.-it Kachlne, Concrete Cutting Torch, Dry picking ol co/.crete, plugging, tilling of Shea Bolt liolei, Pino Cruder on Mghwi/1, ottceti »nd iliport. pjvln-; (gevet <n<l drainage llr.el when ec>i>loy:d) i MjO«cn) C4J and Oil Pipeline Lat>orer) Guinea Chafer) Jet Mini Land<c*r>e Gardener and lAitfery Man/ Laier Dean In connection with laborer* • wjik; packing J"o.] Steel «n.l Pjnij rlptUyx'i Cic>uj. >Ltni Coating/ Croutln), )UKln7 of Jolntij £etLlm), CouUln], OU;><irln.; jnJ IncluJln) Rubber G.isV.«t Jolntt, Polntln'ji CjlUoiiJ voik LjLxireii Rl^<)ln9 <nd Sl^n<lln9» Blprjp St^ncpivcn SandsU«te( (Pot Tender); Scaltc, 5«pllc link Digger and 3n- »t«llci (Lcad.rjn) | Tank Seller ami Cleaner, Tool SlicJ ChccXeri Wa(chakn) WlnJc~ Cliiancr; Fence. Crector (Clan )) / Rebound K_in (f;unUt Industry) | Croop 2i Aophalt naken Ironer; Sprotleri Du<39yDobt 1«. kinj Ceittnt l\lpy«r (on 1 yard or li.";cf olxeri and hir.dll/H) tuH ceoenl) | CX>r«rett Saw lun (e«cludlng tractor JU)lo-icr«p«r i Cutler «nj l\>ta ulowerr C-increi* Ci Imler an.i s.in>1eti o.l rirncli IU« lii'ji II-.M.I -jiil.k-,1 I «•)•)! Cuncrett Coro cri Sliorer) Mr f Driller) All Multiple L'nlt, end all tyv«« of >'.;chjntcal Drills without regard to the fora of cotlve power) Driller (all other when drilling It for ui« of «H>loa Ivc j) i Cjj and Oil Pipeline Wc«r';-«r (Pot Tender and Vurn >un) j Cii and Oil Pipeline Wrapper (4 Inch pipe and over}) Operator and Tenders of pneunatlc, gas and electric tooljj Concrete fucjisi Vibrating K.>chlr,j«) hultl-plate Inpjct Wrench and ilallar occlunlcal tools not •cparatelv claiilflrd herein) Flpelayer (pirfornlng all eerVlcea In the laying aru] installation of pipe froa the [«lnt of receiving plp« until completion of the operation. Including any and all Jorrj of tubular uterlal, vhellur I'lr>e, Metallic or }K>n-nctalllc, Conduit and any other utatlonary typ« of tubula: device vied for the conveying of ccbitance or tltiunt, whether vatec, sewage, lolld, 543, air or other proJuctg what-co-«ver and with- out regard to the nature of raccrUl froa i.tilch the tubular luterlal la fabricated) rowderun) clasterc' llelpert) PrtfatrIcated'Kinhole Installtr) Rack Slln;er) Sandblaiter and Watcrblaiter (><otilenMn) j Sealer (using Itoj'n Oiilr, Safety Belt)) Steel Itcaderboard Kjn) Tree Cll«J/er, using cechanical tcolaj Welding In connection with L-tboof'o vurk) Fenoi Erector (Cltea 5))' Cun Kin (gunlte InduXry) Croup 3i Tence Erector (Clan 1); tutsleoan and lux] ton (gunlto Industry) Crr>uj> li Powdecaan) Olaiter* (llcentcO) - all vork of loading holeo, placing and blasting all powder and oploalvea of whatever typ-a (e$ardlc9S of. c«thod used for ouch loading aruj placing Dec It Ion Ho. CA79-S124 TUlWRt. fittlt I ».4J 5.35 5.70 .77 .77 .77 M... »...i f 2. OS HI f«p*.««t J 1.00 1.00 1.90 t Aff». Ti. .13 • 13.li Croup 1 Croup I Croup ] Croup li Dliitfrit Orllltri/ twlttiani Cherry Plckeruni Croot ttoper >nd ottiec {meuaitlc Ooncreta Flaor 0(»r«tori Ulncri In thott dry tunr.eli under itreeti, hlghwayi anil ilnllar place') KJnotB (tunnel bond or c.ichln<)) PovJefKan Uelper (tunnel work) j Steel For* Ratierf tn4 Settero 1'lr.lxcoan) lutlnr>ercan - wooj or >t«tl Croup 2i Dull Can-) I'jjcVera (Trackxin)i Oiucktenjorj Cablttenderi Concetti Crew (Inclu'loi n^Uerc and 3pr«adcroj) Uurproiy Crouc Crew) tulp«r for Steel fora (Ulotri tnd fctturc) Hucke^t (Lalioterc) In ehort dry tunnoK, tmd<ir >Uoott, M'jh»<yn en.I (Inllar plauii) lll|i|>er) Sti"^-»t (Uf«4i.n\n mul ;jw| tcttii.in) on tunntl work^ Vlbiatoir-in) JaiAh.WfcAac j rtteutt^tlg loolt (e<ccpt trtiler)) tlutll-ylatt Icpjct Wrench Croup )i rowJeroen (llcontcd) - rrlogr Uouit (tunntl wotkj) OhaCt and Xtnprj Chtfteri) Matchnen OPCRATORSl Croup 1 Croup 2 Croup 3 Croup < Croup J Croup ( Croup 7 Croup t Crovip i f 12. OS 12.33 12. CJ 12. 7( 12.58 13.0} 13.21 13.3* 13.11 1 1.10 I'.IO 1.10 1.10 • 1.10 1.10 1.10 1.10 1.10 ) 2.30 2.30 2.30 1.30 2.30 2.30 2.30 . 2.30 3.30 .70 .70 .70 .70 .70 .70 .70 .70 .70 .04 .04 .04 .01 .04 .04 .04 .04 coriinH 0 i/i l-'HUbKAL RKCISTUK, V01..4-J , NO. 127-l;ri.l;.y, ./uiu> 2Jl,'l»7y I 1*>''3i'1 ,','t). IJ'/'-l-'ritl.-iy, .iune ll.>7<) IIII «•>=;.«l.islfeSi 11 1M IS I -~j DLC1SIOJI HO. CA79-5124 POUCH RJOII-HDiT OPERATORS (Cont'd) Page 6 Decision llo. CA79-5124 rovui pQUiF.tnrr orcMATOU (Cont'd)P«9t 7 Croup li Sr.'n.oni Conpreasor Operator! Engineer Olleri Generator! Heavy Duty Hepalrrjn Helped tunpt Signalman) Suitchir.jnt Dcckh.n.1 (dredge)) Dltchwitch) Elevator Operator (Inildii)l forklKt (under 5 ions)| ' Croup }| Comproaaor ({00 C.r.M. or larger); Concrete Mixer (oklp tyv«)I Convcyorj rlre..uni llrd(O:ital 1C fiiup/ Ollor Crusher (Asphalt or Confute I'loit)) Haiti IVvraliuf CcnvfiU/r, |'un|> m O.m,,i r 3 ,nt j )UitAry t>i 111 Uvl|vi (oilfield!) iA 11> I (>«<)<.•< - vl.gul ly\-v up to J/4 yd. wliliuui att.ich- t.:nU) Jollt field Technician) Tai I'ol Miee-in) ToiMraiy Ik'jlln.j flanli Titnchlng lUuhlno Oiled Truck Cuno Oiled Concrete funp Olloi (Uuck ojunlvJ) i Dvckiuto (.krJ(c) Croup 3r ford 1'ergucon (with dr«gtype «11 jchccnt i|; Iltllcopttr ludlo- «un (ground)) Power Concilia Cut In.; Kichlnci Tuuar driven JuiU>o Too lotted It-Uoniiy I'||>c Wupping »nil Cleaning K.ichlnc) CtJjill Olleri £ur<;o Tucik an.1 Wilijlil HJI.UC (Uot flint)) Vrcnclxi OUcr (foundation));Truck. Cc«no Oiler Ccoup (i Mphi'.t I'ltnt rirca-in/ Boring tUchlnoi Chip Spreading KachlntiConcrete piurip O,-x;r«tor) Dinkey L^cct.ntvo or M^toriun (10 ton) j llcll- ct;>nr lljl«ti IH.jlillnc CJbUwjy Cl^nilr.jnj Power twceper) Titnchln'j >'..tcr*lno (u;> to 6 Ct.)i Cjncrfftf I'UKIJ OiM.>r4tor« ccuck r-^uncedf ^oOk'un oml O.oln.r.jnj llcllcupter FjlIUTun/ Ujicli Cjiglncer (di<d>jr) Croiip Ji A-li>Ka Winch TitKK <y«j »tiJi) A.i['li*lt r?«nt or tVihotetc Cltcl/ I'Unl O;>v(aior (wl.cn c. n.»j[tI«1 (xjwcr U not need, no Igui then one Ccncrmor O,-s>r4tor It rojuii eJ| |. Aaphal t Spr«tlln9 Kiclilne Oj.cinot (Sproidcr Uir «nJ el^llitJl OU Sltii|>vn<d 0-jxjjin or Ht«ercjn Ui-i-Iult or concote)) Concicti Joint Kiclilno Oi'croloi (ci»'l anJ nlall>r t)-|K-) jConcicli H«ner Oi-vratori Lcrilcli.jn [olllluld ty|-c) i urtllliv/ Kjchlne O;.iislor (Including wjtn welli)) Ljulpucni Creaucr (KjUllc onJ Citjua Dj^V)) I'oiklKc C-,'C«tcir (ovoi 'j ion cj|<aclf/J ) ll/dro-liAiuiwr - /.vrqSto.ii>cd IJyJro-ji jphlc SooJat Kichln> Cveoto'r (>uiv, pulp or cccJ) ; InutruracniiMni Kjchlne Tcoi Oj^ricori Kj^lnnit Jntcrnit IMU Slib Vibrator; Kochunlcjl rinluhvr O^trator (a>nc(«tc-CUty-John»on-u 1 J-icl 1 or slrjlljrji fjvr.ncnt Oicji-c/ O|*rjtor (Kut>. n-iontcJ, oiler rcqulreJli Toad Oil Hlxlnij h-'.cnlnc Ojj;fjlt.d Holler CJ.KT«toi i hoaa Carrier O-t».-r«toc (joljsiu-)l Sell-propel leJ Tjr rip«llnln9 Hiclilna CVcralor) Eklplojdcc Operator (vtiecl or trjck typo over 3/< y<l- up to »nj Including IS yjj.)) EVI[-lojJct - roid I'crquuon up to 1/4 yd. with drjg j t tachtt-:nt •; Slip Tore Puirp Operiior (pouur driven hydtiullc lifting device for concteta forr.s) ) Screed Cvvrjtod £tlnger Ci me (Aunt Jn-Wu>tcrn or ilrelljr lypelt TrjVwi'.-.; rl;-^ t'.^ri1*-*^/ Ci*±*in't AnJ tuiullnr; HjcMria Cf;^.'r«tor) TiucV Loaded Tw;<}cr Holm (1 d(urj) -V Iii •*$^•1 Croup <i Aiphtlt or Concrete flint Enqlntcri Mr^itK or Concrete Ojxr»tor (f pin; or (inl>hln<3)| X: phi It ftvln^ fuchlne iDarber Crcenc Ol >l«llir ty|<el | Auloanlc Curb Kjchln«) Celt Splicer or Vulciiilicr) DHL Lliu Ko«J factor) turner Factor or •l»ll<r Opcratori Orld^* Cr«n« O|xr>tori BrlJ^a typ« Vnloider • nd Turntable O;>«ratori C4tl-tn-pljct Ljyln^ Kjchlne; Coc^ilnktloA Miner ant) Cb»|>feisor Operator I'junllo wuik)| Concrete Ml»er and Compretaor O}>«cator (tjunlte work)} Concrete Hlxcr Dictator • • pjvln'j (oiler lesxlrcdli Crane Delator (up to an4 Including 15 ton capjclty) (ol Icr fn|ull«d) (Uxvj Ouoa p»y applicable) | Cruoliln.j I'l.ml Oj^crator (ollar Injulrcd) (wltvf e C4**<*^rclat |^»««er la i»ot un«J, no tvij Uun one Cc-nciatoi Ofedtur l« ln|\j|irJ)t O--cl Ijv^ln.' (\i- (atud Drill Ox; loc | L'lcvatln'j Cra>la <>i>eiaior) Ciadall O|>v(alur fuller reijulrcdjj Grade Checked Cioutlnf Kichtnc Opciatori Cuaid »Jll Pu»t Lirlver Oixratori Heavy Duty Hcpaircan; flolm OjH-rator (ilngle diua - Uuck lloUl - Chicago Oooa and itallai ty|x) | llolit Oi>crator (I or 3 ttrun) i )loliuin Oclt Loader and ilntlar ty|>4 (when two or eor* are woiklnQ tojelher a» aJJllloiul cnployce i.'iall L-t re'julrcdli LeTourneau CloU Compactor or alollac typ«| Lilt tv>tilla O-,><rator (oiler te-iulitd)) Lift flab Kjchlne 0|>«rator (Vagtborf and clallar lypcalj Kiterlal lloUC Curator (1 d(u«)| rktcklnf Kichlne 0|>erator (1/i yd.) (oiler re<|ulred)t (rubt<r tired, rail or trick type)) File Diver Curator (oiler rc<]ulrcd)j (•ncuiutlc Concrete Placing H^chlno Opgrator (Ujckley-Pi eiiwcl 1 or eln-llar ty;>e)) I'noutjtlc UuaJliig Shield (lunnol)i ru«^>cr<lt Con Oi>erator| J'oUr Cantry Crane O|>c(atori Rotary tirlll Oi>«rator (ocludlmj Calicon tj-|«) (oiler required)* liut!«r-tIred Korth lv.vlmj t|ulpGcnl Oj.ccator (>lnc;le engine - Caterpillar, Kuc\W, Mhey Wagon - water pullo m.l nlnllar typo wllli any and all att4ch>'inl.a up (o JO cu. y>lt. itruik|| J-ulil.ot-l lied 3oiai>ur Oixitrjr (ig U-lolling pidJU wheel type - John rxcra 104 and lUllar alnglo unit)) Sklploader &i-c<«tot (wheel or tuck tyiHt, over IS yda. up to and Including (H yd>.)i Stinger Crane (Atiiatln- Wcalorn-relt(bono or ttnllar type)(over S tone)t Curface Ueatcra and Planer O\>cratocj Tractor Conjtreouor fjrllt Co»t»ln«t Ion O;»erator/ Tractorcyoratur (Hull roicr, Tai.per, £c[»p<;r, and Puili Tiacior, <ln<)le engln<)| Trenching lUrMnt Ojmrator (over ( ft. drpUi capacity • njnufucturvra rating)(oiler required); Tunnel Loctuntlve Operator (>J to 10 lonj)i Universal Equlpex:nt &v.crator (jhovel, liackhoe, Draqltne, Clar.^hcll, up to and Including 1 cu. yd. H.n.C.) (oiler leijjlled) (Long coca pjy applicable)) Welder (general) Croup 7i Autoiutlc Llnoau Tenalon Kjchlne (two Operator! required) | Crane Operator (over 25 tons, up to anJ Including 100 ton M.B.C.) (Long Po-3o pay applicable) (oiler required); Derrick Oar«je Of^rator (oiler required, up to 100 tons) (ovot 100 tone, Mceun or Oiler »e<iulred)» Dual Drun Klxer (oiler re.julreJ)) llotai Curator (J or 3 drun with boon attachn*nt)| Uolct O|><rator (Stiff Ug, Cuy Derrick or dollar lyp« up to 100 ton capacity) (Ol Icr required. Long fio-x. uy applicable)) Loader Operator (Alhey. tucl J, Sierra or elnllar ty;.*l I H^norall U>cow>tlve Opvrator (dteiel, gju or electric)) r»tor Patrol - Dla<lo O;>«rator) ilultlple tiiglnt Tractor O\>eiator (tuclld and il^llar ty|K, e«cept Ouad I Cat)) Party Oiled Fre-alretied Hfappln<) Kichlne Or-erator (two Operatora required)) Rubber -tired llirth Having D-julp- ucnt Oixrator (multiple engine, Euclid, Caterpillar and flatter type up to iO cu. yda, struck)) Tractor Loader Operator (CtawUr and wi.oel tyi»e over CS yda.)) Tractor Operator (Uooa altachxnts) (over <0 (I. t>ota, oiler required)! Tower Crane Operator (l-v> operators required); Tower Crane ncpalruni Unlvarial EQulpaent Operator (Shovel, Oackh^a, Dragline, Claachell, over 1 cu. yd. H.R.C.It Welder - certified) Welder- llv-avy Duty Rcpalrun Conblnetloni Wood« MUer Cyj-'ator and other al»llar PugalU L OJ 00 0« ilc Hi* f B....,,p.,-.., A,,.. If. O I llo. CA79-S124 Criup 3. Ajto Ztt.it: Cp«ritot (ant Grtdo Checker <n<l out employee required)) Automatic Slip Corn Oi-rcilor |Cr<i<l« Checker *nd one eJ'J 1 1 loiu I enploy** required)) Ci ina O\>er<tor (over 100 tonj, (wo Oftrjlori rcqulri-d, Lon.j DOOA pay oppl Ic.tble) i Ij «iun (Jr«Jjr)j H..SII CxcavJlor Curator (two or IUID Oi>«e«ior« »<\J OlUt requited, )oi Uiin 550 cu. ydi.); rvrchanlc*! finishing rvichlno Op«r.>lor) ttJUllo for* Travtltr Os-cr«lotj (ioi.or filial O,>CI«UT (nult l-wjln«) I i'lp« rvitille Hjchlna Ov>«- mto: ((wo OixrAtori ref,ulr;d)| Rub6<r-llreJ tJttli >ovln-7 c^|ulp.-«<nt Opv- r«tot (cul ll-ctxjlne, CuclU, Caterpllltr JnJ ilallar typ« over JO cu. yJa. struck)) Rubfx:f-t IreJ Scri[>«r Oi>er«tor (pu^hln'; on« anouher wlthuut Push Cat, Pu:h Vull - 5.50 p<r luxir iddltlorul Co Uioo rile) | Rulit«r-t Ircd S«1C Loadlnq Sctj[-or c^-critor IpjJJlo vl.ccl - Au'jtr tyrva Self Loading, 3 ur tort until) | I'oUc Cx in« t-H^cotucj TJM,IC« U]ul|>u<inc o,<<!i<lO( (] unit! only) i TanJtrc Trtctor O/claloc (O'uJ > or UMlUc ly|*) | Tunnel n>lo lioclmj luclilno C^xrttar Croup It Cnnal Liner ur Trlnwr O^<r»t»i« (not.' )•» ilitn (our (4) employee* cc<|ulred - Oiler, WolUoi - ivucrionlc' «n<J CraJe C)>»cXer) i ' ' Bellcof>«r rllotj lli-jhllnq Cibleu^y O]>»t4totj Hcn.)te Controlled r-trlh K)vln<j r.^ulpment O)^er<tor (no one Of««tor (lull op\;rit< nor* than tuu pieces oC eJCLh o}vln<] cqulpiMnt «t one tlwHJl.OO \>K hout »Jdltlon>l to bioo rate)) vJ.c«l L'xcavalot O,.e(ator (ovor 750 cu. yds. hour, two O;^ir«ton «nJ One Ollee »nd two Uojvy IXjty lu-p-ilrnon 1 t/l i't*<njlrvJl •CO i\.vr.» ryuimuiT oi'C'AiORJ Uiu.TO 1 Ik! (.lyu.aullc £ucll...in. <.!.;.) 1 LEVI'J'JiMi WATCH DICII.'ECR) Holder OECHKATC W1HOL".'JI (Stern Winch or Dredge) BA^CIXA.SJ DecVhdndt rircun) Olleri Leveehand ,««^.ll Oreo,.,, LXWn<AU WATOJ DfClllEERS DECK MATE BAJlCEKATe C/J1CCXA.H) Deckhand) rirctMnj Oiler i J 11. CO 11.0} 10.54 10.47 9.53 A 11.60 11.03 10.54 1 0'. 4 7 9.53 .55 .54 .55 .55 .55 .55 .55 .55 .55 .15 , J 3.00 2.00 3.00 2.00 2.00 3.00 3.00 2.00 ' 3.00 2.00 .40 .10 .50 .50 .50 .SO .SO /so . iO .50 4 .04 .04 .04 .04 .04 .04 j'.04 .04 .04 .01 DECISION 10. CA1*-S124 TROOC Croop 1 Croup ] Croup J Croup 4 Croup 5 Croup C . } 1.40 9. £0 5. JO 10.00 13.00 5.10 Mil S 1.0} l.OS l.OS l.OS l.OS l.OS FfUff &!•« J 1.30 1.30 1.30 1.30 1.10 1.30 it. f .,-.. J 1.00 1.00 1.00 1.00 1.00 1.00 1 Af^r. T/. .10 . .10.rt .10 .10 .10 wuvnia Croup li 2 Ml* Due?*! I ul« rlttUd) Dunk«riuni O>ncr«t* rumplrv]t Indust,ru*l Lift) Truck Reptlrun Bel|>«ci WelJer Belpar; Warchcuie- un> forklUt under 15,000 lb«. Croup 2i J rJil« Duspj 1 «J(1« rUUxdi 2 wit Uittr Tcuck»| Ecoiln Control Hojileuni tAmi^crtte, l««l U>»v (*| ydi.| focklltt lt.^100 11)3. tnd orari rr«lli Violin* working Tcuvk Drlv«n Ho»0 Oil Opee.dorj CeMnt Dlilrlt-utor or Slurry Dil««r| tn^ileunj Ifjii Cirrl«t• « Croup Ji Of(-rojd Duup, unJvr 3i loot) 4 »«!« but !••> tntn 7 *«Ut Luvi- l.oJ inJ Ttillci) rr'nilt Hlx, undtr I ydi.l ) «<!• u^ttr Truckn; Kiouln Contruli Crout Klitri OuK!«;r«t« IS ydt. «ftJ ov»ri cxj«(>jl«ri| l*« lO'i, J0'« tnd ov*o fuel Truck und Dynuilte) Winch, 2 *nl«j Truck Cre«s>r Croup 4i Off-rojd Dunpi ]S lon> ind overt ^ «J<1* or <urt| Transit HU/I yd). »nd over) A-(uoo or Swcdlib Cnnoi) Tlroun) Wit«i Pull TanKeri) Woldtnj Winch Truck, ) ixla or «or« Crotp Si Truck JKpalcadn Croup ii Trtfdc Control, *lio SwAAp*rt *n4 D«lfx>rj tn4 flckupa tomn »-HoX tn l-'ODI-UAl. RliClSTBR, VOL. -M, MO. 127-Friday, June 29, 1979 vp HUDX010 >76) 40 U.S. DEPARTMENT OF HOUSING AND U33AN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM FEDERAL LABOR STAMDARDS PROVISIONS 1. APPLICABILITY The Project or Program to which the work covered "by this Contract pertains is being assisted "by the "United States of America and the following Federal La"bor Standards Provisions are included in this Contract pursuant to the provisions applicable to such federal assist- ance . 2. MQUKDM VAGS PATES FOR LABORERS A>iD 1-3CHAITICS . All laborers and mechanics employed upon the work covered "by this Contract shall "be paid unconditionally and not less often than once each week, and without subsequent deduction or rebate on any account (except such payroll deductions as are made mandatory "by law and such- other payroll deductions as are permitted by the applicable.regula- tions issued by the Secretary of Labor, United States Department of Labor, pursuant to the Anti-Kickback Act hereinafter identified), the full amount due at time of payment computed at wage rates not less than those contained in the wage determination decision of said Secretary of Labor (a copy of which is attached and herein incorporated "by reference), regardless of any contractual relationship which may "be alleged to exist between the Contractor or any subcontractor and such laborers and mechanics. All laborers and mechanics employed upon such work shall be paid in cash, except that payment may be by check if the employer provides or secures satisfactory facilities approved by the Local Public Agency or Public Body for the cashing of the ss.n-9 without cost or expense to the employee. For the purpose of this clause, •contributions made or costs reasonably anticipated under Section 1 ("b) (2) of the Davis-Bacon Act on behalf of laborers cr mechanics are considered wages paid to such laborers cr mechanics, subject to the provisions of Section $.5(a)(l)(iv) of Title 29, Code of Federal, Regulations. Also for the purpose of this clause, regular contribu- tions made or costs incurred for more than a. weekly period under plans, funds, or programs, but covering the particular weekly period, are deemed to be constructively made or incurred during such weekly period. 3. THTOEHPAXHENTS OF WAG33 OR SALARIES In case of underpayment of wages by the Contractor or by any subcontractor to laborers or mechanics employed by the Contractor or subcontractor upon the work covered by this Contract, the Local Public Agency or Public Body in addition to such other rights as may be afford- ed it under this Contract shall withhold from the Contractor, out of any payments due the Contractor, so much thereof as the Local Public Page 1 of 13 Pages 41 Agency or Public Body may consider'necessary to pay'such laborers or mechanics the full amount of wages required by-this'Contract. The amount so withheld may be disbursed by the Local Public Agency or Public Body, for and on account of the Contractor or the subcontractor (as may be appropriate), to the respective laborers: or mechanics to whom the same is due or on their behalf to plans, funds, or programs for any type of fringe benefit prescribed in the applicable wage determination. . 1;. ANTICIPATED COSTS OF FRINGE BENEFITS If the Contractor does not make payments to a trustee or other third person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing fringe benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this Contract: Provided, however, the Secretary of Labor has .found, upon the written request of the Contractor, that- the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. A copy of any findings made by the Secretary of Labor in respect to fringe benefits being provided by the Contractor must be submitted to the Local Public Agency or Public Body with the first payroll filed by the Contractor subsequent to "receipt of the findings. 5. OYERTH-IE COMPENSATION REQUIRED BY CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (76 Stat. 35?-3oO: Title UO U.S.C., Sections 32?- 332) ' (a) Overtime requirements, No Contractor or subcontractor contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics, including watchmen arid guards, shall require or permit any laborer or mechanic in any workweek in which he is employed on such work to work in excess of 8 hours in any calendar day or in excess of ij.0 hours in such work week unless such laborer or mechanic receives compensation at a rate not less than one and one-half times his basic rate of pay for all hours worked in excjsss of 8 hours in any calendar day or in excess of 1^0 hours in such work week, as the case may be. 00 Violation; liability for unpaid wages liquidated damages. In the event of any violation of the clause set forth in paragraph (a), the Contractor and any subcontractor responsible therefor shall be liable to any affected employee for his unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages 'shall be computed with respect to each individual laborer or mechanic employed in violations of the clause set forth in paragraph (a), in the sum of §10 for each calendar day on which such employee was required or permitted to work Page 2 of 13 Pages HUD-4010 (2-76) in excess of 8 hours or in excess of the standard workweek of UO hours without payment of the overtime wages required by the clause set forth in paragraph (a). (c) Withholding for liquidated d?~.3.ges. The Local Public Agency or Public Body shall withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor, such sums as may administratively be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for liqui- dated damages as provided in the clause set forth in paragraph (b). (d) Subcontracts. The Contractor" shall insert in any subcontracts the clauses set forth in paragraphs (a), (b), and (c) of this Section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which.they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. . 6. . "EMPLOYMENT OP APPEEHTICES/TRAHIESS ' . " ' a. Apprentices will be permitted to work at less than the prede- termined rate for the work they performed when t aey are em- f ployed and individually registered in a bona fide apprentice- ship program registered with the U. S. Department of Labor, Manpower Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his first 90 days of probationary • . employment as an apprentice in such an apprenticeship program, ••; . ' who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen in any craft classi- ' fication shall not be.greater than the ratio permitted to the contractor as to his entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not a trainee as defined in subdivision (b) of this subparagraph or is.not registered or otherwise employed as stated above, shall be paid the wage rate determined by the • • Secretary of Labor for the classification of work he actually O ' performed. The contractor or subcontractor will be required to Page 3 of 13 Pages HUD-4010 (2-76) 45 furnish to the contracting1 officer or a representative of the Wage-Hour Division of the U. S. Department of Labor written evidence of the registration of his program and apprentices as well as the appropriate ratios and wage rates (expressed in percentages of the journeyman hourly rates)t for the area of construction prior to using any apprentices on the contract work. The wage rate paid -apprentices shall "be not less than the appropriate percentage of the journeyman's rate contained in the applicable wage determination."" b» Trainees« Except as provided in 29 CRX 5>»l5 trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification, by the U. S. Department of Labor, Manpower Administration, Bureau of Appren- tice and Training. The ratio of trainees to journeymen shall not be greater than permitted under the plan approved by the Bureau of Apprenticeship and Training. Every trainee must be paid at not less than the rate specified in the approved pro- gram for his level of progress. Any employee listed on the payroll at a trainee rate who is not registered arid partici- pating in a training plan approved by the Bureau of Apprentice- ship and Training shall be paid not less than the wage rate . determined by the Secretary of Labor for the classification of work he actually performed. The contractor or subcontractor will be required to furnish the contracting officer or a repre- ._ sentative. of the Wage-Hour Division of the U. S. Department of Labor written evidence of the certification of his program, the registration of the trainees, and the ratios and wage . rates prescribed in that program. In the event the Bureau of Apprenticeship and Training withdraws approval of a train- ing program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined' rate for' the work performed until an acceptable program is approved. c. Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity •with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. Page 4 of 13 Pages HUD-4010 (2-76) f 46 7. EMPLOYMENT OF CERTAIN PERSONS PROHIBITED No person under the age of sixteen years and no person who, at the 'time, is serving sentence in a penal or correctional institution shall be employed on the work covered by this Contract. 8. REGULATIONS PURSUANT TO SO-CALLED "ANTI-KICKBACK ACT" The Contractor shall comply with the applicable regulations (a ' copy of which is attached and herein incorporated by reference) of the Secretary of Labor, United States Department of Labor, made pursuant to the•so-called "Anti-Kickback Act" of June 13, 193U (U8 Stat. 9^8: 62 Stat. 862; Title U.S.C., Section 87U: and Title 1;0 U.S.C., Section 276c), and any amendments or modifications thereof, shall cause appropriate provisions to be inserted in subcontracts to insure compliance therewith by all subcontractors subject thereto, and shall be responsible for the submission of affidavits required by subcontractors thereunder, except as said Secretary of Labor may specifically provide for reasonable limitations, variations, tolerances, and exemptions from the require- ments thereof. 9. EMPLOYMENT OF LABORERS OR MECHANICS NOT LISTED IN AFORESAID VAGE DETERMINATION DECISION Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract will be classified or reclassified conformably to the wage determination by the Local Public Agency or Public Body, and a report of the action taken shall be submitted by the Local Public Agency or Public Body, through the Secretary of Housing and Urban Development, to the Secretary of Labor, United States Department of Labor. In the event the interested .parties cannot.agree on the proper classification or reclassification of a particular class of laborers and mechanics to be used, the question accompanied by the recommendation of the Local Public Agency or Public Body shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of Labor for final determination. 10. FRINGE BENEFITS NOT EXPRESSED AS HOURLY VAGE RATES The Local Public Agency or Public Body shall require, whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly wage rate and the'Contractor is obligated to pay cash equivalent of such a fringe benefit, an hourly cash equivalent thereof to be established. In the event the interested parties cannot agree upon a cash equivalent of the fringe benefit, the question, accompanied by the recommendation of the Local Public Agency or Public Body, shall be referred, through the Secretary of Housing and Urban Development, to the Secretary of •Labor for determination. Page 5 of 13 Pages HUD-4010 (2-76) 47 L. POSTING WAGE DETERMINATION DECISIONS AND AUTHORIZED WAGE DEDUCTIONS T applicable wage poster of the Secretary of Labor, United States aparfftflnt of Labor, and the applicable wage determination decisions of aid Secretary of Labor with respect to the various classification of aborers and mechanics employed and to be employed upon-the work covered y this Contract, and a statement shoving all deductions, if any, in ccordance with the provisions of this Contract,' to be made from wages ctually earned by persons so employed or to be employed in such classi- ications, shall be posted at appropriate conspicuous points at the site f the work.. • 2. COMPLAINTS, PROCEEDINGS, OR TESTIMONY BY EMPLOYEES . No laborer or mechanic to whoa the wage, salary, or other labor tandards provisions of this Contract are applicable shall be discharged r in any other manner discriminated against by the Contractor or any ubcontractor because such employee has filed any cosiplaint or instituted r caused to be instituted any proceeding or has testified or is about to estify in any proceeding under or relating to the labor standards appli- able under this Contract to his employer. 3% CLAIMS.AND DISPUTES PERTAINING TO WAGE RATES Claims and disputes pertaining to wage rates or to classifications >f laborers and mechanics employed upon the work covered by this Contract ;hall£** 5 promptly reported by the Contractor in writing to the Local *ublic Agency or Public Body for referral by thu latter through the Secretary of 'Housing and Urban Development to the Secretary of Labor, Inited States Department of Labor, whose decision shall be final with respect thereto. lU. QUESTIONS CONCERNING CERTAIN FEDERAL STATUTES AND REGULATIONS * All questions arising under this Contract which relate to the ipplication or interpretation of (a) the aforesaid Anti-Kickback Act, 'b) the Contract Work Hours and Safety Standards Act, (c) the aforesaid Oavis-Bacop. Act, (d) the regulations issued by the Secretary of Labor, Jnited States Department of Labor, pursuant to said Acts, or (e) the Labor standards provisions of any other pertinent Federal statute, shall oe referred, through the Local Public Agency or Public Body and the Secretary of Housing and Urban Development, to the Secretary of Labor, Jnited States Department of Labor, for said Secretary's appropriate ruling or interpretation which shall be authoritative and may be relied upon for the purposes of this Contract. l£. PAYROLLS AND BASIC PAYROLL RECORDS OF CONTRACTOR AND SUBCONTRACTORS i The Contractor and each subcontractor shall prepare his payrolls on forms satisfactory to and in accordance with instructions to be Page 6 of 13 Pages HUD-4010 (2-76) • G ., ' 48 furnished by the Local Public Agency or Public Body. The Contractor shall submit weekly to the Local Public Agency or Public Body two certified copies of all payrolls of the Contractor and of the subcon- tractors, it being understood that the Contractor shall be responsible for the submission of copies of payrolls of all subcontractors. Each" such payroll shall contain the "Weekly Statement of Compliance" set forth in Section 3.3 of Title 29, Code of Federal Regulations. The payrolls and basic payroll records of the Contractor and each subcon- tractor covering all laborers and mechanics employed upon the work covered by this Contract shall be maintained during the course of the work and preserved for a period of 3 years thereafter. Such payrolls and basic payroll records shall contain the name and address of each such employee, his correct classification, rate of pay (including rates of contributions or costs anticipated of the. types described in Section l(b)(2) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made, and actual wages paid. In addition, whenever the Secretary of Labor has found under Section 5-5(a.)(l )(iv) of Title 29, Code of Federal Regulations, that the wages of any ls.borer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis-Bacon Act, the Contractor or subcontractor shall maintain records which show that the conmitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been co-niunicated in writing to the. laborers or mechanics affected, and records v.'hich show the costs anticipated or the actual cost incurred in providing such benefits. The Contractor and each subcontractor shall make his employment records with respect to persons employed by him upon the work covered by this Contract available for inspection by authorized representatives of the Secretary of Housing and Urban Development, the Local Public Agency or Public Body, and the United States Department of Labor. Such representatives shall be permitted to interview employees of the Contractor or of any subcontractor during working hours on the job. 16. SPECIFIC COVERAGE OF CERTAIN TYP23 OF WORK BY EMPLOYEES The transporting of materials and supplies to or from the site of . the Project or Program to which this Contract pertains by the employees .of the Contractor or of any subcontractor, and the manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the Project or Program to which this Contract pertains by persons employed by the Contractor or by any subcontractor, shall, for the purposes of this Contract, and without limiting the generality of the foregoing provisions of this Contract, be deemed to be work to which these Federal Labor Standards Provisions are applicable. 17. INELIGIBLE' SUBCOuTRACTORS The Contractor shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted Page 7 of 13 Pages HUD-4010 (2-76) r 49 without the Local Public Agency's or Public Body's prior written approval- of the subcontractor. The Local Public Agency or Public Body will not • approve any subcontractor for work covered by-this Contract who is at the time ineligible under the provisions of any applicable regulations issued by the Secretary of Labor, United States Department of Labor or the Secretary of Housing and Urban Development, to receive an award of such subcontract. 18. PROVISIONS TO BE INCLUDED IN CERTAIN SUBCONTRACTS - t The Contractor shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provi- sions which are consistent with these Federal. Labor Standards Provisions and also a clause requiring the subcontractors to include such provisions in any lower tier subcontracts which they may enter into, together with a clause requiring such insertion in any further subcontracts that may in turn be made. 19. BREACH OF FOREGOING FEDERAL LABOR STANDARDS PROVISIONS _ In addition to the causes for termination of this Contract as herein elsewhere set forth, the Local Public Agency or Public Body reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of these Federal Labor Standards Provisions. A breach of.these Federal Labor Standards Provisions, may also be grounds for debannent as provided by the applicable regulations issued by the Secretary of Labor, United States Department of Labor. Page 8 of 13 Pages • HUD-4010 (2-76) G 50 HUD-4010.1 (2-76) "~ ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS SO-CALLED "ANTI-KICKBACK ACT" AND REGULATIONS PROMULGATED PURSUANT THERETO BY THE SECRETARY OF LABOR, UNITED STATES DEPARTMENT OF LABOR TITLE 18. U.S.C.. section 874 (Replaces section 1 of the Act of June 13.1934 (48 Stat. 948, 40 U.S.C., sec. 276b) pursuant to the Act of June 25, 194S, 62 Stat. 862) KICKBACKS FROM PUBLIC WORKS EMPLOYEES Whoever, by force, intimidation, or threat of procuring dismissal from employment, or by any other manner whatso- ever induci-i any person employed in the construction, prosecution, completion or repair of any public building, public work, or building or work financed in whole or in part by loans or zrants trora the United States, to give up any part of the com- peiuution to which he is entitled under his contract of employment, shall be fined not more than 55,000 or imprisoned not more than five years, or both. SECTION 2 OF THE ACT OF JUNE 13, 1934, AS AMENDED (48 Stat. 948, 62 Stat. 862. 63 Stat. 108,72 Stat. 967,40 U.S.C.. sec. 276c) The Secretary of Labor shall make reasonable regulations for contractor? and subcontractors engaged in the construction, prosecution, completion or repair of public buildinss, public work? or buildings or works financed in whole or in part by loans or grants from the L'nited States, including a provision that each contractor and subcontractor shall furnish weekly a statement with respect to the wages paid each employee during the preceding week. Section 1001 of Title 18 (United States Code) shall apply to such statements. ---XXX--- Pursuant to the aforesaid Anti-Kickback Act, the Secretary of Labor. United States Department of Labor, has; promul- gated the regulations, hereinafter set forth, which regulation* are fuur.d in Title 29, Subtitle A. Code of Federal Regulations, Part 3. The term "this port,"as used in the regulations hereinafter jet forth, refers to Part 3 last above mentioned. Said reg- ulations are as follows*. « TITLE 29 - LABOR h Subtitle A - Office of the Secretary of Labor PART 3-CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Section 3.1 Purpose and scope. This part prescribes "anti-kickback" regulations under Melton 2 of the Act of June 13, 1934, as amended (40 U.S.C. 276c), popularly known as the Copeland Act. This part applies to jny contract which is subject to Federal wage standards and which is for the construction, prosecution, completion, or repair of public buildings, public works or building's or works financed in whole or in part by loans or grants from the United Sut«. The part is intended to aid in the enforcement of the minimum waje provisions of the Davis-Bacon Act and the various statutes deaJiru with Federally-assisted construction that contain similar nu'nimum wajre provisions, including those provisions which are not subject to Reorganization Plan No. 14 Page 9 of 13 Pages 51 (e.g., the College Housing Act of 1050, the Federal Water Pollution Control Act, and the Housing Act of 1959), and in the enforcement of the overtime provisions of the Contract Work Hours Standards Act whenever they are applicable to construction work. The part dc'.ails thi- obligation of contractors and subcontractors relative to the weekly submission of statements regard- ing the wages paid on work covered thereby; sets forth the circumstances ami procedures governing the making of payroll de- ductions from the wages of thos« employed on such work; and delineates the methods of payment permissible on such work. Section 3.2 Definitions. As used in the regulations in this part: (a) The terms "builjing" or "work" generally include construction activity as distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms include, without limitation, buildings, structures, and improvements of all types, such as bridges, dams, plants, highways, parkways, streets, subways, tunnels, sewers, mains, power- lines, pumping stations, railways, airports, terminal.*, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters. levees, and canals; dredging, shoring, scaffolding, drilling, blasting, excavating, clearing, and landscaping. Unless conducted in connection with and at the site of such a builjing or work as is described in the foregoing sentence, the manufacture or furnish- ing of materials, articles, supplies, or equipment (whether or not a Federal or State agency acquires title to such materials, articles, supplies, or equipment during the course of the manufacture or furnishing, or owns the materials from which they are manufactured or furnished) is not a "building" or "work" within the meaning of the regulations in this part. (b) The terms "construction," "prosecution,""completion,"or "repair" mean all types of work done on a particular building or work at the site thereof, includins, without limitation, altering,remodeling, painting and decorating, the transport- ing of materials and supplies to or from the building or work by the employees of tlie construction contractor or construction subcontractor, and the manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building or work, by persons employed at the site by the contractor or subcontractor. (c) The terms "public building" or "public work" include building or work for whose construction, prosecution, com- pletion, or repair, as defined above, a Federal agency is a contracting party, regardless of whether title thereof is in a Federal agency. . (rl) The term "building or work financed in whole or in pirt by loans or grants from the United States" includes build- ing or work for whose construction, prosecution, completion, or repair, as defined above, payment or port payment is made directly or indirectly from funds provided by loans or grants by a Federal agency. The term does not include building or work for which Federal assistance is limited solely to loan guarantees or insurance. (e) Every person paid by a contractor or subcontractor in any manner for his labor in the construction, prosecution, completion, or repair of a public building or public work or building or work financed in whole or in part by loans or grants from the United States is "employed" and receiving "wages," regardless of any contractual relationship alleged to exist between him and the real employer. (f) The term "any affiliated perr-on" includes a spou*e, child, parent, or other^close relative of the contractor or sub- contractor; a partner or officer of the contractor or subcontractor: a corporation closely connected with the contractor or subcontractor as parent, subsidiary or otherwise, and an officer or agent of such corporation. (g) The term "Federal agency" w.ani the United States, ihe District of Columbia, and all executive departments, in- dependent establishments, administrative agencies, and instrumentalities of the United States and of the District of Columbia, including corporations, all or substantially all of the stock of which is beneficially owned by the United States, by tlic District of Columbia, or any of the foregoing departments, establishments, agencies, and instrumentalities. Section 3.3 Weekly statement with respect to payment of wages. (a) As ustd in this section, the term "employee"shall not apply to persons in classifications higher than that of laborer or mechanic and those who are the immediate supervisors of such employees. \ Page 10 of 13 Pages HUD-4010.1 (2-76) 52, (b) Kavh contractor or subcontractor engaged in the construction, prosecution, completion, or repair of juy |>ul>tic building of public work, or building or work financed in who!'- or !n part by loans or grants from the United Stales, >li,ill furnish cacli week a statement with respect to tlic wages paid each of it.-< employees engaged on work covered by '2')-H II Paris 3 and J during llic jim-odin;: weekly payroll period. This statement shall he executed liy llie contractor or siibcun- • tractor or by an authori/cd officer or employer of the contractor or 'ubcontraclor who supervises tlic payment nf wages, and shall be on form \\ 11 3 111. "Statement of Compliance", or on an identical form on tlie back of \V'II 3 17, 'Tay roll (For Con- tractors Optional l!se)"or on any form with fdciiiical wording. Sjinpli: copies of \V1I .'! 17 anil WII 3-IH may be obtained from llif Government contracting or sponsoring agcnry, and copies of tln-jc formi may lie purtliawd at tlic Coxcrmntnl Printing Office. (c) Tlie requirements of this section fliall not apply to any contract of S2.000 or less. (d) Upon a written [iitding by t!ie licad of a Federal agency, tlie Secretary of l.aJbor may provide reasonable limitations, variations, tolerance*, and exemptions from llie requirements of thu* section subject to such conditions a.-, tlu: Scen-tary of Labor may specify. 129F.R.93,Jan. 4. 196-1, a» amend.-dat33F.Il. lOIKG.July 17,106^1 Section 3.4 Submission of weekly statements and the preservation and inspection of weekly payroll records. (a) Each weekly statement required under § 3.3 shall L; dcliiered by the contractor or subcontractor, within jcven days after the regular payinrnt date of the payroll period, to a reprc.-entjlive of a Federal or State agenr) in < han;c at the site of the building or work, or, if there is no representative of a Federal or State agency at the site of tlic building or worU, the statement s-haM be mailed by tlie contractor or subcontractor, within such time, to a Federal or Slate agency contrarling for or financing the building or work. After such examination a;:d eherk as may be made, surh statement, or n copy thereof, shall be kept available, or shall be transmitted together with a report of any violjlion, in accordance with applicable procedures prescribed by the United States Department of Labor. (b) F.ach contractor or subcontractor shall preserve his weekly pay roll records for a period of three years from dute of completion of the contract. Tlu: payroll records shall set out occ-.:rate!y and completely the name and address of each laborer and mechanic, his correct classification, rate of pay, daily anr! weekly number of hours worked, deductions made, and actual wages paid. Such payroll records shall be made available at all ti:ne= for inspection b) the contracting officer or hi- authorized representative, and by authori/cd representatives of the Dcp.irtny.-nt of Labor. Section 3.S Payroll deductions permissible without application to or approval of the Secretary of Labor. Deductions made under the circumstances or in the silua!i>ni described in the paragraph of this section may be made without application to and approval of the Secretary of Labor: (a) Any deduction made in compliance with the requirements of Federal. State, or local law, such as F'edcral or State withholding income taxes and Federal social security taxes. I . (b) Any deduction of sums previously paid to the employ er as a }>oua fide prepayment of wages when such prcp;^ nient is made without discount or interest. A "bona fide prepayment of wn;es"ts considered to have been made onk when ea-h or its equivalent has been advanced to the person employed in such manner as to give IHIU complete freedom of disposition of the advanced funds. (c) Any deduction of amounts required by. court process to be paid to another, unless thtdeduction is in favor of the contractor, subcontractor or any affiliated per.-on, or when collusion or collaboration exists. CP Page 11 of 13 Pages HUD-4010.1 (2-76) (d) Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representatives of employees, or both, for the prupose of providing eithrr from principal or income, or both, medical or hospital care, pensions or aimuitics on retirement, death benefits, compensation for injuries, illness, accidents, sickness, or disability, or for insurance to provide any of the foregoing, or unemployment benefits, vacation pay, savings accounts, or similar payments for the benefit of employees, their families and dependents: Provided, however. That the following standards are met: (1) The deduction is not otherwise prohibited by law; (2) it is either: (i) Voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent U not a condition either for the obtaining of or for the continuation of employment, or (ii) provided for in a bona fide collective bargaining agreement be- tween the contractor or subcontractor and representatives of its employees: (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the contractor or subcontractor or any affiliated person in the form of commission, dividend, or otherwise; and (4) the deductions shall -xne th* convenience and interest of the employee. (e) Any deduction contributing toward the purchase of United Slates Defense Stamps and Bonds when voluntarily authorized by the employee. ' • (f) Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with FederaJ and State credit union statutes. (g) Any deduction voluntarily authorized by the employee for the making of contributions to governmental or quasi- govemminlal agencies, such as the American Ked Cross. (h) Any deduction voluntarily authorized by the employee for the miking of contributions to Community Chests, United (livers Funds, and similior charitable organizations. (i) Any deductions to pay regular union initiation fees and membership dues, not including fines or special assessment:,: Provided, kowecer, That a collective bargaining agreement between the contractor or subcontractor and representatives of its employees provides for such deductions and the deductions are not otherwise prohibited by law. (j) Any deduction not more than for the "reasonable co.-l" of board, lodging, or other facilities meeting the require- ments of section 3(rn) of the Fair Labor Standards Art of 1038, as amended, and fart 531 of this title. When such a deduction is made the additional records required under § 516.27 (a) of tl;i= title shall be kept. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor or .subcontractor may apply to the Secretary of Labor for permission to make any deduction not per- • mitti'd under § 3.5. The Secretary may grant permission whenever he finds that: (a) The contractor, subcontractor, or any affiliated person does not mak« a profit or benefit directly or indirectly from the deduction citherin the form of a commission, dividend, or otherwise; (b) The deduction is not otherwise prohibited by law; (c) The deduction is cither fl) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such con«:nt is not a condition cither for the obtaining of employment or its continuance, or (2) provided for in a bona fide collective bargaining agreement between the contractor or subcontractor and representatives of its employees; and (d) The deduction -«rvcs the convenience and interest of the employee. Page 12 of 13 Pages HUD-4010.1 (2-76) 54 Section 3.7 Applications for the approval of t!ic Secretory of Labor. Any application for the nuking of payroll deductions under § 3.6 shall comply with I lie requirement* prcicriln'd in tliL following paragraphs of t!u.< section: (a) The application shall bo in writing at.J shall he addressed to the Secretary of l.ilior. (b) The appiicalion shall identify ihc contract or contract; under wliirh the work in question is to he performed. Per- mission will be given for deductions only on specific, identified contract*, except upon a allowing of exceptional circumstances. (c) The application shall slate affirmatively that there if compliance with the standards sc} forth in the provisions of § 3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a description of the projoscd deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would he made. (c) The application shall state the name and business of any third person to whom any funds obtained from the pro- posed deductions are to be transmitted and the affiliation of >urli person, if any, with the applicant. Section 3.8 Action by the Secretary of Labor upon applications. The Secretary of tabor shall decide whether or not the requested deduction is permissible under provisions of § 3.6; ind shall notify the applicant in writing of his decision. .Section 3.9 Prohibited payroll deductions. Deductions not elsewhere provided for by this part and which arc not found to be permissible under § 3.6 arc prohibiti-d. Section 3.10 Methods of payment of wages. The payment of wages shall be by cash, negotiable instruments payable on demand, or ihe additional forms of compensa- tion for which deductions arc permissible under this part. No other methods of payment shall be.recognised on work subject to the Copeland Act. Section 3.11 Regulations part of contract. AH contracts made with respect to the construction, prosecution, completion, or repair of ar.y public building or public work or building or work financed in whole or in part by loans or grants from the United Slates covered by llii- regulations in this part shall expressly bind the contractor or subcontractor to comply with such of'tlic regulation? in this part as may be ap- plicable. In this regard, see § 5.5 (a) of this subtitle. Page 13 of 13 Pages HUO-4010.1 (2-76) •ft- OS.GOYHIiMEMT PSltfiYiOfStt: W5— 210-5SS/2M 55 CITY OF CARLSBAD CONTRACT No. 1075 General Provisions 1. Definitions A. Reference to Drawings: Where the words "shown", "indicated", "detailed", "noted", "scheduled", or words of similar import are used, it shall be understood that reference is made to the drawing accompanying these provisions unless stated otherwise. B. Directions: Where the words "directed", "designated", "selected", or words of similar import are used, it shall be understood that the direction, designation, selection, or similar import of the architect 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 approved by the City Engineer" unless stated otherwise. C. 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 architect" unless otherwise stated. Where the words "approved", v "approval", "acceptable", "acceptance", or words of similar import are used, it shall be understood that the approval, acceptance, or similar import of the architect is intended. D. Perform and Provide: The word "perform" shall be understood to mean that the contractor, at her/his expense, shall perform all operations, labor, tools and equipment, and further, including the furnishing and installing of materials that are indicated, specified, or required to complete such performance. The word "provide" shall be understood to mean that the contractor, at her/his expense, shall furnish and install the work, complete in place and ready for use, including furnishing of necessary labor, materials, tools, equipment and transportation. E. Language and Intent: The specification section is written in a modified brief style consistent with clarity. In general, the words "the", "shall", "will", and "all" are not used. Where such words as "perform", "install", "erect", "test", or words of similar import are used, it shall be understood that such words include the meaning of the phrase, "the contractor shall". The requirements indicated and specified apply to work of the same kind, class and type, even though the word "all" is not stated. 2. Codes and Standards Standard specifications incorporated in the requirements of the speci- fications by reference shall be those of the latest edition at the time of receiving bids. It shall be understood that the manufacturers 56 General Provisions - Contract No. 1075 Codes and Standards (continued) 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. 3. Manufacturer's Instructions Where installation of work is required in accordance with the product manufacturer's directions, the contractor shall obtain and distribute the necessary copies of such instructions, including two copies to the City Engineer. 4. Internal Combustion Engines All internal combustion engines used in the construction shall be equipped with mufflers in good repair when in use on the project (with special attention to City Noise Control Ordinance No. 3109, Carlsbad Municipal Code, Chapter 8.48). 5. City Inspectors All work shall ^e under the observation of a City Contruction In- spector. Inspectors shall have free access to any or all parts of work at any time. Contractor shall furnish inspectors with such information as may be necessary to keep her/him fully informed regarding progress and manner of work and character of materials. Inspection of work shall not relieve contractor from any obligation to fulfill this contract. 6. Provisions Required by Law Deemed Inserted Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and, if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon application of either party the contract shall forthwith be physically amended to make such insertion or correction. 7. 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 speci- fied, but which are essential to the completion of the work, shall be provided at the contractor's expense to fulfill the intent of said documents. In all instances throughout the life of the contract 57 General Provisions - Contract No. 1075 Intent of Contract Documents (continued) the City will be the interpreter of the intent of the contract documents and the City's decision relative to said intent will be final and binding. Failure of the contractor to apprise her/his subcontractors and materials suppliers of this condition of the contract will not relieve her/him of the responsibility of compliance. 8. Substitution of Materials The proposal of the bidder shall be in strict conformity with the drawings and specifications and based upon the items indicated or specified. The contractor may offer a substitution for any material, apparatus, equipment or process indicated or specified by patent or proprietary names or by names of manufacturer which she/he considers equal in every respect to those indicated or specified. The offer, made in writing, shall include proof of the State Fire Marshal's approval (if required), all necessary information, specifications and data. If required, the contractor,at her/his own expense, shall have the proposed substitute, material, apparatus, equipment or process tested as to its quality and strength, its physical, chemical or other characteristics, and its durability, finish, or efficiency, by a testing laboratory as selected by the City. If the substitute offered is not deemed to be equal to that so indicated or specified, then the contractor shall furnish, erect, or install the material, apparatus, equipment or process indicated or specified. Such substitution pro- posals shall be made prior to beginning of construction, if possible, but in no case less than 10 days prior to actual installation. 9. Record Drawings Contractor shall provide and maintain at the project site one complete set of white background prints of all mechanical and electrical draw- ings which form a part of the contract. Immediately after the work is installed, contractor shall carefully draw on these prints all work which is installed at variance with the work as indicated on the draw- ings and locate by measured dimensions to building corners or to other permanent monuments, the location and depth of all underground utility distribution. Upon completion of the work, Contractor shall deliver the set of correct prints to the City in good condition with every change in the work indicated thereon. 10. Permits The general construction, electrical and plumbing permits will be issued by the City of Carlsbad at no charge to the contractor. The contractor is responsible for all other required licenses and fees. 58 General Provisions - Contract Mo. 1075 11. Quantities in the Schedule The quantities given in the schedule, for unit price items, are for comparing bids and may vary from the actual final quantities. Some quantities may be increased and others may be decreased or entirely eliminated; no claim shall be made against the City for damage occasioned thereby or for loss of anticipated profits, the contractor being entitled only to compensation for the actual work done at the unit prices bid. The City reserves and shall have the right, when confronted with un- predicted conditions, unforeseen events, or emergencies, to increase or decrease the quantities of work to be performed under a scheduled unit price item or to entirely omit the performance thereof, and upon the decision of the City to so do, the City Engineer will direct the contractor to proceed with the said work as so modified. If an in- crease in the quantity of work so ordered should result in a delay to the work, the contractor will be given an equivalent extension of time. 59 SPECIAL PROVISIONS DIVISION ONE - GENERAL REQUIREMENTS 1. Work to be Done The work to be done shall consist of furnishing all labor, equipment, materials, and performing all the operations necessary to complete the parking lot and street scape improvements as shown on the con- struction plans. 2. Plans and Specifications The specifications for the work consist of the Standard Specifications of the City of Carlsbad, the 1979 edition of Standard Specifications for Public Works Construction (hereinafter designated SSPWC) as issued by the Southern California Chapters of the American Public Works Association and these contract documents and specifications. The construction plans consist of five sheets designated as City of Carlsbad Drawing Mo. 196-9. The standard drawings utilized for this project are City of Carlsbad drawings and drawings from the Regional Standard Drawings of the San Diego area. Copies of pertinent standard drawings are enclosed with these documents. 3. Construction Schedule A construction schedule is to be submitted by the Contractor per Section 6-1 of the SSPWC at the time of the preconstruction conference. Coordination with the respective utility company for removal or re- location of conflicting utilities shall be requirements prior to commencement of work by the Contractor. The Contractor shall begin work after being duly notified by an issuance of a "Notice to Proceed" and shall diligently prosecute the work to completion within 45 consecutive calendar days from the date of receipt of said "Notice to Proceed." 4. Nonconforming Work The Contractor shall remove and replace any work not conforming to the plans or specifications upon written order by the City Engineer. Any cost caused by reason of this nonconforming work shall be borne by the Contractor. 5. Guarantee>»•*W All work shall be guaranteed for one year after completion and any faulty work or materials discovered during the guarantee period shall be repaired or replaced promptly. 60 6. Water for Construction The contractor shall obtain a construction meter for water utilized during the construction of this contract. The contractor shall contact the appropriate water agency for requirements. Contractor shall include cost of water and meter rental within appropriate items of proposal. No separate payments will be made. Contractor shall be responsible for periodic washdown, sweeping or other methods to keep public street in a clean condition satisfactory to the City. Contractor shall also be responsible for the repair or replace- ment of any existing pavement damaged by his/her equipment. 7. Dust Control The Contractor shall furnish a water supply vehicle on the job site. The Contractor shall apply water in the amounts and at 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 furnish a street sweeper vehicle on the job site and shall sweep areas as directed by the Engineer. All costs involved for dust control, including supplying and operating water supply vehicles and street sv/eepers, shall be absorbed in other items of work. 8. Surveying The Contractor shall be responsible for securing any necessary survey and construction staking from a licensed land surveyor or registered civil engineer. Such work shall be considered included in the price bid for the various items of work and no additional compensation will be made therefor. 9. Use of Pavement Saws A concrete pavement saw shall, where practical, be used in the removal of all existing concrete curbs, sidewalks and gutters. A full depth of saw cut shall be used where possible. Minimum depth of saw cut shall be 2/5 the thickness of the concrete pavement. Pavement saws need not be used for the removal of bituminous pavement in the City streets. However, the bituminous pavement shall be sawn at removal lines determined by the Engineer. 10. Obstructions and Cooperation The Contractor shall coordinate his/her work with that of other trades to avoid conflicts and shall cooperate with other forces working in 61 the area in order to achieve a timely completion and allow work to progress in a logical manner. Due precautions shall be taken and care exercised to protect other facilities that may be in place at the time Contractor is performing the work. Should the Contractor in the course of the work encounter any ob- struction that requires a design change or special construction method, he/she shall immediately contact the Engineer for supple- mental instructions and notify 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 pro- visions of Federal, State, and municipal safety laws and building codes to prevent accidents or injury to perons 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 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 bhall notify the City of Carlsbad Police and Fire Departments 24 hours prior to beginning work. In addition, the con- • tiguous property owners shall be notified 24 hours prior to beginning of"work and also during the progress of work if substantive traffic flow changes or driveway closures will affect their operations. 12. Cutting, Patching The Contractor shall do all cutting, fitting or patching of the work that may be required to make its several parts come together properly and fit it to receive 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 direct. 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. 13. Barricades The Contractor shall provide and install all barricades and barricade signing as required for traffic control. Temporary signs, barricades, reflectors and other items that may be required during the course of construction by the City or other governing agencies or codes shall be provided by the Contractor. 62 14. Cleanup and Protection of Work The Contractor is required to conduct concurrent cleanup operations as the work proceeds. Portions of the job other than active work areas as determined by the City Engineer shall be completely cleaned of dirt, debris, trench spoil, equipment and construction material; and these areas are to be completely restored. Dumping or storage of materials or storage of equipment in public rights- of-way or private property requiring subsequent cleanup shall not be permitted unless written permission is secured from the agency having jurisdiction or owner of the property and submitted to the Engineer and approved. Roadway and parkway areas shall be left clean and neat and within a tolerance of - 0.10 feet. Fine grading work shall include dress-up of eroded or rutted areas within street rights-of-way and elsewhere caused by Contractor or storm damage during the construction period. The Contractor shall finish the roadway for acceptance by the City of Carlsbad. This shall include dressing the parkway, removal of any unsuitable material, wash-down of pavement, and cleanup of any debris arising from execution of Contractor's work. Site shall be left in a clean and neat condition to the satisfaction of the City. Until the formal acceptance of the work, the Contractor shall have the charge and care thereof and shall bear the risk of injury or damage to any part thereof by the action of the elements or from the performance or nonperformance of the work. All costs involved in protection, restoration and cleanup of existing improvements shall be included in other items of work. 15. Record Drawings The contractor shall provide and keep up-to-date a complete "as-built" record set of transparent sepias, which shall be corrected daily and show every change from the original drawings and specifications and the exact "as-built" locations, sizes and kinds of equipment, underground piping, valves, and all other work not visible at surface grade. Prints for this purpose may be obtained from the Owner at cost. This set of draw- ings shall be kept on the job and shall be used only as a record set and shall be delivered to the Owner on completion of the work. 16. Work Indicated as N.I.C. The term "N.I.C." shall be construed to mean that work of this Contract which is not being performed by the Contractor; the term shall mean "Not in This Contract" or "Not a Part of the Work to be Performed by this Contractor." 17. Vandalism All improvements shall be protected from defacement or unauthorized markings during the period of the contract. Items so damaged shall be replaced or repaired by the contractor at no cost to the City. 63 DIVISION TWO - TECHNICAL REQUIREMENTS 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 and side- walks, trees or shrubs, 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 dis- posed of in a manner acceptable to the Engineer. The cost of the ma- terial disposal shall be deemed included in the lump sum price bid for clearing and grubbing and no additional payment will be made therefor. 2. Earthwork A. Earthwork shall conform to the requirements of Section 300-2 of the SSPWC and these Special Provisions. B. All fill material, whether imported or from on site sources, shall be free of trash, vegetable matter, rocks larger than 8" in any dimen- sion, or other deleterious substances as determined by the City. C. Trees designated to remain shall be protected. Soil shall not be piled or compacted within the drip line of the trees. The contractor shall be held responsible to replace trees damaged in any way by their operation with trees of a similar species and size. D. Rough grading shall be within plus or minus 0.1 foot of final eleva- tions. Finish grades shall be the maximum elevations as shown on the drawing with a minus tolerance of 1/2" if uniformly distributed. E. All soil receiving fill shall be scarified to a depth of 8". Soils beneath the pavement areas shall be scarified to a depth of 12". F. Compact all fill areas to a minimum of 90% of the maximum dry den- sity when tested in accordance with ASTM D1557. G. Fill material shall be brought to the optimum moisture content prior to compaction. No fill work is to be done during unfavorable weather. H. Payment for the earthwork, including finish grading, shall conform to the requirements of Section 300-2.9 of the SSPWC. 3. Trenching and Backfills All trenching shall conform to the requirements of Section 306 of the SSPWC 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. 64 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. Soil be- neath the pavement areas and within 2-1/2 feet of the top of pavement grade shall be compacted at 95% compaction. Payment for trenching and backfill shall be considered as included in the cost for the individual items of work and no additional compensa- tion will be made therefore. 4. Finish Grading A. Before and during finish grading all weeds and grasses shall be dug out by the root and disposed of off the site. 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 planting 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 earthwork and no additional payment will be made therefor. 5. Concrete Curbs and Gutters. Sidewalks, Cross Gutters and Spandrels A. The construction of concrete curbs and gutters, sidewalks, cross gutters and spandrels 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 shall be 4" in thickness. The cross gutters and spandrels shall be 6" in thickness. D. Reinforcing bars shall conform to the requirements of Section 201-2 of the SSPWC and these special provisions. E. Joint dowel bars shall be 1/2 inch ASTM A615 Grade 60 steel. F. Brush markings on sidewalks 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. 65 G. Concrete paving shall be remarked as necessary after final finish to assure neat uniform edges, joints and score lines. Scoring lines shall 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. Concrete paving slabs shall be poured in alternate sections as shown on the plans and with a maximum of 400 feet in each section. Joint dowel bars shall be installed at 3-foot centers with one end greased or capped so it is free to move. Contact joint edges shall have a trowelled radius of 1/4 inch. I. Measurement and payment for concrete curbs and gutters, sidewalks, cross gutters and spandrels shall conform to Section 303-5.9 of the SSPWC. J. Payment for concrete sidewalk shall include all labor, equipment and materials necessary to construct the sidewalk, including the brush finish and handicap ramps complete and in place as shown on the plans, as specified in these Special Provisions and as directed by the Engineer. K. 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 the various items of work and no additional payment will be made therefor. 6. 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 pavement shall be re- placed with a structural section consisting of 3" of asphalt concrete over 8 inches of aggregate base material. C. Asphalt and base materials shall conform to the requirements as specified in the asphalt pavement section of these Special Provisions. D. Payment for asphalt concrete paving and aggregate base material for the join section shall conform to Sections 302-5.8 and 302-2.4 of the SSPWC respectively. 7. Aggregate Base A. Aggregate base materials shall conform to the requirements of Sec- tion 301-2.1 through Section 301-2.4 of the SSPWC. B. Aggregate material supplied shall have a maximum water content of 3% at time of weighing.. C. Measurement and payment for aggregate base shall conform to Section 301-2 of the SSPWC. 66 8- Asphalt Concrete Paving A. Asphalt concrete shall 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 Subsection 203-5.3.2 and shall be Type I Class B. C. A prime coat shall be applied to the surface of the untreated aggregate base at the rate of 0.25 gal/SY. The prime coat shall be grade 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 of 0.10 gal/SY. The tack coat shall be Type SSI asphaltic emul- sion. E. A seal coat shall be applied to the finished surface at the rate of 0.10 gal/SY. The seal coat shall be Type SSI asphaltic emul- sion 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 brought to correct grade to prevent ponding. 6. Compensation for the asphalt concrete paving and aggregate base, including prime, seal and tack coats for the parking lot and road- way join section, complete and in place, shall be included in the unit price bid for these items of work and no other compensation will be made therefor. 9. Interlocking Pavers The contract price bid for the interlocking pavers shall include full compensation for furnishing all labor, equipment and materials for the installation of the pavers, complete and in place, as shown and speci- fied on the plans and as directed by the Engineer. 10. Textured Concrete A. Textured concrete shall be Bomanite or an approved equal of a tex- ture and design as approved by the City Engineer. B. The contract price bid for textured concrete shall include full compensation for furnishing all labor, equipment and materials complete and in place as shown on the plans in place of the inter- locking pavers and as directed by the Engineer. 11. Precast Bollards The contract bid price for the precast bollards shall include full compensation for furnishing all labor, equipment and materials for the installation of the bollards, complete and in place, as shown and specv fied on the plans and as directed by the Engineer. 67 12. Electrical A. Electrical work shall comply with the provisions of Section 307 of the SSPWC and the National Electric Code (1978 edition). B. It shall be the responsibility of the contractor to provide the following electrical work. (1) Underground service between existing power pole and the meter to be coordinated with San Diego Gas & Electric Company. (2) The removal and relocation of the existing street light on State Street. (3) Provision of a new meter pedestal per local codes. (4) Installation of underground conduit to serve parking lot lights and irrigation controller, and wire as specified on the con- struction plans. C. The contract prices bid for electrical service, the light fixtures, and the relocation of existing street lights shall include full com- pensation for furnishing all labor, equipment and materials for each of the three items, complete and in place, as shown and specified on the plans, as specified in these Special Provisions and as directed by the Engineer. 68 DIVISION THREE - IRRIGATION SYSTEM 1. Requirement Notify the Engineer in writing if unusual conditions are observed or encountered which might affect the installation of the irrigation systems, or if existing conditions are found to be different than those indicated. 2. Standard Drawings The Standard Drawings referred to herein shall be the Regional Stan- dard Drawings, December, 1975. 1-1 to 1-28 series. 3. Submittals A. Supply prior to final inspection, the following tools: (1) Two wrenches for disassembling and adjusting each type of sprinkler head supplied. (2) All other tools specified in other sections of this specifi- cation. B. Supply prior to final inspection, the following operation and main- tenance manuals: (1) Furnish four individually bound copies of operation and main- tenance manuals. These manuals shall describe the material installed and shall be in sufficient detail to permit operat- ing personnel to understand, operate and maintain all equip- ment. Spare parts lists and related manufacturer identifica- tion shall be included for each installed equipment item. Each complete, bound manual shall contain the following information: a. Index sheet stating contractor's address and telephone num- ber, duration of guarantee period, and list of equipment with names and addresses of local manufacturer representa- tive. b. Complete operating and maintenance instructions on all major equipment. 4. Record and As-built Drawings A. The contractor shall provide and keep up to date a complete as-built record set of blue line ozalid prints which shall be corrected daily and show every change from the original drawings and specifications and the exact as-built locations, sizes and kinds of equipment. Prints for this purpose may be obtained from the architect at cost. This set of drawings shall be kept on the site and shall be used only as a record set. B. Before the date of the final inspection the contractor shall trans- fer all information from the as-built prints to an ozalid sepia, procured from the architect. All work shall be neat, in ink and subject to the approval of the architect. 69 C. The contractor shall dimension from two permanent points of ref- erence, building corners, sidewalks, or road intersections, etc., the location of the following items: (1) Connection to existing water lines. (2) Connection to existing electrical power. (3) Gate valves. (4) Routing of sprinkler pressure lines (dimension maximum 100 feet along routing). (5) Sprinkler control valves. (6) Routing of control wiring. (7) Quick coupling valves. (8) Other related equipment as directed by the architect. D. On or before the date of the final inspection, the contractor shall deliver the corrected and completed sepias to the City. Delivery of the sepias will not relieve the contractor of the responsibility of furnishing required information that may be omitted from the prints. 5. Controller Charts A. As-built drawings shall be approved by the Engineer before charts are prepared. B. Provide one controller chart for each controller which controls the work under this contract. C. The chart shall show the area controlled by the automatic con- troller and shall be the maximum size controller door will allow. D. The chart is to be a reduced drawing of the actual as-built sys- tem. However, in the event the controller sequence is not legible when the drawing is reduced, it shall be enlarged to a size that will be readible when reduced. E. Chart shall be blackline print and shall be colored with a different color for each station. F. The chart shall be mounted using Velcro, or an approved equal type of tape. G. When completed and approved, the chart shall be hermetically sealed between two pieces of plastic, each piece being a minimum of 10 mils thick. H. These charts shall be completed and approved prior to final inspec- tion of the irrigation system. S. PVC Pressure Main Line Pipe and Fittings A. Pressure main line piping for sizes 2 inches.and larger shall be PVC Class 315. B. Pipe shall be made from an MSF approved Type I, Grade I, PVC com- pound conforming to ASTM resin specification D1784. All pipe must meet requirements as set forth in Federal Specification PS-22-70, with an appropriate standard dimension (S.D.R.). (Solvent-weld Pipe). C. Pressure main line piping for sizes 1-1/2 inches and smaller shall be PVC Schedule 40 with solvent welded joints. D. Pipe shall be made from NSF approved Type I, Grade I PVC compound conforming to ASTM resin specification 1785. All pipe must meet requirements as set forth in Federal Specification PS-21-70. (Sol- vent-weld Pipe). E. PVC solvent-weld fittings shall be Schedule 40, 1-2, II-I NSF ap- proved conforming to ASTM test procedure D2466. F. Solvent cement and primer for PVC solvent-weld pipe and fittings shall be of type and installation methods prescribed by the manu- facturer. G. All PVC pipe must bear the following markings: Manufacturer's name; nominal pipe size; schedule or class; pressure rating in PS I; NSF (National Sanitation Foundation) approval; and date of extrusion. H. All fittings shall bear the manufacturer's name or trademark, ma- terial designation, size, applicable IPS schedule and NSF seal of approval. 7. PVC Non-pressure Lateral Line Piping A. Non-pressure buried lateral line piping shall be PVC class 200 with solvent-weld joints. B. Pipe shall be made from NSF approved, Type I, Grade II PVC compound conforming to ASTM resin specification D1784. All pipe must meet requirements set forth in Federal Specification PS-22-70 with an appropriate standard dimension ratio. C. Except as noted in paragraph G (Manufacturer's name and nominal pipe size) above, all requirements for non-pressure lateral line pipe and fittings shall be the same as for solvent-weld pressure main line pipe and fittings as set forth in Sections 7A and 7B above. 8. Copper Pipe and Fittings A. Copper pipe shall be Type L, hard tempered ASTM B88. B. Copper fittings shall be solder joint type in accordance with ASA B16 22. 7 C. Joints shall be soldered with silver solder, 45% silver, 15% copper, 16% zinc, 24% cadium, and solidus at 1125° F. and liquidus at 1145° F., conforming to specifications ASTM B206-52T Bag-1 and Federal QQB 00655. 9. Brass and Pipe Fittings A. Brass pipe shall be 85% red brass pipe, American National Standard Institute (ANSI) Schedule 40 screwed pipe. B. Brass fittings shall be medium brass, screwed, 125 pound class. 10. Galvanized Pipe and Fittings A. Pipe shall be galvanized steel pipe, American National Standard Institute Scheduled 40 galvanized, mild steel, screwed pipe. B. Fittings shall be medium galvanized, screwed beaded, malleable iron, and/or #125 cast iron, flanged. C. All unions two inches and smaller shall be fround jount pattern. Unions larger than two inches shall be flanged unions, packed with 1/16 inch thick asbestos fiber gaskets. D. Install no bushings, close nipples, long screws, bullhead tees or crosses, unless otherwise specified. 11. Gate Valves A. Gate valves 3 inches and smaller shall be 125 Ib. SWP bronze gate valve with screw-in bonnet, nonrising stem and solid wedge disc. B. Gate valves 3 inches and smaller shall have threaded ends and shall be equipped with a bronze handwheel. C. Gate valves 3 inches and smaller shall be similar to those manufac- tured by Nibco or approved equal. D. All gate valves shall be installed per installation detail. 12. Quick Coupling Valves A. Quick coupling valves shall have a brass two-piece body designed for working pressure of 150 PSI operable with quick coupler. Key size and type shall be as shown on plans. 13. Backflow Prevention Units A. Backflow prevention units shall be of size and type indicated on the irrigation drawings. Install backflow prevention units in ac- cordance with irrigation construction details. B. Wye strainers at backflow prevention units shall have a bronzed screwed body with 30 mesh monel screen and shall be similar to Bailey #1008 or approved equal. 7 14. Check Valves A. Swing check valves 2 inches and smaller shall be 200 pound W.O.G. bronze construction with replaceable composition, neoprene or rub- ber disc and shall meet or exceed Federal Specification WW-V-51d, Class A, Type IV. B. Anti-drain valves shall be of heavy duty virgin PVC construction with F.I.P. thread inlet and outlet. Internal parts shall be stainless steel and neoprene. Anti-drain valve shall be field adjustable against drawout from 5 to 40 feet of head. Anti-drain valve shall be similar to the Valcon "ADV" or approved equal. 15. Control Hiring A. Connections between the automatic controllers and the electric con- trol valves shall be made with direct burial copper wire AWG-U.F. 600 volt. Pilot wires shall be a different color wire for each automatic controller. Common wores shall be white with a different color stripe for each automatic controller. Install in accordance with valve manufacturer's specifications and wire chart. In no case shall wire size be less than #14. B. Wiring shall occupy the same trench and shall be installed along the same route as pressure supply or lateral lines wherever possible. C. Where more than one wire is placed in a trench, the wiring shall be ^ taped together at intervals of 10 feet. D. An expansion curl should be provided within 3 feet of each wire con- nection and at least every 100 feet of wire length on runs more than 100 feet in length. Expansion curls shall be formed by wrapping at least 5 turns of wire around a one inch in diameter pipe, then with- drawing the pipe. E. All splices shall be made with Scotch-Lok #3576 Connector Sealing Packs, Pen-Tite wire connector, or approved equal. Use one splice per connector sealing pack. F. Field splices between the automatic controller and electrical con- trol valves will not be allowed withour prior approval of the ar- chitect. 16. Automatic Controllers A. Automatic controllers shall be of size and type shown on the plans. B. Final location of automatic controllers shall be approved by the owner's authorized representative. C. Unless otherwise noted on the plans, the 120 volt electrical power to the automatic controller location to be furnished by others. The final electrical hook-up shall be the responsibility of the irriga- tion contractor. 73 17. Electric Control Valves A. All electric control valves shall be the same manufacturer as the automatic controllers. B. All electric control valves shall have a manual flow adjustment. C. Provide and install one control valve box for each electric con- trol valve. 18. Control Valve Boxes A. Use 9-inch by 24-inch round box for all gate valves, Brooks #9 or approved equal. B. Use 9-1/2-inch by 16-inch by 11-inch rectangular box for all elec- trical control valves, Carson Industries 1419-12B or approved equal. 19. Sprinkler Heads A. All sprinkler heads shall be of the same size, type and deliver the same rate of precipitation with the diameter (or radius) of throw, pressure, and discharge as shown on the plans and/or specified in these Special Provisions. B. Spray heads shall have a screw adjustment. C. Riser units shall be fabricated in accordance with the details shown on the plans. D. Riser nipples for all sprinkler heads shall be the same size as the riser opening in the sprinkler body. E. All sprinkler heads of the same type shall be of the same manufac- turer. 20. Water Supply A. It shall be the responsibility of the contractor to install the water service in the location as shown on the plans. B. The cost of the water service shall be considered included in the lump sum price paid for the irrigation system and no additional payment will be made therefor. 21. Electrical Supply A. Electrical connections for automatic controller shall be made to electrical points of connection as indicated on the drawings. B. Connections shall be made at approximate locations as shown on drawings. Contractor is responsible for minor chanqes caused by actual site conditions. 74 22. Trenching A. Dig trenches and support pipe continuously on bottom of ditch. Lay pipe to an even grade. Trenching excavation shall follow layout indicated on drawings and as noted. B. Provide minimum cover of 20 inches on all pressure supply lines. C. Provide minimum cover of 18 inches for all control wires. D. Provide minimum cover of 15 inches for all other nonpressure lines. 23. Backfilling A. Initial backfill on all lines shall be of a fine granular material with no foreign matter larger than 1/2 inch in size. B. Backfill material shall be tamped under the pipe, uniformly on both sides of the pipe, for the full width of the trench and to the horizontal diameter of the full length of the pipe. Tamp in 4 inch layers. Materials shall be sufficiently damp to permit thorough compaction under and on each side of pipe, to provide support free of voids. C. Backfill for trenching shall be compacted to dry density equal to the adjacent grades without dips, sunken areas, humps or other irregularities. D. Under no circumstances shall truck wheels be used for compacting soil. 24. Assemblies A. Routing of sprinkler irrigation lines as indicated on the drawings is diagrammatic. Install lines (and various assemblies) in such a manner as to conform with the details per plans. B. Install NO multiple assemblies on plastic lines. Provide each assembly with its own outlet. C. Install all assemblies specified herein in accordance with re- spective detail. In absence of detail drawings or specifications pertaining to specific items required to complete work, perform such work in accordance with best standard practice with prior approval of Architect. D. PVC pipe and fittings shall be thoroughly cleaned of dirt, dust and moisture before installation. Installation and solvent weld- ing methods shall be as recommended by the pipe and fitting manu- facturer. E. On PVC to metal connections, the Contractor shall work the metal connections first. Teflon tape or approved equal shall be used on all threaded PVC to PVC, and on all threaded PVC to metal joints. Light wrench pressure is all that is required. Where threaded PVC connections are required, use threaded PVC adapters into which the pipe may be welded. 75 25. Line Clearance A. All lines shall have a minimum clearance of 6 inches from each other and from lines of other trades. B. Parallel lines shall not be installed directly over one another. 26. Automatic Controller A. Install as per manufacturer's instructions. B. Remote control valves shall be connected to controller in numeri- cal sequence as shown on the drawings 27. High Voltage Wiring for Automatic Controller A. 120 volt power connection to the automatic controller shall be provided by the irrigation contractor. B. All electrical work shall conform to local codes, ordinances and union authorities having jurisdiction. 28. Remote Control Valves A. Install where shown on drawings and details. When grouped together, allow at least 12 inches between valves. B. Install each remote control valve in a separate valve box. 29. Flushing of System A. After all new sprinkler pipe lines and risers are in place and con- nected, all necessary diversion work has not been completed, and prior to installation of sprinkler heads, the control valves shall be opened and a full head of water used to flush out the system. B. Sprinkler heads shall be installed only after flushing of the sys- tem has been accomplished to the complete satisfaction of the ar- chitect. 30. Sprinkler Heads A. Install the sprinkler heads as designated on the drawings. Sprin- kler heads to be installed in this work shall be equivalent in all respects to those itemized. B. Spacing of heads shall not exceed the maximum indicated on the draw- ings. In no case shall the spacing exceed the maximum recommended by the manufacturer. 31. Temporary Repairs The City reserves the right to make temporary repairs as necessary to keep the sprinkler system equipment in oeprating condition. The exer- cise of this right by the City shall not relieve the Contractor of 76 his/her responsibilities under the terms of the guarantee as herein specified. 32. Existing Trees Where it is necessary to excavate adjacent to existing trees, the Contractor shall use all possible care to avoid injury to trees and tree roots. Excavation in areas where 2-inch and larger roots occur shall be done by hand. All roots 2 inches and larger in diameter, except directly in the path of pipe or conduit, shall be tunneled under and shall be heavily wrapped with burlap to prevent scarring or excessive drying. Where a ditching machine is run close to trees having roots smaller than 2 inches in diameter the wall of the trench adjacent to the tree shall be hand trimmed , making clean cuts through. Roots one inch and larger in diameter shall be painted with two coats of Tree Seal, or equal. Trenches adjacent to trees should be closed within 24 hours; and where this is not possible, the side of the trench adjacent to the tree shall be kept shaded with burlap or canvas. 33. Field Quality Control A. Adjustment of the System (1) The Contractor shall flush and adjust all sprinkler heads for optimum performance and to prevent overspray onto walks, road- ways, and buildings as much as possible. (2) If it is determined that adjustments in the irrigation equip- ment will provide proper and more adequate coverage, the Con- tractor shall make such adjustments prior to planting. Ad- justments may also include changes in nozzle sizes and degrees of arc as required. (3) Lowering raised sprinkler heads by the Contractor shall be ac- complished within 10 days after notification by City. (4) All sprinkler heads shall be set perpendicular to finished grades unless otherwise designated on the plans. B. Testing of Irrigation System (1) The Contractor shall request the presence of the Architect in writing at least 48 hours in advance of testing. (2) Test all pressure lines under hydrostatic pressure of 150 pounds per square inch, and prove watertight. MOTE: Test- ing of pressumre main lines shall occur prior to installation of electric control valves. (3) All piping under paved areas shall be tested under hydrostatic pressure of 150 pounds per square inch, and prove watertight, prior to paving. (4) Sustain pressure in lines for not less than 2 hours. If leaks develop, replace joints and repeat test until entire system is proven watertight. 77 (5) All hydrostatic tests shall be made only in the presence of the Architect, or other duly quthorized representative of the City. No pipe shall be backfilled until it has been inspected, tested and approved in writing. (6) Furnish necessary force pump and all other test equipment. (7) When the sprinkler irrigation system is complete, perform a coverage test in the presence of the Architect, to determine if the water coverage for planting areas is complete and ade- quate. Furnish all materials and perform all work required to correct any inadequacies of coverage due to deviations from plans, or where the system has been willfully installed as in- dicated on the drawings when it is obviously inadquate, with- out bringing this to the attention of the Architect. This test shall be accomplished before any groundcover is planted. (8) Upon completion of each phase of work, entire system shall be tested and adjusted to meet site requirements. 34. Maintenance A. The entire sprinkler irrigation system shall be under full automatic operation for a period of 7 days prior to any planting. B. The Architect reserves the right to waive or shorten the operation period. 35. Cleanup Cleanup shall be made as each portion of work progresses. Refuse and excess dirt shall be removed from the site; all walks and paving shall be broomed or washed down; and any damage sustained on the work of others shall be repaired to original conditions. 36. Final Inspection Prior to Acceptance A. The Contractor shall operate each system in its entirety for the Architect at time of final inspection. Any items deemed not ac- ceptable by the Inspector shall be reworked to the complete satis- faction of the Architect. B. The Contractor shall show evidence to the Architect that the City has received all accessories, charts, record drawings, and equip- ment as required before final inspection can occur. 37. Guarantee A. The guarantee for the sprinkler irrigation system shall be made in accordance with the attached form. The general conditions and sup- plementary conditions of these specifications shall be filed with the City prior to acceptance of the irrigation system. B. The guarantee form shall be retyped onto the Contractor's letterhead. A copy of the guarantee form shall be included in the operations and maintenance manual. 78 %»,,„ C. Guarantee Form GUARANTEE FOR SPRINKLER IRRIGATION SYSTEM We hereby guarantee that the sprinkler irrigation system we have furnished and installed is free from defects in materials and workership, and the work has been completed in accordance with the drawings and specifications, ordinary wear and tear and un- usual abuse, or neglect, excepted. We agree to repair or re- place any defects in material or workership which may develop during the period of one year from date of acceptance and also to repair or replace any damage resulting from the repairing or replacing of such defects at no additional cost to the City. We shall make such repairs or replacements within a reasonable time, as determined by the City, after receipt of written notice. In the event of our failure to make such repairs or replacements within a reasonable time after receipt of written notice from the City, we authorize the City to proceed to have said repairs or replacements made at our expense and we will pay the costs and charges therefore upon demand. PROJECT LOCATION CONTRACTOR BY ADDRESS PHONE DATE OF ACCEPTANCE 38. Payment The bid price paid for the irrigation system shall include full compen- sation for furnishing all labor, materials, tools, equipment, and inci- dentals and for doing all the work involved in installing the irrigation system, complete and in place, as shown on the plans and as specified in these Special Provisions and as directed by the Engineer. 79 DIVISION FOUR - LANDSCAPE PLANTING 1. Scope of Work This work shall consist of plant area prepration, weed control, the fur- nishing and installation of all plant materials, the planting of ground- cover, shrubs and trees, the furnishing and installation of all other material, labor, tools and incidental required to satisfactorily complete the landscape planting, as shown on the plans, as specified herein and as directed by the Engineer. 2. Quality Assurance A. Test Laboratory (1) A soils analysis of existing on-site soil shall be required. (2) A soils analysis of import soil and custom lightweight mix shall be required prior to backfill. (3) A fertility test of soil preparation areas, prepared backfill mix areas, import soil and custom lightweight mix areas shall be required after completion of platning to assure all speci- fied amendments have been provided. (4) The testing laboratory shall be one approved by the Architect and tests shall be paid for by the City. B. Samples of materials shall be submitted for inspection. Delivery may begin upon approval of samples. Material samples shall include fertilizers and soil conditioners, plants and any other materials required by the Architect. C. Certificates: The Contractor shall furnish a certificate of delivery slip with each delivery of material in containers or in bulk. Cer- tificate shall state source, quantity, or weight, type and analysis and date of delivery. Deliver all certificates to the Architect. D. No substitutions will be permitted without the approval of the Ar- chitect. Rejected materials shall be removed from the site by the Contractor. 3. Soil Materials A. Import Soil (1) Furnish all topsoil necessary to complete the required planting. All topsoil shall be import: No on-site will be accepted. Silt plus clay content of the import soil shall not exceed 15% by weight with a minimum 95% passing the 2.0 millimeter seive. The sodium absorption ratio (SAR) shall not exceed 6, and the elec- trical conductivity (EC) of the saturation extract of this soil shall not exceed 3.0 millimhos per centimeter at 25 Centigrade. The boron content of this soil shall be no greater than one part per million as measured on the saturation extract. • 80, (2) Samples of the import soil shall be submitted to the Architect for analysis prior to backfilling. On receipt of a soils analy- sis report, a bulletin to these specifications will be issued if revision to the soil treatment is necessary. (3) A soils analysis will be performed after backfilling. B. Redwood shaving shall be standard quality impregnated with 1% nitro- gen. (1) Particle size, dry weight basis: Percent Passing Seive Size 95-100 6.35 mm (1/4") 80-100 2.38 mm (No. 8,8 mesh) 0- 30 500 micron (No. 35,32 mesh) (2) Organic content as determined by ash analysis: Minimum 94% based-on dry weight. (3) Chemistry a. Minimum 0.8% nitrogen based on dry weight. b. Minimum 0.8% dilute acid soluble iron based on dry weight.. c. Salinity shall not 'exceed 3.5 millimhos per centimeter as , measured in the saturation extract. . C. Peat moss shall be sphagnum peat moss, Canadian or European variety, free from alkali. D. Commerical fertilizers shall be 12-12-12, and 16-6-8 complete fer- tilizers. E. Soil sulphur shall be first quality commercial grade. F. Ferrous iron sulphate shall be first quality commercial grade. G. Agricultural gypsum shall be first quality commercial grade. H. Root hormone shall be Super Thrive or Hormex or approved equal. I. Calcium nitrate shall be first quality commercial grade. 4. Guying Materials A. Guy wires shall be galvanized twisted clothesline wire, guage No. 9, as approved. Submit sample. B. Anchor (deadmen) for holding guys shall be 4-inch by 4-inch redwood minimum thirty inches long with 2-inch by 4-inch by 18-inch long redwood stakes. Submit sample. 81 C. Hose for covering wires shall be 3/4 inch reinforced black rubber garden hose. See detail. 1 D. Flags shall consist of white neoprerie hose, 3/8 inch diameter, 5 feet long. E. Staking Materials (1) Stakes shall be lodgepole pine, 2 inches in diameter by 10 feet long minimum actual dimensions, of uniform size and pointed at one end. Stakes shall be pressure treated with preservative colored green. (2) Ties shall be 30-inch rubber tire tie as manufactured by Gro-Straight, 1442 Mazada Drive, Walnut Creek, California. 5. Redwood Header Materials A. Provide 2-inch by 4-inch rough, construction, heart redwood, free from knots, splits, or holes. Minimum length shall be 16 feet. B. Stakes: 2-inches by 4 inches by 18 inches long, construction, heart redwood. C. Scabs: 1 inch by 4 inches by 36 inches long, construction, heart redwood. D. Nails: Common, galvanized, 16d. 6. Plant Materials A. Planting materials shall be furnished by the Landscape Contractor in quantities and/or spacing as indicated or noted for each loca- tion and shall be of species, types, sizes, etc., as symbolized and described in the Plant List. B. Plants shall be protected in transit and after delivery to the project site. Plants in broken containers will not be accepted and plants with broken branches or injured trunks will be rejected. C. Trees are specified by container size and shall be first class material equal to the size of similar material in local retail nurseries. D. All plant materials shall be healthy, vigorous, with a good root system and shall be free from pests or disease. All plant materi- als shall have been inspected and released by the County Agricul- tural Inspector prior to delivery to the job. E. All groundcover plants shall be well-rooted in flats or containers. F. Plant material shall be inspected and approved by Architect prior to their placement for planting. Materials not up to specifications will be rejected. "L~ 7. Performance A. Soil Preparation (1) All on-grade planting areas shall receive per 1,000 square feet of area the following: a. Six cubic yards of Nitrogen Stabilized Redwood Shavings. b. Fifteen pounds of 12-12-12 commercial fertilizer. c. Twenty pounds of soil sulphur. d. 200 pounds of agricultural gypsum. e. Broadcast uniformly and rototill into upper 4 to 6 inches of soil. f. On receipt of a soils analysis report an addenda to these specifications will be issued if revision to the soil treatment is necessary. (2) On-grade prepared backfill mix: a. Backfill mix for plant pits and raised planters in all on- grade planting areas shall be of the following material per ten cubic yards: Import soil 6 cubic yards Redwood shavings 4 cubic yards 12-12-12 commercial fertilizer 10 pounds Iron sulfate 20 pounds Agricultural gypsum 100 pounds b. The above material should be uniformly blended prior to use. Incorporate as specified under'"trees and shrubs planting" herein. c. On receipt of soils analysis report, a bulletin to these specifications will be issued if revision to the soil treat- ment is necessary. 8. General Planting A. The Architect shall approve all planting areas prior to the installa- tion of any materials. Placement of plant material's shalj be approved before holes are dug. Stake plant locations and secure approval from Architect before excavating pits, making necessary adjustments as di- rected. . B. Specimen trees shall be located, prior to installation of irrigation system as directed by Architect. C. All plant pits shall be excavated to a minimum of 2 times the diameter and height of the rootball to permit handling. Excavate pits with vertical sides for all plants. Plants shall not be planted in dry soil. Soil shall be moist at least 18 inches deep. 83 D. All plants shall be planted immediately after containers are cut and containers shall be regularly removed so as not to present a hazard to those persons using the areas. E. Set plants in center of pits, in a vertical position so that the crown of the plant will bear the same relationship to the finish grades that it did to soil surface in place of growth, allowing for watering and settling of soil. F. Backfill with prepared backfill mix. No soil in a muddy condition shall be used for backfill. No filling shall be permitted around the trunk of the plants. G. Plants shall be watered as they are planted and basins shall be built around each plant to retain water. Remove basins prior to top dressing. H. Grade areas around plants to finish grades and dispose of excess soil. I. Any plant material damaged in planting operation shall be replaced at once. J. Prune plants according to standard horticultural practice as di- rected by Architect. K. Upon completing all planting operations and again as a requirement just prior tc final inspection, all soil between plants shall be lightly cultivated, weeded and neatly raked. 9. Planting Trees A. Prepare tree pits as specified above. B. Allow top soil backfill to thoroughly water settle to the proper level of planting. C. Place the tree and backfill with prepared backfill mix as specified. Thoroughly water settle. D. Guy trees as detailed on the drawings. E. Keep guy wires out of general pedestrian traffic areas whenever possible. F. All transplanted trees shall be set 2 inches above finish grades. G. Apply Root Hormone to each tree as follows: (1) Construct tree basins at rim or outer edges of tree ball so that applied water will remain on the top of the ball. (2) Apply root hormone at the rate as recommended by the manu- facturer. 84, (3) Tree balls shall be set before application of Root Hormone, and shall be mulched in conformance with specifications immediately after completion of Root Hormone and its irrigation into the ball. 10. Planting Shrubs A. Prepare shrub pits as specified under "General Planting". B. Planting procedures and practices shall be the same as those indi- cated under "Planting Trees". 11. Ground Cover Planting A. Plant ground cover areas so designated on plans. B. Finish grades shall meet approval of Architect prior to soil prepara- tion. C. Prepare ground cover areas as specified under "Soil Preparation". D. Plant rooted cutting, pots, or flats at spacing indicated on plans. E. Smooth soil about plants and leave areas in neat and clean condition. Do not pile soil around crown of any plants. F. Ground cover areas shall be mulched in conformance with specification and watered with a light spray. 12. Mulching A. All planting areas shall receive a prepared mulch spread evenly over the surface to a depth of one inch. Prepared mulch shall consist of equal parts of redwood shavings and peat moss, with 10 pounds of calcium nitrate per 100 cubic feet of mulch, thoroughly mixed. Two cubic feet of loose shaving is equal to one cubic foot of bailed peat. 13. Fertilizing after Planting A. All planting areas shall receive an application of 16-6-8 commercial fertilizer at the rate of five pounds per 1,000 square feet 30 days after planting. B. Fertilizer application shall be repeated at 30-day intervals until the end of maintenance period. ^ 14. Maintenance A. Continuously maintain all areas included under this section during the progress of the work, the maintenance period, and until final acceptance of this work. B. If plantings are not acceptable at the completion of this work maintenance shall be continued until all work meets specifications and can be approved. 85 C. Maintenance shall include continuous operations of watering, weed- ing, cultivation, fertilizing, spraying insect and pest control, replacement and/or any other operations necessary to assure good normal growth. D. All planted areas shall be kept free of debris and shall be cul- tivated and weeded at no more than 10-day intervals. E. During installation period and during maintenance period, Con- tractor rhall be responsible for maintaining adequate protection of all areas. Any damaged plantings shall be repaired at the Con- tractor's expense. F. At termination of maintenance period all plant materials shall be live, healthy, undamaged and free of infestations. Inferior plantings shall be replaced and brought to a satisfactory condi- tion before final acceptance of work will be made. All areas shall be neatly raked and free of weeds. G. Replacements: Immediately replace any and all plant materials that die or are damaged. Replacements shall be made to same specifications as required for original plantings. H. Two inspections shall be made that affect the maintenance period. The first after all plantings have been completely installed in order to approve the beginning of the maintenance period of not less than 60 calendar days, and the second at the end of the 60- day maintenance period. If plantings are not acceptable at the end of the 60-day period, due to defective maintenance, then maintenance shall be continued by the Contractor until all work meets with the specifications and can be approved. Written notice, requesting inspections shall be submitted by the Contractor at least 7 calendar days before anticipated date of inspection. 15. Inspections A. All inspections herein specified shall be made by the Architect. The Contractor shall request inspection at least 24 hours in ad- vance of the time inspection is desired. Inspection is required as follows: (1) Prior and during import soil installation. (2) When finish grading is completed. (3) When fine grading is completed. i (4) When plant material has been delivered to the site. (5) When plant material materials are spotted for planting but before planting pits are excavated. (6) After platning pits for trees and shrubs have been excavated but prior to backfilling. 86 (7) After planting pits for trees and shrubs are prepared and during backfilling. (8) The Contractor shall be required to have a complete inspec- tion and approval of all landscape construction items: At the end of the landscape construction period. Notify Archi- tect at least 7 days in advance of inspection. (9) At the completion of the 60-day maintenance period, an in- spection shall be required by the Contractor to obtain final approval. Notify Architect at least 7 days in advance of inspection. 16. Guarantee and Replacement A. Submit a written warranty in approved form warrantying the work of this division against any defective materials and workership in compliance with the following terms agreeing to replace and de- fective materials and/or workership at no additional cost to the City. (1) Trees shall be warranted for one year after maintenance period. Replace trees that die within the warranty period or which are hot healthy and vigorous at the end of the year. (2) All trees, ground covers and other plant materials shall be guaranteed to take root and grow within six months after final acceptance of plantings when such plar.ts have received normal care and maintenance. (3) Any trees or other plant materials that die-back and lose the form and size as originally specified shall be replaced even though they have taken root and are growing after the die-back. (4) The Contractor, when notified by the City, shall remove and replace all guaranteed plant materials which, for any reason, fail to meet requirements of guarantee. Replacement of materi- al and plants shall be made to same specifications as required for original planting and all replacements shall be guaranteed as specified for original materials. 17. Cleanup A. Upon completion of construction and before final acceptance, remove rubbish, trash and debris resulting from operation. The site shall be left in a neat and acceptable condition such as to meet approval of the Architect. 18. Payment A. Soil preparation and fine grading The contract price bid for soil preparation and fine grading shall include full compensation for fur- nishing all labor, materials, tools, equipment, and incidentals and for doing all the work involved in completing the soil preparation and fine grading as shown on the plans and as specified in these Special Provisions and as directed by the Engineer. 87 B. Planting: The contract price bid for plants shall include full compensation for furnishing all labor, materials, tools, equip- nient and incidentals and for doing all the work involved in es- tablishing healthy plants in the locations shown on the plans and as specified in these Special Provisions and as directed by the Engineer. C. 60-Day Maintenance: The contract price bid for maintenance shall include all labor, materials and equipment, including replacement of diseased, infested or damaged plantings, for the entire 60-day maintenance period as specified in these Special Provisions.