Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
2017-123
1 2 3 4 5 6 7 8 9 10 11' 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION NO. 2017-123 RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO MARTINEZ CONCRETE, INC., IN THE AMOUNT OF $280,981.45 PER PLAN NO. 12973 (SS17-002) FOR THE CONSTRUCTION OF ADA ACCESS RAMP AND SIDEWALK IMPROVEMENTS AT VARIOUS LOCATIONS BE IT RESOLVED BY THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. Martinez Concrete, Inc., 920 W. Foothill Drive, Azusa, California 91702 is the lowest responsive responsible bidder for the Construction of ADA Access Ramp and Sidewalk Improvements At Various Locations (SS17-002), per Plan No. 12973. A contract is awarded to said bidder in a total amount of $280,981.45 with a contingency amount of $28,098.14 but such contract shall be effective only upon being fully executed by both parties. All other bids, therefore, are hereby rejected. The City Manager is hereby authorized and directed to execute said contract on behalf of the City. The City Manager is hereby authorized and directed to execute said contingency not to exceed $28,098.14 on behalf of the City. A copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as though fully set forth at length. SECTION 2. The approved Community Development Block Grant budget for the project was $300,000.00 and additional funding is available in the City's Fiscal Years 16/17 and 17/18 Adopted Budgets. SECTION 3. This contract and any amendment or modifications thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course The authorization to execute this contract is rescinded if the parties to 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO MARTINEZ CONCRETE, INC., IN THE AMOUNT OF $280,981.45 PER PLAN NO. 12973 (SS17-002) FOR THE CONSTRUCTION OF ADA ACCESS RAMP AND SIDEWALK IMPROVEMENTS AT VARIOUS LOCATIONS the contract fail to execute it and return the fully executed contract to the Office of the City Clerk within sixty (60) days of passage of this Resolution of conduct of any party. /// 1H 111 /// 111 /// 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 RESOLUTION OF THE MAYOR AND CITY COUNCIL OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO MARTINEZ CONCRETE, INC., IN THE AMOUNT OF $280,981.45 PER PLAN NO. 12973 (SS17-002) FOR THE CONSTRUCTION OF ADA ACCESS RAMP AND SIDEWALK IMPROVEMENTS AT VARIOUS LOCATIONS I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and City Council of the City of San Bernardino at a Joint Regular Meeting thereof, held on the 5th day of July 2017, by the following vote, to wit: Council Members: AYES NAYS MARQUEZ X BARRIOS X VALDIVIA X SHORETT X NICKEL X(S) RICHARD X MULVIHILL X(M) ABSTAIN ABSENT GeorgeanA anna, CMit, City Clerk The foregoing Resolution is hereby approved this 5th day of July 2017. z ) . r f),4 R. Carey Da is, Mayor City of Sanemardino Approved as to form: Gary D. Saenz, City Attorney B 3 cou.vclG 1 jzer1*VG- WIr /rErl c7L REs04Z1410 I File No.: 1.8607 Acc. No.: 119-160-5504-8607-0025 CITY OF SAN BERNARDINO STATE OF CALIFORNIA BID AND CONTRACT DOCUMENTS PLANS AND SPECIAL PROVISIONS NO. 12973 FOR CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17 - 002) ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) DEPARTMENT OF PUBLIC WORKS CITY OF SAN BERNARDINO FEBRUARY 2017 BIDS WILL BE RECEIVED UP TO THE HOUR OF 2:00 P.M. ON APRIL 11 , 2017 �X/i1,�/T mw if FII.E NO. 1.8607 ACCT. NO. 119-160-5504-8607-0025 PUBLIC WORKS DEPARTMENT CITY OF SAN BERNARDINO STATE OF CALIFORNIA ADDENDUM NO. ONE FOR BID AND CONTRACT DOCUMENTS FOR PLANS AND SPECIAL PROVISIONS NO. 12973 FOR CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17-002) The Special Provisions for this project have been amended as follows: 1. Page A-2 first paragraph WAS: Contractor shall possess a Class "A" License, `B" License, or Specialty License at the time the contract is awarded. IS: Contractor shall possess a Class "A" License, or Appropriate SI)ecialtN License at the time the contract is awarded. ALL BIDDERS SHALL INDICATE RECEIPT OF THIS ADDENDUM NO. ONE AS REQUIRED ON PAGE C-19 "ACKNOWLEDGEMENT OF ADDENDUMS", OF THE BID DOCUMENTS OF THESE SPECIAL PROVISIONS. BY: DATE: - Saba Engineer, P.E. Principal Civil Engineer ADDENDUM NO. ONE PLANS AND SPECIAL PROVISIONS NO. 12973 APRIL 03, 2017 TABLE OF CONTENTS PART I ADM04STRATION NOTICE INVITING SEALED BIDS A-1 INSTRUCTIONS TO BIDDERS I13-1 BID DOCUMENTS AND SYMBOLS BID FOR UNIT PRICE CONTRACT B-1 SCOPE OF WORK B-3 BID FORM B-4 BID SCHEDULE B-5 BIDDER'S INFORMATION AND SIGNATURE SP4 & BIDDER'S INITIALED ACKNOWLEDGEMENT OF ADDENDUMS C-1 SPECIAL NOTICE C-2 DESIGNATION OF SUBCONTRACTORS C-3 WORKERS' COMPENSATION INSURANCE CERTIFICATION C-4 NON -COLLUSION AFFIDAVIT C-5 CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND PREVAILING WAGE REQUIREMENTS C-6 CONTRACTOR'S CERTIFICATION OF COMPLIANCE WITH DAVIS-BACON AND RELATED ACTS C-8 CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY C-9 FORM OF BID BOND C-10 MBE/WBE INFORMATION - GOOD FAITH EFFORTS REFERENCES MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION CONSTRUCTION CONTACT PROVISIONS FOR FEDERALLY FUNDED PROJECTS CP -1 CONFLICT OF INTEREST Ci_ I DOCUMENT LIST DL -1 CONDAUNITY DEVELOPMENT BLOCK GRANT CDBG CONTACT PROVISIONS Page 1-11 PART H SPECIAL PROVISIONS GENERAL PROVISIONS SECTION 1 - TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE AND SYMBOLS SP -1 SECTION 2 - SCOPE AND CONTROL OF WORK SP -1 SECTION 3 - CHANGES IN WORK SP -3 SECTION 5 - UTILITIES SP4 SECTION 6 - PROSECUTION, PROGRESS, AND ACCEPTANCE OF WORK SP -7 SECTION 7 - RESPONSABILITIES OF THE CONTRACTOR SP -8 SECTION 9 - MEASUREMENT AND PAYMENT SP -12 CONSTRUCTION MATERIALS SECTION 200 - ROCK MATERIALS SP -14 SECTION 201- CONCRETE, MORTAR, AND RELATED MATERIALS SP -14 SECTION 203 - BITUMINOUS MATERIALS SP -14 SECTION 211- MATERIALS TEST SP -14 SECTION 214 - TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS SP -15 CONSTRUCTION METHODS SECTION 300 - EARTHWORK SP -16 SECTION 302 - ROADWAY SURFACING SP -17 SECTION 303 - CONCRETE AND MASONRY SP -17 SECTION 304 - METAL FABRICATION AND CONSTRUCTION SP -19 SECTION 309 - MONUMENT SP -19 TEMPORARY TRAFFIC CONTROL SECTION 600 - ACCESS SP -20 SECTION 601- WORK AREA TRAFFIC CONTROL SP -21 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 - MATERIALS SP -15 SECTION 701- CONSTRUCTION SP -21 PART III FEDERALLY ASSISTED PROJECT U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT FEDERAL LABOR STANDARDS PROVISIONS (HUD -4010) SUPPLEMENTARY CONDITIONS OF THE CONSTRUCTION CONTRACT FEDERAL NHN VILM WAGES ( Applicable 10 Business Days prior to the Date of Bid Opening To be inserted into Contract before Award and Execution of the Contract) * _' ' � 1 t. ADA RAMPS & SIDEWALK LOCATION SURVEY DOCUMENTS CITY OF SAN BERNARDINO STANDARD PLANS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION CALTRANS STANDARD PLANS STATE OF CALIFORNIA, DEPARTMENT OF INDUSTRIAL RELATIONS & FEDERAL CODE OF REGULATIONS APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION CONTRACT AGREEMENT PART I ADMINISTRATI'-ON DESCRIPTION OF THE COMPONENTS OF THESE PLANS AND SPECIAL PROVISIONS The "BID and CONTRACT DOCUMENTS" for this project consists of five (5) parts as follows: PART I — Administration PART II — Special Provisions - General Instructions To Bidders Technical Instructions PART III —Federally Assisted Project U.S. Department of Urban Development APPENDIX - Apprenticeship & Recycle Standards CONTRACT AGREEMENT The above 5 parts are hound together in one (1) manual titled "BID AND CONTRACT DOCUMENTS" PLANS & SPECIAL PROVISIONS NO. 12973 ADA & SIDEWALK IMPROVEMENTS AT VARIOUS LOCATIONS Contents for Bid and Contract Documents.doc Engineer's Estin- ate (Range Only) $250,000 to $300,000 NOTICE INVITING SEALED BIDS CITY OF SAN BERNARDINO Owner NOTICE IS HEREBY GIVEN that the City of San Bernardino will receive bids for: CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS AT VARIOUS LOCATION (SS17-002) ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) in accordance with Plans and Special Provision No. 12973 in file in the Office of the City Engineer, Third Floor, San Bernardino City Hall. Plans and Special Provisions shall be provided in portable document format (pdf) on compact disc (CD) upon registering with the City of San Bernardino, Public Works Department, at the above location, between the hours of 7:00 a.m. and 6:00 p.m., Monday through Thursday. There is no charge for the Plans and Special Provisions on CD if picked up in person. Upon request, a CD of the Plans and Special Provisions may be mailed for an additional fee of $10.00. These electronic documents shall also be available to be downloaded (copied) from the CITY's website at http://Www.cLsan-bernardino.ca.us/services/request for bids/public works/defaul asp. It shall be the responsibility of firms wishing to bid on this Project to provide a firm name, physical address, contact person, phone number, fax number and email address for inclusion on the CITY's List of Plan Holders. The above listed information and confirmation of receipt of any issued addendum to the City Engineer's Office shall be submitted to the CITY a minimum of one (1) business day prior to the scheduled day of the Bid Opening. Only those firms listed on the CITY's "LIST OF PLAN HOLDERS" and providing confirmation of any issued addendum shall be eligible to submit bids for this Project. Any Addenda shall be issued by e-mail to those on the CITY's "List of Plan Holders". Deliver all bids to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California, with the bidder's name and address, the specification title and number and "SEALED BID " clearly marked on the outside of the envelope Said bids will be received up to the hour of 2:00 p.m., on, Tuesday,_ April 11, 2017, at which time all of said bids will be publicly opened, and examined and declared in the City Engineer's Conference Room, Third Floor, City Hall. A-1 The Contractor shall possess a Class "A" License `B" License or Specialty License at the time the contract is awarded. The prime Contractor shall perform, with his own organization, contract work amounting to at least 50 % of the contract price. All bids shall be signed, sealed and accompanied by cash, cashier's check, certified check or bid bond made payable to the City of San Bernardino, in the amount of ten percent (10%) of the bid. Such cash, check or bond shall be given as a guarantee that the bidder will enter into the contract if awarded to him. In the event the bidder refuses to execute said contract, the use by the public of the improvements will be delayed, and the public will suffer great damage. From the nature of the case, it would be extremely difficult and impractical to fix said amount of damages. Therefore, the CITY and the bidder agree that the above sum of ten percent shall be paid to the CITY upon the condition above set forth as liquidated damages and not as a forfeiture. All bonds furnished pursuant to this notice must be underwritten by a surety company having a rating in Best's most recent Insurance Guide of "A" or better. Bonds must be issued by a surety who is listed in the latest version of U. S. Department of Treasury Circular 570 and is authorized to issue bonds in the State of California. The Form of Bid Bond is contained in the Bid Documents in Part I of the Special Provision. Notarization of the signatures of both the Principal and the Surety and the Power of Attorney of the signing Surety shall accompany this form. The Contractor may substitute securities for any monies withheld by the Agency to ensure performance under the contract as provided for in Section 10263 and Section 22300 of the California Public Contract Code. A Non -Mandatory Pre -Bid Meeting will be held on Tuesday March 28, 2017. at 2:00 p.m., in the office of the City Engineer, Public Works Division of Development Services, Third Floor, City Hall, 300 North "D" Street, San Bernardino, CA 92418. This meeting is to provide information, to answer questions, to inform bidders of MBEs/WBEs subcontracting and material supply opportunities, and to make the prime Contractor aware of the CITY's outreach program as it relates to minority hiring and participation. Bidder's attendance at this meeting is recommended, but the prime may certify that they are familiar with the program and attendance is not required. Attendance and/or certification may be used as part of the good faith effort. Certified minority (MBE/WBE) subcontractors and material suppliers for the San Bernardino area located in Caltrans District 8 are listed on the California Unified Certification Program (UCP) DBE Directory and can be obtained by accessing the directory on the California Department of Transportation DBE website at http://www.dot.cagov/hq/bep/index. This project is subject to the requirements of the United States Department of Housing and Urban Development. The Federal Labor Standards are provided in Part III of the Plans and Special Provisions for this project. A-2 Pursuant to law, the Mayor and the Common Council of the City of San Bernardino, by Resolution No. 90-358 and any and all amendments thereto which are hereby referred to and made a part thereof by references as fully as though set at length herein, have ascertained and determined the general prevailing rate per diem wages, and of per diem wages for legal holidays and overtime work for each craft or work classification required in the execution of contracts under jurisdiction of said Mayor and Common Council. Bidders are advised that this project is funded with Community Development Block Grant Funds. The requirements of the Davis -Bacon Act will apply to this project and those requirements will be enforced. The prime contractor and all subcontractors are required to pay their laborers and mechanics employed under this Contract, a wage not less than minimum wage classification, as specified in both the Federal and State Wage Decision when the Contract amount for the Prime Contract exceeds $21000. The higher of the two applicable wage classifications, either State Prevailing Wage or Davis -Bacon Federal Prevailing Wage, will be enforced for all work under this Contract. The prime contractor is responsible for ensuring subcontractor compliance with Davis -Bacon and related Act Requirements. The Federal Labor Standards Provisions (HUD 4010) apply to this project Prevailing rates of wages for the State of California shall conform to Section 1773 of the California Labor Code. The general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are available from the California Department of Industrial Relations' Internet web site at http.l www.dir.cagov/dirdatabases.html. General prevailing wage rates, in effect ten (10) days prior to the actual Bid Opening, which have been predetermined and are on file with the California Department of Industrial Relations are referenced and made a part thereof. The Davis -Bacon Federal General Decision Prevailing Wage Rates are available at http://www access.gpo.gov/davisbacon/indexhtml. General Decision prevailing wage rates for the County of San Bernardino, State of California in effect ten (10) days prior to the actual Bid Opening, are referenced and made a part thereof. Said wages in effect ten (10) days prior to the Bid Opening shall be physically inserted into the Contract Documents prior to contract execution by the CITY and the Contractor. It shall be mandatory upon the Contractor to whom the contract is awarded and upon any subcontractor under him to pay not less than specified rates to all laborers, workers, and mechanics employed by them in the execution of the contract, and to prevent discrimination in the employment of persons because of race, creed, color, or national origin, as set forth in the provisions of Resolution No. 7414 of the Mayor and Common Council of the City of San Bernardino. This project is subject to federal trainee requirements for the employment of apprentices. The Contractor shall follow the Federal Regulation guidelines found in Part III of the Special Provisions. A-3 This project is subject to requirem nts for the employment of apprentices registered with the California Department of Industrial relations, Division of Apprenticeship Standards. Additional information can be obtained at http://www dir.cagov/DAS/PublicWorksForms.htm. The Contractor shall confirm that all appy ntices are registered with an apprenticeship program that is in turn currently registered with the U S Department of Labor Office of Apprenticeship (DOLGA) and listed on the DOLOA website at http.1 loa doletagov/. This project is subject to requiremems for Section 3 Bid Covered housing rehabilitation, housing construction or other public constructi=on project. The provisions of 24CFR 135.38 apply to contracts and subcontracts of $100,000 or more This section is found in Part III of the Special Provisions. The City of San Bernardino (CITY) reserves the right to waive any informalities or inconsequential deviations from contract specifications, or to reject any and all bids. No bidder may withdraw his bid within 60 calendar days from the date of bid opening. The CITY reserves the right to take all bids under advisement for a period of 90 calendar days. If there are any questions regarding this project, please contact the City Engineer's Office, in writing, as follows: City Engineer's Office San Bernardino City Hall 300 North "D" Street, 3rd Floor San Bernardino, CA 92418-0001 SUBJECT: CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK EWPROVEMENTS, AT VARIOUS LOCATIONS (SS17-002) Attention: Saba Engineer, P.E - Principal Civil Engineer Tel: (909) 384-5284; Fax: (909) 384-5190 E-mail: engineer—sa@sbcity.org (with "Subject: ADA Ramps & Sidewalk") Eddie Kelley — Asphalt/Concrete Maintenance/Supervisor/City of San Bernardino E-mail: kelley —ed@sbcity.org Inquiries or questions based on alleged patent ambiguity of the Plans or the Special Provisions must be communicated as a bidder inquiry prior to the bid opening. Any such inquiries or questions, submitted after the bid opening, will not be treated as a bid protest. Written responses will only be provided to written questions. No written response will be provided to verbal questions. CITY OF SAN BERNARDI GEORGEANN HANNA NOTICE TO ADVERTISE: SPECIFICATION NO. 12973 SHALL APPEAR IN FIRST ISSUE NOT LATER THAN DATE: 03/11/17 and 03/16/17 A-4 ( FIVE DAYS BETWEEN FIRST & SECOND PUBLICATION INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ( See also PART H of These Special Provisions ) 1. Receipt and Openin of Bids The City of San Bernardino, California (the owner herein called the "CITY"), invites bids on the form attached hereto, all blanks of which must be appropriately filled in. Bids will be received by the CITY at the Office of the City Engineer, 3rd Floor of City Hall until 2:00 p.m., Tuesdati, April 11, 2017, and then publicly opened and read aloud in the City Engineer's Conference Room, 3rd Floor of City Hall. All bids shall be delivered to the City Engineer's Office, Third Floor, City Hall, 300 North "D" Street, San Bernardino, California, with the bidder's name and address, the specification title and number and "SEALED BID " clearly marked on the outside of the envelope for the following project: PLANS & SPECIAL PROVISIONS NO. 12973 CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17-002) ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) The CITY may consider informal any bid not prepared and submitted in accordance with the provisions hereof and may waive any informalities or reject any and all bids. Any bids may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 60 calendar days after the actual date of opening thereof. 2. Preparation of. Bid Each bid must be submitted on the prescribed bid document forms and accompanied by the required bid contract documents following the bid forms. All blank spaces for bid prices must be filled in, in ink or typewritten, with unit prices both in words and figures, and all contract documents must be fully completed and executed when submitted. Each bid must be submitted in a sealed envelope bearing on the outside the name of the bidder, his address, and the name of the project for which the bid is submitted. If forwarded by mail, the sealed envelope containing the bid must be enclosed in another envelope addressed as specified in the bid form and mailed in sufficient time to reach the City Engineer's Office, 3rd Floor of City Hall prior to the day and hour of the scheduled Bid Opening. 3. Subcontracts The bidder is specifically advised that for any person, firm, or other party, to whom it is proposed to award a subcontract under this contract, the following applies: a. Must be acceptable to the CITY, and; b. Must submit CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY. Approval of the proposed subcontract award cannot be given by the CITY unless and until the proposed subcontractor has submitted the Certification and/or other evidence showing that it has fully complied with any reporting requirement to which it is or was subject. Although the bidder is not required to attach such Certifications by proposed subcontractors to his bid, the bidder is advised of this requirement so that appropriate action can be taken to prevent subsequent delay in subcontract awards. 4. Withdrawal of Bids A bid may be withdrawn by a written request signed by the Bidder. Such requests must be delivered to the CITY's designated official prior to the bid opening hour stipulated in the "Notice Inviting Sealed Bids" or an amended date and hour stipulated in a signed addenda to the Special Provisions. The withdrawal of a bid will not prejudice the right of the Bidder to submit a new bid, providing there is time to do so. Bids may not be withdrawn after said bid opening hour without forfeiture of the bidder's bid guarantee. 5. [qualifications of Bidder The CITY may make such investigations as he deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the CITY all such information and data for this purpose, as the CITY may request. The CITY reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the CITY that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. r- 6. Bid Security Each bid must be accompanied by cash, cashier's check, certified check of the bidder, or a bid bond prepared on the form of bid bond attached hereto, duly executed by the bidder as principal and having as surety thereon a surety company approved by the CITY, in the amount of 10% of the bid. Such cash, checks or bid bonds will be returned to all except the three lowest bidders within three days after the opening of bids, and the remaining cash, checks, or bid bonds will be returned promptly after the CITY and the accepted bidder have executed the contract, or, if no award has been made within 90 days after the date of the opening of bids, upon demand of the bidder at any time thereafter, so long as he has not been notified of the acceptance of his bid. 7. Liquidated Dam es for Failure to Enter Into Contract The successful bidder, upon his failure to refusal to execute and deliver the Contract and bonds required within 10 days after he has received notice of the acceptance of his bid, shall forfeit to the CITY, as liquidated damages for such failure or refusal, the security deposited with his bid. 8. Time of Completion and Liquidated Damages Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed" of the CITY and to fully complete the project within 60 Working Days thereafter. Bidder must agree also to pay as liquidated damages, the sum of $500.00 for each consecutive calendar day thereafter as hereinafter provided in the General Conditions. 9. Conditions of Work Each bidder must inform himself fully of the conditions relative to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder to his obligation to furnish all material and labor necessary to carry out the provisions of this contract. Insofar as possible the Contractor, in carrying out his work, must employ such methods or means as will not cause any interruption of or interference with the work of any other Contractor. 10. Obligation of Bidder At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the Plans and Contract Documents (including all addendums). The failure or omission of any bidder to examine any form; instrument or document shall in no way relieve any bidder from any obligation in respect of his bid. 11. Addenda and Inte retations No other interpretation of the meaning of the Plans, Specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to the City Engineer, City Hall, 300 North "D" Street, 3rd Floor, San Bernardino, California, 92418- 0001; and to be given consideration, must be received at least six(6) working days prior to the date fixed for the opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Special Provisions which, if issued, will be mailed by certified mail with return receipt requested to all prospective bidders (at the respective addresses furnished for such purposes) not later than three (3) days prior to the date fixed for the opening of bids. Failure to any bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the contract documents. 12. Securitv for Faithful Performance Simultaneously with his deliver of the executed contract, the Contractor shall furnish a surety bond or bonds as security for faithful performance of this contract and for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract, as specified in the Document List and Section 3, "Award and Execution of Contract", in PART H of the Special Provisions included herein. The surety on such bond or bonds shall be a duly authorized surety company satisfactory to the CITY. 13. Power of Attorney Attorneys -in -fact who sign bid bonds or payment and performance contract bonds must file with each bond a certified and effectively dated copy of their power of attorney. 14. Notice of Special Conditions Attention is particularly called to those parts of PART I, PART H and PART III of the SPECIAL PROVISIONS which deal with the following: (a) Inspection and testing of materials (b) Insurance requirements (c) Wage rates (d) Stated allowances IM, 15. Laws and Regulations The bidder's attention is directed to the fact that all applicable State Laws, Municipal Ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 16. Community Development Block Grant Funds Bidders are advised that this project is funded with Community Development Block Grant Funds. The requirements of the Davis -Bacon Act will apply to this project and those requirements will be enforced. The prime contractor and all subcontractors are required to pay their laborers and mechanics employed under this Contract, a wage not less than minimum wage classification, as specified in both the Federal and State Wage Decision when the Contract amount for the Prime Contract exceeds $21000. The higher of the two applicable wage classifications, either State Prevailing Wage or Davis -Bacon Federal Prevailing Wage, will be enforced for all work under this Contract. The prime contractor is responsible for ensuring subcontractor compliance with Davis -Bacon and related Act Requirements. The Federal Labor Standards Provisions (HUD 4010) apply to this project and are included in PART III of the Special Provisions. Prevailing rates of wages for the State of California shall conform to Section 1773 of the California Labor Code. The general prevailing wage rates in the county in which the work is to be done have been determined by the Director of the California Department of Industrial Relations. These wages are available from the California Department of Industrial Relations' Internet web site at http.11www dir cc gov/dirdatabases.html. General prevailing wage rates, in effect ten (10) days prior to the actual Bid Opening, which have been predetermined and are on file with the California Department of Industrial Relations are referenced and made a part thereof. The Davis -Bacon Federal General Decision Prevailing Wage Rates are available at http✓/www.access.gpo.gov/davisbaconllindex html. General Decision prevailing wage rates for the County of San Bernardino, State of California in effect ten (10) days prior to the actual Bid Opening, are referenced and made a part thereof. Said wages in effect ten (10) days prior to the Bid Opening shall be physically inserted into the Contract Documents prior to contract execution by the CITY and the Contractor. A weekly certified payroll is required during the term of construction. Payment of invoice may be delayed when certified payrolls are not submitted weekly. The CITY shall make progress payments on any properly completed payment request submitted by the Contractor. The -payment request shall- ot be deemed properly completed unless certified payroll form WH 347 has been properly completed and submitted on a weekly basis for each week worked during the time period covered by said payment request. P 17. Notice of Requirement For Affirmative Action To Ensure Equal Employment Onportunity The bidder's attention is called to the "Equal Opportunity Clauses" and "Standard Federal Equal Employment Specifications" contained in COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CONTACT PROVISIONS in Part I of these Plans and Special Provisions. Goals and timetables for minority and female participation, expressed in percentage terms for the Contractors aggregate workforce in each trade on all construction work in the covered area, are 19% for minorities and 6.9% for women. 18. Attorney's Fees and Arbitration The prevailing party in any legal action to enforce or interpret any provisions of this Agreement will be entitled to recover from the losing party all attorney fees, court costs and necessary disbursements in connection with that action. The costs, salary and expenses of the City Attorney and members of his office, in connection with that action, shall be considered as attorney's fees for the purposes of this Agreement. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. 19. Method of Award - Lowest Qualified Bidder If at the time this contract is to be awarded, the lowest base bid submitted by a responsible bidder does not exceed the amount of funds then estimated by the CITY as available to finance the contract, the contract will be awarded on the base bid only. If such bid exceeds such amount, the CITY may reject all bids or may award the contract on the base bid combined with such additive alternates applied in numerical order in which they are listed in the Form of Bid, as produces a net amount which is within the available funds. 20. Bidding and Negotiation Requirements Attention of bidder is directed to the requirements of the U. S. Housing and Urban Development regarding bidding and negotiation requirements. Prior to the signing of the contract, a preliminary statement of work force needs, (skilled, semi -skilled, unskilled labor and trainees by category) shall be provided where known, where not known, such information shall be supplied prior to the signing of any contract between Contractors and their subcontractors. 21. Contractor Documents Required by HUD-CDBG Funding to be Submitted With Bid ( See DOCUMENT LIST, Page DL -1) BID DOCUMENTS BID FOR UNIT PRICE CONTRACT PLACE CITY OF SAN BERNARDINO . DATE PROJECT NO 12973 Bid of MiAr%WC-z Cp-ir-46-rrz ( hereinafter called "Bidder")* a corporation, organized and existing under the laws of the State of a partnership, or an individual doing business as MAarpq C- z C•r44Ar %M To the City Engineer of the City of San Bernardino, California (owner and hereinafter called "CITY" ). Gentlemen: The Bidder, in compliance with your invitation for bids for the construction of: PLANS & SPECIAL PROVISIONS NO. 12973 CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17 — 02) (INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) having examined the Plans and Special Provisions with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project including the availability of materials and labor, hereby proposed to furnish all labor, materials, and supplies, and to construct the project in accordance with the Bid and Contract Documents, within the time set forth therein, and at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this bid is a part. Bidder hereby agrees to commence work under this contract on or before a date to be specified in written "Notice to Proceed" of the CITY and to fully complete the project within 60 Working Days, thereafter as stipulated in the Special Provisions. Bidder further agrees to pay as liquidated damages, the sum of $500.00, for each consecutive calendar day thereafter as hereinafter provided in Section 4 of Part II of the Special Provisions. Bidder shall acknowledge receipt of addendum(s) on Sheet C-1 of these Bid Documents. *Insert corporation, partnership or individual as applicable. B-2 SCOPE OF WORK The work to be done consists, in general, of clearing and grubbing, installing curb ramps, sidewalk, residential driveway approach, cross gutter with spandrel, curb & gutter, relocating road signs, removing trees in the path of right of way improvements, installation of thermoplastic pavement markings, striping, cross walks, and other such items or details, not mentioned above, that are required by the Plans, Standard Specification, or these Special provisions to be performed, placed, constructed or installed. Inspection will be made by the Public Works Field Engineering/Inspection Section. This inspection and the Bid Schedule will be the basis of payment to the contractor for the project. Bid Items on the Contract Bid Schedule are the CITY'S estimated items and quantities, and actual items and quantities may defer in the work of the project. Quantities of work shall be paid per item basis lump sum bid price on the Contractor's submitted contract Bid Schedule and Section 6, of these Special Provisions. The undersigned bidder hereby agrees, if this bid is accepted, to furnish all material except as noted and do all the work required to complete said work in accordance with the specifications and instructions, and in the time and manner therein prescribed for the unit cost amounts set forth in the schedule on the following bid. The bidder also understands that there is no warranty or guarantee given or implied as to the total amount to be ordered as a result of this contract. The quantities stated in this bid are estimates, to be used for bid comparison purposes only. TO THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO The undersigned declares that he has carefully examined the location of the proposed work, that he has examined the Plan and read the accompanying instructions to bidders and hereby proposes to furnish any and all required labor, materials, transportation and service for the CONSTRUCTION OF ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17-002) ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) in strict conformity with Plans and Special Provisions No. 12973 , of the Engineering Division, Department of Public Works for the City of San Bernardino and also in accordance with Standard Specifications for Public Works Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids". The undersigned proposes and agrees if this bid is accepted, that he will contract with the City of San Bernardino, in the form of the copy of the contract annexed hereto, to provide all necessary machinery, tools, apparatus and other means of maintenance, and to do all the work and furnish all the materials specified in the contract, in the manner and time therein prescribed, and that he will take in full payment therefor the following unit prices or lump sum prices, to -wit: M. , BID SCHEDULE PLANS & SPECIAL PROVISIONS NO. 12973 CONSTRUCTION OF ADA ACCESS RAMP & SIDEWALK IMPROVEMENTS AT VARIOUS LOCATIONS (SS17-002) ITEM DESCRIPTION OF ITEMS UNIT ESTIMATED UNIT TOTAL ($; NO. _ � QUANTITY , PRICE U_, 1 MOBILIZATION LS 1 24�Soy- 2 TRAFFIC CONTROL LS 1 5'oa- CLEARING & GRUBBING UNCLASSIFIED 3 EXCAVATION & UNCLASSIFIED FILL LS 1 3 Z,000' 3Z, o00 - CONSTRUCT PCC CURB RAMP PER SPPWC PLAN 4 NO. 111-5 INCLUDING RETAINING CURB EA 52 5 E CONSTRUCT PCC SIDEWALK PER CITY STD NO. 1 202 "A" OR "B" & TRANSITION SIDEWALK PER PLAN I SF AND THE SPECIAL PROVISIONS CONSTRUCT PCC RESIDENTAL DRIVEWAY APPROACH PER CITY STD NO. 203 PER PLAN AND SF THE SPECIAL PROVISIONS I CONSTRUCT 6' WIDE PCC CROSS 7 GUTTER/SPANDREL PER CITY STD NO. 201 AND SF 10 300 - 3, THE SPECIAL PROVISIONS I CONSTRUCT PCC CURB & GUTTER PER CITY STD 8 NO. 200 TYPE "B" MOD TO MATCH FIELD ? SF 10, Hvo - AND THE SPECIAL PROVISIONS __-CONDITIONS STREET CUT/STRUCTURAL DAMAGE REPAIR/POT _ 9 HOLE REPAIR PER CITY STD NO. 310 (Includes SF 1 removals and aggregate base replacement) TN 10 € ASPHALT CONCRETE PAVEMENT PER PLAN 11 AGGREGATE BASE, CRUSHED TN 12 �m TREE REMOVAL PER THE SPECIAL PROVISIONS - EA 45' TOTAL BID:-- 13 RELOCATE & REINSTALL EXISTING ROADSIDE SIGN ON SINGLE POST PER CITY STD NO. 504 ADJUSTMENT CITY PB / COVERS TO GRADE EA IEA 14 INSTALL X -WALK, LIMIT LINE & STOP MARKING I 15 PER PLAN (includes removing conflicting striping & LS markings) LS �_ 16 INSTALL 12" SOLID YELLOW X -WALK PER PLAN (includes removing conflicting striping & markings) I 17 INSTALL GROUND COVER AND IRRIGATION TO MATCH EXISTING AS DIRECTED BY THE ENGINEERLS a LS 18 SURVEYING per the SPECIAL PROVISIONS 4079 1-(- 235 %Ts I, 5436 zs 572 50 40 —'� 2 o00 713 Z O - 1 `{, 2b0 ^ 10 300 - 3, 13 8 11300 - 10, Hvo - 2- 3� y So 1 - 1 45' TOTAL BID:-- BID NOTES: The unit price must be shown in figures, for all work items. All blank spaces appearing above must be filled in. In case of discrepancy in Bid Amounts, "UNIT" prices shall govern over extended "TOTAL" amounts. CITY reserves the right to award a Contract to the lowest responsible bidder for the GRAND TOTAL BID (the combined total of Bid Schedule, plus Additive Bid Schedule). THE CITY ALSO RESERVE THE RIGHT TO AWARD BID SCHEDULE WITHOUT ADDITIVE BID SCHEDULE. Submitted bids must include complete bid amounts for each bid item of each Bid. Schedule to be considered valid bids. The total bid price for the entire Contract work shall include the cost of labor, materials, equipment, parts, implements, supplies, and all applicable sales taxes and fees necessary to complete the Project, as based on the City Engineer's estimate of quantities of work. The total price must be extended for each item of work and the total of all items inserted in the space provided. Bidders shall complete and submit entire BID DOCUMENTS section as their Bid to the CITY. Failure to do so will result in the Bid being non-responsive. Any situation not specifically provided for will be determined at the discretion of the City of San Bernardino (CITY), and that discretion will be exercised in the manner deemed by the CITY to best protect the public interest in the prompt and economical completion of the work. The decision of the CITY respecting the amount of a Bid, or the existence or treatment of an irregularity in a Bid, shall be final. BIDDER declares that this Bid is based upon careful examination of the work site, Bid and Contract Documents. Estimated quantities are for the purpose of comparison only, and payments will be made on a basis of actual mcasurement of work completed except for Lump Sum (LS) and Final (F) pay quantities. Codes: Units of Measurement: (F) Final Pay Quantity EA Each (S) Specialty Bid Item LS Lump Sum (D) Deletable Work Item SF Square Foot SY Square Yard ELT Extra Long Ton LF Linear Feet TN Ton (D) Deletable work item; only to be incorporated in the work as provided via written direction from the Engineer. (S) Specialty Bid Item — are bid items that are considered part of the total base bid but are not considered part of the Contractor's obligation to perform at least fifty percent (50%) of the work as specified in Section 2-3.14,"Additional Responsibility," of the Standard Specifications. (F) Final Pay Quantity - are bid items as described in Section 6-1.07 of these Special Provisions. The contractor shall notify the CITY Inspection Division and provide a schedule for completion of the work at least 48 hours prior to commencing work. BIDDER'S INFORMATION AND SIGNATURE: It is the understanding of the undersigned that the work hereinabove described shall be commenced within 10 working days from the date of the "Notice to Proceed", and shall be completed within 60 working days from the date of said notice, as directed in SECTION 4 of these Special Provisions.. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guaranty accompanying this bid shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor, LICENSE EXPIRATION FEDERAL TAX ID NO.: CLASSIFICATION(S): _ c -y DATE: to FIRM NAME: __±!Ae&-rp4a2 c BUSINESS ADDRESS: 112o w. �ooT�,1r� t rl,..✓o _ AZuSA CA BUSINESS PHONE: (6z6) 3Vf-2Q7,'_ FAX: (626) Zzy -z9Ya CELL: If an individual, so state. If a firm or co -partnership, give the names of all individuals, co-partners composing the firm. If a corporation, give the names of the president, secretary, treasurer and manager thereof (4xftej aTrwJ Legal Status of Firm NAME (S *sa,sy Nrran9,ad+E L Parc. feSP-.-Q.--JA !AA&TTIJC Z V.F ..��ory�-r __ . ""!�nssrly z. 56c •e�ape�_ SIGNATURE OF BIDDER: Is Bidder currently a certified DBE? Yes ❑ No X ADDRESS (ES) Dated: __ A,oae L '7 , 20 BIDDER'S INITIALED ACKNOWLEDGEMENT OF ADDENDUMS: ADDENDUM NO. I RNk DATE: � 17 ADDENDUM NO.2 DATE: ADDENDUM NO.3 DATE: ADDENDUM NO.4 DATE - C -1 SPECIAL NOTICE The bidder's attention is directed to the section entitled, "Required Listing of Proposed Subcontractors", in Section 2 of the special provisions regarding the requirement that proposed subcontractors be Iisted in the bidder's Bid Documents. Instead of listing only subcontractors for signal and lighting work as in the past, all subcontractors are now to be listed in the Designation of Sub -Contractors for items of work or portions thereof to be subcontracted in excess of one-half of one percent of the total bid or $10,000.00, whichever is greater. In the case where a bidder claims an inadvertent clerical error in listing sub -contractors, a notice of the claim must be submitted to the Office of the City Engineer in writing within 2 working days after the time of the bid opening and send copies of the notice to the subcontractors involved. The bidder shall provide the actual dollar "Sub -Contract Amount" as submitted by each listed sub -contractor, keeping in mind that the prime contractor for this project is required to provide or perform, with his own organization, contract work amounting to at least 50% of the total contract bid price. Material required for any of the contract work of this project that is purchased directly by the prime contractor is considered as included in the prime contractor's 50% requirement. If material purchased directly by the prime contractor is to be used by a listed sub -contractor in performing contract work, the dollar amount of such purchased material should not be included in the dollar amount listed for said sub -contractor. The following is in addition to Subsection 2-3.2, "Self Performance," of the Standard Specifications: If the Bid submitted by the Contractor fails to meet at least 50% of the amount of work required with its own forces, the Bid will be considered non-responsive and rejected with no further consideration. If after execution of the Contract Agreement, the CITY discovers the Contractor is performing work amounting to less than 50% of the Contracted amount, except for "Specialty Items", the Contractor shall be notified that he or she is in violation of the Contract. The dollar amount of the portion found to be subcontracted by the Contractor, resulting in less than 50% of the amount of work required to be performed by the Contractor, shall be deducted from payment to the Contractor. The deduction shall not exceed 50% of the contracted amount required to be performed by the Contractor. The Contractor will not be penalized by the CITY resulting from Contract Change Orders that increase subcontract items of work. C-2 .0 O CL O J k r r N r 7 a r P. r m N Z O Q h u � E j N v ' c u o� er T �• O � 7 V ..._._...... U z z B a f .0 O CL O J k r r N r 7 a r P. r m N Z O u E j m v ' c u o� er O � 7 V ..._._...... U Q ❑ hal O � K f I. r Q � b. O v 80$ �o Q � h O 1 u r uj 7 O � .0 O CL O J k r r N r 7 a r P. r L m N Z E j m ' u o� er U 7 � C................. D ..._._...... U Q aJ ' f I. v 80$ A Q Q W uj 7 Bof 0 r 0 I ! E V) y I 1 C � L j d O N Z 4 m u o� er U 7 � C................. D ..._._...... U Q f I. j d O N Z 4 m e U 7 � uj j d EXHIBIT 6 Worker's Compensation CerNfIcation to" - P4 04C -4a4 4ccvrs H/ �k�P-OLM-01 — "i PROJECtIONS MAaTV,OF -1, 4,9" COWM� NAME 920 W, P-",7-,;nC- 0014M" A3�vqw I certify, by signature below, that 1 am aware of the provisions of Section 3700 of the California Labor 'Code which require every employer to be 'insured against liability for worker's compensation or to undertake self insvronce in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. 1q, -A a — 'Y A'a'A D'Or I EXHIBIT 8 Certification of Understanding and Authorization (JNSglzvcT-TeN b--3-04 r�ec5ss raa�as SS.,�,T'.Qe2 _ �' o� Sart/ ar4rv4ao7,,-10 PROJ_-C:,( NAM:/NUMBER AWARDING AGENCY MA a�P40; z :At�vnAtcl%W C1 ri c_»_?_— _......__ _ - . 'a Z0 W, fooTNri, aL.vr. w7 -IQ C"I - - COMP ANY AD -DRESS i.iC;_NS%^fLMB":R Ef,A'LGYER..�.CN�iF3aAii£)h3NUMEC:R D'Jt74 :UMBER .• W This is to certify that the principal(s), and the authorized payroll officer listed below, have read the "Contractor's Guide to Prevailing Wage Requirements for Federally Assisted Construction" and the Federal Labor Standards Provisions (HUD -4010 form) and that both parties understand these requirements. The following person is designated as the payroll officer for the company and is authorized to sign the Statement of Compliance that will accompany each weekly Certified Payroll Report for the project: for Signi g Statements of Compliance) PAYROLL, Og C.J PRINCIPAL OWNER 1 GENERAL PARTNER: (Listed on CSLB Personnel List) _ ��rsFnT �udanrr.��z. _ I,, Z,7_ ... SIGNAURE - DATE EXHIBIT 9 Request for Additional Classification and Rate (Next Page) U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATEPwff", -r.%,w I am, ollf-S-010 I 11110JICTNAMEAND"UPOIR C -&7-y or- SGJ OrQOAIWAOX�,o Cm-STPvcrr.atJ br- A04 ACCA-rr C', PM40S 'S 5 L'7- C> O'E_ Ity, ounli Mgaisj 4. 11WIL-1- 0t- m dF CONAWC116tr 8WIding Residential Rwips, Swe'O'ZoLor- '.0-02VA'.445 13 Heavy Otter (specify) [3 Highway VV== TFORNMt"m t, WAOE UI:4;(SIQ?4t"Lc;11VI;VATt (--] COPY ATTACHED S WORK CLASSIFICATION($) PIA tAQ0mT,-tC t- C-% ri C AdmlgY'- HOURLY WAGE RATES BASIC WAGE I FRINGE HENEFIT(S) (if any) VO 6v. Foa4WeCc q -to - 47.*& Chock All Th3t Apply: 0 lft#,A" to'ba*44omwd tyotet odd 0 Th# pmpo md cftss 4,c1bon s tAW*d -n tht Ams by Me misfteban Andusffy. E3 "Lite OmPosed vaga, 4nMding Any boat 6416 imne ton0ft D*srs a masamat % rtlaWnsh 0 to IM* wag* rates contmntam "v4sood*01.0n. 0 0 Chock0no: tj Wrovedmeets all cirdem D,0LCOntftmdft1r1t4ftfte0� 0 Dot 60cision re4ukmtod, FOR VAM USE OPLY I EXHIBIT 10 Non -Segregated Facilities Certification Co..►S36�cfoN of _ AA- ccarr v 551•r- ocZ i 7 -TS -78l "f F g0JECF NAtJ::'. PROJECT"UMFf::R cIDJC.ONTRAC; 'DOLLAR AriOUNT `.+?AMY NAME .,i?PAPAW ADDRE55~ L 3C t: N.TE: NUMBER EMPLOYER ID-NUICATiON NukMBER DU'A NUMBER The federally -assisted construction contractor certifies that he/she does not and will not; Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. 2, Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally -assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the -Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. NOTE, The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. ao c Fu mraw S 22® _ _ 56c, / T lr4 C AU Ifia}tl_D i?fi: �Ai. NAV':E � AUTHO%UZED OPI-C€A. fMEj APAC 1TY — /f '-f& A,.MiOR ZED OFFICIAL Si ;NATURE DATE EXHIBIT 11 Past Performance Certification PRCJAM NAME PROilC:TNUM-I'R NUMBER OF f:MnOYEES COrwi?ANY NAME _ 9Za W . Foo -rias« GL -0. asdys . rd _ COMPANY ADDRESS '3444',1 15,- -3 zoo'i7-7— 04(44L1 2 ti Y 9 LICENSENlNTEP EFJR,0YER:iJE:vt f CNION NUMBER DUNS NUMBER The X bidder, ❑ proposed sub -contractor, hereby certifies that he/she Xhas, ❑ has not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 1 11 14, or 11246, and that he/sheW.as, ❑ has not, filed with the Joint Reporting Committee, the Director of the {office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable tiling requirements. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. AUT'H'O- Z -e ` `.: C€P.i. NAW: AM-OR;Z`_D ON 10A]. 11:1.iC: AF'� C€'Y _`1 A A[ TF€i7iii3T=s� DATE — — NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60- 1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not flied the required reports should mote that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the J.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF -100 (EEO -1) must be filed bv: (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime contractors or first-tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Governtrent funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. EXHIBIT 12 Notice of Equal Employment Opportunity TO: MTb"F t - NAME OF LABOR UN:ON. WORKERS REPRESENTAWE. ErC. 92O W . FooTtilrCc r3c �n Az_�Sa. �Ll� _ ADDRESS .........._.,,.. _ ....,... Cor+ sr84 7.0. Pi ool. PROJ[CTNAME PROJECT !:JWER flw3 NFL �w,leaevp_ COMPANY NAME W X06 tj 4L Bi..*2. d32c.s/I CQ f::t?FAr'hNY AL?7RS.SS - - 3gyu7, € C.'.NSE NUMBER 2T817�b1 U� BIDICUivrr`ACT DO1 EkF AMOUNT 6'1r'L0yEkj& .i A7 FiNiF,,tra uvsNurvee� — �_ The Undersigned currently holds a contract with Com, of _ _54n! gDg4-0srv0 involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. NOTE: The penalty for making false statements in offers is prescribed in: 18 U.S.C. 1001. 12o4C m-wmd@i _ ht:THOP.iZEG ,F:.. .! N.AWAE� AUTHORIZED OFFICIAL SIGNT.TURE $ce. I. AUTiiO €Z=L}CF.,C'AI.'FTLFf:;AE'RCiP:' _ A0 7 _ DA -1 E EXHIBIT 13 Minority and Women's Business Enterprise Tiered Compliance Plan THIS PLAN MUST BE SUBMITTED WITH YOUR BID FOR THIS FEDERALLY -FUNDED CONTRACT OPPORTUNITY PART 1 Vlo i� _ (_--1'raxrraat OF J49A AMCSS S$rT-400.7, DAM: rROJKcr r:, M. l W -USER Md�P�Srez CoNCOXTF ?7Y-2rMS _ PHON: 920 . +FoarAaru r)o-,f A7u3a cA F,i/Sit iF;S :ai+u4'. CS' TYPE OF FIRM: (Check One and Pravide .information) ❑ Individual Name of Owner Corporation State of Incorporation: CAcr�o_ ❑ Partnership Indicate Genera; "G", Limited "L": Name of Partners: ❑ Joint Venture Joint Venture Participants: Number of year(s) firm has been in business under present ownership: 4fl OWNERSHIP DEMOGRAPHICS: (Provide the number of owners by cctegory and the percentage of ownership interest of those frdividuats by category) Black Hispanic Alaskan Native/ Aslan/ White Women i American Indian Pacific islander 1 Number 7. or Assets Owned fit% (4S - OWNERSHIP INFORMATION: (List each owner of the firm that has 5 percent or more of the shares in the firm) Name l Mac rwn�F-r�•,5 RaceSex Hui. M Years of Ownership 440 _ .. kb Ownership F Percentage I `tS _ Voting Percenta cl S 1$5Pd-0-0n47 HTSP. F 0c,0aR-T "Aa'rsNS o i ' ;e7 I certatfhe Information provided herein Is true and correct. Federal EIN: qS- 3?oaf?2 License Number: ?4•�ir9� u /.o/ -T DUNS Number: aofW41t24cY� SIGNATURE 'DATE �! � f - IF MORE THAN 50% MINORITY OR WOMEN OWNED, PROCEED TO PART 3. IF LESS, PROCEED TO PART 2 AND PROVIDE INFORMATION ON SUBCONTRACTS AWARDED TO MBE/WBE FIRMS. a oe a a U a z O U m N W cc Q z a W m i N� a SL a � b� e [a PART 3 CONTRACTING/GOOD-FAITH EFFORT AFFIDAVIT This Affidavit must be signed, notarized and submitted with your bid or proposal. In addition, documentation must be attached to demonstrate that a good -faith effort was made to secure MBE/WBE participation. Your good -faith effort will be evaluated in accordance with the various criteria listed below. Please initial where indicated that you have read and complied with each requirement. Complete the requested forms and provide the requested documentation as a part of this affidavit. Good Faith Effort Evaluation Criteria Initial here If true and correct 1. The Bidder/Firm attended a pre-bid meeting hosted by the awarding agency to gain knowledge of the project requirements and goals. 2. The Bidder/Firm advertised the availability of subcontracting or supply opportunities for MBE/WBE firms in connection with this project. If so, complete the following: Media where advertised: _ 54w INrPwa,�O Media contact information: Date(s) of advertisement: . Attach copies of the advertisement(s) to this form and submit with bid. 3. Interested potential MBE/WBE subcontractors were provided with the project plans and specifications. Attach a list of MBE/WBE firms that received project plans and specifications. Include their address, city, state, zip code, contact person, telephone number. Provide a notation of any responses received from those firms. 4. Follow-up contacts were made with potential MBE/WBE firms which expressed an interest in the project. Attach a list of MBE/WBE firms that your company followed-up with. Include their address, city, state, zip code, contact person, telephone number. Provide a notation of any responses received from those firms. 5. Assistance was requested from organizations which identify potential MBE/WBE _- firms. Attach a list of organizations consulted to include the name of the organization, address, city, state, zip code, contact person, time and dotes contracted, method contacted, and results. Good Faith Effort Evaluation Criteria 6. Potential MBE/WBE firms were contacted and negotiation was made in good faith. Attach a list of MBE/WBE firms that your company negotiated with. Include the name of the MBE/WBE firm, address, city, state, zip code, contact person, whether MBE or WBE, if plans or specifications were provided to the other party, and the results of your negotiations. Also attach copies of any internal documents that will evidence the same and submit with bid. 7. Potential MBE/WBE subcontractors were given technical assistance by the bidder or advised that technical assistance was available from the bidder to facilitate understanding of the contract requirements and to complete the paperwork necessary to participate in this contract. Attach a list of MBE/WBE firms that your company provided assistance to. Include the name of the MBE/WBE firm, address, city, state, zip code, contact person, and a description of the technical assistance provided. Initial here If true and correct According to Title 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. 1, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. Under the penalty of perjury, I certify that the above Information is true and correct. 2��- SIGNIURE TfTtE /! (NOTARY SEAL) 'i rs DA (6a.1 37Y - Z.1 C ? HONE California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracv, or validitv of that di icuIneIiI. State of California County of Los Angeles ss. On April 11, 2017 before me, Pamela Jo Hunt Cortez (here insert name and title of the officer) :personalty appeared Robert Mar, nez vl ho.proved to me on the'basis of satisfactory evidence to be the;person(%whose.narn a j;is/ subscribed to the within instrument and acknowledged to me that he/0IMXW executed the same in his/DWM& au- thorized capacityNW and that by hisMKXKi r signatureg)(on the instrument the personX, or the entity upon behalf of which the person(s� acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true. and correct. Seal PAMELA JO HUNT CORTEZ COMM.6 2095689 rrany N p! NOTARY PUBLIC -CALIFORNIA VI LOS ANCELES COUNTY MY CONK EXF. JAN. 29, 2019 WITNESS my hand and offigi al seal. al. r i Signature of No Optional Information To help prevent fraud, it is recommended.that you. provide inforntation about the attached document below. ***This is not required under California State notary public law.*** Document Title: Good Faith Effort Notes City of San Bernardino # of Pages: 02014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 EXHIBIT 14 Federal Lobbyist Certification Co"J-(Tarc7ganl OF AOO ACcRCS PROJECT NkhA-.E M A Tr1J P 11- caM f,Q WANY NAMn t:DMPANY r7G:3�2ESS Ssrs-ncti �Z78 79( "� P..'O.;EC'r NUN.BeR BDiCONTRACT 60w -LAR A,,A0JNT IIr17l qr--7200932— 2 �l q LICENSE NUMBER F&APLO*fER CENTiCATION NUMBER t77s7v'w,4 rw Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the body awarding this federally assisted construction contract: 1. No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection: with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2. if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3. The above name firm shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreement) and that all sub - recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. NOTE: The penalty for mating false statements in offers is prescribed in 18 U.S.C. 1001. c+UT'}iULt� O. „C€,4_ NAN,[ - P.dRiORIZED O.MC .L TT_cfC ACITY �i t EXHIBIT 15 Section 3 Bid Package ITEM PURPOSE Section 3 Clause: This is a Section 3 Covered housing rehabilitation, housing construction or other public construction project. The provisions of 24 CFR 135.38 apply to contracts and subcontracts of $100,000 or more. Section 3 Bid Preference: A bid preference is available to contractors who submit a reasonable bid and commit to achieving the Section 3 employment or subcontracting goals. First preference will be given to bidders who are a Section 3 Business at the time of bid. Second preference will be given to bidders who make a written commitment to meet the Section 3 goals through hiring and subcontracting. Business Certification: Used to document the status of a bidder or subcontractor as a Section 3 Business or as a business that is making a written commitment to meet the Section 3 goals through hiring or subcontracting to other Section 3 Businesses. Economic Opportunity Plan: Used to document that a bidder is making a written commitment to meet the Section 3 goals through new hires or subcontracting to other Section 3 Businesses. Subcontracted Section 3 Businesses must be documented with the Business Certification as a Section 3 business at the time of bid. Outreach Efforts: The successful bidder will be required to post a listing of all job openings (construction and non -construction) at the site of construction, City Nall, local community based employment agencies, and any trade unions or worker's representative organizations to which the contractor is a signatory. Contractors may utilize the Notice of Section 3 Commitment form for this purpose. Resident Certifications: Used to document each individual claimed on a Business Certification form as a Section 3 Resident (owners or employeesJ and to document new hires. Economic Opportunity Report: Section 3 covered contractors are required io submit a Section 3 Economic Opportunity Report on July 15+ and with their final Certified Payroll Report to document all Section 3 hiring activity and outreach efforts during the project. Section 3 Business Certification Form Federal Compliance Form - To be submitted with Bid to be Responsive to Section 3 AG�C5S SS(7 - C�o.L - # 77ro 7gi 4S PROJECT NAd=s5E t'DCJFCF WWI P 8:bJCC`+ii'A.C:" F.tVY.7UhiC HAA.T3NE-x CpNc� 9�ii' Vic, >!A:.•a. — — 1.20 W rooyAt6L lJc.% I42,ui4— BU:�:�::s5 A€7UEtF5S — (6263 77Y -?579 _ _ 3444`*/- z*24Dos71_ OgLi 7-4y4 =M"Lc":.:RF,�h1A:3UCC.', DUSd.N 1. The above named business is a Section 3 Business Concern based on the following qualifications: ❑ 51 -percent owned by Section 3 Residents Number of Section 3 Resident Owners: / Number of Owners: _ �o (Attach Resident Certifications for all Section 3 owners claimed) ❑ At least 30 -percent of permanent, full-time employees are Section 3 Residents Number of Section 3 employees / all full-time employees = (Attach Resident Certifications for all Section 3 employees claimed) 2. The above named business is not a Section 3 business Concern, but commits to meeting the Section 3 goal on this project by: xMaking a Written Commitment - (Submit Section 3 Economic Opportunity Plan) The Section 3 Economic Opportunity Plan (attached) submitted by our company declares our intention to incorporate Section 3 into our normal hiring practices beginning with all openings effective on or after the date of contract award, with the goal of becoming a Section 3 Business Concern. On this project, our company will: Hire Section 3 qualified residents at least 30 -percent aggregate new hire positions, and/or Subcontract 25 -percent or more of the contract amount to Section 3 Businesses. (Attach the Section 3 Economic Opportunity Plan, Business Certifications for all Section 3 subcontracts claimed, and collect Section 3 Resident Certifications throughout the duration of the project) The undersigned declares that the above information Is complete and correct. Section 3 Economic Opportunity Plan Must be submitted with Bid if Box 2 is checked on the Section 3 Business Certification NOTE: THIS SUBMITTAL MUST INCLUDE NUMERICAL GOALS IN ORDER TO BE RESPONSIVE TO SECTION 3. PART I OR PART Ii MUST REFLECT NUMERICAL HIRING OR CONTRACTING GOALS. NAME AND ADDRESS OF L':o McAC- OR FEDCRA€. IDEN^FICATION; (CCNTRAC? NO.) DOLLAR AMOUNT OF BID/AINARD; MAtirrM 2 Gonl�f+5� Fi 5$ l'7 - Da J,Z�g. CONIAC1Pt. ?5r3N NU OPENING DATE - -- . "i o W. FvOTAWu' a,_,to- RbAAlvr KA6Y9Wr-1L (/%1 11' PHONE =AX A3vsA , CA Cac i 37Y -396f Part I: Employment and Training Commitment Job Total Classification New hires Professionals Section 3 % New hires who New hires are Section 3 Residents % Technicians —% Office/Clerical ) L.. i Trade; CEKuvr MAsW t too % F Trade: % s Trcde: % Trode: % Trade: % Trade: Total: 1 .. -� ..__....--...._ .. __ ..... u Part II: Contract Award Commitment to Section 3 Businesses (Subcontractors, Suppliers, etc.) Name of Specify construction or non -construction Contract contract Amount Section 3 business concern i Ili...___... ...... _... _._..... . —. -- _ Total. $ Percentage of the Prime Contract to be awarded to Section 3 Business Concerns:! too 7 (This affidavit shall be executed by all bidders at the time of bid submittal. Failure to execute the affidavit on this page will result in rejection of bid.) NON -COLLUSION AFFIIDAVIT To the Division of Public Works, Department of Development Services, City of San Bernardino, State of California: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he or she is of the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; communication, or conference with anyone to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract on anyone interested in the proposed contract; or take any action in restraint of free competitive bidding in connection with such contract; that all statements contained in the bid. are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Firm lame Signature of Bidder Qw--ar SCC.IT-A" Printed Name and Title el2o w. FoayNr<<- o�w,._ Business Address A'? -VSA cA Place of Residence Subscribed and sworn to (or affirmed) before me this _ _ day of _ ,,20 the above proved to me on the basis of satisfactory evidence to be the person who appeared before me. Signed Notary Public in and for the County of State of California. My Commission expires on Year C-5 California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracv, or validitv of that document. State of California County of Los Angeles ss. On April 11, 2017 before me, Pamela Jo Hunt Cortez ere insert name and title of the officer) personally appeared Robert Martinez who proved:to a omthebasis of setisfactofy evidence.to be the<per-*on(*whose name(i j=is/ subscribed to the within instrument and acknowledged to me that he/i Yf ( executed the same in hiS/Y&X)W au- thorized capacityNW and that by hisXKX)f* signatureg)Con the instrument the personal, or the entity upon behalf of which the person( acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal PAMELA JO HUNT CORTEZ ^- COMM. # 2095689 f� N e NOTARY PUBLIC -CALIFORNIA iFl LOS ANGELES COUNTY Gc" MY COMM. EXP. JAN. 29, 2019 r WITNESS my hand, a d off ial seal. Signature of N. ary Optional Information To help prevent fraud, it is recommended, that you provide information about the attached document below. ***This is not required under California State notary public law.*** Document Title: Non -Collusion Affidavit # of Pages: Notes City of San Bernardino ©2014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 PHI LAD E LP H IA Executed in Triplicate BOND #CE 00224600009 Premium: $7,025.00 Philadelphia Indemnity Insurance Company Performance Bond KNOW ALL MEN BY THESE PRESENTS: That we Martinez Concrete, Inc. (hereinafter called Principal), and Philadelphia Indemnity Insurance Company, a corporation organized and existing under the laws of the State of Pennsylvania (hereinafter called Surety), are held and firmly bound unto City of San Bernardino(hereinafter called Obligee), in the penal sum amount of Two Hundred Eighty Thousand Nine Hundred Eighty One and 45!100 ($280,981.45 ) for the payment whereof Principal and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS. the Principal has by written agreement dated the 5th day of Julv, 2017 entered into a Contract with the Obligee for the project known as ADA Access Ramps & Sidewalk Improvements. at Various Locations (SS17- 002)(hereinafter called Project) which contract is hereby referred to and made a part hereof. NOW. THEREFORE, THE CONDITIONS OF THE ABOVE OBLIGATION is such that. if the Principal shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED. HOWEVER, That this bond is subject to the following conditions: 1. In the event of default by the Principal, Obligee shall deliver to Surety by certified mail, a written statement of the fact of such default. within thirty (30) days of the occurrence. In the event of default. the Surety will have the right and opportunity. at its sole discretion to promptly: a. Cure the default b. Assume the remainder of the Subcontract and to perform or sublet same c. Tender to the Obligee funds sufficient to pay the cost of completion less the balance of the Subcontract price up to an amount not to exceed the penal sum of the bond. 2. No claim, action, suit or proceeding, except as hereinafter set forth, shall be had or maintained against the Surety on this instrument unless same be brought or instituted upon the Surety within one (1) year from termination or expiration of the bond term. 3. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the heirs. executors, administrator or successors of Obligee. 4. The Penal Sum amount of this Bond shall not increase, absent Surety's written consent, regardless of any changes, alterations, or modifications to the Contract. The aggregate liability of the surety is limited to the penal sum stated herein regardless of the number or amount of claims brought against this bond and regardless of the number of years this bond remains in force. 5. It is expressly agreed and understood by all parties to this Bond that if financing, project funding, or progress payments are lost or suspended during the Project, neither the Surety nor Principal will be responsible for the completion of any remaining uncompleted contracted work or for any completed unpaid performance. 6. In no event shall the Surety be liable for any damages including but not limited to fines, penalties, liquidated damages, actual damages, consequential damages, or forfeitures assessed against the Principal. 7. Notwithstanding any terms contained in the Contract and Contract Documents, it is expressly understood and agreed that the obligations of Surety under this Bond shall exclude any and all responsibility for design or design related services, including but not limited to, any liability for costs or damages arising from any design or design related services. California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracR , or validity of that document. _ State of California County of Los Angeles On August 28, 2017 I SS. before me, Pamela Jo Hunt Cortez (here insert name and title of the officer) personally appeared Robert Martinez who proved to me on the basis of satisfactory evidence to be the person(%whose name(q is/WAsubscribed to the within instrument and acknowledged to me that he/XMXW executed the same in his/K&-XM au- thorized capacityW and that by hiSXXb0Wr signatureWon the instrument the person(,?, or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal r+ PAMELA JO HUNT CORTEZ Comm. # 2095689 r� NOTARY PUBLIC -CALIFORNIA N LOS ANGELES COUNTY Guroa.+�� MY COMM, EXP, JAN. 29, 2019 WITNESS my hand and official seal. - -- --- -- Signature of Notary j Optional Information To help prevent fraud, it is recommended that you provide information about the attached document below. ***This is nQt required under California State notary public law.*** Document Title: Performance Bond # of Pages: Notes City of San Bernardino: ADA Access Ramps & Sidewalk Improvements _ ©2014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 8. It is expressly agreed and understood by all parties to this Bond and the underlying Subcontract and Contract Documents for the Project that this Bond will provide surety for warranty, maintenance, and workmanship issues occurring and reported to Principal and Surety within one (1) year after the date of acceptance of the Principal's work. Once the Principal's work is accepted, Surety will have no additional obligation or liability under this Bond with the exception of the warranty, maintenance, and workmanship issues discussed in the preceding sentence. 9. If any conflict or inconsistency exists between the Surety's obligations or undertakings as described in this bond and as described in the Contract, Subcontracts, Contract Documents, or any other underlying documents, then the terms of this bond shall prevail. Signed and sealed this 25th day of August, 2017. PRINCIPAL: Martinez Concrete, Inc. (seal) (Name and Title) SURETY: Philadelphia Indemnity Insurance Company (seal) J:� -- Lourdes LZ, Attorney -in -Fact 177 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Lourdes Lando Mark Rossko f and Lisa Saumur of BB&T Insurance Services of California, Inc., its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14 h of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFDMD BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER 2016. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this le day of November, 2016, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMO W TM DF PENNMV r NotsnN Ssa' IA Nva Nornte, NOLry PoOIK Ipwer MGlNM T-., —110M" caum, \� �� j EjOres bo. 6, 2015 �N4 —D Notary . Notary Public: residing at: Bal��yd. PA (Notary Seal) My commission expires: January 8 2018 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attomey issued pursuant thereto on this 140' day of November, 2016 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this �jday of 20j_�? Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verges only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange On 08/25/2017 before me, Marilyn Bagby, Notary Public personally appeared Lourdes Landa who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. OPTIONAL INFORMATION Description of Attached Document _ The preceding Certificate of Acknowledgment is attached to a document titledtfor the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: Individuals) Attorney-in-fact Corporate Officer(s) Gu ardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) r-1 Other: representing: ITIq ri 2 kliethod of Signer identification— Proved to me on the basis of satisfactory evidence: [] form(s) of identification (�] credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Additional Signer Signer(s) Thumbprints(s) MARILYN BAGGY ' COMM. #2106019 z Z Notary Public . California o ,aa+ Orange County f My Comm. Expires ��pr. 6, 2019 ITIq ri 2 kliethod of Signer identification— Proved to me on the basis of satisfactory evidence: [] form(s) of identification (�] credible witness(es) Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Additional Signer Signer(s) Thumbprints(s) PHILADELPHIA Executed in Triplicate INSURANCE COMPANIES BOND #CE 00224600009 Premium: Included in Performance Bond Philadelphia Indemnity Insurance Company Payment Bond KNOW ALL MEN BY THESE PRESENTS: That we Martinez Concrete, Inc. (hereinafter called Principal), and Philadelphia Indemnity Insurance Company, a corporation organized and existing under the laws of the State of Pennsylvania (hereinafter call Surety), are held and firmly bound unto City of San Bernardino (hereinafter called Obligee), in the penal sum amount of Two Hundred Eighty Thousand Nine Hundred Eighty One and 45/100 ($ 280,981.45) for the payment whereof Principal and Surety bind themselves, their heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has by written agreement dated the 5th day July of 2017 entered into a Contract with the Obligee for the project known as ADA Access Ramps & Sidewalk Improvements, at Various Locations (SS17-002) (hereinafter called Project) which contract is hereby referred to and made a part hereof. NOW, THEREFORE, THE CONDITIONS OF THE ABOVE OBLIGATION IS SUCH THAT, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void: otherwise it shall remain in full force and effect, subject to the following conditions: 1, A claimant is defined as an individual or entity having a direct contract with the Principal or with a subcontractor of the Principal for labor, material. or equipment for use in the performance of the Contract. 2. The Surety shall not be liable for the Obligee, Owner, Claimants, or others for obligations of the Principal that are unrelated to the Construction Contract. 3. With respect to the Obligee, this obligation shall be null and void if the Principal: a. Promptly makes payment, directly or indirectly. for all sums due Claimants, and, b. Defends, indemnifies and holds harmless the Obligee for claims, demands. liens or suits by any person or entity whose claim, demand, lien or suit is for the payment for labor, materials or equipment furnished for use in the performance of the Construction Contract, provided the Obligee has promply notified the Principal and the Surety any claims, demands, liens or suits and provided there is no Obligee default. c. It is expressly agreed and understood by all parties to this Bond that if financing is lost or suspended during the Project, neither the Surety nor Principal will be responsible for the completion of any remaining uncompleted contracted work. 4. With respect to the Claimants, this obligation shall be null and void if the Principal: a. Promptly makes payments, directly or indirectly, for all sums due. 5. The Surety's total obligation shall not exceed the amount of the penal sum amount of this Bond, and the penal sum amount of this bond shall be credited for any payments made hereunder by the Surety, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. 6. If any suit or action is brought by any claimant under this bond, jurisdiction shall be in the County or Political Subdivision in which the Project is situated. 7. By the Principal furnishing and the Obligee accepting this Bond, they agree that all funds earned by the Principal in the performance of the Construction Contract are dedicated to satisfy obligations of the Principal and the Surety under this bond. California Acknowledgment Form A notary pub iic or ot3ter officer completing this certificate veritics only the identity of the individual wh❑ signed the document to which this certificate is attached, and not the truthfulness, accuracy, or �ralidity of that document. State of California County of Los Angeles ss. On August 28, 2017 before me, Pamela Jo Hunt Cortez (here Insert name and title of the officer) personally appeared Robert Martinez who proved to me on the basis of satisfactory evidence to be the person(%whose nameo� is/XXsubscribed to the within instrument and acknowledged to me that he/ executed the same in his/D& au- thorized capacityNW and that by hisA XXW signaturegXon the instrument the personal, or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal CY)MY AMELA JO HUNT CORTEZ COMM.#2095689 NOTARY PUBLIC -CALIFORNIA LOS ANGELES COUNTY Comm. EXP. JAN. 29, 2019 WITNESS my hand and official seal. Signature of Notary Optional Information To help prevent fraud, it is recommended that you provide information about the attached document below. ***This is not required under California State notary public law.*** Document Title:-. PaJ ment Bond # of Pages: Notes City of San Bernardino: ADA Access Ramps & Sidewalk Improvements ©2014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 8. No suit or action shall be commenced by a claimant under this Bond after the expiration of one year from the date on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract. 9. If any conflict or inconsistency exists between the Surety's obligations or undertakings as described in this bond and as described in the Contract, Contract Documents, or any underlying documents, then the terms of this bond shall prevail. Signed and sealed this 25th day of August ,2017 . PRINCIPAL: Martinez Concrete, (seal) (Name & Title) REV 12/18/2015 SURETY: Philadelphia Inden,7�ity Insurance Company Lourdes . Attorney -in -Fact 181 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Lourdes Lando Mark Rossko If and Lisa Saumur of BB&T Insurance Services of California, Inc. its true and lawful Attomey-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof; issued in the course of its business and to bind the Company thereby, in an amount not to exceed 525 00_ 0 000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the ]4d'ofNovember, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER 2016. o �6 (D (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 10 day of November, 2016, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. :OMMONwEAFTM OP VINNSVLVn!S;f — - Xotartel Seel Mom Nowerd. Notary PohIN: lower MtrNm TMP., KWOOmery MOW Ny Cammllikn Erpm tan. 0. =018 � rt rr.,e n.iw•w..:. ,----•-ro.a �M:u �4.5 '�� [}t -J oaf Notary Public: residing at: Bala C n d PA (Notary Seal) My commission expires: January S 2018 1, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14`s day of November, 2016 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this , day of D 20 13 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange S.S. On 08/25/2017 before me. Marilyn Bagby, Notary Public personally appeared Lourdes Landa who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 16 �. MARIIBAGBY WITNESS my hand and official seal. 0;�:7e`�" ° COMM, #2106019 Z Notary Public • California z Z ' orange County o OPTIONAL INFORMATION Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of containing pages, and dated The signer(s) capacity or authority is/are as: Individual(s) Attorney-in-fact Corporate Officer(s) ❑ Guardian/Conservator ❑ Partner- Limited/General ❑ Trustee(s) ❑ Other: representing? To, -method of Signer Identification Proved to me on the basis of satisfactory evidence: ❑ form(s) of identification 1-1 credible witness(es) i Notarial event is detailed in notary journal on: Page # Entry # Notary contact: Other Additional Signer ❑ Signer(s) Thumbprints(s) i Client#: 1256144 305MARTICON1 DATE (MMIDD/YYYY) ACORD. CERTIFICATE OF LIABILITY INSURANCE 2/28/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Allie Mosier BB&T Insurance Services PHONE A/C No. Ext): 714 941-2900 AIC, No: 877-297-1116 of Orange County E-MAILs: amosier@bbandt.com 2400 Katella Avenue Ste 1100 Anaheim, CA 92806INSURER(S)AFFORDING COVERAGE NAIL# INSURERA: Scottsdale Insurance Company 141297 INSURED INSURER s : Trumbull Insurance Company Martinez Concrete Inc. 920 W. Foothill Blvd. Azusa, CA 91702 INSURER C . INSURER D: INSURER E: INSURER F: Ins COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP LIMITS LTR I WV POLICY NUMBER MM/D MM/DD A X COMMERCIAL GENERAL LIABILITY BCS0035989 3/01/2017103/01/2018 EEAACCHp�OEC7CURRRRENCE $1,00-0.000 CLAIMS -MADE 7 OCCUR ENED PREMISES Ea occurrence$100,000 MED EXP (Any one person) $Excluded X BI/PD Ded:5,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PR - POLICY CT F7 LOC GENERAL AGGREGATE $2,000,000 ! PRODUCTS - COMP/OP AGG $2,000,000 $ OTHER: B AUTOMOBILE LIABILITY 72UEAPTS223 3/01/2017 03/01/201 CO..idMBINED n SINGLE LIMIT Ea accident 7,000.000 BODILY INJURY (Per person) Is X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X NON -OWNED HIRED AUTOS X AUTOS PROPERTY DAMAGE $ Per accE $ A UMBRELLA LIAB X OCCUR XLS0101563 03101/2017 0310112018 EACH OCCURRENCE $11,000,000 AGGREGATE $1,000,000 X EXCESS LIAR CLAIMS -MADE ? _ N / A DED RETENTION $ Is B WORKERS COMPENSATION AND AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N OFFICER/MEMBER EXCLUDED? F 7Y 3/01/2017 03/01/201 X PER OTH-: E.L. EACH ACCIDENT $1,009,000 E.L. DISEASE - EA EMPLOYEE $1,000 000 (Mandatory in NH) I If yes, describe under DESCRIPTION OF OPERATIONS be[. 6602266N740TIL17 3/01/2017 03/01/2018 E.L. DISEASE- POLICY LIMIT 1$1,000,000 C Rented/Leased $150,000 Max Per Item Equipment $1,000 Deductible DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) RE: Construction of ADA Access Ramp & Sidewalk Improvements City of San Bernardino and their officers, employees and agents are named as additional insured as respects general liability as required by written contract, per endorsement attached. City of San Bernardino SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 300 North D Street ACCORDANCE WITH THE POLICY PROVISIONS. San Bernardino, CA 92418 AUTHORIZED REPRESENTATIVE -_ s ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD #S17712451/M17709693 ACMOS POLICY NUMBER: BCS 0035989 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations ANY PERSON OR ORGANIZATION WHEN YOU ALL LOCATIONS AND SUCH PERSON OR ORGANIZATION HAVE AGREED IN WRITING IN A CONTRACT OR AGREEMENT, EXECUTED PRIOR TO THE "OCCURRENCE" TO WHICH THIS INSURANCE APPLIES, THAT SUCH PERSON OR ORGANIZATION BE ADDED AS AN ADDITIONAL INSURED ON YOUR POLICY Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 3 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 2010 04 13 © Insurance Services Office, Inc., 2012 Page 3 of 3 COMMUNITY DEYELOP.MENT BLOCK GRANT PROGRAM CONTRACTOR'S CERTIFICATION CONCERNING LABOR STANDARDS AND .PREVAILING WAGE REQUIREMENTS TO (Appropriate Recipient) DATE: 14701' S s t ^r - OCY=- __ PROJECT NO. (lf any ): Cf0 PROJECT NAME: 1. The undersigned, having executed a contract with eZr4 of s4,4 _ for the construction of the above -identified project, acknowledges that: (a) The Labor Standards provisions are included in the aforesaid contract. (b) Correction of any infractions of the aforesaid conditions, including infractions by any of his subcontractors and any lower tier subcontractors, is his responsibility. 2. He certifies that: (a) Neither he nor any firm, corporation, partnership or association in which he has substantial interest is designated as an ineligible contractor by the Comptroller General of the United States pursuant to Section 5.5(b) of the Regulations of the Secretary of .Labor, Part 5 (29 CFR, Part Si or pursuant to Section 3(a) of the Davis -Bacon Act, as amended (40 U.S. C. 276a -2(a). (b) 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 any of the aforementioned regulatory or statutory provisions. 3. He 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 Requirements" executed by the subcontractors. 4. He Certifies that: (a) The legal name and the business address of the undersigned are: 14earsl-�psz evn+GR�V'� __,_ _q2o W •.._ FooT�c� _��'uµ r4z..dof _�_, (b) The undersigned is: (1) A SINGLE PROPRIETORSHIP (3) CORPORATION ORGANIZED IN THE STATE OF GA—coa# 4 (2) A PARTNERSHIP (4) OTHER ORGANIZATION ( Describe ) C-6 Page 2 of 2 4. (cont.) (c) The name, title and address of the owner, partners or officers of the undersigned are: NAME TITLE ADDRESS Hass- ._,,, �i�f eJ'jA M!/ift.�....,.._._ _. V.� .p_.�._.. �� '�G! ._„�..��TgSII� �C✓� . izoacar m^f%TrnlA,y 5&cam Trlw+a7 - -- - A'YJ9., cA (d) The names; addresses and the nature of the interest of all other persons, both natural and corporate, having a substantial interest in the undersigned are (It none, so state): NAME 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 state): NAME ADDRESS TRADE CLASSIFICATION _MW�a4-Sra.6 Z co.a�oR'i� ,� (t, OM t i'tili'1 L;S' ) DATE:_ 9/11/1-7 � $Y: ISIGNA?'iMU"j WARNING U. S. Criminal Code, section 1010, Title 1s, U.S.C, provides in part. "Whoever....... makes, passes, utters or publishes any statement, knowing the same to be false ............. shalt he fined not more than $5,000 or imprisoned not more than two (2) years, or both. C-% CONTRACTOR'S CERTIFICATION OF COMPLIANCE WITH DAMS -BACON AND RELATED ACTS REQUIREMENTS Plans & Special Provisions No: ...... A111s hereby make the following certification and acknowledgement with respect to the applicability of Davis -Bacon and Related Acts Requirements: 1) By entering into this Contract, I certify that I acknowledge that the above referenced project is federally funded and I am solely responsible for complying with Davis -Bacon and Related Acts Requirements; and, 2) The Prime Contractor and all Subcontractors are required to pay their laborers and mechanics employed under this contract, a wage not less than the highest wage applicable to their work classifications, as specified by the current and applicable Federal Wage Determination. If no Federal work classification appears to apply, the Prime Contractor shall make written request to the CITY to obtain applicable work classifications and wage rates prior to the start of construction. When the same classification appears in both the Federal and State Wage Determinations, the higher wage must be paid for that classification. The Prime Contractor is responsible for ensuring Subcontractor compliance with Davis -Bacon and Related Acts Requirements. IF THE COMPANY IS A CORPORATION, CORPORATE OFFICERS ARE AS FOLLOWS: ikrbc�L �Aar��Ez. President _ (rSPGnAN?A-r�A%rSMr'L Vice -President re'oflrar MAtil /� Secretary / Treasurer C-8 ( V Signature, Prime Contractor Title ( Owner or President) Date /_ as Prime Contractor for Project Name: (_orsT4oc-rt_w CK Aga accFSS aAmPS 4 srorwAt.c Tto. Plans & Special Provisions No: ...... A111s hereby make the following certification and acknowledgement with respect to the applicability of Davis -Bacon and Related Acts Requirements: 1) By entering into this Contract, I certify that I acknowledge that the above referenced project is federally funded and I am solely responsible for complying with Davis -Bacon and Related Acts Requirements; and, 2) The Prime Contractor and all Subcontractors are required to pay their laborers and mechanics employed under this contract, a wage not less than the highest wage applicable to their work classifications, as specified by the current and applicable Federal Wage Determination. If no Federal work classification appears to apply, the Prime Contractor shall make written request to the CITY to obtain applicable work classifications and wage rates prior to the start of construction. When the same classification appears in both the Federal and State Wage Determinations, the higher wage must be paid for that classification. The Prime Contractor is responsible for ensuring Subcontractor compliance with Davis -Bacon and Related Acts Requirements. IF THE COMPANY IS A CORPORATION, CORPORATE OFFICERS ARE AS FOLLOWS: ikrbc�L �Aar��Ez. President _ (rSPGnAN?A-r�A%rSMr'L Vice -President re'oflrar MAtil /� Secretary / Treasurer C-8 ( V Signature, Prime Contractor Title ( Owner or President) Date /_ CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY PROJECT TITLE: _ coNstn,,,LT :gLcF _gra A�c� n u�.{- --5-wp 4� _.__..._....,... INSTRUCTIONS This certification is required pursuant to Executive Order 11246 ( 30 F.R. 1231.9-25 ). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has (they have) participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has (they have) filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall be awarded unless such report is submitted. CERTIFICATION BY BIDDER Bidder's Name: arz at, Address and Zip Code: _ qo W. JCGOT p rc �e 4 -Vo. n 2,J ca. 1. Bidder has on file an affirmative action program pursuant to Part 60-2 (applies to non -construction contracts). YES � NO 2. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. YES'l 71 NO (If answer is YES identify the most recent contract ) (If answer is no, contractor may be required to submit an EEO -I survey or other reports to the Equal Employment Opportunity Commission. Contact the EEOC at 800-669-4004 or inquire online at blip.hp)nW.eeor.gov/eeelsttrveylindey-html. 3. Compliance reports were filed in connection with such contract or subcontract with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission. YES � NO NONE REQUIRED CERTIFICATION — The information above is true and complete to the best of my knowledge and belief. RO�.T MAarrur,?, -?Fame and Title of Signer (Please Type) Signature Date C-9 FORM OF. BID BOND KNOW ALL HIEN BY THESE PRESENTS, that we, the undersigned, Martinez Concrete, Inc. as Principal, and Philadelphia Indemnity Insurance Company as Surety, are hereby and firmly bound unto the City of San Bernardino , State of California, hereinafter referred to as "Obligee" in the penal sum of ten percent 10% of the total amount of the bid of the Principal submitted to the Obligee for the work described below, for the payment of which sum we hereby jointly and severally bind ourselves, our heirs, executors, administrators, successors and assigns. THE CONDITION OF THIS OBLIGATION IS SUCH, THAT: WHEREAS, the Principal has submitted to Obligee, a certain Bid, attached hereto and hereby made a part hereof to enter into a contract in writing, for the — — - Construction of ADA Access Ramps & Sidewalk Improvements at Various Location (SS 17-002) Provision No. 12973 ( Copy here the exact title description of work, including location as it appears on the proposal) for which bids are to be opened on April 11 2017 (Insert date of opening) NOW, TIIEREFORE, a. If said Bid shall be rejected, or in the alternate, b. If said Bid shall be accepted and the Principal shall execute a contract in the Form of contract attached hereto (properly completed in accordance with said Bid) and shall furnish a bond for his faithful performance of said contract, and shall in all other respects perform the agreement created by the acceptance of said Bid, then this obligation shall be void; otherwise, the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Obligee may accept such Bid; and said Surety does hereby waive notice of any such extension. Signed, this 6th _ day of April 70 17 IN WITNESS WI--mREOF, the Principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first mentioned. ' In I Martinez Concrete, Inc. (SEAL) Principal By. Signature �jg.gz� neo* rrt� SFt•/gwA4S- Printed Name and Title Philadelphia demurty nsurance Commix - JSEALj Buret / Signature Li ur Attom -In-Fact,-- Printed Name and Title NOTE: Notarization of Principal and Surety signatures and Power of Attorney of the Surety shall accompany this form. C-10 154 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Lourdes Lands, Mark Rosskonf and Lisa Saamur _9f BB&T Insurance Services of California Inc. its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $25.000.000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the W of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attorney(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 14TH DAY OF NOVEMBER, 2016. (Seal) Robert D. O'Leary Jr., President & CEO Philadelphia Indemnity Insurance Company On this 10 day of November, 2016, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company, that the said Corporate Seal and his signature were duly affixed. COM wLLLTM 01 IKMNSn Flamm SW Mora Howard, Nodry PYWK L~ Merlm 1*p., Mdnrodmr T CduMy ' Mr commM+an o�ti ran. a, xou �-- 'F.lo-r-J o.Lc- Notary Public: ll " residing at: Bala Cyn w PA (Notary Seal) My commission expires: January 8 2018 I, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 14t° day of November, 2016 are true and correct and are still in full force and effect. I do further certify that Robert D. O'Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, 01 in Testimony Whereof I have subscribed my name and affixed the facsimile seal c,': each Company this Ui day of 20 Edward Sayago, Corporate Secretary PHILADELPfiiA INDEMNITY INSURANCE COMPANY California All -Purpose Certificate of Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. - - State of California County of _ Orange On 04/06/2017 personally appeared before me, Marilyn Bagby, Notary Public Lisa Saumur fume Signer i2? who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature o - OPTIONAL INFORMATION MARILYN BAGBY o COMM. #2106019 z Notary Public California O Z -+�. Orange County MX COMM, Ex fires Asrr. 2019 sea. ttre information in th,s Sectian i,_ -vefr., fm: dtdemr removal acrd reattaahme , . , is acknnw!Pdatrr-nt to Pn uriauthonzed document anc n?=ad Jrove useful to i?fir.-.-ons relying Orr I -- ett7ChP•C� CfOClirri£'%7?. Description of Attached Document The preceding Certificate of Acknowledgment is attached to a document titled/for the purpose of - containing pages, and dated The signer(s) capacity or authority is/are as: ❑ Individual(s) ❑ Attomey-in-fact ❑ Corporate Officer(s) itia(5i Guardian/Conservator ❑ Partner - Limited/General ❑ Trustee(s) ❑ Other: representing: tiame(s} v? F9r€onfsi ETI`tyk'ssi siq,er ;c Representing Notary 1 -earning .. HII ;�,o; - Additional Information abir I Method of Signer Identification - Proved to me on the basis of satisfactory evidence: i ❑ form(s) of identification ❑ credible witness(es) Notarial event is detailed in notary journal on: Page #. Notary contact: I Other Entry # ❑ Additional Signer ❑ Signer(s) Thumbprints(s) S.S.ID California Acknowledgment Form A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. Smote of California County of Los Angeles I ss' On April 11, 2017 before me, Pamela Jo Hunt Cortez (here insert name and We of the o oer) personally appeared Robert Martinez who,plroved to me on the basis ofsatisfadory evidence to be the person(%whose name(Ig isl subscribed to the within instrument and acknowledged to me that he/X*J(W executed the same in his/D dtAD l'i' au- thorized capacity( and that by hisXXXX Qr signatureN)(on the instrument the person(Q, or the entity upon behalf of which the person(4 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Seal °;'+�� PAMELA JO HUNT CORTEZ Comm.$ 2095689 rn r • 2 NOTARY PUBLIC -CALIFORNIA N LOS ANGELES COUNTY G NIY Corr. ESP. JAN. 29, 2019 WiTN SS my hand oft 1 seal. Signature of otary Optional Information To help prevent fraud, it is recommended that you provide information about the attached document below. ***"Misis not required under California State tto4 public. law *** Document Title: Bid Bond # of Pages: Notes City of San Bernardino _ 02014 Golden State Notary, Inc. www.Notary.net (888) 263-1977 MrAarrN6'L cOrkCrAsjjj�: BIDDER'S FIRM NAME MBE/WBE INFORMATION - GOOD FAITH EFFORTS PLANS & SPECIAL PROVISIONS NO. 12973 Federal Affirmative Action Compliance Guidelines have established a Minority Business Enterprise (MBE) Goal of 19% and a Women Business Enterprise (WBE) Goal of 6.9% for this project. The information provided herein shows that adequate good faith efforts were made. See also Pae 11 of CDBG CONTRACT PROVISIONS of these Special Provisions. A. The names and dates of each publication in which a request for MBE/WBE participation for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates ofAdvertisement �..iST�sye*T+oN 5's` Ori B, The names and dates of written notices sent to certified MBEs/WBEs soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the MBEs/WBEs were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names ofMBE/WBE Initial Solicitation Follow Up Methods Solicited Dates and Dates C. The items of work which the bidder made available to MBE/WBE firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate MBE/WBE participation. It is the bidder's responsibility to demonstrate that sufficient work to facilitate MBE/WBE participation was made available to MBE/WBE Cions. Items of Work Breakdown of Items T"r--Fp- "viry oc. L C.,-rA,n- 4 GrAyi'a .. a— grc�Q 13� t r', 16 D. The names, addresses and phone numbers of rejected MBE/WBE firms, the reasons for the bidder's rejection of the MBE/WBE, and the firms selected for that work (please attach copies of quotes from the firms involved): Firms Rejected Firms Selected Ar '177Ac iCW G �tti/Aa-S2YJG2- E. Efforts made to assist interested MBE/WBEs in obtaining bonding, lines of credit or insurance, and any technical assistance or information related to the plans, specifications and requirements for the work which was provided to MBE/WBEs: Fo Efforts made to assist interested MBE/WBEs in obtaining necessary equipment, supplies, materials or related assistance or services, excluding supplies and equipment the MBE/WBE subcontractor purchases or leases from the prime contractor or its affiliate: q G. The names of agencies, organizations or groups contacted to provide assistance in contacting, recruiting and. using certified MBEs/WBE firms (please attach copies of requests to agencies or organizations, and any responses received, i.e., lists, Internet page download, etc.): Name of Method/Date Results Agency/Organization of Contact of'Contaet �Cti I�ri +ocw, H. Any additional data to support a demonstration of good faith efforts ( use additional sheets if necessary ): 4/7/2017 Pri nt Subject: Weekly Bid Flash DBE Ad Affidavit - Construciton of ADA Access Ramps & Sidewalk Imp. From: The Weekly Bid Flash (support@theweeklybidflash.com) To: Iflores_martinezc@yahoo.com; Date: Friday, April 7, 2017 2:11 PM Proof of Publishing Affidavit To Whom It May Concern: Be it known that this is a sworn affidavit that Martinez Concrete did place an advertisement we published on 4/7/2017 in our nationwide publications, Construction Star, Inc. and The Weekly Bid Flash, seeking Certified Disadvantaged subcontractors and/or material suppliers for the project Construciton of ADA Access Ramps & Sidewalk Imp.. A copy of the advertisement is below: Date Of Advertisement Placement: 4/7/2017 2:11:37 PM Martinez Concrete An Equal Opportunity Employer, is requesting quotations from all qualified MBE,WBE sub -contractors and material suppliers for the following project: Construciton of ADA Access Ramps & Sidewalk Imp. City/Location: San Bernardino County: San Bernardino Owner: City of San Bernardino Bid Date: Tuesday 4/11/2017 at 2:00 PM We are requesting bids for the following trades and/or supplies: Traffic Control, Clear and Grub, Striping, Tree Removals, Survey NAICS Classifications Sector 23 --Construction Highway, Street, and Bridge Construction CSI Classifications DIVISION 2 -SITE WORK EARTHWORK PAVEMENT MARKING SITE PREPARATION Bid documents can be viewed at or obtained from: City of San Bemardino web site Martinez Concrete 920 W. Foothill Blvd Azusa, CA 91702 Phone: (626) 334-2979 Fax: (626) 334-3365 Louis Flores lflores—martinezc@yahoo.com Published on 4/7/2017 3:00:00 PM by The Weekly Bid Flash and The Construction Star aboutblank 1/2 4/7/2017 Print Trade and Focus Publications located at www.theweeklybidflash.com and www.constarl.com Phone: 1.800.479.5314 Fax: 1.619.688.0585 This solicitation Ad will run until the bid date Our publication is a listed approved source by the State of CA , Dept. of General Services, Office of Small Business Certification & Resources, in its Resource Packet. Since, 1989 our firm has been proud to help businesses reach Certified Disadvantaged firms statewide. If you should need any further information, please do not hesitate to contact us at 800-479-5314. Thank you again! Construction Bidboard Inc. 11622 El Camino Real, Suite 100 San Diego, CA 92130 www.theweeklybidflash.com 800-479-5314 about:blank 212 Mart; 1,NCAI. C—N cr-acr— BIDDER'S FIRM NAME REFERENCES PLANS & SPECIAL PROVISIONS NO. 12973 Date L( , 0 The following are the names, addresses, and phone numbers for three public agencies for which BIDDER has performed similar work within the past two years: Public Agency's Contract Name, Title Name & Address Type of Project Contract Amount Date Completed & Phone Number 1. CITY o� '5-r2XcZ TMO $ qu 22Y SSP ._7o<t "VCK WAC :4 -,VK << a N1 5A,J,aosN b �SGt )908 _ mzoo� Z, . Lrr-Y op Yv�axQ3 ` r !*O . 3, ?q`i_ . ���✓r�_ 20 1 C(J.,cic co�.a — 3. L jjkeoao CA 7- p2ZO CONTRACTOR'S CERTIFICATION OF COMPLIANCE WITH DAVIS-BACON ANIS RELATED ACTS REQUIREMENTS I, Roar. -; _ MAaTrJJ'-' %- , as Prime Contractor for Project: CvN rra.*cTCvr4 of AOA ACCiCfr AtAwPs 4 SP>r `13 e - hereby make the following certification and acknowledgment with respect to the applicability of Davis -Bacon and Related Acts Requirements: 1) By entering into this Contract, I certify that i acknowledge that the above referenced project is federally funded and I am solely responsible for complying with the Davis -Bacon and Related Acts Requirements; and, 2) The Prime contractor and all subcontractors are required to pay their laborers and mechanics employed under this contract, a wage not less than the highest wage applicable to their work classifications, as specified by the current and applicable Federal Wage Determination. If no Federal work classification appears to apply, prime contractor shall make written request to CITY to obtain applicable work classifications and wage rates prior to start of construction. When the same classification appears in both the Federal and State wage decisions, the higher wage must be paid for that classification. The Prime Contractor is responsible for ensuring subcontractor compliance with Davis -Bacon and Related Acts Requirements. IF THE COMPANY IS A CORPORATION, CORPORATE OFFICERS ARE AS FOLLOWS: r � Maar r'�R President E r M Nrr S L Vice -President Secretary/ Treasurer Signature, Prime Contractor Sre- .r�:r- Title (Own or President) - —LV? Date Page 4 of f 1 MINORITY AND WOMEN OWNED BUSINESS ENTERPRISE PARTICIPATION This form is designed to assist the CITY in assessing and reporting the proposition and amounts of contracts and subcontracts awarded to Minority and Women Owned Business Enterprises (WMBE'S) for the project named below. Include information on all subcontractors and suppliers if the total bid amount exceeds $10,000. "Minority owned or controlled" paeans that 51 % or more of the company's ownership or controlled interest in the company is held by one or more Black Americans, Native Americans (including American Indians, Eskimos, Aleuts, and Native Hawaiians), Hispanic Americans, or Asian/Pacific Americans (including persons whose origins are from Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam, the United States Trust Territories of the Pacific, Northern Marianas, Laos, Cambodia and Taiwan), or any other group of natural persons identified as minorities in the project specifications by the CITY. "Female owned or controlled" means that 51% or more of the company's ownership or controlled interest in the company is held by one or more female persons. PROJECT OP Ido❑ _ lQA.— Project Name Total Bid Amount CONTRACTOR _ M/r►04=*.l,C,J. Gorj e(ta .. Contractor's Name Qom- 32oCi7Z Federal I.D. Number $ 2S`1 1221 Portion of Bid Amount to be performed by Contractor SUBCONTRACTORS 1) Oa.,2o5 Tr+c� Sr�sc.� Subcontractor's Name Federal I.D. Number Subcontract Bid Amount 55(Ir - ooZ Project Number Federally funded or assisted? P<Yes [ ]No q?a Address p7,,r„ _ ca gr�02 CITY State Zip Code Minority owned/controlled? M Yes If so, what Minority?-,_-wt)pAmrc. Female owned/controlled? [ ] Yes Address J No M. CITY State Zip Code Minority owned/controlled? [ ] Yes Do No If so, what Minority? _. Female owned/controlled? ] Yes PQ No Page 5 of 11 SUBCONTRACTORS (Continued) Subcontractor's Name Federal I.D. Number Subcontract Bid Amount 3} Subcontractor's Name Federal I.A. Number Subcontract Bid Amount Address CITY State Zip Code Minority owned/controlled? [ ] Yes [)' No If so, what Minority? Female owned/controlled? [ ] Yes Pa N Address CITY Minority owned/controlled? If so, what Minority? Female owned/controlled? Dd Yes [ ] No State Zip Code [ ] Yes QQ No - --- �— - Subcontractor's Name Address Federal I.D. Number CITY State Zip Code $ Minority owned/controlled? [ ] Yes [ ] No Subcontract Bid Amount If so, what Minority? Female owned/controlled? [ ] Yes [) No Subcontractor's Name Address Federal I.D. Number CITY State Zip Code Minority owned/controlled? [ ] Yes [ ] No Subcontract Bid Amount If so, what Minority? Female owned/controlled? [ ] Yes [ ] No Subcontractor's Name: Federal I.D. Number Subcontract Bid Amount Address CITY State Zip Code Minority owned/controlled? [ ] Yes [ ] No If so, what Minority? _ Female owned/controlled? Female owned/controlled? Page a of 11 [ j Yes [ ] No [ ] Yes [ ] No CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY Project Name:&wsTAu#ct-r,,,J of AD& ACC&ss (2Aapj: 1i 5LQrwA((4 T, INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 P.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the bidder has not filed a compliance report due under applicable instructions, such bidder shall be required to submit a compliance report within seven calendar days after bid opening. No contract shall he awarded 11111ess such repnrt is suhmitted- CERTIFICATION BY BIDDER Bidder's Name Address & Zip Cade ct 2 o W • 1. Bidder has on file an affirmative action program pursuant to Part 60-2 (applies to non -construction contracts). ►_ . X 2. Bidder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes N No [] (If answer is yes, idents the most recent contract.) (If answer is no, contractor may be required to submit an EEO -1 survey or other reports to the Equal Employment Opportunity Commission, contact the EEOC at 800-669-4000 or inquire online at ht1pJ/www.eeoc gov/eeolsurveyfindey-html. 3. Compliance reports were filed in connection with such contract or subcontract with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission. Yes (g No [] None required El Certification, The information above is true and complete to the best of my knowledge and belief. Qer3ra-r Mo/LTrnir � : S'Scs�.T�: S • .�._. ., m Name and T' Signer (Please Type) _ _ 4 r r Signature 3�K ._..-. ._ .._. ..... _- ...._...... Date � Page 7 of 11 CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Prime Contractor. MQtiv:pN fa i 60r-►et�gm Project Narne: OC AooQ ACCFJ�s a 4 INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the subcontractor has not filed a compliance report due under applicable instructions, such subcontractar shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract. SUBCONTRACTOR'S CERTIFICAMN Subcontractor's Name: DAVID'S TREE SERVICE, INC. Address & Zip Code: 19051 GOTHARD ST. HUNTINGTON BEACH, CA 92648 i.Bidder has on file an affirmative aotr'gt`program pursuant to Part 60-2 (applies to non -construction contracts). Yes , No ❑ 2.13idder has participated in a previous gmtract or subcontract subject to the Equal Opportunity Clause. Yes No ❑ (1f answer is yes, ident/fy the most recent contract.) (!f answer is no, contractor may be required to submit an EF.0-1 survey or Other reports to the Equal Employment Opportunity Commission, contact the EEOC at 800-669-4000 or inquire online at hitp.11lwww.eeoc,govleeolst nVIindexl:lnd 3.Compliance reports were filed in connection with such contract or sub tract with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment t�Opornmity Commi"' Yes No None required Certification: The information above is true and complete to the best of my knowledge and belief. DARREN DIAZ, VICE PREISDENT Name and Title of Signer (Please Type) 06/02/2017 S' Date • NOTL' THIS,PORMMUST REFILLED OUT BYF-4CIf OFTHEBIDDERISSUBCONTRACTORS. Page 8 of 11 CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Prime Contractor. _ MAti't3a11 _ eoNc-ae�e- __.. Project Name: t-NAT—"C-T-X6P1 04Z ADA AcccSf (tAa.ns 4 SGal�wa�,e INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated In any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has fried all compliance reports due under applicable instructions. Where the certification indicates that the subcontractor has not filed a compliance report due under applicable instructions, such subcontractor shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract: SUBCONTRACTOR'S CERTIFICATION Subcontractor's Name: CAT Ta.ACV- u en i kiL. Address & Zip Code: list) CUM by V x its V ✓D [.Bidder has on file an affirmative aot_ iqn program pursuant to Part 60-2 (applies to non -construction contracts). Yes No ❑ 2.Bidder has participated in a previous ontract or subcontract subject to the Equal Opportunity Clause. Yes No ❑ (1f amwer Is yrs, ident & the most recent contract.) (If answer is no, contractor may be required to submit an EEO- I survey or other reports to the Equal Employment Opportunity Commission, contact the EEOC of 800-669-4000 or Inqulrefonline at hlip MAP ww.eeac.gop/eeoIsm rveyllndex.himl. 3.Compliance reports were [lied In connection with such contract or subcontract with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Emplo taent rtunity Commission. Yes NoANone required ❑ Certification: The information above is true and complete to the best of my knowledge and belief. Ar-fhv✓ 6-1-er-reef/ ES-hW, doe _ Name and Title of Signer (Please Type) 414� Signature V Date • NOM THIS.FORhiMUSTBEFILLEDOUTBYUCIIO[,'rHEBiDDBRSSUBCONTRfCCORS. Page a of 11 CERTIFICATION BY PROPOSED SUBCONTRACTOR REGARDING EQUAL EMPLOYMENT OPPORTUNITY Name of Prime Contractor. 1AAA'T_1,-,4e-Zi AJ C. Project Name: INSTRUCTIONS This certification is required pursuant to Executive Order 11246 (30 F.R. 12319-25). The implementing rules and regulations provide that any bidder or prospective contractor, or any of their proposed subcontractors, shall state as an initial part of the bid or negotiations of the contract whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; and, if so, whether it has filed all compliance reports due under applicable instructions. Where the certification indicates that the subcontractor has not filed a compliance report due under applicable instructions, such subcontractor shall be required to submit a compliance report before the owner approves the subcontract or permits work to begin under the subcontract. SJwCONT,RP.CTOR'S CERTIFICATION Subcontractor's Name: e -. - .l • i ^I �- tl' � Address & Zip Code; !7 l At 9 [.Bidder has on file an affirmative action program pursuant to Part 60-2 (applies to non -construction contracu). Yes ® No ❑ 2.8idder has participated in a previous contract or subcontract subject to the Equal Opportunity Clause. Yes E No Q (If answer is yet, ident fy the most recent contract.) T-4 E_ CcjCs L C-' t. c�� �,� (If answer is no, contractor may be required to submit an EMI survey or /C' D c 5 �' {=, RN j tt U i✓ other reports to the Equal Employment Opportunity Commission, contact the EEOC at 800-669-4000 or inquire online at LyJ G,� hitp.-IAvww.eeoe.govleeolsurvry iodexhiml. 3.Compliance reports were Sled in connection with such contract or subcontract with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Olyortunity Commission. Yes ® No U None required ❑ Certification: The information above is true and complete to the best of my knowledge and belief. Name and Title of Signpr (Please Type) , - 4. Signature —...�_ Date • NO7E: THIS FORdl MM BE FILLED OUT BY ElCIf OFTHE BIDDEX S SUBCONTRACTORS. Page 8 of 11 Section 3 Report - Contracts over $100,000 Project Name/Number: Cury !ix CTb rJ JF AOA AMCSf AM& -,p C _ 5 ,vA,5 s v7 - �aZ Prime Contractor Name/Address/Phone Number: d(2o W •.. FooT�-sr�� Ac..,ro. _ �O�iy�__cA _��t,G.L3'tk_-2,�5 .- Please check the contract type: P' Construction D Non -Construction Under Section 3 of the Housing and Urban Development Act of 1968, as amended (the Act), the City of San Bernardino is directed to award a portion of all construction contracts of $100,000 or more, on projects funded by the Department of Housing and Urban Development (HUD), to Section 3 businesses. A Section 3 business: 1) is at least 51% owned by a low-income person, or 2) has a workforce comprised of at least 30% low-income persons, or 3) subcontracts at least 25% of Its work to Section 3 businesses. Contractors with contracts over $100,000 must show a good faith effort to become a Section 3 business. The prime contractor must complete the following, Numbers should reflect information from the prime contractor and all subcontractors world ; on the pra;ect. -.... # of new # new hires % of total staff % of staff hours # of law -income Job Category hires for that are low- : hours worked by worked by low-income employees and the project income j new hires who are employees and trainees trainees I low-income Oncludim new hires) Professionals �T--� Construction By Trade c. List,1: 1. Trade 12. Trade_ 1-3. Trader 4. Trade 5 Trade -_.__ 6. Trade — 1.� Trade`- - — Other (List) Please check one of the following: 001 am a Section 3 business ON I am not a Section 3 business 0 I am working towards becoming a Section 3 business If you checked the 3`a box above, please check efforts trade to become a Section 3 business: DQ Attempted to recruit low-income residents through: local advertising media, signs prominently displayed at the project site, contacts with community organizations and public or private agencies. ❑❑ Participated in a HUD program, which promotes the training and employment of low-income residents LJ[3 Participated in a HUD program which promotes the award of contracts to Section 3 businesses rt Coordinated with HUD Youth Build programs t IrJ Other efforts made (describe): Page 9 of 19 "SECT' ON V CLAUSE 3-2.2 Employment opportunities for business and tower income persons in connection with assisted projects. This clause applies to construction contracts of $100,000 or more, on projects funded with $200,000 or more in federal funds from the U.S_ Department of Housink and Urban Development. Assurance of compliance with regulations. (A) Every contract or agreement for a grant, loan, subsidy or other direct financial assistance in aid of housing, urban planning, development, redevelopment, or renewal, public or community facilities and new community facilities and new community development, entered into by the Department of Housing and Urban Development with respect to a Section 3 covered project shall contain provisions requiring the applicant or recipient to carry out the provisions of Section 3, the regulations set forth in this part, and any applicable rules and orders of the Department issued thereunder prior to approval of its application for assistance for a Section 3 covered project. (B) Every applicant, recipient, contracting party, contractor and subcontractor shalt incorporate, or cause to be incorporated, in all contracts for work in connection with a Section 3 covered project, the following clause (referred to as 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 Brom the Department of Housing and Urban Development as is subject to the requirements of Section 3 of the Housing and Urban Development and is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U. S.C, 1701 u. Section 3 requires that to the greatest extent feasible, opportunities for training and employment be given 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 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 and Urban Development set forth to 24CFR 135, and all applicable rules and orders of the Department 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 preventthem from complying with these requirements. c. The contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organizations or worker's representative of his 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 violation of regulations issued by the Secretary of Housing and Urban Development 24 CFR 135. The contractor will not subcontract unless the subcontractor has first provided him 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 244 CFR 135, and all applicable rules and orders of the Department issued thereunder 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 provided to the project, binding upon the applicant or recipient for such assistance, its successors and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns, to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified by 24 CPR 135 Page 10 of 11 NOTICE OF REQUIREMENTS FOR AFFH04ATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORT[ MTY (E MCUME ORDER 11246 AND 41 CFR PAID' 604 ) The following Notice shall be included in, and shall be a pot of all solicitations for offers and bids on all Feral and Werally assisted cantnmction cots or subcontracts in excess of S10,000 - 11w Offeroes or Bis attention is called to the "Equal Opporhmtty Clause" and the "Standard Federal Equal Employment Opportunity Construction Coat -ad Specifications" set forth herein. The goals and timetables for minority and fenmale participation, expressed in percentage term for the Contraetoes aggregate workforce in each trade on all constriction work in the covered area, are as follows: Timetables Goals for minority Goth for female participation for each trade participation for each trade 19.40/9 6.90/9 . These goals are applicable to all the Contractor's consbuction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non -federally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be bussed on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the speeificnti m set forth in 41 CFR 6€1-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout time 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 Contactor or from project to project for the sole purpose of meeting the Contractofs goals shall be a violation of the contracf, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work ho mrs performed. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Program within 10 working days of award of any const=tion subcontract in excess of $10,OW at any tier for construction work unser the coact resulting from this solicitation. Time notification shall list the name, address and telephone number of the subcontractor, employer identification number of time subconftwtor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. As used in this Notice, and in the contract resulting €romnm this solicitation, the "covered area" is: State of CALIFORNIA City of SAN BAR]Ilri© Page 11 Of 11 PART II SPECIAL PROVISIONS PART 1 GENERAL PROVISIONS The following sections of the Special Provisions supplement and amend the Standard Specifications for Public Works Construction 2015 Edition. As a reference convenience, these sections are arranged in a format that parallels the Standard Specifications. SECTION 1 — TERMS, DEFINITIONS, ABBREVIATIONS, UNITS OF MEASURE, AND SYMBOLS 1-2 TERMS AND DEFINITIONS. Agency — Replace the definition in the Standard Specifications with the following: The City of San Bernardino. Board — Replace the definition in the Standard Specifications with the following: The Mayor and Common Council for the City of San Bernardino. Engineer — Replace the definition in the Standard Specifications with the following. The City Engineer, Department of Public Works, for the City of San Bernardino. Standard Specifications — Replace the definition in the Standard Specifications with the following. The "Standard Plans for Public Works Construction 2015 Edition", written and promulgated by Public Works Standards, Inc. SECTION 2 — SCOPE AND CONTROL OF WORK 2-1 AWARD AND EXECUTION OF THE CONTRACT. Add the following: Contract award and execution shall be in accordance with the Bid and Contract Documents and this subsection. Contract award will be at the discretion of the Mayor and Common Council for the City of San Bernardino. Within 10 working days of receiving the notification of award, the bidder, to whom the contract is awarded, shall execute the contract and file with the Engineer all specified documents. Failure to file the required documents and execute the contract within the prescribed time shall constitute good and sufficient grounds for rescission of the award and forfeiture of the bidder's security (10 percent of the amount bid) to the City of San Bernardino. The Notice Inviting Sealed Bids, the Addendum, the Instruction's to Bidders, the Bid Forms, the Special Provisions, the Plans, the Standard Specifications, the Standard Plans, together with any attachments, shall be considered as part of the contract between the City of San Bernardino and the Contractor to whom the contract is awarded. 24 CONTRACT BONDS. Replace the first three sentences of the first paragraph with the following: Within 10 working days after receiving notification of the award, the Bidder shall file surety bonds with the Agency to be approved by the Board in the amounts and for the purposes noted within this subsection. Bonds shall be issued and duly executed by a solvent surety who is (1) listed in the latest version of the United States Department of the Treasury's Listing of Approved Sureties (Treasury Circular 570), (2) admitted and authorized to issue bonds by the State of California, and (3) rated "A" or better in Best's most recent Insurance Guide. SP -1 2-5 PLANS AND SPECIFICATIONS. 2-5.1 General. Add the following subsections: 2-5.1.1 Plans. The Plans listed below show the location, character, dimensions, and details of the Work, and shall be part of the Contract Documents: 1) Project Plans: Drawing No. 12973 Sheets 1 to 7. 2) Standard Plans (included by reference only): The City of San Bernardino Standard Plans. The "Standard Plans for Public Works Construction 2012 Edition", written and promulgated by Public Works Standards, Inc. The "Standard Plans 2015", State of California Department of Transportation. 2-5.1.2 Specifications. The Work shall be constructed or done in accordance with The "Standard Specifications for Public Works Construction 2015 Edition", written and promulgated by Public Works Standards, Inc., and these Special Provisions. 2-5.3 SUBMITTALS. 2-5.3.1 General. Add the following. Upon completion of all work the Contractor shall provide a set of "As Built" plans to the City per subsection 2-5.4. Final payment will not be made until this requirement is met. Add the following subsection: 2-5.4 Record Drawings. Record drawings shall be a control set of the construction plans kept on site for daily recording of "as built" conditions. All final locations determined in the field and any deviations from the Plans and specifications shall be marked on the control set of Plans to show the as -built conditions. Dimensions must be taken from above ground permanent objects. All corrections on record drawings shall be done in red ink. All dimensions, notes, etc., shall be legible. Record drawings shall be verified with the Construction Inspector prior to all progress payment requests, and submitted prior to final inspection. 2-8 RIGHT-OF-WAY. Add the following: The Contractor shall not encroach on private property adjacent to this project in any phase of the construction without a signed Right of Entry document from the Agency. SP -2 2-9 SURVEYING. 2-9.1 Permanent Survey Markers. Replace the entire subsection with the following. The Contractor shall be responsible for hiring a Civil Engineer or Land Surveyor to perform all survey work described by this subsection. The Civil Engineer or Land Surveyor shall be authorized to practice land surveying within the State of California. Prior to start of construction, the surveyor shall file a Corner Record referencing survey monuments subject to disturbance in the Office of the County Surveyor. Prior to the completion of construction, the surveyor shall (1) replace any survey monument disturbed by the Contractor, (2) place or replace survey ties by transit method to locate all survey monuments, and (3) file Corner Records documenting the new conditions. The transit method requires that ties define the location of two intersecting lines which intersect at the location of the monument. Ties shall be located at the top of curb. The Contractor shall submit copies of all Corner Records and proof of recording to the Engineer within 30 days of such filings. The surveyor and Contractor shall satisfy the requirements of Survey Monument Preservation Guidelines included in the Appendix. Full compensation for the work described in this subsection shall be considered as included in the lump sum bid price for Surveying, and no additional compensation shall be allowed. 2-9.2 Survey Service. Replace the entire subsection with the following. The Contractor shall be responsible for hiring a Civil Engineer or Land Surveyor to perform and be responsible for the accuracy of surveying adequate for construction. The Civil Engineer or Land Surveyor shall be authorized to practice land surveying within the State of California. The Contractor shall preserve construction survey stakes and marks for the duration of their usefulness. If any construction survey stakes are lost or disturbed and need to be replaced, such replacement shall be done by the surveyor at the expense of the Contractor. Full compensation for the work described in this subsection shall be considered as included in the lump sum bid price for Surveying, and no additional compensation shall be allowed. 2-11 INSPECTION. Replace the second sentence with the following.- The ollowing. The Contractor shall request inspection at least 24 hours in advance of proposed construction. SECTION 3 — CHANGES IN WORK 3-3 EXTRA WORK. 3-3.1 General. Add the following. These specifications are subject to the restrictions of Section 20452 & 20455 of this Public Contract Code. The Contractor shall not perform extra work without written authorization from the Engineer. 3-3.2.3 Markup. a) Work by Contractor. Replace the entire paragraph with the following. A markup for overhead and profit shall be added to the costs determined under Subsection 3-3.2.2. The markups are as follows: SP -3 1) Labor 20% 2) Materials 15% 3) Equipment Rental 15% 4) Other Items and Expenditures 15% To the sum of the costs and markups provided for in this subsection, compensation for bonding shall be at the rate specified by the bonding company b) Work by Subcontractor. Replace the entire paragraph with the following.- When ollowing. When all or any part of the "Extra Work" is performed by a Subcontractor, the Subcontractor's cost shall be determined in accordance with Subsection 3-3.2.2, and the Subcontractor's markup shall be determined in accordance with Subsection 3-3.2.3(a). A markup of 10 percent on the first $5,000 of the subcontracted portion of the "Extra Work" and a markup of 5 percent on work added in excess of $5,000 of the subcontracted portion of the Extra Work" may be added by the Contractor. These markups shall constitute the markup for all overhead and profit for the Contractor on work performed by the Subcontractor. 3-5 DISPUTED WORK. Add the following_ The prevailing party in any legal action to enforce or interpret any provisions of the contract will be entitled to recover from the losing party all attorney fees, court costs and necessary disbursements in connection with that action. The costs, salary and expenses of the San Bernardino City Attorney and members of his office, in connection with that action, shall be considered as attorney's fees for the purposes of the contract. Caltrans Standard Specifications Section 9-1.10 regarding Binding Arbitration is hereby specifically excluded from this Contract. SECTION 5 — UTILITIES 5-1 LOCATION. 5-1.1 GENERAL. Replace the first sentence of the second paragraph with the following. The Contractor shall comply with the provisions of Section 4216 of the California Government Code, which requires the Contractor to contact Underground Service Alert of Southern California (USA), 1-800422- 4133, at least two working days but not more than 14 calendar days prior to performing any excavation or drilling. Add the following subsection: 5-1.1.1 UTILITY LIST: The following is a listing of utilities that could be impacted by the Work. This contact information is provided to assist the Contractor. The Contractor is responsible for verifying phone numbers and contact persons. A T & T Inquiries; Long Distance 22311 Brookhurst St. Suite 203 Huntington Beach, CA 92646 Attn: Joseph Forkert 2. AT&T 3939 E. Coronado Street Anaheim, CA 92807 Attn: Steve Han SP -4 3. AT & T (SBC — Pacific Bell Telephone) 1265 N. Van Buren Street, Room #180 Anaheim, CA 92807 Attn: Yvette Garofano 4. California Dept. of Transportation 464 W. 4"' Street San Bernardino, CA 92401 5. Charter Communications 7337 Central Avenue Riverside, CA 92504-1440 Attn: Gregory Yates 6. City of Riverside 3901 Orange Street Riverside, CA 92501 Attn: Richard Small 7. City of San Bernardino Information Technology 300 N. "Dn Street, 4"' floor San Bernardino, CA 92418 Attn: Larry Martin City of San Bernardino Department of Public Works (Street Division) 234 South Mt. View Avenue San Bernardino, CA 92408 Attn: John Van Havermaat 9 City of San Bernardino Department of Public Works Street Division (Traffic Signals and Street Lighting) 234 S. Mt. View Avenue, #110 San Bernardino, CA 92408 10. County of San Bernardino Flood Control Design Division 825 E. Third Street San Bernardino, CA 92415 11. East Valley Water District 31111 Greenspot Road Highland, CA 92346 Attn: Justin Parker 12. Elsinore Valley Municipal Water District P.O. Box 300 Lake Elsinore, CA 92531-3000 Attn: Lorem Sorber 13. MCI Telecommunications 18850 Orange Street Bloomington, CA 92316 SP -5 14. Metrolink (SCRRA) 186 University Parkway Pomona, CA 91768 Attn: Christos Sourmelis 15. Omnitrans 1700 W. a Street San Bernardino, CA 92411 Attn: Mel Cabang 16. Riverside Highland Water Company 12374 Michigan St. Grand Terrace, GA 92313-5602 Attn: Craig Gudgeon 17. San Bernardino County Information Services 670 E. Gilbert Street San Bernardino, CA 92415 Attn: Melissa Uyeda 18. San Bernardino Municipal Water Department Water Utility Division 399 Chandler Place San Bernardino, CA 92408 19. San Bernardino Valley Municipal Water District 380 E. Vanderbilt Way San Bernardino, CA 92408 Attn: Bob Tincher 20. SBC Services 3073 Adams Street, 2nd floor Riverside, CA 92504 Attn: Lee Corby 21. Southern California Edison Attn: Design Support / UND 9901 Geary Avenue Santa Fe Springs, CA 90670 22. TCI 1500 Auto Center Drive Ontario, CA 91761 Attn: Mark Davenhauer 23. The Gas Company 1981 W. Lugonia Avenue Redlands, CA 92374-9796 Attn: Carlos Flores 24. Time Warner Cable Construction Department 1500 Auto Center Drive Ontario, CA 91761 Attn: Bruce Dewese SP -6 25. Time Warner Telecom 3281 Guasti Road, Suite #101 Ontario, CA 91761 Attn: Bart Van Wey 26. US Sprint Communication 282 South Sycamore Street Rialto, CA 92376 Attn: Lynn Durrett 27. Verizon (GTE) Control Desk 9 South 4"' Street Redlands, CA 92373 5-1.2 PAYMENT: Replace the entire paragraph with the following: Payment for utility location shall be considered as included in the prices in the BID for other items of work. SECTION 6 — PROSECUTION, PROGRESS, AND ACCEPTANCE OF THE WORK 6-1 CONSTRUCTION SCHEDULE AND COMMENCEMENT OF THE WORK. 6-1.2 Commencement of the Work. Replace the entire subsection with the following. Pre -Construction Meeting: Within 10 working days of the award notification, the Contractor shall attend a Pre -Construction Meetingin the office of the City Engineer, Public Works Department, Third Floor, City Hall, 300 North "D° Street, San Bernardino, CA 92418. The Contractor shall coordinate with the Engineer to determine the time and date of the Pre -Construction Meeting. At the Pre -Construction Meeting, if not previously submitted, the Contractor shall submit to the Engineer the following documents: (1) Three original copies of the executed Contract Documents; (2) Three original copies of the required liability insurance policies; (3) Three original copies of the required workers' compensation insurance policies; (4) Three original copies of the required Payment and Performance Bonds; (5) Two copies of the Construction Schedule; (6) Two copies of the Traffic Control Plan; (7) One copy of the Contractor's City Business License; (8) One copy of all City of San Bernardino permits necessary to perform the Work; and (9) One copy of all permits issued by other governmental entities necessary to perform the Work. Notice to Proceed: The Agency will issue the Notice to Proceed no later than 5 working days after the Pre - Construction Meeting. The Contract time shall commence upon the date of issuance of the Notice to Proceed. 6-1.2 PROSECUTION OF THE WORK. Add the following. The Contractor shall protect the work area from nuisance and storm water flows which could have a negative impact on construction operations andlor delay the work. The Contractor shall employ temporary sandbags, pumps, conduit, and other means necessary to divert these water flows to protect the work area. Payment for protection of the work area from water flows shall be considered as included in the Contract Unit price for each item of the Bid and no additional compensation shall be allowed. 6-7 TIME OF COMPLETION. 6-7.1 General. Replace the entire subsection with the following. The Contractor shall diligently prosecute the work to completion before the expiration of 60 working days from the date of the Notice to Proceed. SP -7 6-7.2 Working Day. Replace the entire subsection with the following. Work activities shall be confined to the hours between 7:00 a.m. and 4:30 p.m., Monday thru Friday, on the working days defined herein. A working day is any day within the period between the date of the start of the Contract time as specified in 6-1 and the date of field acceptance of the Work by the Engineer, other than: 1. Saturday and Sunday. 2. January 2, 2017; January 16, 2017; February 20, 2017; May 29, 2017; July 4, 2017; September 4, 2017; November 9, 2017; November 23, 2017; November 24, 2017; December 21, 2017; December 25, 2017; December 28, 2017; and January 1, 2018. 3. Any day designated as a holiday in a Master Labor Agreement entered into by the Contractor or on behalf of the Contractor as an eligible member of a Contractor association. 4. Any day the Contractor is prevented from working at the beginning of the workday for cause as specified in 6-6.1. 5. Any day the Contractor is prevented from working during the first 5 hours with at least 60 percent of the normal work force for cause as specified in 6-6.1. 6-9 LIQUIDATED DAMAGES. Replace the third sentence of the first paragraph with the following. For each consecutive calendar day in excess of the time specified for the completion of Work in 6-7.1, as adjusted in accordance with 6-6, the Contractor shall pay to the Agency, or have withheld from monies due it, the sum of $500. Replace the first sentence of the second paragraph with the following. Execution of the Contract shall constitute agreement by the Agency and Contractor that $500 per pay is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the Work within the allotted time. SECTION 7 — RESPONSIBILITIES OF THE CONTRACTOR 7-2 LABOR. 7-2.2 Laws. Add the following. The Contractor and all Subcontractors shall pay each craft or worker employed on this project not less than the prevailing wage rates specified in Resolution No. 90-358 of the Mayor and Common Council of the City of San Bernardino. The Engineer shall have the right to interview any craft or worker on the project site in order to verify payment of prevailing wage rates in accordance with Resolution No. 90-358. Prevailing wages shall comply with current rates and all updates in effect on the date of the first advertisement by the City Clerk of the Notice Inviting Sealed Bids". The Contractor shall comply with the provisions in Sections 10262 and 10262.5 of the Public Contract Code and Section 7108.5 of the Business and Professions Code concerning prompt payment to Subcontractors. 7-3 Insurance. 7-3.2 Liability Insurance. Replace the second and third paragraphs with the following. The Contractor shall maintain coverage with the following minimum limits: SP -8 General Liability: $1,000,000.00 per occurrence and $2,000,000.00 aggregate for bodily injury, personal injury, and property damage. Commercial General Liability Insurance or other form with a general aggregate limit shall apply separately to this project/location; Products/Completed Operations: $1,000,000.00 per occurrence and $2,000,000.00 aggregate; Automobile Liability: $1,000,000.00 per accident for bodily injury and property damage; Employer's Liability: $1,000,000.00 per accident for bodily injury or illness; Course of Construction: Complete value of the project. 7-5 PERMITS. Replace the entire subsection with the following: City Business License. Within 10 workings days of the award notification, the Contractor shall obtain a City of San Bernardino Business Registration from the City Clerk's Office, San Bernardino City Hall, 300 North "D" Street, 2nd Floor, San Bernardino, CA 92418. The Contractor shall pay all business taxes or license fees that are required for the Work. Cit; Permits. Within 10 workings days of the award notification, the Contractor shall obtain all City of San Bernardino permits necessary to perform the Work. Permits shall be obtained at San Bernardino City Hall, 300 North "D" Street, V Floor, San Bernardino, CA 92418. The Contractor shall be responsible for meeting all permit requirements including completion of applications and provision of applicable USA reference numbers. No fee for City of San Bernardino permits will be charged to the Contractor. Permits shall be kept in a readily available place on the work site at all times during construction. Other Permits. Within 10 workings days of the award notification, the Contractor shall obtain all necessary permits from all applicable entities, including but not limited to, the City of San Bernardino Municipal Water Department, the United State Army Corps of Engineers, the State of California Department of Fish and Game, the State Water Resources Control Board, the California Regional Water Quality Control Board (Santa Ana Region), the State of California Department of Industrial Relations, and the State of California Department of Transportation (Caltrans). Fees for these permits shall be paid by the Contractor. 7-8 WORK SITE MAINTENANCE. 7-8.1 General. Replace the first sentence of the second paragraph with the following. The Contractor shall provide a self -loading motorized street sweeper equipped with a functional water spray system. Add the following to the subsection: The Contractor shall remove graffiti from all work site surfaces, including security fencing, on the day of occurrence. The Contractor shall control dust per section 7-8.2. 7-8.2 Air Pollution Control. Add the following. The Contractor shall water down the site during periods of high winds as directed by the Engineer, including periods when the work is not actually in progress. Failure to respond to a directive to water down the site in a prompt manner will result in the City of San Bernardino making other arrangements to have this work done and the costs will billed to the Contractor, or it shall be paid for by the Contractor as a deduction from his contract. SP -9 7-8.3 Noise Control. Replace the entire subsection with the following. Sound control shall comply with Chapter 8.54 of the City of San Bernardino Municipal Code and these Special Provisions. The noise level from the Contractor's operations between the hours of 9:00 p.m. and 6:00 a.m. shall not exceed 86 db at the distance of 50 feet. This requirement in no way relieves the Contractor from the responsibility of complying with local ordinances regulating noise levels. Said noise level requirements shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warning except those required by safety laws for the protection of personnel. 7-8.6 WATER POLLUTION CONTROL. 7-8.6.1 General. Add the following. The Contractor shall be responsible for having sufficient materials on hand and being prepared to provide erosion and sediment controls capable of preventing erosion from being washed into the storm drain system. The Contractor shall be responsible for maintaining equipment so that oil, grease, gasoline, diesel fuel, et al., do not contaminate areas subject to run-off. The Contractor and its Surety shall fully indemnify the CITY for any pollution damage and/or cleaning costs. 7-8.6.2 Best Management Practices (BMPs): Add the following: The Contractor shall obtain and refer to the California Storm._ Water Best Management Practice Handbooks. Volume 3 Construction BMP Handbook and the Coun { Regional Best Management Practices Handbook for Construction Activities. 7-8.6.3 Storm Water Pollution Prevention Plan (SWPPP): Add the following: The CITY, as Permittee, is subject to enforcement actions by the State Water Resources Control Board, Environmental Protection Agency, and private citizens. The CITY may assess the Contractor a penalty of $1,000 for each calendar day that the Contractor has not fully implemented the BMP(s) or SWPPP specified for the Contract and/or is otherwise in noncompliance with these provisions. In addition, the CITY will deduct, from the final payment due the Contractor, the total amount of any fines levied on the CITY, plus legal and staff costs, as a result of the Contractor's lack of compliance with these provisions and/or less than complete implementation of these specified BMP(s) or SWPPP. 7-9 Protection and Restoration of Existing Improvement: Add the following. The removal and restoration of existing improvements shall be in accordance with the following requirements: 1. In the event a portion of curb, gutter or monolithic curb and gutter is damaged by the Contractor's operations, a minimum of 10 feet of curb, gutter or curb and gutter shall be removed and replaced regardless of how short a length is damaged. The Contractor -shall begin said 10=foot section, if possible, at an existing- joint orscortng fine. 4f said t0 - foot section ends within 3 feet of an existing joint or scoring line, then the removal shall extend to said joint or scoring line. 2. If concrete cross gutter is damaged by the Contractor's operations, the cross gutter shall be removed in its entirety and replaced. 3. Concrete sidewalk shall be removed in its entirety between scoring lines or between scoring line and joint. Prior to removal, scoring lines shall be saw -cut. SP -10 4. If a concrete driveway is damaged and is a single monolithic structure, it shall be removed in its entirety and replaced. 5. If a concrete driveway is damaged and is monolithic with the sidewalk, it shall be set off from the sidewalk by a saw cut along the edge of the sidewalk. The driveway shall then be removed in its entirety and replaced. 6. If the roadside signs are damaged during the construction, they shall be restored or replaced to a condition equal or better than the existing per the prior approval of the City's Traffic Section. New installation shall not impede into required ADA access distance around obstacles. A minimum clearance of 48" shall be maintained. 7. If existing fence is in conflict with the new construction, fence shall be relocated by the Contractor. The Contractor shall indemnify and save harmless the City of San Bernardino, and all officers and employees thereof connected with the work, in accordance with the above section. 7-10 SAFETY. 7-10.4 Safety. 7-10.4.1 Work Site Safety. 7-10.4.1.2 Work Site Safety Official. Add the following: The Contractor will, through and with his Project Safety Official, ensure that all of its employees, and its Subcontractors of any tier, fully comply with the Project Safety Policies. The Safety Official shall be a full- time employee of the Contractor whose responsibility shall be for supervising compliance with applicable safety requirements on the work site and for developing and implementing safety training classes for all job personnel. If, in the opinion of the Engineer, the precautions taken by the Contractor are not safe or adequate at any time during the life of the Contract, the Engineer may order the Contractor to take further precautions, and if the Contractor shall fail to do so, the Engineer may order the work done by others and charge the Contractor for the cost thereof, such cost to be deducted from any monies due, or becoming due, the Contractor. Failure of the Engineer to order such additional precautions, however, shall not relieve the Contractor from his full responsibility for public safety. Add the following subsection: 7-10.4.1.3 Meetings. A. The Engineer shall have the authority to require that a mandatory safety meeting be held at any time during normal work hours. B. These meetings shall be attended by the Contractor, the Engineer or his/her designee, and any Subcontractors specified by the Engineer. -C. Meeting minutes - wilt be taken, -by the --Engineer, his/her -designee- or�he--Contractor: ---The responsible party will distribute the meeting minutes to all parties in this contract. SP -11 SECTION 8 — FACILITIES FOR AGENCY PERSONNEL 8-1 GENERAL. Replace the entire subsection with the following: No field offices for CITY personnel shall be required; however, the CITY's personnel shall have the right to enter upon the project at all times and shall be admitted to the offices of the Contractor if so provided by the Contractor for his own personnel. SECTION 9 — MEASUREMENT AND PAYMENT 9-3 PAYMENT. 9-3.2 Partial and Final Payment. Add the following. The Contractor shall submit "As Built' project drawings to the Engineer prior to the release of final payment and/or bonds. 9-3.3 Delivered Materials. Replace the entire subsection with the following. No payment will be made for any materials which are furnished but not incorporated in the work. 9-3.4 Mobilization. Replace the entire subsection with the following: When a bid item is included for "MOBILIZATION', the costs of work in advance of construction operations and not directly attributable to any specific Bid item will be included in the progress estimate. Mobilization may include, but not be limited to, the following: 1. Submittal and modification, as required, of the Construction Schedule. 2. Establishing work and storage areas. 3. Review of the Site. 4. Obtaining all required Transportation Permits. 5. Submittal of all required insurance certificates and bonds. 6. Moving personnel, equipment, materials, and incidentals to the Work Site. 7. Installing construction fencing and temporary construction power and wiring. 8. Establishing a minimum of one toilet facility and one washing station for each 20 employees or fraction thereof. 9. Establishing temporary utilities. 10. Establishing fire protection facilities. 11. Posting OSHA notices and establishing safety programs. 12. Posting Department of Labor notices. 13. Having the Contractor's representative available full time at the job site during work hours, and available 24 hours per day for emergency contact. 14. Establishing air and water quality protection measures. 15. Potholing and other research and review necessary to verify site conditions and underground utility locations. 16. Demobilization of the Site. The cost of move in and move out, obtaining encroachment permits, and miscellaneous incidental costs, shall be included in the Bid Item provided for "MOBILIZATION' as a lump sum item, of which 75 percent (75%) will be eligible for inclusion in the first progress payment, with the remaining 25 percent (25%) not eligible for inclusion until 100 percent (100%) of the work has been completed and if progress of the work is satisfactory SP -12 No work shall be started without prior approval of the submittals. Failure to comply with the preceding requirement will be sufficient ground for the Engineer to stop all work on the project until the requirements are met. SP -13 PART 2 CONSTRUCTION MATERIALS The following sections of the Special Provisions supplement and amend the Standard Specifications for Public Works Construction 2015 Edition. As a reference convenience, these sections are arranged in a format that parallels the Standard Specifications. SECTION 200 — ROCK MATERIALS 200-2 UNTREATED BASE MATERIALS. 200-2.1 General. Replace the entire subsection with the following. Untreated base or sub -base shall be 314 inch Crushed Aggregate Base. All processing or blending of materials to meet the grading requirement shall be performed at the plant or source. The materials shall compact to a hard, firm, unyielding surface and shall remain stable when saturated with water SECTION 201 — CONCRETE, MORTAR, AND RELATED MATERIALS 201-1 PORTLAND CEMENT CONCRETE. 201-1.1 Requirements. 201-1.1.2 Concrete Specified by Class and Alternate Class. Replace the last sentence with the following. Portland cement concrete for all flatwork shall be class 560-C-3250, with a maximum slump of 4 inches. SECTION 203 — BITUMINOUS MATERIALS 203-6 ASPHALT CONCRETE. 203-6.1 General. Add the following.- The ollowing. The performance Grade of asphalt concrete shall be PG 64-10. Where dense graded asphalt is being constructed in two or more layers, the asphalt concrete pavement for the base course shall be B -PG 64- 10. Where dense graded asphalt is being constructed in a single layer, or for a finishing course or asphalt concrete overlay, the asphalt concrete pavement shall be C2 -PG 64-10. SECTION 211 — MATERIALS TEST 211-1 COMPACTION TEST Add the following. Cost of compaction testing ordered by the Engineer shall be paid for in the following manner: Tests which do not meet the required relative compaction shall be paid for by the Contractor, as a deduction from his contract. The Contractor shall pay the price at the same rate that the CITY is charged by the testing soils lab. 2. Tests which do meet the required relative compaction shall be paid for by the CITY. SP -14 SECTION 214 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 214-1 General. Add the following. Material for traffic striping and marking shall be thermoplastic type and shall conform to the requirements of 214-5 of the Standard Specifications. PART 7 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 700 — MATERIALS 700-3.7 Pull Boxes. Replace the first sentence of the subsection with the following: Pull boxes and covers shall be size No. 5 constructed of Portland Cement Concrete in accordance with SPPWC Standard Plan No. 405-1. Pull boxes shall be constructed with vandal resistant pull box inserts manufactured by McCain (www.mccain-inc.com) or approved equal. Pull box covers shall be cast with the following identifications: "TRAFFIC SIGNAL", "STREET LIGHTING HIGH VOLTAGE". SP -15 PART 3 CONSTRUCTION METHODS The following sections of the Special Provisions supplement and amend the Standard Specifications for Public Works Construction 2015 Edition. As a reference convenience, these sections are arranged in a format that parallels the Standard Specifications. SECTION 300 — EARTHWORK 300-1 CLEARING AND GRUBBING. 300-1.1 General. Add the following: In addition to the items specified in this subsection, clearing and grubbing shall include the removal and disposal of existing driveway approaches, curb, curb & gutter, curb ramps, curb returns, sidewalks, x- gutters/spandrels and asphalt concrete pavement, as indicated on the Plans. All root pruning required for the construction of sidewalks, or other permanent facilities shall be limited to the minimum amount necessary to set forms. All roots 2 inches and larger shall be cut with sharp tool such as axe or chainsaw. No roots shall be broken off by trenching or other heavy equipment. All significant root pruning (3 inch diameter and larger) shall be performed under the direct supervision of an ISA Certified Arborist in the Contractor's employ. Tree Removal: Tree removal shall consist of those trees indicated on the Plans or as directed by the Engineer, including felling of tree, removal of all wood including the stump as described in Stump Removal in this section (unless otherwise designated), limbs and debris, and area cleanup. Payment for Tree Removal shall be paid for at the contract unit price as shown on the bid and shall include stump removal of felled tree. Stump Removal: Stump removal shall consist of removing those stumps indicated on the Plans or as directed by the Engineer, by grinding the stump and associated roots to the diameter of the stump and to a depth of 1 feet below the existing surface (unless otherwise directed by the Engineer), removal of all grindings, and debris. The hole shall then be filled with soil and compacted to 90 -percent relative compaction, and area cleanup. All removals shall conform with "CLEARING AND GRUBBING" of these Special Provisions. 300-1.3 Removal and Disposal of Materials. 300-1.3.1 General. Replace the entire subsection with the following. Objectionable materials removed by the Contractor during clearing and grubbing operations shall become the property of the Contractor and the Contractor shall be responsible for the lawful disposal of these materials. 300-1.3.2 Requirements. SP -16 a) Bituminous Pavement. Replace the second sentence with the following. Edges to be joined shall be saw cut to the full depth of the existing bituminous pavement. 300-1.4 Payment. Add the following: The price for clearing and grubbing shall include saw cutting and removing of a 12" wide by 6" deep section of asphalt pavement and/or base (AC Slot Cut) adjacent to all new curbs, curb and gutters, cross gutters and spandrels on existing AC Pavement. The cost of the "AC Slot Cut" repair as described in this subsection shall be considered as included in the price bid for the construction and installation of the item to which the pavement is incidental or appurtenant and no additional compensation will be allowed. AC Slot Cut repair shall be per plan Detail "C or as directed by the Engineer. 301-2 UNTREATED BASE. 301-2.4 Measurement and Payment. Replace the first sentence with the following. Crushed aggregate base will be paid per the bid schedule, shall include but not be limited to furnishing, placing and compacting all the materials required under all asphalt concrete pavement and other flatwork in the project, per the plans, the Standard Specifications, these Special Provisions and as directed by the Engineer, and shall be considered as included in the Contract unit bid price paid per Ton, and no additional compensation will be allowed. SECTION 302 — ROADWAY SURFACING 302-5 ASPHALT CONCRETE PAVEMENT. 302-5.1 General. Add the following.- In ollowing.In the AC Slot Cut areas, asphalt concrete pavement shall be placed in a single finish course at a thickness of 1.50 inches, and the class and grade of the asphalt concrete shall be B -PG 64-10. In the reconstruction areas shown on the plans, the asphalt concrete pavement shall be per city of San Bernardino Standard No. 310 and as directed by the Engineer. Tack coat shall be applied in compliance with Sub -Section 302-5.4 and as directed by the Engineer. 302-5.9 Measurement and Payment. Replace the first sentence with the following. Asphalt Concrete pavement will be paid for at the Contract Unit Price per ton as shown in the Bid. SECTION 303 = CONCRETE AND MASONRY CON-STRUCTION 303-5 CONCRETE CURBS, WALKS, GUTTERS, CROSS GUTTERS, ALLEY INTERSECTIONS, ACCESS RAMPS, AND DRIVEWAYS. 303-5.1 Requirements. 303-5.1.1 General. Add the following. SP -17 PCC Curb & Gutter: Curb & gutter shall be constructed in accordance with City of San Bernardino Standard Plan No. 200 Type B, per the plans and as directed by the Engineer, amended as follows: modified to meet existing field conditions, the concrete class shall be 560-C-3250. PCC Sidewalk: Sidewalk shall be constructed in accordance with City of San Bernardino Standard Plan No. 202, Class A/B, per the plans and as directed by the Engineer, amended as follows: width and location shall be as indicated on the plans; the concrete class shall be 560-C-3250. To meet ADA requirements, Contractor may be directed by the Engineer to remove and replace section(s) of sidewalk per Detail "A". PCC Cross Gutter/Spandrel: 6' Wide Cross Gutter/Spandrel shall be constructed in accordance with City of San Bernardino Standard Plan No. 201, per the plans and as directed by the Engineer, amended as follows: modified to meet existing field conditions, the concrete class shall be 560-C-3250. PCC Residential Driveway Approach: Driveway Approach shall be constructed in accordance with City of San Bernardino Standard Plan No. 203, per the plans and as directed by the Engineer, amended as follows: the concrete shall be 560-C-3250. Additionally, Contractor may be directed by the Engineer to remove and replace segment(s) of curb and gutter. When said replacement segment(s) are within the Driveway Approach area, payment for the curb and gutter segment(s) are considered as part of the PCC Residential Driveway Approach cost. Any portions of replaced curb and gutter segment(s) beyond the Residential Driveway Approach area shall be covered and paid separately under "PCC CURB AND GUTTER", of these Special Provisions. Where gutter is not present, this shall apply equally to PCC CURB only work associated with Residential Driveway Approach as well. PCC Curb Ramp: Portland cement concrete curb ramp shall be constructed in accordance with SPPWC Standard Plan 111-5, per plan, and as directed by the Engineer, amended as follows: the concrete shall be 560-C-3250. It is the Contractor's responsibility to verify ramp -type selection and geometrics, with concurrence from the Engineer, at every curb ramp location, before rroceedina to remove existing improvements. No removals shall be done until it has been determined by the Contractor that a curb ramp can be installed that will meet all ADA requirements and Standard Plans for Public Works Construction (SPPWC) Standard Plan 111-5. Corner record transit ties shall be performed and recorded prior to existing removals. The Contractor shall be responsible for modifying traffic signal and highway lighting conduit and conductors when adjusting pull boxes in curb ramp areas. Adjustments to pull boxes may be adjusting to grade, or translational (relocations) within the allowable conduit slack for each interfering pull box. Contractor shall be responsible for replacement of any pull boxes and/or pull box covers damaged prior to and/or during construction. Contractor shall also protect in place all utility poles, traffic signal poles and their foundations, pole mounted traffic signal pushbuttons and their foundations, and traffic signal controller boxes and their foundations, including forming concrete surrounding their foundations, when such foundations are within the area of placement of a new access ramp. For purposes of measurement and payment, -PCC Curb Rampr limits are considered -as -being -within -the limits required to construct the Ramp per Detail "A". To meet ADA requirements, Contractor may be directed by the Engineer to remove and replace panel(s) of sidewalk per Detail "A", one or both approaches to each curb ramp. When said replacement panel(s) are beyond the Curb Ramp limit area, shall be covered and paid separately under "PCC SIDEWALK" of these Special Provisions. Additionally, Contractor may be directed by the Engineer to remove and replace segment(s) of curb and gutter, one or both approaches to each curb ramp. When said replacement segment(s) are within the Curb Ramp limit area, payment for the curb and gutter segment(s) are considered as part of the PCC Curb Ramp cost. SP -18 Any portions of replaced curb and gutter segment(s) beyond the Curb Ramp limit area shall be covered and paid separately under "PCC CURB AND GUTTER", of these Special Provisions. Where gutter is not present, this shall apply equally to PCC CURB only work associated with PCC Curb Ramps as well. There will be "No Payment" of any kind for curb ramps that do not meet current ADA Standards and SPPWC STD 111-5. All above -referenced Standard Plans are included in the APPENDIX and made a part of these Special Provisions by reference. All work shall conform to the above standards to the extent feasible; however, emphasis shall be given to matching dimensions of adjoining improvements, subject to concurrence of the Engineer. Adjustment City PB/Covers; City utility pull box (TS, ST LT), WM and WV covers within the sidewalk, driveway, and driveway by-pass construction areas shall be adjusted to grade by the contractor. 303-5.9 Measurement and Payment. Add the following. Payment for Adjustment City PB/Covers shall be paid at the contract unit price as shown on the bid. SECTION 304 — METAL FABRICATION AND CONSTRUCTION 304-6 ROADSIDE SIGNS AND POSTS Add the following subsections: 304-6.1 General. Add the following: Relocate Si n: Roadside signs on single post shall be installed in accordance with City of San Bernardino Standard Plan No. 504, and as directed by the Engineer. Installation shall not impede into required ADA access distance around obstacles. A minimum clearance of 48" shall be maintained. 304-6.2 Payment. Add the following: Payment for removal, relocation and installation of roadside signs and posts shall be paid at the contract unit price as shown on the bid. SECTION 309 — MONUMENT 309-4 PAYMENT. Replace the entire subsection with the following: Full compensation for doing all the work involved in constructing the survey monuments, including necessary excavation and backfill as shown on the Plans or directed by the Engineer, shall be considered as included in the lump sum bid price for Surveying, and no additional compensation shall be allowed. SECTION 314 — TRAFFIC STRIPING, CURB AND PAVEMENT MARKINGS AND PAVEMENT MARKERS 314-2 REMOVAL OF TRAFFIC STRIPING AND CURB AND PAVEMENT MARKINGS. 314-2.3 PAYMENT. Replace the entire subsection with the following: Full compensation for all the work involved in removal of traffic striping and pavement markings, shall be considered as included in the lump sum bid price for Thermoplastic Traffic Striping, Pavement Marking & Raised Pavement Markers, and no additional compensation shall be allowed. SP -19 314-3 REMOVAL OF PAVEMENT MARKERS. 314-3.3 PAYMENT. Replace the entire subsection with the following: Full compensation for all the work involved in removal of pavement markers, shall be considered as included in the lump sum bid price for Thermoplastic Traffic Striping, Pavement Marking & Raised Pavement Markers, and no additional compensation shall be allowed. 314-4.4 THERMOPLASTIC TRAFFIC STRIPING. 314-4.4.1 GENERAL. Add the following: Thermoplastic traffic stripes and pavement markings shall be placed a minimum of 6 working days after paving is completed. Thermoplastic material for traffic stripes shall be applied at a minimum thickness of 0.080 -inch. Traffic stripes and pavement markings shall be installed in accordance with the following Caltrans Standard Plans 2015; 12 inch Limit Line A24E STOP Legend A24D 12 Inch Solid White Crosswalk A24F 12 Inch Solid Yellow Crosswalk A24F 314-4.4.6 PAYMENT. Replace the first and second paragraphs of the subsection with the following: Full compensation for all the work involved in the application of thermoplastic stripes and markings, shall be considered as included in the lump sum bid price for Thermoplastic Traffic Striping, Pavement Marking & Raised Pavement Markers, and no additional compensation shall be allowed. 314-5 PAVEMENT MARKERS. 314-6 PAYMENT. Replace the entire subsection with the following: Full compensation for all the work involved in the application of raised pavement markers (RPM), shall be considered as included in the lump sum bid price for Thermoplastic Traffic Striping, Pavement Marking & Raised Pavement Markers, and no additional compensation shall be allowed. PART 6 TEMPORARY TRAFFIC CONTROL SECTION 600—ACCESS 600-2 Vehicular Access. Add the following: The Contractor shall not close more than two (2) traffic lanes at a time. Traffic lane closures shall conform to the requirements of the approved Traffic Control Plan. Traffic lane closures shall only be permitted between the hours of 8:00 a.m. and 4:00 p.m. on designated working days during times of active construction operations. Traffic shall be permitted to pass through the Work site, unless otherwise shown on the Traffic Control Plan. Arterial and secondary streets shall not have the travel lanes closed during rush hours 7:00 a.m. to 8:30 a.m. and 4:30 p.m. to 6:00 p.m., unless approved by the Engineer. SP -20 600-3 Pedestrian Access. Replace with the following. Safe, adequate, and ADA compliant pedestrian access shall be maintained unless otherwise approved by the Engineer. SECTION 601—WORK AREA TRAFFIC CONTROL 601-1 General. Replace the entire subsection with the following., Work area traffic control shall conform to the most recent "California Manual of Uniform Traffic Control Devices". All warning, regulatory and construction signs shall be fully reflectorized. The traffic cones to be used shall be thirty-six (36") in height, rubber or plastic, and be reflectorized. All works areas that remain after dusk shall be properly lighted to the satisfaction of the Engineer. 601-2 Traffic Control Plan (TCP). Replace the 1st sentence with the following: The Contractor shall prepare Traffic Control Plans depicting the layouts, methods, and devices that will be used to satisfy the requirements of subsections 600-2 and 601-1 of these special provisions in accordance with 2-5.3. Traffic Control Plans shall be provided for each phase of the Work. At the Pre -Construction Meeting, the Contractor shall submit two copies of the Traffic Control Plans to the Engineer for approval. The Contractor shall incorporate into the Traffic Control Plans any modifications requested by the Engineer. The Traffic Control Plans shall be based on the most recent "California Manual of Uniform Traffic Control Devices". 601-3 Payment. Replace the entire subsection with the following. Payment for work area traffic control and preparation of the Traffic Control Plan shall be included in the lump sum bid price for Traffic Control. PART 7 STREET LIGHTING AND TRAFFIC SIGNAL SYSTEMS SECTION 701 — CONSTRUCTION 701-11 Pull Boxes 701-1.1 General. Add the following to the subsection: Existing Street Light Pull boxes within the sidewalk reconstruction areas which may not be shown on plans shall be raised or lowered to match new sidewalk surface elevations, as directed by the Engineer. The Contractor shall either bring the pull box into conformance with 700-3.7 or cover over the pull box with cement as directed by the Engineer. Pull boxes damaged during the course of construction shall be replaced at Contractor's expense per 700- 3.7. SP -21 PART" III SPECIM-j PROVISIONS Tire Prime Contractor of a Federal -Aid project shall phi fly inchwe the required cUnMwA ProvLaOns contained in the following Federal Provisions and Conditions in ail subcontracts, lower tier subcontracts and purchase orders. Federally Assisted Project U.S. Department of Housing and Urban Development Exhibit 1 Summary of Contract Provisions for Inclusion in the Notice Inviting Bids Exhibit 2 Federal Labor Standards Provisions - HUD -4010 Exhibit 3 Federal Equal Employment Opportunity / Affirmative Action Provisions Exhibit 4 Contracting With Small Business, Minority Firms, Women's Business Enterprise, and Labor Surplus Area Firms Exhibit 5 Compliance with Clean Air and Water Acts Exhibit 6 Worker's Compensation Certification Exhibit 7 List of Proposed Subcontractors or Sub -Tier Contractors Exhibit 8 Certification of Understanding and Authorization Exhibit 9 Request for Additional Classification and Rate Exhibit 10 Non -Segregated Facilities Certification Exhibit 11 Past Performance Certification Exhibit 12 Notice of Equal Employment Opportunity Exhibit 13 Minority and Women's Business Enterprise Tierd Compliance Plan Exhibit 14 Federal Lobbyist Certification Exhibit 15 Section 3 Bid Document Pagkage Exhibit 16 Federal Wage Decision EXHIBIT 1 Summary of Contract Provisions for Inclusion in the Notice Inviting Bids Prevailing Wage Statement: This contract will be funded in whole or in part with federal housing and community development funds. The Federal Labor Standards Provisions, including prevailing wage requirements of the Davis -Bacon and Related Acts will be enforced. A copy of the Federal Wage Decision applicable to this project is included in the Bid Document. This is project is a public work in the State of California, funded in whole or in part with public funds. Therefore, the higher of the two applicable prevailing wage rates, federal or state, will be enforced. The Contractor's duty to pay State prevailing wages can be found under Labor Code Section 1770 et seq. Labor Code Sections 1775 and 1777.7 outline the penalties for failure to pay prevailing wages and to employ apprentices, including forfeitures and debarment. The State Wage Decision is on file at the City Clerk's office, and is also available online at hffp://www.dir.co.gov/cfisr/. Apprenticeship Program: Attention is directed to Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code and Title 8, California Administrative code, Section 200 et seq. to ensure compliance and complete understanding of the law regarding apprentices. Minority and Women Owned Business: Bidders will be required to document their status as a Minority Business Enterprise (MBE), a Women -owned Business Enterprise (MBE) or a non-MBE/WBE firm. Bidders that are not MBE/WBE firms will be required to make a good faith effort, and to document their efforts to include firms as part of the contract bid. Section 3 Statement: This is a HUD Section 3 construction contract. First preference will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. Second preference will be given to a bidder who provides a reasonable bid and commits to achieving the Section 3 employment, training and subcontracting opportunity goals by submitting a written commitment (Economic Opportunity Plan). Conflict of Interest: In the procurement of supplies, equipment, construction, and services by sub - recipients, the conflict of interest provisions in (State LCA - 24 CFR 85.36 and Non -Profit Organizations - 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub -recipient shall participate in selection, or in the award or administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. EXHIBIT 2 Federal Labor Standards Provisions (Next Page) Federal Labor Standards Provisions Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible, place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additionaf classification and --wage rate and - fringe benefits therefor only when the following criteria have been met: Previous editions are obsolete U.S. Department of Housing and Urban Development Office of Labor Relations (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of ail interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 - day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) 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 rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part Page 1 of 5 form HUD -4010 (0612009) ref. Handbook 1344.1 of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section I(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been Previous editions are obsolete communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i) except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at htfg://www.dol g o�esa%%whdlformsiwh347instrhtm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5 (a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete; Page 2 of 5 form HUD -4010 (06/2009) ref. Handbook 1344.1 (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph A.3.(ii)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under subparagraph A.3.(i) available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her 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 Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who Previous editions are obsolete is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, 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, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by Page 3 of 5 form HUD -4010 (0612009) ref. Handbook 1344.1 the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training 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. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (1) Certification of Eligibility. By entering into this contract the contractor certifies that neither it (nor he or she) nor any person or €rrnr who- has an interest -in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph. B are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms 'laborers" and "mechanics" include watchmen and guards. (1) 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 shall require or permit any such laborer or mechanic in any workweek in which the individual is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permitted-ta work- in-excess-ofstandard workweek _ - of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. form HUD -4010 (06/2009) Previous editions are obsolete Page 4 of 5 ref. Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-54, 83 Stat 96). 40 USC 3701 et sea. (3) The contractor shall include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. form HUD -4010 (0612009) Previous editions are obsolete Page 5 of 5 ref. Handbook 1344.1 EXHIBIT 3 Federal Equal Employment Opportunity / Affirmative Action Provisions EQUAL OPPORTUNITY CLAUSE. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. b. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. c. The contractor will send to each labor union or representative of workers with which he/she has a collective bargaining agreement or other contract or understanding, a notice to be provided, advising the said labor union or workers' representative of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. d. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. e. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his/her books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. f. In the event of the contractor's noncompliance with the nondiscrimination clause of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole, or in part, and the contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authon`zed in Executive Order -11246 of September 24,19-65- or by rule regulation-,- or egulation,or order of the Secretary of Labor, or as otherwise provided by law. g. The contractor will include the provisions of Paragraph 1 a through 1 g in every subcontract or purchase order unless exempted by rule, regulations, or orders of Page 1 EEO/Affirmative Action Provisions K the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (Executive Order 11246) a. The Offeror's or Bidder's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Specifications set forth herein. b. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregated work force in each trade on all construction work in the covered area, are as follows: Timetables Location of Work by Standard Metropolitan Statisical Area (SMSA 0360 Anaheim -Santa Ana -Garden Grove, CA 4480 Los Angeles -Long Beach, CA 6000 Oxnard -Simi Valley -Ventura, CA 6780 Riverside -San Bemardino-Ontario, CA 7480 Santa Barbara -Santa Maria -Lompoc, CA 7320 San Diego, CA 6920 Sacramento, CA 8520 Tucson, Pima AZ 6200 Phoenix, Maricopa AZ Goals for Minority Goals for Female Participation in Participation in Each Trade Each Trade 11.9% 6.9% 28.3% 6.9% 21.5% 6.9% 19.0% 6.9% 19.7% 6.9% 16.9% 6.9% 16.1% 6.9% 24.1% 6.9% 15.8% 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. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non - federally involved construction. 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 Opportunity Clause, specific affirmation action obligations required by the specifications set forth in 41 CFR Part 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout -tire 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 Page 2 EEO/Affirmative Action Provisions Order, and the regulations of 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. C. The contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within ten (10) working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; 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. d. As used in this notice, and in the contract resulting from this solicitation, the covered area is the Standard Metropolitan Statistical Area of Los Angeles -Long Beach, specifically the County of Los Angeles, State of California. 3. STANDARD FEDERAL EQUAL EMPLOYMENT SPECIFICATIONS (Executive Order 11246). a. As used in these specifications: (1) Covered area means the geographical area described in the solicitation from which this contract resulted; (2) Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; (3) Employer Identification Number (EIN) means the Federal Social Security Number used on the Employer's Quarterly Federal Tax Return, United States Treasury Department Form 941. (4) Minority includes: (a) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin) (b) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin, regardless of race); (c) Asian and Pacific Islander (all persons having origins in any of the original peoples of the For East, Southeast Asia, the Indian Subcontinent, or the pacific Islands); and (d) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation .or community identification)._ b. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and Page 3 EEO/Affirmative Action Provisions the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. C. If the contractor is participating (pursuant to 41 CFR Part 60-4.5) in a Hometown Plan approved by the United States Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and time tables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO Clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. d. The contractor shall implement the specific affirmative action standards provided in paragraphs 3g (1) through 3g (16) of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonable be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. e. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement, to refer either minority or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the United States Department of Labor. g. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its Page 4 EEO/Affirmative Action Provisions actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. (2) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. (3) Maintain a current file of the name, address, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the contractor may have taken. (4) Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. (5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 3g (2) above. (6) Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy Page 5 EEO/Affirmafive Action Provisions on bulletin boards accessible to all employees at each location where construction work is performed. (7) Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. (8) Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. (9) Direct its recruitment efforts, both oral and written, to minority, female, and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment sources, the contractor shall send written notification to organizations such as the above, describing the opening, screening procedures, and tests to be used in the selection process. (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth, both on the site and in other areas of a contractor's work force. (11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3, Uniform Guidelines on Employee Selection Procedures. (12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. (13) Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment-related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being_ carried out. (14) Ensure that all facilities and company activities are non -segregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. Page 6 EEO/Affirmative Action Provisions (1 S) Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. (16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the contractor's EEO policies and affirmative action obligations. h. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations 3g(1) through (16). The efforts of a contractor association, joint contractor -union, contractor - community, or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 3g(1) though (16) of these specifications provided that the contractor actively participates in the group, makes every effort to ensure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). j. The contractor shall not use the goals and timetables of affirmative action standards to discriminate against any person because of race, color, religion, sec or national origin. k. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal.. Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. Page 7 EEO/Affirmative Action Provisions M. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative actions steps, at least as extensive as those standards prescribed in Paragraph 3g of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR Part 60-1.8 (Show Cause Notice). n. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. o. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). p. The Director, from time to time, shall issue goals and timetables for minority and female utilization which shall be based on appropriate work force, demographic or other relevant data and which shall cover construction projects or construction contracts performed in specific geographic areas. The goals, which shall be applicable to each construction trade in a covered contractor's or subcontractor's entire work force which is working in the area covered by the goals and timetables, shall be published as notices in the Federal Register, and shall be inserted by the contracting officers and applicants, as applicable, in the Notice required by 41 CFR 60-4.2. 4. SPECIFIC EEO REQUIREMENTS. For a federally assisted construction contract in excess of $10,000, the contractor/subcontractor shall: a. Forward the following EEO certification forms to the contract awarding authority prior to contract award: Certification of Non -segregated Facilities and Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports. b. Submit a notification of subcontracts awarded to the Director, Office of Federal Contract Compliance Programs, United States Department of Labor - ESA, 200 Constitutional Avenue, NW, Room_C332S, Washington, D.C,, 202L0, within 10 _ working days of award of any subcontract in excess of $10,000, listing the name, address, and telephone number of the subcontractor, employer identification number; estimated dollar amount of the subcontract; estimated starting date Page 8 EEO/Affirmative Action Provisions and completion dates of the subcontract; and the geographical area in which the contract is to be performed. C. Send a notice of the contractor's commitment to equal employment opportunity to labor unions or representatives of workers prior to commencement of construction work. d. Display an equal employment opportunity poster in a conspicuous place available to employees and applicants for employment. e. For contracts in excess of $10,000, bind subcontractors to the Federal Equal Employment Opportunity requirements by including the provisions of Paragraphs 1 through 3, above, in the subcontract. Upon commencement of construction work and until the work is completed, forward the Monthly Employment Utilization Report (Form CC -257) to the contract awarding authority by the end of each work month. With the initial monthly report, the contractor/subcontractor shall attach the Contractor's List of Federal and Non -Federal Work in Bid Condition Area to the monthly report. 5. CIVIL RIGHTS ACT OF 1964. Under Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. SECTION 109 OF THE HOUSING AND COMMUNITY DEVELOPMENT ACT OF 1974. No person in the United States on the grounds of race, color, national origin, or sex be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title. 7. THE AGE DISCRIMINATION ACT OF 1975. No person in the Unites States shall, on the basis of age, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. 8. REHABILITATION ACT OF 1973. No otherwise qualified individual with handicaps in the United States shall, solely by reason of his or her handicap, be excluded from the participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal assistance. Page 9 EEO/Affirmative Action Provisions EXHIBIT 4 Minority and Women -Owned Business Enterprise Plan A. Background The Awarding Agency is a recipient of federal housing and community development assistance through the U.S. Department of Housing and Urban Development (HUD). OMB Circular A-102 states that "It is national policy to award a fair share of contracts to small and minority business firms. Grantees shall take similar appropriate affirmative action to support of women's enterprises and are encouraged to procure goods and services from labor surplus areas." The Uniform Administrative Requirements of 24 CFR 85.36(e) require the Awarding Agency to "take all necessary affirmative steps to assure that minority firms, women's business enterprises, and labor surplus area firms are used when possible." This requirement is applicable to contracting and subcontracting opportunities funded in whole or in part with the federal housing and community development assistance. Further, the Awarding Agency is required to submit a report to HUD pertaining to the Awarding Agency's Minority Business Enterprise (MBE) and Women's Business Enterprise (WBE) contracting and subcontracting activity generated through the expenditure of HUD funds. Policy For the purpose of this contract award, the Awarding Agency shall utilize MBE/WBE firms to the greatest extent possible, feasible and legally permissible. This MBE/WBE Plan is guided by the preceding federal regulations and all other related federal and state laws and regulations governing discrimination, equal opportunity and affirmative action pertaining to federally -funded contract and subcontract activities. The Awarding Agency requires all bidders to abide by these provisions and to make every effort to obtain MBE/WBE participation on this project. Failure to provide required MBE/WBE information to the Awarding Agency as required or requested in this bid solicitation may result in a determination by the Awarding Agency that the bidder is not a responsible bidder. A successful bidder does not have to be a member of a minority group. What the Awarding Agency is attempting to do is make every possible effort to ensure the participation of MBE/WBE firms on this federally -funded contracting opportunity. This does not preclude the participation of firms that are not MBE/WBE. However, the MBE and WBE performing or providing services must not act merely as a passive conduit. In the event the Awarding Body has reason to question the authenticity of ownership of an MBE/WBE, the burden of proof is on the claimant and/or contracting party to provide documentation to substantiate the ownership and management of a particular MBE or WBE. Whenever a joint venture MBE/WBE involves a business owned by minorities or women, the contractor shall provide the Awarding Agency with a full account of the nature of the relationship, the basis--for--creation, the particular financial -participation -and administrative responsibilities of the parties. The nature of the relationship shall be in writing, and conform to pertinent laws governing the relationships. The Awarding Agency shall have the right to review and make a determination on the propriety of same. Page 1 MBE/WBE Plan C. Definitions a. Minority and women business enterprises are defined as any financial institution, business, service, contracting business which is solely owned and operated by a minority group member or women or that is more than 5017o owned by minority group members or women. If the enterprise is publicly owned, the minority/women members or stockholders must have at least 51% interest and possess control over management, capital and earnings. b. Minority Group Member- Black, Hispanic, Asian or Pacific Islander, American Indian or Alaskan Native, and women. • Black: A person with origins in any of the black racial groups of Africa. • Hispanic: A person of Mexican, Puerto Rican, Cuban, Central or South American descent and Spanish culture. Portuguese are excluded from the Hispanic category and are classified according to their race. • Asian or Pacific Islander: A person having origins in the Far East, Southeast Asia, Indian subcontinent or Pacific Islands. • American Indian or Alaskan Native: A person with origins in original peoples of North America, and who maintain cultural identifications through tribal affiliation or community recognition. C. Other • Small Business Enterprise: A business which meets the definition of minority business enterprise or women business enterprise, and in addition, meets the small business size standards of the Small Business Administration. • Contractor/Subcontractor/Supplier: The individual, partnership, corporation or other legal entity entering into a contract with the City or the City's contractor to perform a portion of the work. D. Outreach Efforts Non MBE/WBE bidders must notify minority and women contractors, associations, minority interest groups, etc., of their intention to solicit bids for subcontracts from MBE/WBE firms. This may be accomplished in a variety of ways; however, the non-MBE/WBE bidder must demonstrate that good faith efforts were made to secure the participation of MBE/WBE firms. E. Documentation Required from Bidders to Document Responsible MBE/WBE Outreach As part of this contract opportunity, non MBE/WBE bidders must demonstrate that they have made the subcontracting opportunity known to at least three (3) MBE/WBE firms listed in a bona -fide listing of MBE/WBE firms. Such notification must be made at least two (2) weeks prior to bid opening via registered or certified mail. If the contractor has not achieved the participation goal, the Awarding Agency will determine whether the contractor made a good faith effort based on the outreach efforts that are documented on the MBE/WBE Tiered Compliance Plan. To be considered responsible,. bidders must submit the MBE/WBE Tiered _Compliance Plan (included in this Bid Document/Solicitation) and all supporting documentation to: • Document their own MBE or WBE status, or • Document the award of MBE and WBE subcontracts to bona -fide firms, or Page 2 MBE/WBE Plan Document the required minimum three (3) firm outreach effort and any other outreach efforts. The good -faith effort Affidavit on the MBE/WBE Tiered Compliance Plan must be notarized. 2. Some examples of acceptable good -faith supporting documentation include: • Responses, proposals, bids from MBE and WBE, rejections and contractor's responses. • Contracts with MBE and WBE organizations, associations, related agencies, disseminating bid information. • Copies of registered/certified letters, etc. • Efforts undertaken by contractor(s) to assist MBE/WBE with obtaining plans, specification, sub bid requirements and bonding. • Assistance and encouragement of MBE/WBE and subcontractor participation in all areas of business environment. • Methods used in soliciting bids from MBE/WBE, subcontractors and suppliers by advertisements, trade publications, media, etc. • Contracts with MBE/WBE brokers, agents, owners, operators of equipment, etc. • Other efforts taken by contractor to encourage MBE/WBE participation. Contract Award / Protest Where a determination is made by Awarding Agency staff as part of the MBE/WBE Bid Evaluation that a bidder is not a MBE/WBE firm or has not made the good faith effort to ensure participation by eligible, WBE and MBE subcontractors, the bid may be deemed not responsible. A bidder whose bid is deemed not responsible may protest to the Contracting Officer of the Awarding Body in writing within 72 hours of the notification of such a determination. The Contracting Officer shall review the facts presented in the written appeal, including any supporting materials, and shall issue a determination and response on the merits of the appeal within ten (10) calendar days. The decision of the Contracting Officer shall be final. Page 3 MBE/WBE Plan EXHIBIT 5 Compliance With Clean Air and Water Acts During the performance of this contract, the contractor and all subcontractors shall comply with the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFR Part 15, as amended. In addition to the foregoing requirements, all nonexempt contractors and subcontractors shall fumish to the owner, the following: 1. A stipulation by the contractor or subcontractors, that any facility to be utilizes in the performance of any non exempt contract or subcontract, is not listed on the List of Violating Facilities issued by the Environmental Protection Agency (EPA) pursuant to 40 CFR 15.20. 2. Agreement by the contractor to comply with all the requirements of Section 114 of the Clean Air Act, as amended, (42 USC 1857c-8) and Section 308 of the Federal Water Pollution Control Act, as amended, (33 USC 1318) relating to inspection, monitoring, entry, reports and information, as well as all other requirements specified in said Section 114 and Section 308, and all regulations and guidelines issued there under. 3. A stipulation that as a condition for the award of the contract, prompt notice will be given of any notification received from the Director, Office of Federal Activities, EPA, indicating that a facility utilized, or to be utilized for the contract, is under consideration to be listed on the EPA List of Violating Facilities. 4. Agreement by the contractor that he will include, or cause to be included, the criteria and requirements in paragraph (1) through (4) of this section in every nonexempt subcontract and requiring that the contractor will take such action as the government may direct as a means of enforcing such provisions. EXHIBIT 6 Worker's Compensation Certification DATE PROJECT NAME COMPANY NAME COMPANY ADDRESS PROJECT NUMBER PHONE I certify, by signature below, that I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. AUTHORIZED OFFICIAL NAME AUTHORIZED OFFICIAL SIGNATURE AUTHORIZED OFFICIAL TITLE/CAPACITY DATE w O w a z Q 0 V � o a� OQ O U E p Q W U L Q Q 0 O E a t ml W 0 H o UQ O — - � j H Z.0 z O p ? U Z D 0 O O °u a � SOL Q= ;� 0 Z � {Y a a m � z O V O O c v j c u � 0 Z = a � oU O Li � � I w Q m � H N Z � o I O m �o c 0 CL U h a N c� C w i "- z w y_ w 01 U 1 c � m U� �a m oa � Q N C E € l I PROJECT NAME/NUMBER COMPANY NAME COMPANY ADDRESS EXHIBIT 8 Certification of Understanding and Authorization AWARDING AGENCY LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER This is to certify that the principal(s), and the authorized payroll officer listed below, have read the "Contractor's Guide to Prevailing Wage Requirements for Federally Assisted Construction" and the Federal Labor Standards Provisions (HUD -4010 form) and that both parties understand these requirements. The following person is designated as the payroll officer for the company and is authorized to sign the Statement of Compliance that will accompany each weekly Certified Payroll Report for the project: PAYROLL OFFICER: (Individual Responsible for Signing Statements of Compliance) NAME SIGNAURE TITLE DATE PRINCIPAL OWNER 1 GENERAL_ PARTNER: (Listed on CSLB Personnel List) NAME SIGNAURE TITLE DATE EXHIBIT 9 Request for Additional Classification and Rate (Next Page) ILL& cavAllow 4F WWMQ ANDa� T �E R iE 43 1 c►�.�ma..w �T OF ADDS' WU LCI ASSIMA3M f�kTETom 9CjMWi01i S M 0 0 Heavy 0 caw bpeeitA Q Hwwjay r try tiL` r.�]Qfl awl WAR i rifftf EUrt 0 C9" ATTACHED A WORK CL"%F1CATWW33 HOOKY WAGE PAIRS BASH WAGE FWNM Bmg ffTjsj M any) E i. r f 4 4 p The tmbw bythe ad (V potpmdnunddosoiFe�e in fmappWabb wage deckmwL ,y, ,bya p Ihm pmposed isuMmad at *w ade& by tw p 7y,n�a pmg +g =W bmw Me fn*a benafts, bows a M*son*lAftM4Ffiwmf'* t* Me wiege f2fts Ow"0ed n 3aai sf� p Tba , Sss�a�r - +9e anb+aess3 a�+d ssb�3 E3 Appmvi4meefta#crAwl& p Eilti@ fi�4#ifi�^ S S i� f amt e Logo& 0.o,ama m EXHIBIT 10 Non -Segregated Facilities Certification PROJECT NAME PROJECT NUMBER BID/CONTRACT DOLLAR AMOUNT COMPANY NAME COMPANY ADDRESS UCENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER The federally -assisted construction contractor certifies that he/she does not and will not: Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. 2. Permit his/her employees to perform their services at any location, under his/her control, where segregated facilities are maintained. The federally assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally -assisted contractor agrees that (except where he/she has obtained identical certifications from proposed subcontractors for specific time periods) he/she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the -Equal Opportunity Clause, and that he/she will retain such certifications in his/her files. !VOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. AUTHORIZED OFFICIAL NAME AUTHORIZED OFFICIAL SIGNATURE AUTHORIZED OFFICIAL TITLE/CAPACITY DATE EXHIBIT 11 Past Performance Certification ............ PROJECT NAME PROJECT NUMBER NUMBER OF EMPLOYEES COMPANY NAME COMPANY ADDRESS UCENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER The ❑ bidder, ❑ proposed sub -contractor, hereby certifies that he/she ❑ has, ❑ has not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he/she ❑ has, ❑ has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. AUTHORIZED OFFICIAL NAME AUTHORIZED OFFICIAL TITLE/CAPACITY AUTHORIZED OFFICIAL SIGNATURE DATE NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(b)(1). and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60- 1.5 (Generally only contracts or subcontracts of $10,000 or under are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director. Office of Federal Contract Compliance, U.S. Department of Labor. SF -100 f EEO -1 I must be filed by: (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) Al federal contractors (private employers), who: (1) Are not exempt as provided for by 41 CFR 60-1.5 (2) Have 50 or more employees, and a. Are prime c-ontfiac--tom or first-tier subcontractors. and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. TO: EXHIBIT 12 Notice of Equal Employment Opportunity NAME OF LABOR UNION. WORKERS REPRESENTATIVE. ETC. . .. ....... ADDRESS PROJECT NAME PROJECT NUMBER BID/CONTRACT DOLLAR AMOUNT COMPANY NAME COMPANY ADDRESS LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER The Undersigned currently holds a contract with involving funds of the U. S. Government, or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract, and in accordance with Executive Order 11246, the undersigned is obligated not to discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. This obligation not to discriminate in employment includes, but is not limited to the follow: 1. Hiring, placement, upgrading, transfer or demotion; 2. Recruitment, advertising or solicitation for employment; 3. Treatment during employment; 4. Rates of pay or other forms of compensation; 5. Selection for training, including apprenticeship; and 6. Layoff or termination. This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Executive Order 11246. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. AUTHORIZED OFFICIAL NAME AUTHORIZED OFFICIAL SIGNATURE AUTHORIZED OFFICIAL TITLE/CAPACITY DATE EXHIBIT 13 Minority and Women's Business Enterprise Tiered Compliance Plan THIS PLAN MUST BE SUBMITTED WITH YOUR BID FOR THIS FEDERALLY -FUNDED CONTRACT OPPORTUNITY PART 1 DATE PROJECT NAME FIRM NAME PROJECT NUMBER PHONE BUSINESS ADDRESS TYPE OF FIRM: (Check One and Provide Information) ❑ Individual Name of Owner ❑ Corporation State of Incorporation: _. ❑ Partnership Indicate General "G", Limited "L": Name of Partners: ❑ Joint Venture Joint Venture Participants: Number of year(s) firm has been in business under present ownership: OWNERSHIP DEMOGRAPHICS: (Provide the number of owners by category and the percentage of ownership interest of those individuals by category) Black Hispanic Alaskan Native/ Asian/ White Women American Indian Pacific Islander Number of Assets Owned OWNERSHIP INFORMATION: (List each owner of the firm that has 5 percent or more of the shares in the firm) Name Race Sex Years of Ownership Ownership Voting Percentage Percentage I certify that the information provided herein is true and correct. Federal EIN: License Number: DUNS Number .......... SIGNATURE DATE IF MORE THAN 50% MINORITY OR WOMEN OWNED, PROCEED TO PART 3. IF LESS, PROCEED TO PART 2 AND PROVIDE INFORMATION ON SUBCONTRACTS AWARDED TO MBE/WBE FIRMS. C W OG a 3 a N F U a ad F z O U m N W in 3 93 z a W m N OFC a 3 0 ZEE w m LU := W .23 aW m a� a a U � O O O N U � �+ O Q Q � O h O U Q a C C U O � U u m 0 u c v 7 c d m t m O Q. c O B E 0 C CD t a _s m u c : 0 4) a U u m t J LU 3a W -a m i a ate, u ,r c t m m 13) �a O} E a v C 0 0 O U 0 4) C W m Y U °1 W m U � m 'a 'Y O 3CL. O � m 0. O m N Q Q w N m E a z E �i O V v 2-- r- 0 cO u m 7 N u m 0 u c v 7 c d m t m O Q. c O B E 0 C CD t a _s m u PART 3 CONTRACTING/GOOD-FAITH EFFORT AFFIDAVIT This Affidavit must be signed, notarized and submitted with your bid or proposal. In addition, documentation must be attached to demonstrate that a good -faith effort was made to secure MBE/WBE participation. Your good -faith effort will be evaluated in accordance with the various criteria listed below. Please initial where indicated that you have read and complied with each requirement. Complete the requested forms and provide the requested documentation as a part of this affidavit. Good Faith Effort Evaluation Criteria Initial here If true and correct 1. The Bidder/Firm attended a pre-bid meeting hosted by the awarding agency to gain knowledge of the project requirements and goals. 2. The Bidder/firm advertised the availability of subcontracting or supply opportunities for MBE/WBE firms in connection with this project. If so, complete the following: Media where advertised: Media contact information: Date(s) of advertisement: Attach copies of the advertisements) to this form and submit with bid. 3. Interested potential MBE/WBE subcontractors were provided with the project plans and specifications. Attach a list of MBE/WBE firms that received project plans and specifications. Include their address, city, state, zip code, contact person, telephone number. Provide a notation of any responses received from those firms. 4. Follow-up contacts were made with potential MBE/WBE firms which expressed an interest in the project. Attach a list of MBE/WBE firms that your company followed-up with. Include their address, city, state, zip code, contact person, telephone number. Provide a notation of any responses received from those firms. 5. Assistance was requested from organizations which identify potential MBE/WBE firms. Attach a list of organizations consulted to include the name of the organization, address, city, state, zip code, contact person, time and dates contracted, method contacted, and results. Good Faith Effort Evaluation Criteria Initial here If true and correct 6. Potential MBE/WBE firms were contacted and negotiation was made in good faith. Attach a list of MBE/WBE firms that your company negotiated with. Include the name of the MBE/WBE firm, address, city, state, zip code, contact person, whether MBE or WBE, if plans or specifications were provided to the other party, and the results of your negotiations. Also attach copies of any internal documents that will evidence the same and submit with bid. 7. Potential MBE/WBE subcontractors were given technical assistance by the bidder or advised that technical assistance was available from the bidder to facilitate understanding of the contract requirements and to complete the paperwork necessary to participate in this contract. Attach a list of MBE/WBE firms that your company provided assistance to. Include the name of the MBE/WBE firm, address, city, state, zip code, contact person, and a description of the technical assistance provided. According to Title 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. 1, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. Under the penalty of perjury, I certify that the above information is true and correct. SIGNAI UKt TITLE (NOTARY SEAL) DATE PHONE EXHIBIT 14 Federal Lobbyist Certification PROJECT NAME COMPANY NAME COMPANY ADDRESS LICENSE NUMBER EMPLOYER IDENTIFICATION NUMBER PROJECT NUMBER BID/CONTRACT DOLLAR AMOUNT DUNS NUMBER Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the body awarding this federally assisted construction contract: No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying", in accordance with its instructions, and; 3. The above name firm shall require that the language of this certification be included in the award documents for all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreement) and that all sub - recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. AUTHORIZED OFFICIAL NAME AUTHORIZED OFFICIAL TITLEICAPACITY AUTHORIZED OFFICIAL SIGNATURE DATE EXHIBIT 15 Section 3 Bid Package ITEM PURPOSE Section 3 Clause: This is a Section 3 Covered housing rehabilitation, housing construction or other public construction project. The provisions of 24 CFR 135.38 apply to contracts and subcontracts of $100,000 or more. Section 3 Bid Preference: A bid preference is available to contractors who submit a reasonable bid and commit to achieving the Section 3 employment or subcontracting goals. First preference will be given to bidders who are a Section 3 Business at the time of bid. Second preference will be given to bidders who make a written commitment to meet the Section 3 goals through hiring and subcontracting. Business Certification: Used to document the status of a bidder or subcontractor as a Section 3 Business or as a business that is making a written commitment to meet the Section 3 goals through hiring or subcontracting to other Section 3 Businesses. Economic Opportunity Plan: Used to document that a bidder is making a written commitment to meet the Section 3 goals through new hires or subcontracting to other Section 3 Businesses_ Subcontracted Section 3 Businesses must be documented with the Business Certification as a Section 3 business at the time of bid. Outreach Efforts: The successful bidder will be required to post a listing of all job openings (construction and non -construction) at the site of construction, City Hall, local community based employment agencies, and any trade unions or worker's representative organizations to which the contractor is a signatory. Contractors may utilize the Notice of Section 3 Commitment form for this purpose. Resident Certifications: Used to document each individual claimed on a Business Certification form as a Section 3 Resident (owners or employees) and to document new hires. Economic Opportunity Report: Section 3 covered contractors are required to submit a Section 3 Economic Opportunity Report on July lst and with their final Certified Payroll Report to document all Section 3 hiring activity and outreach efforts during the project. Section 3 Clause 24 CFR Part 135 a. The work to be performed under this contract is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by the U.S. Department of Housing and Urban Development (HUD) assistance or HUD assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. b. The parties to this contract will comply with HUD's regulations as set forth in 24 CFR Part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations. c. The contractor agrees to send to each labor organization or representative of workers which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this Section 3 Clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall; describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each, and the name and location of the persons taking applications for each of the positions, and the anticipated date the work shall begin. d. The contractor agrees to include this Section 3 Clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 Clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of regulations under 24 CFR Part 135. e. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected, but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, where not filled to circumvent the contractor's obligations under 24 CFR Part 135. f. Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. g. With respect to work performed in connection with Section 3 covered Indian Housing Assistance, Section 7(b) of the Indian Self -Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that the greatest extent feasible; (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian -owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 and Section 7(b) agree to comply with Section 3 to the maximum extent feasible, but not in derogation of compliance with Section 7(b). Section 3 Bid Preference Evaluation and Contract Award Criteria First preference for this contract award will be given to a bidder who provides a reasonable bid and is a qualified Section 3 Business Concern. Second preference will be given to a bidder who provides a reasonable bid and commits to achieving the Section 3 employment, training and subcontracting opportunity goals by submitting a written commitment (Economic Opportunity Plan). Prior to determining preference based on Section 3 responsiveness, the City will evaluate all bids received to determine which bidders are responsive to all of the other contract requirements (excluding Section 3). Those bids that meet all of the other project requirements besides Section 3 are deemed responsive and responsible bidders who may then be evaluated to determine if a bid preference shall be given based on responsiveness to Section 3. A Section 3 responsive bidder is a bidder that submits a Section 3 Business Certification form with the bid, and: 1. Qualifies as a Section 3 Business concern because the business: • Provides the Section 3 Resident Certification form(s) for each qualified owner or employee to document that the business is: • 51 % owned by Section 3 Residents, or • 30% or more of its permanent full-time employees are Section 3 Residents. -OR- 2. Makes a written commitment by submitting a Section 3 Economic Opportunity Plan with their bid indicating that the bidder will: • Hire at least 30 percent aggregate new -hires that are Section 3 Residents, and • Provide the Section 3 Resident Certification form (s) for 30 percent of the new hires it commits to make during the course of the project, or • Subcontracts 25 percent or more of the bid amount to Section 3 Business Concern(s), and • Ensure that the Business Concern(s) provide Section 3 Resident Certification form (s) for each owner or employee claimed as a Section 3 Resident. If the contract is awarded based upon the written commitment, the contractor will be responsible to document all outreach efforts made to recruit Section 3 resident new -hires. Additionally, the recipient of a Section 3 contract who commits to the Section 3 goal is required to submit a Section 3 Economic Opportunity Report by July l st or with their final Certified Payroll Report submission, whichever occurs first. A Section 3 non-responsive bidder is a bidder that: 1. Fails to provide a Section 3 Business Certification form with appropriate supporting documentation to demonstrate that the bidder is a Section 3 Business; or 2. Fails to document that their intention to meet the Section 3 goals by submitting a Section 3 Business Certification form and an Economic Opportunity Plan with the bid response. In order for bid to receive preference based on Section 3 responsiveness over other bidder(s} that are non-responsive to Section 3, the bid must be reasonable. If the bid is not reasonable, the preference may not be given and the contract shall be awarded to the lowest responsible bidder. A reasonable bid is not more than the value of "X" higher than the lowest bid. This is determined as follows: 1. The actual dollar amount of the lowest bid, PLUS 2. The "X" FACTOR, which is the lesser of: a. The dollar amount of the required percentage listed on the chart below of the lowest bid, or b. The actual dollar amount listed on the chart below. 3. This equals the MAXIMUM ACCEPTABLE BID, thus defining the Zone of Consideration. Zone of Consideration If the Lowest Bid is The "X" FACTOR At Least But Less Than is the lesser of $100,000 N/A 10% $9,000 $100,000 $200,000 9% $16,000 $200,000 $300,000 8% $21,000 $300,000 $400,000 7% $24,000 $400,000 $500,000 6% $25,000 $500,000 $1,000,000 $2,000,000 5% $40,000 $1,000,000 4% $60,000 $2,000,000 $4,000,000 3% $80,000 $4,000,000 $7,000,000 2% $105,000 $7,000,000 1.57. The City uses the Section 3 Bid Evaluation Memorandum to document its analysis of bids to determine whether or not preference will be given. In the event that all bidders are non-responsive to Section 3, or that the only Section 3 responsive bidders are outside of the Zone of Consideration, the provisions of the Section 3 Clause remain in effect for the duration of the contract. This means that if any new hiring is undertaken by firms with a Section 3 Covered contract or subcontract, 30 percent of the aggregate new hires shall be Section 3 Residents. Hiring activity on the part of Section 3 Covered contractors shall be documented on the Section 3 Economic Opportunity Report. In the event that no new hires were made, the contractor shall indicate this on the Section 3 Economic Opportunity Report and shall be responsible for the submittal of the report on July 1 sr or with the final Certified Payroll Report, whichever occurs first. PROJECT NAME BUSINESS NAME BUSINESS ADDRESS TELEPHONE NUMBER Section 3 Business Certification Form Federal Compliance Form - To be submitted with Bid to be Responsive to Section 3 LICENSE NUMBER BID/CONTRACT AMOUNT EMPLOYER IDENTIFICATION NUMBER DUNS NUMBER 1. The above named business is a Section 3 Business Concern based on the following qualifications: ❑ 51 -percent owned by Section 3 Residents Number of Section 3 Resident Owners: / Number of Owners: _ (Attach Resident Certifications for all Section 3 owners claimed) ❑ At least 30 -percent of permanent, full-time employees are Section 3 Residents Number of Section 3 employees / all full-time employees = (Attach Resident Certifications for all Section 3 employees claimed) 2. The above named business is not a Section 3 business Concern, but commits to meeting the Section 3 goal on this project by: ❑ Making a Written Commitment - (Submit Section 3 Economic Opportunity Plan) The Section 3 Economic Opportunity Plan (attached) submitted by our company declares our intention to incorporate Section 3 into our normal hiring practices beginning with all openings effective on or after the date of contract award, with the goal of becoming a Section 3 Business Concern. On this project, our company will: Hire Section 3 qualified residents at least 30 -percent aggregate new hire positions, and/or Subcontract 25 -percent or more of the contract amount to Section 3 Businesses. (Attach the Section 3 Economic Opportunity Plan, Business Certifications for all Section 3 subcontracts claimed, and collect Section 3 Resident Certifications throughout the duration of the project) The undersigned declares that the above information is complete and correct. OWNER/PRINCIPAL NAME f SIGNATURE DATE Section 3 Economic Opportunity Plan Must be submitted with Bid if Box 2 is checked on the Section 3 Business Certification NOTE: THIS SUBMITTAL MUST INCLUDE NUMERICAL GOALS IN ORDER TO BE RESPONSIVE TO SECTION 3. PART I OR PART Il MUST REFLECT NUMERICAL HIRING OR CONTRACTING GOALS. NAME AND ADDRESS OF CONTRACTOR FEDERAL IDENTIFICATION: (CONTRACT NO.) DOLLAR AMOUNT OF BID/AWARD: CONTACT PERSON BID OPENING DATE PHONE FAX PartI: Emoloyment and Training Commitment Job Classification Total New hires Section 3 New hires % New hires who are Section 3 Residents Professionals Technicians Office/Clerical % Trade: % Trade: % Trade: Trade % % Trade: Trade: Total: % Part II: Contract Award Commitment to Section 3 Businesses (Subcontractors, Suppliers, etc.) Name of Specify construction or non -construction Contract Section 3 business concern contract Amount 1 0 4; Total: I $ Percentage of the Prime Contract to be awarded to Section 3 Business Concerns: Sample Outreach Efforts for Contractors Seeking to Hire Section 3 Residents A Section 3 responsive bidder who commits to hire Section 3 Residents by directing employment and training opportunities toward low- and very low-income persons, particularly those who are recipients of government assistance for housing, may use any combination of outreach efforts to meet the Section 3 commitment made when a Section 3 Economic Opportunity Plan has been submitted. REMEMBER: All employees of a business/firm count toward meeting your Section 3 compliance goals—Section 3 New Hires do not have to be construction workers, they just have to be a part of your permanent, full-time staff. • At the beginning of the project, and subsequently as positions become available, the Notice of Section 3 Commitment shall be submitted to and/or posted at the following locations: o At the site of construction; and o At any trade unions or worker's representatives organizations to which the contractor is a signatory. • Submit a request for dispatch of apprentices to local apprenticeship committees. • Enter into "first -source" hiring agreements with organizations representing Section 3 residents, such as a local Workforce Investment Board. • Sponsor a HUD -certified "Step -Up" employment and training program for Section 3 residents. • Advertise training and employment positions by distributing flyers (Notice of Section 3 Commitment or other flyer that identifies the positions to be filled, the qualifications required, and where to obtain additional information about the application process) to every occupied dwelling unit in the housing development(s) adjacent to the project site. • Post training and employment position flyers in public housing developments, offices of the local government, and other conspicuous places. • Contact State -approved apprenticeship programs to gain access to potentially low-income residents who are actively seeking job -placement and training. • Contact agencies administering HUD Youthbuild programs, and requesting their assistance to recruit current HUD Youthbuild program participants who are in need of permanent placement. • Advertise any positions to be filled through the local media, such as community television networks, newspapers of general circulation, or commonly -used job placement websites such as vwvw.monster.com Section 3 Resident Certification Employee Residing in Los Angeles County Submit with Bid if Box I is checked on Section 3 Business Certification or for New Hires NAME ADDRESS I hereby certify that I am a Section 3 resident; based on the following qualification(s): ❑ I am a Public Housing Resident: NAME OF PUBLIC HOUSING SITE ADDRESS OF PUBLIC HOUSING SITE 2. ❑ I am a low-income resident of the metropolitan area and: 2014 INCOME LIMITS My household Size is: My household's gross annual income from all sources is: ❑ 1 $46,650 or less ❑ 2 $52,200 or less ❑ 3 $58,700 or less ❑ 4 $65,200 or less ❑ 5 $70,450 or less ❑ 6 $75,650 or less ❑ 7 $80,850 or less 8 $86,100 or less According to Title 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. 1, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. 1 understand the information 1 provide in this certification is subject to verification, and I agree to provide necessary documentation if requested. Under the penalty of perjury, I certify that the above information is true and correct. EMPLOYEE SIGNATURE To be Completed by Em to er: The above-named person was hired previous to this certification on: The above-named person is a new hire as of: The above-named person's job title is: Company Name: Employer Name/Signature: DATE Section 3 Resident Certification Employee Residing in Orange County Submit with Bid if Box 1 is checked on Section 3 Business Certification or for New Hires NAME 1 hereby certify that I am a Section 3 resident; based on the following qualification(s): 1. ❑ I am a Public Housing Resident: NAME OF PUBLIC HOUSING SITE ADDRESS OF PUBLIC HOUSING SITE 2. ❑ I am a low-income resident of the metropolitan area and: 2014 INCOME LIMITS My household Size is: My household's gross annual income from all sources is: ❑ 1 $50,600 or less 2 $57,800 or less 3 $65,050 or less ❑ 4 $72,250 or less 5 $78,050 or less 6 $83,850 or less ❑ 7 $89,600 or less 8 $95,400 or fess According to lrtle 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. I, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. I understand the information I provide in this certification is subject to verification, and I agree to provide necessary documentation if requested. Under the penalty of perjury, i certify that the above information is true and correct. EMPLOYEE SIGNATURE To be Completed by Employer: The above-named person was hired previous to this certification on: The above-named person is a new hire as of: The above-named person's job title is: Company Name: Employer Name/Signature: DATE Section 3 Resident Certification Employee Residing in San Bernardino County / Riverside County Submit with Bid if Box 1 is checked on Section 3 Business Certification or for New Hires ............. NAME ADDRESS I hereby certify that I am a Section 3 resident; based on the following qualification(s): 1. ❑ I am a Public Housing Resident: NAME OF PUBLIC HOUSING SITE ADDRESS OF PUBLIC HOUSING SITE 2. ❑ I am a low-income resident of the metropolitan area and: 2014 INCOME LIMITS My household Size is: My household's gross annual income from all sources is: ❑ 1 $34,000 or less ❑ 2 $38,850 or less ❑ 3 $43,700 or less 4 $48,550 or less 5 $52,450 or less 6 $56,350 or less 7 $60,250 or less 8 $64,100 or less According to rtle 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. 1, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. 1 understand the information I provide in this certification is subject to verification, and I agree to provide necessary documentation if requested. Under the penalty of perjury, I certify that the above information is true and correct. EMPLOYEE SIGNATURE To be Completed by Employer: The above-named person was hired previous to this certification on: The above-named person is a new hire as of: The above-named person's job title is: Company Name: Employer Name/Signature: DATE Section 3 Resident Certification Employee Residing in San Diego County Submit with Bid if Box 1 is checked an Section 3 Business Certification or for New Hires NAME ADDRESS I hereby certify that I am a Section 3 resident; based on the following qualification(s): ❑ I am a Public Housing Resident: NAME OF PUBLIC HOUSING SITE ADDRESS OF PUBLIC HOUSING SITE 2. ❑ I am a low-income resident of the metropolitan area and: 2414 INCOME LIMITS My household Size is: My household's gross annual income from all sources is: ❑ 1 $44,200 or less ❑ 2 $50,500 or less ❑ 3 $56,800 or less ❑ 4 $63,100 or less ❑ 5 $68,150 or less ❑ 6 $73,200 or less ❑ 7 $78,250 or less ❑ 8 $83,300 or less According to Title 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. 1, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. I understand the information 1 provide in this certification is subject to verification, and 1 agree to provide necessary documentation if requested. Under the penalty of perjury, I certify that the above information is true and correct. EMPLOYEE SIGNATURE To be Completed by Employer: The above-named person was hired previous to this certification on: The above-named person is a new hire as of: The above-named person's job title is: Company Name: Employer Name/Signature: DATE Section 3 Resident Certification Employee Residing in Ventura County Submit with Bid if Box I is checked on Section 3 Business Certification or for New Hires NAME R70:i464 1 hereby certify that I am a Section 3 resident, based on the following qualification(s): 1. ❑ I am a Public Housing Resident: NAME OF PUBLIC HOUSING SITE ADDRESS OF PUBLIC HOUSING SITE 2. ❑ I am a low-income resident of the metropolitan area and: 2014 INCOME LIMITS My household Size is: My household's gross annual income from all sources is: ❑ 1 $48,300 or less ❑ 2 $55,200 or less ❑ 3 $62,100 or less ❑ 4 $68,950 or less ❑ 5 $74,500 or less ❑ 6 $80,000 or less ❑ 7 $85,500 or less ❑ 8 $91,050 or less According to Title 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the Unified States Government. 1, the undersigned hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. I understand the information I provide in this certification is subject to verification, and I agree to provide necessary documentation if requested. Under the penalty of perjury, I certify that the above information is true and correct. EMPLOYEE SIGNATURE To be Completed by Employer: The above-named person was hired previous to this certification on: The above-named person is a new hire as of: The above-named person's job title is: Company Name: Employer Name/Signature: DATE TO: Notice of Section 3 Commitment Submit with Bid, Post at Jobsite, Forward to Labor Unions (NAME OF LABOR UNION, WORKERS REPRESENTATIVE, ETC_) (ADDRESS) NAME OF BUSINESS/CONTRACTOR PROJECT NAME PROJECT NUMBER The undersigned currently holds a contract with involving federal housing and community development assistance from the U.S. Department of Housing and Urban Development, or has a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding current employment opportunities for Section 3, the minimum number and job titles are: Regarding job referrals, request that consideration be given to the assignment of persons residing in the service area or neighborhood in which the project is located. The anticipated date the work will begin is For additional information, please contact: at CONTACT PERSON'S NAME TITLE PHONE This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. PRIM NAME DATE SIGNATURE TITLE Section 3 Economic Opportunity Report If a Section 3 Economic Opportunity Plan was submitted with the Bid, or upon request, Submit with Final Certified Payroll Report or on July l n whichever occurs first. CONTRACTOR NAME AND ADDRESS PROJECT NUMBER: DOLLAR AMOUNT OF CONTRACT: CONTRACTOR CONTACT PERSON: I PHONE (INCLUDE AREA CODE) DATE REPORT SUBMITTED: DATE(S) COVERED: CONTRACTOR'S LICENSE NUMBER AND CLASS: FEDERAL EI N: Part I: Employment/Training of Section 3 Residents (Minimum Goal: 30% of New Hires) Number of % of Total Staff % of A ggregate New Hires Hours for Number of Number of Number of Staff Hours Job Category that are Section 3 Section 3 New Hires of New Hires that are Section 3 Employees and Trainees Residents Sec. 3 Residents Trainees Professionals Technicians Office/Cllerical Trade: Trade: Trade: Trade: Trade: TOTALS:: Part II: Subcontracts Awarded (Minimum Subcontract Goal is 25% of the Prime Contract Amount) Number of Subcontracts awarded: Number of Section 3 Businesses Contracted: Name of Qualified Business Concerti Ebnstrucifon or Non constructiort Contract Am©unf ' Amount of All Subcontracts: I $ Percentage of the total dollar amount awarded to qualified Business Concerns: �% Part III: Summary of the efforts that were made to generate economic opportunities ❑ Trained and/or Employed low-income individuals equal to of the aggregate new hires. (Attach Resident Certifications) ❑ Awarded a Subcontract to qualified Business Concerns equal to (%J of the contract amount. (Attach Business Certifications) ❑ Attempted to recruit low-income individuals through: ❑ Advertised through local media, television, radio, newspaper (Attach copy of (advertisement) ❑ Signs prominently displayed at the project site ❑ Contacts with community organizations ❑ Contacted management to notify residents and posted or distributed flyers at public housing authority (Attach list) ❑ Participated in a HUD program or other program which promotes the training or employment of low-income individuals ❑ Participated in a HUD program or other program which promotes the award of contracts to Section 3 Qualified Business Concerns ❑ Contacted agencies administering HUD Youth -Build programs. (Attach list) ❑ Maintained a file of eligible qualified low-income Residents and qualified Business Concerns for future employment. OTHER: (Describe and attach supporting documentation) SIGNATURE According to Title 18, Section 1001 of the U.S. Code, it is a felony for any person to knowingly and willingly make false or fraudulent statements to any department of the United States Government. 1, the undersigned, hereby certify that all statements contained herein, are true and correct to the best of my knowledge and belief. Under the penalty of perjury, I certify that the above information is true and correct. DATE TITLE PHONE EXHIBIT 16 Federal Wage Decision (Next Page) Federal Labor Standards Provisions U.S. Department of Housing and Urban Development Office of labor Relations Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are Included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations Issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs Incurred for more than a weekly period (but not less often than quarterly) under plans, funds. or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work In more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification In which work Is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(if) and the Davis -Bacon poster (WH - 1321) shall be posted at all times by the contractor and Its subcontractors at the site of the work In a prominent and accessible, place where it can be easily seen by the workers. (Ii) (a) Any class of laborers or mechanics which is not listed In the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classiticalien requested is not performed by a classification In the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or Its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (Including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or Its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(1i)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed In the classification. (Ili) 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 rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fade fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part farm HUD -4010 (0&2009) Previous editions are obsolete Page 1 of 6 ref, HarK%ook 1344.1 of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided. That 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or Its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the some prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described A communicated in writing to the laborers or mechanics affected, and records -which show the costs anticipated or ithe actual cost incurred in providing such benefits. Contractors employing apprentices or trairees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and Phe ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (11) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or Its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or Its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(1) except that full social security numbers and home addresses shall not be Included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll Information may be submitted In any form desired. Optional Form WH -847 is available for this purpose from the Wage and Hour Division Web site at http:11WWw. got, ooy/e1A/whd/rorms/wh2471ostr htm or its successor site. The prime contractor Is responsible for the submission of copies of payrolls by all subcontractors, Contractors and subcontractors shall maintain the full social security number and current address of each oovered worker, and shall provide them upon request to HUD or its designee It the agency Is a party to the contract, but if the agency Is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or Its designee, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an Investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee. (Approved by the Office of Management and Budget under OMB Control Number In Section I(b)(2)(B) of the Davis -bacon Act), dally an 1296-0149.) weekly number of hours worked, deductions made and (b) Each payroll, submitted shall be accompanied by a actual wages paid. Whenever the Secretary of tabor has "Statement of Compliance," signed by the contractor or found under 29 CFR 5.5 (a)(1)(iv) that the wages of any subcontractor or his or her agent who pays or supervises laborer or mechanic include the amount of any costs the payment of the persons employed under the contract reasonably anticipated In providing benefits under a pian and shall certify the following; or program described in Section i(b)(2)(B) of the Davis- (1) That the payroll for the payroll period contains the Bacon Act, the contractor shall maintain records which information required to be provided under 29 CFR 5.5 show that the commitment to provide such benefits is (a)(3)(11), the appropriate information Is being maintained enforceable, that the plan or program is financially under 29 CFR 5.S(a){3)(i}, and that such information is responsible, and that the plan or program has been correct and complete; Previous "Worts are obsolete form H1.104010 (0612008) Page 2 of 6 ref. Handbook 1344,1 (2) That each taborer or mechanic (including each helper, is not registered or otherwise employed as stated albove, apprentice, and trainee) employed on the contract during shall be paid not less than the applicable wage rate on the the payroll period has been paid the full weekly wages wage determination for the classification of work actually earned, without rebate, either directly or indirectly, and performed. In addition, any apprentice performing work on that no deductions have been made either directly or the job site In excess of the ratio permitted under the Indirectly from the full wages earned, other than registered program shall be paid not less than the permissible deductions as set forth In 29 CFR Part 3; applicable wage rate on the wage determination for the (3) That each laborer or mechanic has been paid not less work actually performed. Where a contractor is performing in than the applicable wage rates and fringe benefits or cash construction on a project in at locality other than that which Its program Is registered, the ratios and wage rates equivalents for the classification of work performed, as (expressed In percentages of the journeyman's hourly specified in the applicable wage determination rate) specified in the contractor's or subcontractor's Incorporated into the contract. registered program shall be observed. Every apprentice (c) The weekly submission of a properly executed must be paid at not less than the rate specified in the certification set forth on the reverse side of Optional Form registered program for the apprentice's level of progress, WH -347 shall satisfy the requirement for submission of the expressed as a percentage of the journeymen hourly rate "Statement of Compliance" required by subparagraph specified in the applicable wage determination, A.3.(fi)(b). Apprentices shall be paid fringe benefits in accordance (d) The falsification of any of the above certifications may with the provisions of the apprenticeship program. If the subject the contractor or subcontractor to civil or criminal apprenticeship program does not specify fringe benefits, prosecution under Section 1001 of Title 1S and Section apprentices must be paid the full amount of fringe benefits 231 of Title 31 of the United Stales Code. listed on the wage determination for the applicable The contractor or subcontractor shall make the classification. If the Administrator determines that a (ill) records required under subparagraph A.3.(i) available for different practice prevails for the applicable apprentice Inspection, or transcription by authorized classification, Cringes shall be paid in accordance with that _copying, representatives of HUD or Its designee or the Department determination. In the event the Office of Apprenticeship of Labor, and shall permit such representatives to Training, Employer and Labor Services, or a State interview employees during working hours on the job. If Apprenticeship Agency recognized by the Office, the contractor or subcontractor fails to submit the required withdraws approval of an apprenticeship program, the records or to make them available, HUD or its designee contractor will no longer be permitted to utilize may. after written notice to the contractor, sponsor, apprentices at less than the applicable predetermined rate applicant or owner, take such action as may be necessary for the work performed until an acceptable program is to cause the suspension of any further payment, advance, approved. or guarantee of funds. Furthermore, failure to submit the (11) Trainees. Except as provided in 29 CFR 5.16, required records upon request or to make such records trainees will not be permitted to work at less than the available may be grounds for debarment action pursuant to predetermined rate for the work performed unless they are 29 CFR 5,12. employed pursuant %to and Individually registered in a program which has received prior approval, evidenced by 4. Apprentices and Trainees. formal certification by the U.S. Department of Labor, (f) Apprentices. Apprentices will be permitted to work at Employment and Training Administration. The ratio of less than the predetermined rate for the work they trainees to journeymen on the job site shall not be greater performed when they are employed pursuant to and than permitted under the plan approved by the Individually registered In a bona fide apprenticeship Employment and Training Administration. Every trainee program' registered with the U.S. Department of Labor, must be paid at not less than the rate specified In the Employment and Training Administration, Office of approved program for the trainee's level of progress, Apprenticeship Training, Employer and Labor Services, or expressed as a percentage of the journeyman hourly rate with a Slate Apprenticeship Agency recognized by the specified In the applicable wage determination. Trainees Office, or if a person is employed in his or her first 90 shall be paid fringe benefits in accordance with the days of probationary employment as an apprentice In such provisions of the trainee program. If the trainee program an apprenticeship program, who Is not Individually does not mention fringe benefits, trainees shall be paid registered in the program, but who has been certified by the full amount of fringe benefits listed on the wage the Office of Apprenticeship Training, employer and Labor determination unless the Administrator of the Wage and Services or a State Apprenticeship Agency (where Hour Division determines that there Is an apprenticeship appropriate) to be eligible for probationary employment as program associated with the corresponding journeyman an apprentice. The allowable ratio of apprentices to wage rate on the wage determination which provides for journeymen on the job site in any craft classification shall less than full fringe benefits for apprentices. Any not be greater then the ratio permitted to the contractor as employee listed on The payroll at a trainee rate who Is not to the entire work force under the registered program. Any registered and participating In a training pian approved by worker listed an a payroll at an apprentice wage rate, who Previous Mons ora obsolete form W. Ha ti10 k 13409) Rage 3 of 5 ref. Handbook 1344,1 She Employment and Training Administfation shalt be paid not less than the applicable wage rate on the wage delerminatlen for the work actually performed. to addition, -any trainee performing work on the Job site In excess of the ratio permitted under the registered program slutl be paid not Ness than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at Iess than the applicable predetermined rate for the work performed until an acceptable program Is approved, (iii} Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 6 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract S. Subcontracts. The contractor or subcontractor will insert In any subcontracts the clauses contained in subparagraphs 1 through 11 in this paragraph A and such other clauses as HUD or its designee may by appropriate Instructions require, and a copy of the applicable prevailing wage decision, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 6 are herein Incorporated by reference In this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 6. 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of Its subcontractors) and HUD or Its designee, the U.S. Department of Labor, or the employees or their representatives. 10. (1) Certification of Eligibility. By entering into this contract the contractor certifies that neither It (nor he or she) not any person or firm who has an Interest In the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 6.12(a)(1) or to be awarded HUiD contracts or participate In NUD programs pursuant to 24 CFR Part 24. (H) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded MUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (fit) The penalty for making false statements is prescribed In the U.S. Criminal Code, 18 U.S.C. 1001, Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "i'ederal Housing Administration transactions", provides in part: 'Whoever, for the purpose of . .. influencing in any way the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or imprisoned not more than two years, or both." 17. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be Instituted any proceeding or has testified or is about to testify in any proceeding under or . relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provisions of this paragraph B are applicable where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms "laborers" and "mechanl s" include watchmen and guards. (1) 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 shall require or permit any such laborer or mechanic In any workweek in which the individual is employed on such work to work in excess of 40 hours In such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked In excess of 40 hours In such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. in addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, Including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such Individual was required at permitted to work In excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth in sub paragraph (1) of this paragraph. Previous ed0ks are obsolete form HIi10-4010 (MM) Page 4 of 6 ref. Handbook 1344.1 (3) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon wriitten request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert In any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth In subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are applicable where the amount of the prime contract exceeds $100,000. (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. (2) The Contractor shalt comply with all regulations Issued by the Secretary of Labor pursuant to Title 29 part 1926 and failure to comply may result In imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, (Public Law 91-64, 83 Stat 96). ao USC 3701 et aea. (3) The contractor shall Include the provisions of this paragraph in every subcontract so that such provisions will be binding on each subcontractor. The contractor shall take such action with respect to any subcontractor as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions are obsolete form HUD -4010 (0612009) Bags 5 of 6 ref. Handbook 1344.1 SUPPLEMENTARY CONDITIONS 1J.S. DSparlmettt of HottaingOMB Approval No. 2502-0598 OF THE CONTRACT FOR a r Development (ip. 04>30r2014) CONSTRUCTION Public Reporting Burden for this collection of information is estimated to average 0.2 hours per response. Including the tiros for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the coitection of information. Response to this request for Information is required in order to receive the benefits to be derived. This agency may not collect this information, and you are not required to complete this form unless it displays a currently valid OMB control number. White no assurance of confidentiality is pledged to respondents, HUD generally discloses this data only in response to a Freedom of information Act request. Article 1: Labor Standards A. Applicability. The Project or program to which the construction work covered by this Contract pertains is being assisted or Insured by the United States of America, and the following Federal Labor Standards Provisions are included in this Contract or related instrument pursuant to the provisions applicable to such Federal assistance or insurance. Any statute or regulation contained herein shall also include any subsequent amendment or successor statute or regulation. B. Minimum Wages. Pursuant to Section 212 of the National Housing Act, as amended, 12 U.S.C. 1715c, the minimum wage provisions contained in this paragraph B do not apply to those projects with Security Instruments insured under Section 221(h)(1) designed for less than 9 families and they do not apply to those projects with Security Instruments insured under either Section 220 or 233 designed for less than 12 families. 1.Ji) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the Project) shall be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of the Davis -Bacon Act (40 U.S.C. 3141(2)(B)(ii)) on behalf of laborers or mechanics are considered wages paid to such lagers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under pians, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work In more than one classification may be compensated at the rate specified for each Pravlous editions are obsolete; Construction Coniraol Supp 1HUD-92554M (Rev. 04111) Replaces form HUD -92564 classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR 5.5(a)(1)(ii)) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii) (a) Any class of laborers or mechanics that is not listed in the wage determination and that is to be employed under this Contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (b) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, U.S. Department of Labor, Washington, D.C. 20210 ("Administrator"). The Administrator, or an authorized representative, shall approve, modify, or disapprove every additional classification action within thirty (30) days of receipt and so advise HUD or its designee or shall notify HUD or its designee within the thirty (30) day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (c) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or Its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or Its designee, to the Administrator for determination. The Administrator, or an authorized representative, shall issue a determination within thirty (30) days of receipt and so advise HUD or its designee or shall notify HUD or its designee within the thirty (30) day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs B.1.(11)(b) or (c) of this Article, shall be paid to all workers Previous editions are obsolete; constwolon Contrast Supp HUD -92554M (R.ev. 04/11) Replaces form HUD -92654 performing work in the classification under this Contract from the first day on which worts is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the Contract for a class of laborers or mechanics includes a fringe benefit that is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis - Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 In the construction or development of the Project), all or part.of the wages required by the Contract, HUD or Its designee may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the Contractor, disburse such amounts withheld for and on account of the Contractor or subcontractor to the respective employees to whom they are due. 3. Payrolls, records, and certifications. (i) Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the Project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1 (bx2)(B) of the Davis -Bacon Act (40 U.S.C. 3141(2)(13)(0))), daily and weekly number of hours worked, deductions made and actual wages paid. Previous editl= are obsolete, construction Contract supe HUD -92554M (Rev. 04111) Replaces form HUD -92554 Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1 (b)(2)(B) of the Davis - Bacon Act (40 U.S.C. 3141(2)(8)(ii)), the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017.) (ii)(a) The Contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the Contract, but if the agency is not such a party, the Contractor shall submit the payrolls to the applicant, sponsor, or Owner, as the case may be, for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at htto•l� of ggyLwhditrmsfwh347.pdf or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to HUD or its designee if the- agency is a party to the Contract, but if the agency is not such a party, the Contractor will submit the payrolls to the applicant sponsor, or Owner, as the case may be, for transmission to HUD or its designee, the Contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this subparagraph for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to HUD or its designee .(Approved by the Office of Management and Budget under OMB Control Number 1215-0149.) (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: previous e0ons are obsolete: Construction Contract Supp HUD -92554M (Rev. 04/11) Replaces form HUD -92554 (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR 5.5(a)(3)(i), and that such information is correct and complete. (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the Contract during the payroll period has been paid the full weeklywages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract. (c) The weekly submission of a properly executed certification set forth on -the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by subparagraph 8.3.(ii)(b) of this Article. (d) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Sections 3801 et M of Title 31 of the United States Code. (iii) The Contractor or subcontractor shall make the records required under subparagraph B.3.(i) of this Article available for Inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the Contractor, sponsor, applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees, (I) Apprentices. Apprentices shall be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Lahr, Employment and Training Administration, Office of Apprenticeship, or with a State Apprenticeship Agency recognized by such Office, or if a person Is employed in his or her first ninety (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 Office of Apprenticeship, or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in previous adMWS are obsWate; construction Conked Supp HUD -92564M (Rev. 04/11) Replaces bun HUo-82554 any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be . paid not less than the applicable wage rate on the wage determination for the work actually performed. Where the Contractor is performing construction on a project in a locality other than that In which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship, or a State Apprenticeship Agency recognized by such Office, withdraws approval of an apprenticeship program, the Contractor shall no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the worts performed until an acceptable program is approved. (if) Trainees. Except as provided in 29 CFR 5.15, trainees shall not be permitted to work at fess 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, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and flour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work, actually performed. in addition, any trainee performing work on the job site In excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws Previous aftons are obsc*te: Construction Contract Supp HUD -92654M (Rev. 04/11) Replaces form HUD -82664 approval of a training program, the Contractor shall no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under 29 CFR Part 5 shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this Contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraphs 1 through 10 of this paragraph B and such other clauses as HUD or its designee may by appropriate instructions require, and a copy of the applicable prevailing wage determination, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all Contract clauses referenced in this subparagraph. 7. Contract termination and debarment. A breach of the Contract clauses in 29 CFR 5.5 may be grounds for termination of the Contract, and for debarment as a contractor or a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this Contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (1) By entering into this Contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act (40 U.S.C. 3144(b)(2)) or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate In HUD programs pursuant to 24 CFR Part 24. (ii) No part of this Contract shall be subcontracted to any person or firm Ineligible for award of a Govemment contract by virtue of Section 3(a) of the Davis -Bacon Act (40 Previus ad9lons are obsolete; CwWrudw Contract Supp HUO-92564M (Rev. 84/11) Repkces form HUD -92654 U.S.C. 3144(bX2)) or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U..S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010, Tide 18, U.S.C., "Federal Housing Administration transactions", provides in part: "Whoever, for the purpose of ... influencing in any way the action of such Department ... makes, passes, utters or publishes any statement, knowing the same to be false ... shall be fined under this title or imprisoned not more than two years, or both." C. Contract Work Hours and Safety Standards Act. 1. Applicability and Definitions. This paragraph C of Article 1 is applicable only if a direct form of federal assistance is involved, such as Section 8, Section 202/811 Capital Advance, grants etc., and is applicable only where the prime contract is in an amount greater than $100,000. As used In this paragraph C, the terms "laborers" and "mechanics" include watchmen and guards. 2. Overtime requirements. No contractor or subcontractor contracting for any part of the Contract work that may require or involve the employment of laborers or mechanics shall require or, permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty (40) hours In such workweek. 3. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the immediately preceding subparagraph C.2, the Contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. in addition, the Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory) for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed In violation of such subparagraph, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in such subparagraph. 4. Withholding for unpaid wages and liquidated damages. HUD or its designee shall, upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract, or under any other f=ederal contract with the same prime contractor, or under any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or Prev;s editions are obsolete; canstaac"M ureal SUM HUD -92554M (Rev. 04/11) Replaces form HUD -82954 subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph 3 of this paragraph C. 5. Subcontracts. The Contractor or subcontractor shall Insert in any subcontracts the clauses set forth in subparagraphs 1 through 5 of this paragraph C and also a clause requiring the subcontractors to include these clauses in any lower Her subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth In such subparagraphs 1 through 5. D. Certification. For projects with Security Instruments insured under the National Housing Act, as amended, that are subject to paragraph B of this Article 1, the Contractor is required to execute the Contractor's Prevailing Wage Certificate within HUD -92448 as a condition precedent to insurance by HUD of the Loan, or an advance thereof, made or to be made by the Lender in connection with the construction of the Project. Article 2: Equal Employment Opportunity A. Applicability, This Article 2 applies to any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 CFR Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee. B. The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, disability, or national origin. The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, disability or national origin. Such action shall Include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment notices to be provided setting forth the provisions of this nondiscrimination clause. C. The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor state that all qualified applicants shall receive consideration for employment without regard to race, color, religion, sex, disability, or national origin. D. The Contractor shall send to each labor union or representative of workers with which It has a collective bargaining agreement or other contract or understanding a notice to be provided advising the said labor union or workers representatives of the Contractor's commitments hereunder, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. Pmvlous editions are obsolete; ConsuucWn Conrad Supp HUD -92554M (Rev. 04111) Replaces form HUD -92554 10 E. The Contractor shall comply with all provisions of Executive Order 11246 of September 24, 1965 and of the rules, regulations, and relevant orders of the Secretary of Labor. F. The Contractor shall furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and shall permit access to its books, records, and accounts by the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. G. In the event of the Contractor`s noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and Contractor may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulations or order of the Secretary of Labor, or as otherwise provided by law. H. The Contractor shall include the provisions of paragraphs A through H of this Article 2 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, so that such provisions shall be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontract or purchase order as HUD or the Secretary of Labor may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by HUD or the Secretary of Labor, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. Article 3: Equal Opportunity for Businesses and Lower Income Persons Located Within the Project Area A. This Article 3 is applicable to projects covered by Section 3, as defined in 24 CFR Part 135. B. The work to be performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from HUD and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given to lower income residents of the unit of local government or the metropolitan area (or non -metropolitan county) as determined by HUD in which the Project is located 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 same metropolitan area (or non -metropolitan county) as the Project. Article 4: Health and Safety Provior. a flons are obsaWe; comtrudton Contract Supp HUD -92554M (Rev. 04/11) Reptaws form HUD -92554 11 A. This Article 41s applicable only where the prime contract is in an amount greater than $900,000. B. No laborer or mechanic shall be required to work in surroundings or under working conditions. which are unsanitary, hazardous, or dangerous to his or her health and safety as determined under construction safety and health standards promulgated by the Secretary of Labor by regulation. C. The Contractor shall comply with all regulations Issued by the Secretary of Labor pursuant to 29 CFR Part 9926, and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act, 40 USC 3701 et seg. D. The Contractor shall Include the provisions of this Article 4 in every subcontract so that such provisions shall be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as HUD or the Secretary of Labor shall direct as a means of enforcing such provisions. Previous editions are obsolete; Construction Contraot Surge HU04)26&M (Rev. 04111) replaces farm MUO-M54 FEI]ERAL MINIMUM WAGES ( Applicable 10 Business Days prior to the Date of Bid Opening To be inserted into Contract before Award and Execution of the Contract) FOR STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO General Decision Number: CA170037 03/31/2017 CA37 Superseded General Decision Number: CA20160037 State: California Construction Types: Building, Heavy (Heavy and Dredging) and Highway County: San Bernardino County in California. BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number 0 1 2 3 4 5 ASBE0005-002 07/04/2016 Publication Date 01/06/2017 01/27/2017 02/17/2017 02/24/2017 03/10/2017 03/31/2017 Rates Fringes Asbestos Workers/Insulator (Includes the application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems) ..... $ 38.37 20.13 Fire Stop Technician (Application of Firestopping Materials for wall openings and penetrations in walls, floors, ceilings and curtain walls) ...........................$ 26.15 17.31 ASBE0005-004 07/04/2016 Rates Fringes Pagel of 25 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 2 of 25 Asbestos Removal worker/hazardous material handler (Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not) .... $ 18.38 10.82 BOIL0092-003 10/01/2012 Rates Fringes BOILERMAKER ......................$ 41.17 28.27 ---------------------------------------------------------------- * BRCA0004-011 05/01/2016 Rates Fringes BRICKLAYER; MARBLE SETTER ........ $ 38.38 14.17 *The wage scale for prevailing wage projects performed in Blythe, China lake, Death Valley, Fort Irwin, Twenty -Nine Palms, Needles and 1-15 corridor (Barstow to the Nevada State Line) will be Three Dollars ($3.00) above the standard San Bernardino/Riverside County hourly wage rate -------------------------------------------------------------- * BRCA0018-004 06/01/2016 Rates Fringes MARBLE FINISHER ..................$ 29.20 12.93 TILE FINISHER ....................$ 24.53 11.08 TILE LAYER .......................$ 35.89 16.24 ---------------------------------------------------------------- BRCA0018-010 09/01/2016 Rates Fringes TERRAZZO FINISHER ................$ 28.53 12.27 TERRAZZO WORKER/SETTER ........... $ 35.57 13.14 ---------------------------------------------------------------- CARP0409-001 07/01/2016 Rates Fringes CARPENTER (1) Carpenter, Cabinet Installer, Insulation Installer, Hardwood Floor Worker and acoustical installer ...................$ 39.83 17.03 (2) Millwright ..............$ 40.90 17.03 (3) Piledrivermen/Derrick Bargeman, Bridge or Dock Carpenter, Heavy Framer, Rock Bargeman or Scowman, https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 3 of 25 Rockslinger, Shingler (Commercial) ................$ 40.53 17.03 (4) Pneumatic Nailer, (2) Standby .................$ Power Stapler ...............$ 40.09 17.03 (5) Sawfiler...............$ 39.83 17.03 (6) Scaffold Builder ....... $ 31.60 17.03 (7) Table Power Saw Operator ....................$ 40.93 17.03 FOOTNOTE: Work of forming in the construction c open cut sewers or storm drains, on operations in which iorizontal lagging is used in conjunction with steel H-Bea.�is driven or placed in pre- drilled holes, for that portion of a lagged trench against which concrete is poured, namely, as a substitute for back forms (which work is performed by piledrivers): $0.13 per hour additional. ---------------------------------------------------------------- CARP0409-002 07/01/2008 Diver Rates Fringes (1) Wet .....................$ 663.68 9.82 (2) Standby .................$ 331.84 9.82 (3) Tender ..................$ 323.84 9.82 (4) Assistant Tender ........ $ 299.84 9.82 Amounts in "Rates' column are per day ---------------------------------------------------------------- CARP0409-005 07/01/2015 Rates Fringes Drywall DRYWALL INSTALLER/LATHER .... $ 40.40 15.03 STOCKER/SCRAPPER ............ $ 10.00 7.17 ---------------------------------------------------------------- CARP0409-008 08/01/2010 Rates Fringes Modular Furniture Installer ...... $ 17.00 7.41 ---------------------------------------------------------------- ELEC0440-004 12/26/2016 COMMUNICATIONS AND SYSTEMS WORK Rates Fringes Communications System Installer ...................$ 30.54 4%+13.75 Technician ..................$ 30.18 4%+11.45 SCOPE OF WORK: Installation, testing, service and maintenance of systems utilizing the transmission and/or transference of voice, sound, vision and digital for commercial, educational, security and entertainment purposes for the following: TV monitoring and surveillance, background -foreground music, https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 4 of 25 intercom and telephone interconnect, inventory control systems, microwave transmission, multi -media, multiplex, nurse call systems, radio page, school intercom and sound, burglar alarms, fire alarms, and low voltage master clock systems in commercial buildings. Communication Systems that transmit or receive information and/or control systems that are intrinsic to the above listed systems; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding all other data systems or multiple systems which include control function or power supply; excluding installation of raceway systems, conduit systems, line voltage work, and energy management systems. Does not cover work performed at China Lake Naval Ordnance Test Station. ---------------------------------------------------------------- ELEC0477-002 05/30/2016 Rates Fringes Electricians: .................... $ 36.29 23.48 CABLE SPLICER: $1.00 per hour above Electrician rate. TUNNEL WORK: 10% above Electrician rate. ZONE PAY: Zone A - 80 road miles from Post Office, 455 Orange Show Lane, San Bernardino, will be a free zone for all contractors Zone B - Any work performed outside Zone A's 80 road miles, shall add $12.00 per hour to the current wage scale. -------------------------------------------------------------- ELEC1245-001 06/01/2015 Rates LINE CONSTRUCTION (1) Lineman; Cable splicer..$ 52.85 (2) Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), overhead & underground distribution line equipment) ... ........ $ 42.21 (3) Groundman...............$ 32.28 (4) Powderman...............$ 47.19 Fringes 15.53 14.32 14.03 14.60 HOLIDAYS: New Year's Day, M.L. King Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day and day after Thanksgiving, Christmas Day ---------------------------------------------------------------- ELEV0018-001 01/01/2017 Rates Fringes ELEVATOR MECHANIC ................$ 52.21 31.585 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 5 of 25 FOOTNOTE: PAID VACATION: Employer contributes 8% of regular hourly rate as vacation pay credit for employees with more than 5 years of service, and 6% for 6 months to 5 years of service. PAID HOLIDAYS: New Years Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. ---------------------------------------------------------------- ENGI0012-003 07/01/2016 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Rates Fringes OPERATOR: Power Equipment (All Other Work) GROUP 1 ....................$ 39.95 23.35 GROUP 2 ....................$ 40.73 23.35 GROUP 3....................$ 41.02 23.35 GROUP 4 ....................$ 42.51 23.35 GROUP 5 ....................$ 41.86 23.35 GROUP 6 ....................$ 41.83 23.35 GROUP 8 ....................$ 42.84 23.35 GROUP 9 ....................$ 42.19 23.35 GROUP 10 ....................$ 42.96 23.35 GROUP 11 ....................$ 42.31 23.35 GROUP 12 ....................$ 43.13 23.35 GROUP 13 ....................$ 43.23 23.35 GROUP 14 ....................$ 43.26 23.35 GROUP 15 ....................$ 43.34 23.35 GROUP 16 ....................$ 43.46 23.35 GROUP 17 ....................$ 43.63 23.35 GROUP 18....................$ 43.73 23.35 GROUP 19 ....................$ 43.84 23.35 GROUP 20 ....................$ 43.96 23.35 GROUP 21 ....................$ 44.13 23.35 GROUP 22 ....................$ 44.23 23.35 GROUP 23 ....................$ 44.34 23.35 GROUP 24 ....................$ 44.46 23.35 GROUP 25 ....................$ 44.63 23.35 OPERATOR: Power Equipment (Cranes, Piledriving & Hoisting) GROUP 1 ....................$ 43.20 22.15 GROUP 2 ....................$ 43.98 22.15 GROUP 3 ....................$ 44.27 22.15 GROUP 4 ....................$ 44.41 22.15 GROUP 5 ....................$ 44.63 22.15 GROUP 6 ....................$ 44.74 22.15 GROUP 7 ....................$ 44.86 22.15 GROUP 8 ....................$ 45.03 22.15 GROUP 9 ....................$ 45.20 22.15 GROUP 10 ....................$ 46.20 22.15 GROUP 11 ....................$ 47.20 22.15 GROUP 12 ....................$ 48.20 22.15 GROUP 13 ....................$ 49.20 22.15 OPERATOR: Power Equipment (Tunnel Work) GROUP 1 ....................$ 41.80 23.35 GROUP 2 ....................$ 42.58 23.35 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 6 of 25 GROUP 3 ................. $ 42.87 23.35 GROUP 4 ................. $ 43.01 23.35 GROUP 5 ................. $ 43.23 23.35 GROUP 6 ................. $ 43.34 23.35 GROUP 7 ................. $ 43.46 23.35 PREMIUM PAY: $3.75 per hour shall be paid an all Power Equipment Operator work on the followng Militar: Bases: China Lake Naval Reserve, Vandenberg AFB, Poi, - Arguello, Seely Naval Base, Fort Irwin, Nebo Annex Marin( Base, Marine Corp Logistics Base Yermo, Edwards AFB, 29 Iilms Marine Base and Camp Pendleton Workers required to suit up and work in a hazardous material environment: $2.00 per hour additional. Combination mixer and compressor operator on gunite work shall be classified as a concrete mobile mixer operator. SEE ZONE DEFINITIONS AFTER CLASSIFICATIONS POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP l: Bargeman; Brakeman; Compressor operator; Ditch Witch, with seat or similar type equipment; Elevator operator -inside; Engineer Oiler; Forklift operator (includes loed, lull or similar types under 5 tons; Generator operator; Generator, pump or compressor plant operator; Pump operator; Signalman; Switchman GROUP 2: Asphalt -rubber plant operator (nurse tank operator); Concrete mixer operator -skip type; Conveyor operator; Fireman; Forklift operator (includes loed, lull or similar types over 5 tons; Hydrostatic pump operator; oiler crusher (asphalt or concrete plant); Petromat laydown machine; PJU side dura jack; Screening and conveyor machine operator (or similar types); Skiploader (wheel type up to 3/4 yd. without attachment); Tar pot fireman; Temporary heating plant operator; Trenching machine oiler GROUP 3: Asphalt -rubber blend operator; Bobcat or similar type (Skid steer); Equipment greaser (rack); Ford Ferguson (with dragtype attachments); Helicopter radioman (ground); Stationary pipe wrapping and cleaning machine operator GROUP 4: Asphalt plant fireman; Backhoe operator (mini -max or similar type); Boring machine operator; Boxman or mixerman (asphalt or concrete); Chip spreading machine operator; Concrete cleaning decontamination machine operator; Concrete Pump Operator (small portable); Drilling machine operator, small auger types (Texoma super economatic or similar types - Hughes 100 or 200 or similar types - drilling depth of 30' maximum); Equipment greaser (grease truck); Guard rail post driver operator; Highline cableway signalman; Hydra -hammer -aero stomper; Micro Tunneling (above ground tunnel); Power concrete curing machine operator; Power concrete saw operator; Power -driven jumbo form setter operator; Power sweeper operator; Rock Wheel Saw/Trencher; Roller operator (compacting); Screed operator (asphalt or concrete); Trenching machine operator (up to 6 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 7 of 25 ft.); Vacuum or much truck GROUP 5: Equipment Greaser (Grease Truck/Multi Shift). GROUP 6: Articulating material hauler; Asphalt plant engineer; Batch plant operator; Bit sharpener; Concrete joint machine operator (canal and similar type); Concrete planer operator; Dandy digger; Deck engine operator; Derrickman (oilfield type); Drilling machine operator, bucket or auger types (Calweld 100 bucket or similar types - Watson 1000 auger or similar types - Texoma 330, 500 or 600 auger or similar types - drilling depth of 45' maximum); Drilling machine operator; Hydrographic seeder machine operator (straw, pulp or seed), Jackson track maintainer, or similar type; Kalamazoo Switch tamper, or similar type; Machine tool operator; Maginnis internal full slab vibrator, Mechanical berm, curb or gutter(concrete or asphalt); Mechanical finisher operator (concrete, Clary -Johnson -Bidwell or similar); Micro tunnel system (below ground); Pavement breaker operator (truck mounted); Road oil mixing machine operator; Roller operator (asphalt or finish), rubber -tired earth moving equipment (single engine, up to and including 25 yds. struck); Self-propelled tar pipelining machine operator; Skiploader operator (crawler and wheel type, over 3/4 yd. and up to and including 1-1/2 yds.); Slip form pump operator (power driven hydraulic lifting device for concrete forms); Tractor operator -bulldozer, tamper -scraper (single engine, up to 100 h.p. flywheel and similar types, up to and including D-5 and similar types); Tugger hoist operator (1 drum); Ultra high pressure waterjet cutting tool system operator; Vacuum blasting machine operator GROUP 8: Asphalt or concrete spreading operator (tamping or finishing); Asphalt paving machine operator (Barber Greene or similar type); Asphalt -rubber distribution operator; Backhoe operator (up to and including 3/4 yd.), small ford, Case or similar; Cast -in-place pipe laying machine operator; Combination mixer and compressor operator (gunite work); Compactor operator (self-propelled); Concrete mixer operator (paving); Crushing plant operator; Drill Doctor; Drilling machine operator, Bucket or auger types (Calweld 150 bucket or similar types - Watson 1500, 2000 2500 auger or similar types - Texoma 700, 800 auger or similar types - drilling depth of 60' maximum); Elevating grader operator; Grade checker; Gradall operator; Grouting machine operator; Heavy-duty repairman; Heavy equipment robotics operator; Kalamazoo balliste regulator or similar type; Kolman belt loader and similar type; Le Tourneau blob compactor or similar type; Loader operator (Athey, Euclid, Sierra and similar types); Mobark Chipper or similar; Ozzie padder or similar types; P.C. slot saw; Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pumperete gun operator; Rock Drill or similar types; Rotary drill operator (excluding caisson type); Rubber -tired earth -moving equipment operator (single engine, caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator (multiple engine up to and including 25 yds. struck); https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 8 of 25 Rubber -tired scraper operator (self -loading paddle wheel type -John Deere, 1040 and similar single unit); Self- propelled curb and gutter machine operator; Shuttle buggy; Skiploader operator (crawler and wheel type over 1-1/2 yds. up to and including 6-1/2 yds.); Soil remediation plant operator; Surface heaters and planer operator; Tractor compressor drill combination operator; Tractor operator (any type larger than D-5 - 100 flywheel h.p. and over, or similar -bulldozer, tamper, scraper and push tractor single engine); Tractor operator (boom attachments), Traveling pipe wrapping, cleaning and bendng machine operator; Trenching machine operator (over 6 ft. depth capacity, manufacturer's rating); trenching Machine with Road Miner attachment (over 6 ft depth capacity): Ultra high pressure waterjet cutting tool system mechanic; Water pull (compaction) operator GROUP 9: Heavy Duty Repairman GROUP 10: Drilling machine operator, Bucket or auger types (Calweld 200 B bucket or similar types -Watson 3000 or 5000 auger or similar types -Texoma 900 auger or similar types -drilling depth of 105' maximum); Dual drum mixer, dynamic compactor LDC350 (or similar types); Monorail locomotive operator (diesel, gas or electric); Motor patrol -blade operator (single engine); Multiple engine tractor operator (Euclid and similar type -except Quad 9 cat.); Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Pneumatic pipe ramming tool and similar types; Prestressed wrapping machine operator; Rubber -tired earth -moving equipment operator (single engine, over 50 yds. struck); Rubber tired earth moving equipment operator (multiple engine, Euclid, caterpillar and similar over 25 yds. and up to 50 yds. struck), Tower crane repairman; Tractor loader operator (crawler and wheel type over 6-1/2 yds.); Woods mixer operator (and similar Pugmill equipment) GROUP 11: Heavy Duty Repairman - Welder Combination, Welder - Certified. GROUP 12: Auto grader operator; Automatic slip form operator; Drilling machine operator, bucket or auger types (Calweld, auger 200 CA or similar types - Watson, auger 6000 or similar types - Hughes Super Duty, auger 200 or similar types - drilling depth of 175' maximum); Hoe ram or similar with compressor; Mass excavator operator less tha 750 cu. yards; Mechanical finishing machine operator; Mobile form traveler operator; Motor patrol operator (multi -engine); Pipe mobile machine operator; Rubber -tired earth- moving equipment operator (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck); Rubber -tired self- loading scraper operator (paddle -wheel -auger type self -loading - two (2) or more units) GROUP 13: Rubber -tired earth -moving equipment operator operating equipment with push-pull system (single engine, up to and including 25 yds. struck) GROUP 14: Canal liner operator; Canal trimmer operator; https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 9 of 25 Remote- cc :rol earth -moving equipment operator (operating a second p :ce of equipment: $1.00 per hour additional); Wheel exca itor operator (over 750 cu. yds.) GROUP 15: fibber -tired earth -moving equipment operator, operating juipment with push-pull system (single engine, Caterpilla , Euclid, Athey Wagon and similar types with any and all at achments over 25 yds. and up to and including 50 yds. struc ); Rubber -tired earth -moving equipment operator, operating quipment with push-pull system (multiple engine -up o and including 25 yds. struck) GROUP 16: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 17: Rubber -tired earth -moving equipment operator, operating equipment with push-pull system (multiple engine, Euclid, Caterpillar and similar, over 50 cu. yds. struck); Tandem tractor operator (operating crawler type tractors in tandem - Quad 9 and similar type) GROUP 18: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, up to and including 25 yds. struck) GROUP 19: Rotex concrete belt operator (or similar types); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds.and up to and including 50 cu. yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, up to and including 25 yds. struck) GROUP 20: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps, and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 21: Rubber -tired earth -moving equipment operator, operating in tandem (scrapers, belly dumps and similar types in any combination, excluding compaction units - multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) GROUP 22: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, up to and including 25 yds. struck) https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 10 of 25 GROUP 23: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, Caterpillar, Euclid, Athey Wagon and similar types with any and all attachments over 25 yds. and up to and including 50 yds. struck); Rubber -tired earth -moving equipment operator, operating with the tandem push-pull system (multiple engine, up to and including 25 yds. struck) GROUP 24: Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (single engine, over 50 yds. struck); Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar, over 25 yds. and up to 50 yds. struck) GROUP 25: Concrete pump operator -truck mounted; Rubber -tired earth -moving equipment operator, operating equipment with the tandem push-pull system (multiple engine, Euclid, Caterpillar and similar type, over 50 cu. yds. struck) CRANES, PILEDRIVING AND HOISTING EQUIPMENT CLASSIFICATIONS GROUP 1: Engineer oiler; Fork lift operator (includes Toed, lull or similar types) GROUP 2: Truck crane oiler GROUP 3: A -frame or winch truck operator; Ross carrier operator (jobsite) GROUP 4: Bridge -type unloader and turntable operator; Helicopter hoist operator GROUP 5: Hydraulic boom truck; Stinger crane (Austin -Western or similar type); Tugger hoist operator (1 drum) GROUP 6: Bridge crane operator; Cretor crane operator; Hoist operator (Chicago boom and similar type); Lift mobile operator; Lift slab machine operator (Vagtborg and similar types); Material hoist and/or manlift operator; Polar gantry crane operator; Self Climbing scaffold (or similar type); Shovel, backhoe, dragline, clamshell operator (over 3/4 yd. and up to 5 cu. yds. mrc); Tugger hoist operator GROUP 7: Pedestal crane operator; Shovel, backhoe, dragline, clamshell operator (over 5 cu. yds. mrc); Tower crane repair; Tugger hoist operator (3 drum) GROUP 8: Crane operator (up to and including 25 ton capacity); Crawler transporter operator; Derrick barge operator (up to and including 25 ton capacity); Hoist operator, stiff legs, Guy derrick or similar type (up to and including 25 ton capacity); Shovel, backhoe, dragline, clamshell operator (over 7 cu. yds., M.R.C.) GROUP 9: Crane operator (over 25 tons and up to and including 50 tons mrc); Derrick barge operator (over 25 tons up to https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 11 of 25 and including 50 tons mrc); Highline cableway operator; Hoist operator, stiff legs, Guy derrick or similar type (over 25 tons up to and including 50 tons mrc); K -crane operator; Polar crane operator; Self erecting tower crane operator maximum lifting capacity ten tons GROUP 10: Crane operator (over 50 tons and up to and including 100 tons mrc); Derrick barge operator (over 50 tons up to and including 100 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 50 tons up to and including 100 tons mrc), Mobile tower crane operator (over 50 tons, up to and including 100 tons M.R.C.); Tower crane operator and tower gantry GROUP 11: Crane operator (over 100 tons and up to and including 200 tons mrc); Derrick barge operator (over 100 tons up to and including 200 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 100 tons up to and including 200 tons mrc); Mobile tower crane operator (over 100 tons up to and including 200 tons mrc) GROUP 12: Crane operator (over 200 tons up to and including 300 tons mrc); Derrick barge operator (over 200 tons up to and including 300 tons mrc); Hoist operator, stiff legs, Guy derrick or similar type (over 200 tons, up to and including 300 tons mrc); Mobile tower crane operator (over 200 tons, up to and including 300 tons mrc) GROUP 13: Crane operator (over 300 tons); Derrick barge operator (over 300 tons); Helicopter pilot; Hoist operator, stiff legs, Guy derrick or similar type (over 300 tons); Mobile tower crane operator (over 300 tons) TUNNEL CLASSIFICATIONS GROUP l: Skiploader (wheel type up to 3/4 yd. without attachment) GROUP 2: Power -driven jumbo form setter operator GROUP 3: Dinkey locomotive or motorperson (up to and including 10 tons) GROUP 4: Bit sharpener; Equipment greaser (grease truck); Slip form pump operator (power -driven hydraulic lifting device for concrete forms); Tugger hoist operator (1 drum); Tunnel locomotive operator (over 10 and up to and including 30 tons) GROUP 5: Backhoe operator (up to and including 3/4 yd.); Small Ford, Case or similar; Drill doctor; Grouting machine operator; Heading shield operator; Heavy-duty repairperson; Loader operator (Athey, Euclid, Sierra and similar types); Mucking machine operator (1/4 yd., rubber -tired, rail or track type); Pneumatic concrete placing machine operator (Hackley-Presswell or similar type); Pneumatic heading shield (tunnel); Pumperete gun operator; Tractor compressor drill combination operator; Tugger hoist operator (2 drum); Tunnel locomotive operator (over 30 tons) https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 12 of 25 GROUP 6: Heavy Duty Repairman GROUP 7: Tunnel mole boring machine operator ENGINEERS ZONES $1.00 additional per hour for all of IMPERIAL County and the portions of KERN, RIVERSIDE & SAN BERNARDINO Counties as defined below: That area within the following Boundary: Begin in San Bernardino County, approximately 3 miles NE of the intersection of I-15 and the California State line at that point which is the NW corner of Section 1, T17N,m R14E, San Bernardino Meridian. Continue W in a straight line to that point which is the SW corner of the northwest quarter of Section 6, T27S, R42E, Mt. Diablo Meridian. Continue North to the intersection with the Inyo County Boundary at that point which is the NE corner of the western half of the northern quarter of Section 6, T25S, R42E, MDM. Continue W along the Inyo and San Bernardino County boundary until the intersection with Kern County, as that point which is the SE corner of Section 34, T24S, R40E, MDM. Continue W along the Inyo and Kern County boundary until the intersection with Tulare County, at that point which is the SW corner of the SE quarter of Section 32, T24S, R37E, MDM. Continue W along the Kern and Tulare County boundary, until that point which is the NW corner of T25S, R32E, MDM. Continue S following R32E lines to the NW corner of T31S, R32E, MDM. Continue W to the NW corner of T31S, R31E, MDM. Continue S to the SW corner of T32S, R31E, MDM. Continue W to SW corner of SE quarter of Section 34, T32S, R30E, MDM. Continue S to SW corner of T11N, R17W, SBM. Continue E along south boundary of T11N. SBM to SW corner of T11N, R7W, SBM. Continue S to SW corner of T9N, R7W, SBM. Continue E along south boundary of T9N, SBM to SW corner of T9N, RlE, SBM. Continue S along west boundary of RlE, SMB to Riverside County line at the SW corner of TIS, RlE, SBM. Continue E along south boundary of T1s, SBM (Riverside County Line) to SW corner of T1S, R10E, SBM. Continue S along west boundary of R10E, SBM to Imperial County line at the SW corner of TBS, R10E, SBM. Continue W along Imperial and Riverside county line to NW corner of T9S, R9E, SBM. Continue S along the boundary between Imperial and San Diego Counties, along the west edge of R9E, SBM to the south boundary of Imperial County/California state line. Follow the California state line west to Arizona state line, then north to Nevada state line, then continuing NW back to start at the point which is the NW corner of Section 1, T17N, R14E, SBM $1.00 additional per hour for portions of SAN LUIS OBISPO, KERN, SANTA BARBARA & VENTURA as defined below: That area within the following Boundary: Begin approximately 5 miles north of the community of Cholame, on the Monterey County and San Luis Obispo County boundary at the NW corner of T25S, R16E, Mt. Diablo Meridian. Continue south along the west side of R16E to the SW corner of T30S, R16E, MDM. Continue E to SW corner of T30S, R17E, MDM. Continue S to SW corner of T31S, R17E, MDM. Continue E to SW corner of T31S, R18E, MDM. Continue S along West side of R18E, MDM as it crosses into San https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 13 of 25 Bernardino Meridian numbering area and becomes R30W. Follow the west side of R30W, SBM to the SW corner of T9N, R30W, SBM. Continue E along the south edge of T9N, SBM to the Santa Barbara County and Ventura County boundary at that point whch is the SW corner of Section 34.T9N, R24W, SBM, continue S along the Ventura County line to that point which is the SW corner of the SE quarter of Section 32, T7N, R24W, SBM. Continue E along the south edge of T7N, SBM to the SE corner to T7N, R21W, SBM. Continue N along East side of R21W, SBM to Ventura County and Kern County boundary at the NE corner of T8N, R21W. Continue W along the Ventura County and Kern County boundary to the SE corner of T9N, R21W. Continue North along the East edge of R21W, SBM to the NE corner of T12N, R21W, SBM. Continue West along the north edge of T12N, SBM to the SE corner of T32S, R21E, MDM. [T12N SBM is a think strip between T11N SBM and T32S MDM]. Continue North along the East side of R21E, MDM to the Kings County and Kern County border at the NE corner of T25S, R21E, MDM, continue West along the Kings County and Kern County Boundary until the intersection of San Luis Obispo County. Continue west along the Kings County and San Luis Obispo County boundary until the intersection with Monterey County. Continue West along the Monterey County and San Luis Obispo County boundary to the beginning point at the NW corner of T25S, R16E, MDM. $2.00 additional per hour for INYO and MONO Counties and the Northern portion of SAN BERNARDINO County as defined below: That area within the following Boundary: Begin at the intersection of the northern boundary of Mono County and the California state line at the point which is the center of Section 17, T10N, R22E, Mt. Diablo Meridian. Continue S then SE along the entire western boundary of Mono County, until it reaches Inyo County at the point which is the NE corner of the Western half of the NW quarter of Section 2, T8S, R29E, MDM. Continue SSE along the entire western boundary of Inyo County, until the intersection with Kern County at the point which is the SW corner of the SE 1/4 of Section 32, T24S, R37E, MDM. Continue E along the Inyo and Kern County boundary until the intersection with San Bernardino County at that point which is the SE corner of section 34, T24S, R40E, MDM. Continue E along the Inyo and San Bernardino County boundary until the point which is the NE corner of the Western half of the NW quarter of Section 6, T25S, R42E, MDM. Continue S to that point which is the SW corner of the NW quarter of Section 6, T27S, R42E, MDM. Continue E in a straight line to the California and Nevada state border at the point which is the NW corner of Section 1, T17N, R14E, San Bernardino Meridian. Then continue NW along the state line to the starting point, which is the center of Section 18, T10N, R22E, MDM. REMAINING AREA NOT DEFINED ABOVE RECIEVES BASE RATE ------------------------------ --------------------------------- ENGIO012-004 08/01/2015 Rates Fringes h"s://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 14 of 25 OPERATOR: Power Equipment (DREDGING) (1) Leverman................$ 49.50 23.60 (2) Dredge dozer ............ $ 43.53 23.60 (3) Deckmate................$ 43.42 23.60 (4) Winch operator (stern winch on dredge) ............ $ 42.87 23.60 (5) Fireman -Oiler, Deckhand, Bargeman, Leveehand...................$ 42.33 23.60 (6) Barge Mate ..............$ 42.94 23.60 ---------------------------------------------------------------- IRON0377-002 07/01/2016 Rates Fringes Ironworkers: Fence Erector ...............$ 28.33 20.64 Ornamental, Reinforcing and Structural ..............$ 34.75 29.20 PREMIUM PAY: $6.00 additional per hour at the following locations: China Lake Naval Test Station, Chocolate Mountains Naval Reserve-Niland, Edwards AFB, Fort Irwin Military Station, Fort Irwin Training Center -Goldstone, San Clemente Island, San Nicholas Island, Susanville Federal Prison, 29 Palms - Marine Corps, U.S. Marine Base - Barstow, U.S. Naval Air Facility - Sealey, Vandenberg AFB $4.00 additional per hour at the following locations: Army Defense Language Institute - Monterey, Fallon Air Base, Naval Post Graduate School - Monterey, Yermo Marine Corps Logistics Center $2.00 additional per hour at the following locations: Port Hueneme, Port Mugu, U.S. Coast Guard Station - Two Rock ------------------------------ --------------------------------- LAB00300-005 01/01/2017 Rates Fringes Asbestos Removal Laborer ......... $ 31.88 16.82 SCOPE OF WORK: Includes site mobilization, initial site cleanup, site preparation, removal of asbestos -containing material and toxic waste, encapsulation, enclosure and disposal of asbestos- containing materials and toxic waste by hand or with equipment or machinery; scaffolding, fabrication of temporary wooden barriers and assembly of decontamination stations. ---------------------------------------------------------------- LAB00345-001 07/03/2016 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 15 of 25 Rates Fringes LABORER (GUNITE) GROUP 1 .....................$ 37.89 20.50 GROUP 2 .....................$ 36.94 20.50 GROUP 3 .....................$ 33.40 20.50 FOOTNOTE: GUNITE PREMIUM PAY: Workers working from a Bosn'n's Chair or suspended from a rope or cable shall receive 40 cents per hour above the foregoing applicable classification rates. Workers doing gunite and/or shotcrete work in a tunnel shall receive 35 cents per hour above the foregoing applicable classification rates, paid on a portal-to-portal basis. Any work performed on, in or above any smoke stack, silo, storage elevator or similar type of structure, when such structure is in excess of 75'-0" above base level and which work must be performed in whole or in part more than 75'-0" above base level, that work performed above the 75'-0" level shall be compensated for at 35 cents per hour above the applicable classification wage rate. GUNITE LABORER CLASSIFICATIONS GROUP 1: Rodmen, Nozzlemen GROUP 2: Gunmen GROUP 3: Reboundmen ---------------------------------------------------------------- LAB00783-002 07/04/2016 Rates Fringes LABORER (TUNNEL) GROUP 1 .....................$ 38.09 19.07 GROUP 2 .....................$ 38.41 19.07 GROUP 3 .....................$ 38.87 19.07 GROUP 4 .....................$ 39.56 19.07 LABORER GROUP 1 .....................$ 32.34 19.07 GROUP 2 .....................$ 32.89 19.07 GROUP 3 .....................$ 33.44 19.07 GROUP 4 .....................$ 34.99 19.07 GROUP 5 .....................$ 35.34 19.07 LABORER CLASSIFICATIONS GROUP 1: Cleaning and handling of panel forms; Concrete screeding for rough strike -off; Concrete, water curing; Demolition laborer, the cleaning of brick if performed by a worker performing any other phase of demolition work, and the cleaning of lumber; Fire watcher, limber, brush loader, piler and debris handler; Flag person; Gas, oil and/or water pipeline laborer; Laborer, asphalt -rubber material loader; Laborer, general or construction; Laborer, general clean-up; Laborer, landscaping; Laborer, jetting; Laborer, temporary water and air lines; Material hose operator https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 16 of 25 (walls, slabs, floors and decks); Plugging, filling of shee bolt holes; Dry packing of concrete; Railroad maintenance, repair track person and road beds; Streetcar and railroad construction track laborers; Rigging and signaling; Scaler; Slip form raiser; Tar and mortar; Tool crib or tool house laborer; Traffic control by any method; Window cleaner; Wire mesh pulling - all concrete pouring operations GROUP 2: Asphalt shoveler; Cement dumper (on 1 yd. or larger mixer and handling bulk cement); Cesspool digger and installer; Chucktender; Chute handler, pouring concrete, the handling of the chute from readymix trucks, such as walls, slabs, decks, floors, foundation, footings, curbs, gutters and sidewalks; Concrete curer, impervious membrane and form oiler; Cutting torch operator (demolition); Fine grader, highways and street paving, airport, runways and similar type heavy construction; Gas, oil and/or water pipeline wrapper - pot tender and form person; Guinea chaser; Headerboard person - asphalt; Laborer, packing rod steel and pans; Membrane vapor barrier installer; Power broom sweeper (small); Riprap stonepaver, placing stone or wet sacked concrete; Roto scraper and tiller; Sandblaster (pot tender); Septic tank digger and installer(lead); Tank scaler and cleaner; Tree climber, faller, chain saw operator, Pittsburgh chipper and similar type brush shredder; Underground laborer, including caisson bellower GROUP 3: Buggymobile person; Concrete cutting torch; Concrete pile cutter; Driller, jackhammer, 2-1/2 ft. drill steel or longer; Dri-pak-it machine; Gas, oil and/or water pipeline wrapper, 6 -in. pipe and over, by any method, inside and out; High scaler (including drilling of same); Hydro seeder and similar type; Impact wrench multi -plate; Kettle person, pot person and workers applying asphalt, lay-kold, creosote, lime caustic and similar type materials ("applying" means applying, dipping, brushing or handling of such materials for pipe wrapping and waterproofing); Operator of pneumatic, gas, electric tools, vibrating machine, pavement breaker, air blasting, come-alongs, and similar mechanical tools not separately classified herein; Pipelayer's backup person, coating, grouting, making of joints, sealing, caulking, diapering and including rubber gasket joints, pointing and any and all other services; Rock slinger; Rotary scarifier or multiple head concrete chipping scarifier; Steel headerboard and guideline setter; Tamper, Barko, Wacker and similar type; Trenching machine, hand -propelled GROUP 4: Asphalt raker, lute person, ironer, asphalt dump person, and asphalt spreader boxes (all types); Concrete core cutter (walls, floors or ceilings), grinder or sander; Concrete saw person, cutting walls or flat work, scoring old or new concrete; Cribber, shorer, lagging, sheeting and trench bracing, hand -guided lagging hammer; Head rock slinger; Laborer, asphalt- rubber distributor boot person; Laser beam in connection with laborers' work; Oversize concrete vibrator operator, 70 lbs. and over; Pipelayer performing all services in the laying and installation of pipe from the point of receiving pipe in the ditch until completion of operation, including any and all forms of https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 F e 17 of 25 tubular material, whether pipe, metallic or non-metallic, conduit and any other stationary type of tubular device used for the conveying of any substance or element, whether water, sewage, solid gas, air, or other product whatsoever and without regard to the nature of material from which the tubular material is fabricated; No -joint pipe and stripping of same; Prefabricated manhole installer; Sandblaster (nozzle person), water blasting, Porta Shot -Blast GROUP 5: Blaster powder, all work of loading holes, placing and blasting of all powder and explosives of whatever type, regardless of method used for such loading and placing; Driller: All power drills, excluding jackhammer, whether core, diamond, wagon, track, multiple unit, and any and all other types of mechanical drills without regard to the form of motive power; Toxic waste removal TUNNEL LABORER CLASSIFICATIONS GROUP 1: Batch plant laborer; Changehouse person; Dump person; Dump person (outside); Swamper (brake person and switch person on tunnel work); Tunnel materials handling person; Nipper; Pot tender, using mastic or other materials (for example, but not by way of limitation, shotcrete, etc.) GROUP 2: Chucktender, cabletender; Loading and unloading agitator cars; Vibrator person, jack hammer, pneumatic tools (except driller); Bull gang mucker, track person; Concrete crew, including rodder and spreader GROUP 3: Blaster, driller, powder person; Chemical grout jet person; Cherry picker person; Grout gun person; Grout mixer person; Grout pump person; Jackleg miner; Jumbo person; Kemper and other pneumatic concrete placer operator; Miner, tunnel (hand or machine); Nozzle person; Operating of troweling and/or grouting machines; Powder person (primer house); Primer person; Sandblaster; Shotcrete person; Steel form raiser and setter; Timber person, retimber person, wood or steel; Tunnel Concrete finisher GROUP 4: Diamond driller; Sandblaster; Shaft and raise work ---------------------------------------------------------------- LAB00783-005 07/01/2016 Rates Fringes Brick Tender .....................$ 30.52 18.56 ---------------------------------------------------------------- LABO1184-001 07/04/2016 Rates Fringes Laborers: (HORIZONTAL DIRECTIONAL DRILLING) (1) Drilling Crew Laborer ... $ 33.65 13.95 (2) Vehicle Operator/Hauler.$ 33.82 13.95 (3) Horizontal Directional Drill Operator ..............$ 35.67 13.95 (4) Electronic Tracking https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 18 of 25 Locator .....................$ 37.67 13.95 Laborers: (STRIPING/SLURRY SEAL) GROUP 1 .....................$ 34.86 17.03 GROUP 2 .....................$ 36.16 17.03 GROUP 3 .....................$ 38.17 17.03 GROUP 4 .....................$ 39.91 17.03 LABORERS - STRIPING CLASSIFICATIONS GROUP 1: Protective coating, pavement sealing, including repair and filling of cracks by any method on any surface in parking lots, game courts and playgrounds; carstops; operation of all related machinery and equipment; equipment repair technician GROUP 2: Traffic surface abrasive blaster; pot tender - removal of all traffic lines and markings by any method (sandblasting, waterblasting, grinding, etc.) and preparation of surface for coatings. Traffic control person: controlling and directing traffic through both conventional and moving lane closures; operation of all related machinery and equipment GROUP 3: Traffic delineating device applicator: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices including traffic control. This category includes all traffic related surface preparation (sandblasting, waterblasting, grinding) as part of the application process. Traffic protective delineating system installer: removes, relocates, installs, permanently affixed roadside and parking delineation barricades, fencing, cable anchor, guard rail, reference signs, monument markers; operation of all related machinery and equipment; power broom sweeper GROUP 4: Striper: layout and application of traffic stripes and markings; hot thermo plastic; tape traffic stripes and markings, including traffic control; operation of all related machinery and equipment --------------------------------------- LABO1414-003 08/03/2016 Rates LABORER PLASTER CLEAN-UP LABORER .... $ 31.60 PLASTER TENDER ..............$ 34.15 Fringes 19.28 19.28 Work on a swing stage scaffold: $1.00 per hour additional. Work at Military Bases - $3.00 additional per hour: Coronado Naval Amphibious Base, Fort Irwin, Marine Corps Air Station -29 Palms, Imperial Beach Naval Air Station, Marine Corps Logistics Supply Base, Marine Corps Pickle Meadows, Mountain Warfare Training Center, Naval Air Facility -Seeley, North Island Naval Air Station, Vandenberg AFB. https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 19 of 25 --------------------------------------------------------------- PAIN0036-001 08/01/2016 Rates Fringes Painters: (Including Lead Abatement) (1) Repaint (excludes San Diego County) ...............$ 27.59 13.24 (2) All Other Work .......... $ 31.12 13.24 REPAINT of any previously painted structure. Exceptions: work involving the aerospace industry, breweries, commercial recreational facilities, hotels which operate commercial establishments as part of hotel service, and sports facilities. ---------------------------------------------------------------- PAIN0036-008 10/01/2016 Rates Fringes DRYWALL FINISHER/TAPER........... $ 37.18 17.99 ---------------------------------------------------------------- PAIN0036-015 06/01/2016 Rates Fringes GLAZIER ..........................$ 41.70 21.13 FOOTNOTE: Additional $1.25 per hour for work in a condor, from the third (3rd) floor and up Additional $1.25 per hour for work on the outside of the building from a swing stage or any suspended contrivance, from the ground up -------------------------------------------------------------- PAIN1247-002 05/01/2016 Rates Fringes SOFT FLOOR LAYER .................$ 31.10 14.06 ---------------------------------------------------------------- PLAS0200-008 08/05/2015 Rates Fringes PLASTERER ........................$ 38.44 13.77 FORT IRWIN; MARINE CORPS AIR STATION 29 PALMS, AND MARINE CORPS LOGISTICS SUPPLY BASE: $3.00 additional per hour. ---------------------------------------------------------------- PLAS0500-002 07/01/2016 Rates Fringes CEMENT MASON/CONCRETE FINISHER ... $ 33.30 23.33 ---------------------------------------------------------------- PLUM0016-002 07/01/2016 https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 20 of 25 Rates Fringe PLUMBER, PIPEFITTER, STEAMFITTER Plumber and Pipefitter All other work except work on new additions and remodeling of bars, restaurant, stores and commercial buildings not to exceed 5,000 sq. ft. of floor space and work on strip malls, light commercial, tenant improvement and remodel work .......................$ 47.19 21.41 Work at Edwards AFB ........ $ 51.56 21.41 Work at Fort Irwin Army Base, Marine Corps Logistic Base at Nebo, Marine Corps Logistic Base at Yermo and Twenty -Nine Palms Marine Base ........... $ 57.69 21.41 Work ONLY on new additions and remodeling of bars, restaurants, stores and commercial buildings, not to exceed 5,000 sq. ft. of floor space .................$ 45.73 20.43 Work ONLY on strip malls, light commercial, tenant improvement and remodel work ........................$ 35.69 18.76 PLUM0345-001 07/01/2014 Rates Fringes PLUMBER Landscape/Irrigation Fitter.$ 29.27 19.75 Sewer & Storm Drain Work .... $ 33.24 17.13 ---------------------------------------------------------------- ROOF0036-002 08/01/2015 Rates Fringes ROOFER ...........................$ 35.07 14.40 FOOTNOTE: Pitch premium: Work on which employees are exposed to pitch fumes or required to handle pitch, pitch base or pitch impregnated products, or any material containing coal tar pitch, the entire roofing crew shall receive $1.75 per hour "pitch premium" pay. ---------------------------------------------------------------- SFCA0669-009 04/01/2016 Does not include the northern part of the City of Chino, or the Cities of Montclair and Ontario https://www.wdol.gov/wdoVscafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 21 of 25 Rates Fringes SPRINKLER FITTER .................$ 37.32 20.27 ---------------------------------------------------------------- SFCA0709-004 07/01/2015 THE NORTHERN PART OF THE CITY OF CHINO, AND THE CITIES OF MONTCLAIR AND ONTARIO: Rates Fringes SPRINKLER FITTER (Fire) .......... $ 42.93 24.04 ---------------------------------------------------------------- SHEE0105-003 07/01/2016 LOS ANGELES (South of a straight line drawn between Gorman and Big Pines)and Catalina Island, INYO, KERN (Northeast part, East of Hwy 395), MONO ORANGE, RIVERSIDE, AND SAN BERNARDINO COUNTIES Rates Fringes SHEET METAL WORKER (1) Commercial - New Construction and Remodel work ........................$ 41.86 26.88 (2) Industrial work including air pollution control systems, noise abatement, hand rails, guard rails, excluding aritechtural sheet metal work, excluding A -C, heating, ventilating systems for human comfort ... $ 41.86 26.88 TEAM0011-002 08/01/2016 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Rates Fringes TRUCK DRIVER GROUP 1 ....................$ 29.09 26.39 GROUP 2 ....................$ 29.24 26.39 GROUP 3 ....................$ 29.37 26.39 GROUP 4 ....................$ 29.56 26.39 GROUP 5 ....................$ 29.59 26.39 GROUP 6 ............. ......$ 29.62 26.39 GROUP 7 ....................$ 29.87 26.39 GROUP 8 ....................$ 30.12 26.39 GROUP 9 ....................$ 30.32 26.39 GROUP 10 ....................$ 30.62 26.39 GROUP 11 ....................$ 31.12 26.39 GROUP 12 ....................$ 31.55 26.39 WORK ON ALL MILITARY BASES: PREMIUM PAY: $3.00 per hour additional. [29 palms Marine Base, Camp Roberts, China Lake, Edwards AFB, https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 22 of 25 El Centro Naval Facility, Fort Irwin, Marine Corps Logistics Base at Nebo & Yermo, Mountain Warfare Training Center, Bridgeport, Point Arguello, Point Conception, Vandenberg AFB] TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Truck driver GROUP 2: Driver of vehicle or combination of vehicles - 2 axles; Traffic control pilot car excluding moving heavy equipment permit load; Truck mounted broom GROUP 3: Driver of vehicle or combination of vehicles - 3 axles; Boot person; Cement mason distribution truck; Fuel truck driver; Water truck - 2 axle; Dump truck, less than 16 yds. water level; Erosion control driver GROUP 4: Driver of transit mix truck, under 3 yds.; Dumperete truck, less than 6-1/2 yds. water level GROUP 5: Water truck, 3 or more axles; Truck greaser and tire person ($0.50 additional for tire person); Pipeline and utility working truck driver, including winch truck and plastic fusion, limited to pipeline and utility work; Slurry truck driver GROUP 6: Transit mix truck, 3 yds. or more; Dumperete truck, 6-1/2 yds. water level and over; Vehicle or combination of vehicles - 4 or more axles; Oil spreader truck; Dump truck, 16 yds. to 25 yds. water level GROUP 7: A Frame, Swedish crane or similar; Forklift driver; Ross carrier driver GROUP 8: Dump truck, 25 yds. to 49 yds. water level; Truck repair person; Water pull - single engine; Welder GROUP 9: Truck repair person/welder; Low bed driver, 9 axles or over GROUP 10: Dump truck - 50 yds. or more water level; Water pull - single engine with attachment GROUP 11: Water pull - twin engine; Water pull - twin engine with attachments; Winch truck driver - $1.25 additional when operating winch or similar special attachments GROUP 12: Boom Truck 17K and above ---------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave haps://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v--5 4/4/2017 Page 23 of 25 for Federal Contractors applies to 1 contracts subject to the Davis -Bacon Act for which the contr :t is awarded (and any solicitation was issued) on or afte January 1, 2017. If this contract is covered by the E0, the ntractor must provide employees with 1 hour of paid sick !ave for every 30 hours they work, up to 56 hours of paid s A leave each year. Employees must be permitted to use yid sick leave for their own illness, injury or other health -elated needs, including preventive care; to assist a family ;iember (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including pre >ntive care; or for reasons resulting from, or to assist a fami I member (or person who is like family to the employee) who is 3 victim of, domestic violence, sexual assault, or stalkiTj. Additional information on contractor requirements and work«c protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 24 of 25 rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations https://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 Page 25 of 25 Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION haps://www.wdol.gov/wdol/scafiles/davisbacon/CA37.dvb?v=5 4/4/2017 APPENDIX ADA ACCESS RAMPS SIDEWALK LOCATION PLANS & SPECIAL PROVISIONS NO. 12973 CONSTRUCTION OF ADA ACCESS RAMP & SIDEWALK IMPROVEMENTS AT VARIOUS LOCATIONS (SS17-002) Sht 2: (2) NEC, SEC 33" St & D St (4) NWC, NEC, SWC, SEC 33d St & Mayfield St (4) NWC, NEC, SWC, SEC 33St & Arrowhead Ave (4) NWC, NEC, SWC, SEC 33rd St & Pershing Ave Sht 3: (1) NEC, (1) SWC, (1) SEC, Marshall Blvd & Stoddard St (2) SWC, (2) SEC, Marshall Blvd & D St (1) NWC, (1) NEC, (2) SWC, (2) SEC Marshall Blvd & Mayfield Ave (2) NWC, NEC Center Median, (1) NEC Marshall Blvd & Mt View Ave Sht 4: (2) SEC, NEC Little Mountain Drive & Bussey St (2) SEC, NEC Little Mountain Drive & Marshall Blvd (2) NWC, NEC 30th St & N Roberds Ave (2) NWC, NEC 30th St & N Pico Ave (2) NWC, NEC 30th St & Herrington Ave Sht 5: (2) NWC, NEC Marshall Blvd & Roberds Ave (2) SEC, NEC Mira Monte drive & W Lynwood Drive (2) SEC, NEC Mira Monte drive & Lomita Road (2) SEC, NEC Mira Monte drive & W 31St St Sht 6: (1) NWC, (1) SWC, (1) SEC Rialto Ave & Macy St (1) NWC 4th St & Hill Drive SURVEY DOCUMENTS 1b4 009 CORNER RECORD DOCUMENT NO 9-r- ®-149- 1 4 9 - COUNTY OF SAN BERNARDINO CALIFORNIA r _ r ` - r I - _ �// Z495, T DAYS ` ' t0 ? F s _ r } s , I I " =f /7-9'93 T OAviS LL ' —I (,� rno ! r I _ ra I afro r,-O- t II i l, /Ix (c $4 I � _ f t _ � 4%✓ o /S'A�CP, l-to-�9g - DE.r/o>•msA r to i -► f '- TRANS/ 1G/NE NoUb guri, ' j s T T L¢¢'rt" ✓ /-ZO-9S, T DA'v/1 - IFarb r is Fp / P rtIIAGlic s~AC r+v qs Srrf 'J1 � {__ ad• F 1 I 4 IAND SG *' t l- � * LS 5274 F ASS �- j " f iV{ T, r SURVEYOR S CERTIFICATE COUNTY SURVEYOR S CERTIFICATE THIS CORNER RECORD WAS PREPARED BY ME OR THIS CORNER RECORD WAS RECEIVED JAN 3995 UNDER MY DIRECTION IN CONFORMANCE WITH THE 19 4 7 LAND SURVEYORS ACTON TR lIJ V R K "/ ?-Lo AN INEO 1 ED Z �`� 19 AS SUf2UY EYFRRTCH1EPF0sCTff1r ' 19 C-ITY O19 F SRIU 131cepl?)ZO 1 GR BY 4 ' SIGNED 1492 TITLE DEPUTY`�.. LS p 5Z74 41w P� tom y COUNTY SURVEYOR S STATEMENT a Q s m 0 ,¢ EXPIRATfON nem SHEET 2 OF 2 9/ F OF CAO- 0 NOTICE Flung this corner record does not relieve you of filing a RECORD OF SURVEY when It Is required by the LAND SURVEYORS ACT SEC County of San Bernardino Environmental Management Group OFFICE OF SURVEYOR CORNER RECORD COUNTY OF SAN BERNARDINO CALIFORNIA 164 069 DOCUMENT NO R s iq� Z%T r !1f R Uf 5PN J3F/:N/41�f7 11V U CORNER TYPE GOV T CORNER ❑ CONTROL ❑ N MEANDER ❑ PROPERTY ❑ E RANCHO ❑ OTHER A - DATE OF SURVEY Zrk Rr M O 19 9 6 MERIDIAN COORDINATES ZONE ELEV CORNER — LEFT AS FOUND g FOUND AND TAGGED 56 REESTABLISHED ❑ PHYSICAL DESCRIPTION OF CORNER FOUND EVIDENCE USED TO IDENTIFY THE CORNER SEC OTHER Si Der REBUILT ❑ PHYSICAL DESCRIPTION OF MONUMENTS REBUILT PERPETUATED OR RESET 5EE GTNE/I -TI 0R A CORNER RECORD MAY BE USED TO REPORT THE RECOVERY OR PERPETUATION OF SURVEY MONUMENTS OR TO SHOW THE REESTABLISHMENT OF MONUMENTS WHERE FIELD CONDITIONS AGREE SUBSTANTIALLY WITH RECORD I THE CORNER RECORD IS TO BE PREPARED BY A LICENSED LAND SURVEYOR OR REGISTERED CIVIL ENGINEER AND FILED WITH THE COUNTY SURVEYOR IOR COUNTY ENGINEER) OF THE COUNTY IN WHICH THE CORNER IS LOCATED 2 A CORNER RECORD SHALL BE FILED WITHIN 90 DAYS OF THE DATE OF THE RECOVERY USE OR REESTABLISHMENT OF A CORNER UNLESS THE CORNER IS TO BE SHOWN ON A RECORD OF SURVEY PARCEL OR FINAL MAP DERIVED FROM THE SURVEY WHICH USED OR LOCATED SAID CORNER 3 A CORNER RECORD MAY BE FILED TO SHOW THE PERPETUATION OF ANY EXISTING OR OBLITERATED CORNER OF THE SURVEY OF THE PUBLIC LANDS AS SAID CORNERS ARE DEFINED IN, THE MANUAL OF INSTRUCTIONS FOR THE SURVEY OF PUBLIC LANDS OF THE UNITED STATES OF THE BUREAU OF LAND MANAGEMENT THE IDENTIFICATION OF SUCH CORNERS SHALL BE IF POSSIBLE IN ACCORDANCE WITH THE SYSTEM OF IDENTIFICATION GIVEN BY SAID MANUAL OF INSTRUCTIONS 4 AT THE OPTION OF THE SURVEYOR OR ENGINEER A CORNER RECORD MAY BE FILED FOR PROPERTY CORNERS PROPERTY CONTROLLING CORNERS REFERENCE MONUMENTS OR ACCESSORIES TO PROPERTY CORNERS WHEN THE COUNTY SURVEYOR OR COUNTY ENGINEER DETERMINES THAT NONE OF THE CONDITIONS REQUIRING A RECORD OF SURVEY EXIST AS OUTLINED IN SECTION 8762 OF THE LAND SURVEYORS ACT 5 THE COUNTY SURVEYOR OR COUNTY ENGINEER SHALL EXAMINE THE CORNER RECORD WITHIN 20 DAYS FOR CONFORMANCE WITH SECTION 8773 OF THE LAND SURVEYORS ACT UPON DETERMINATION THAT THE ABOVE LISTED CONDITIONS ARE SATISFIED AND THAT THE INFORMATION REQUIRED ELSEWHERE OV THIS FORM IS COMPLETE THE COUNTY SURVEYOR OR ENGINEER SHALL FILE AND INDEX THE CORNER RECORD AND NOTIFY THE SURVEYOR(ENGINEER OF SUCH FILING 6 CORNER RECORDS SUBMITTED FOR SURVEYS WHICH UNDER SECTION 8762 OF THE LAND SURVEYOR S ACT REQUIRE A RECORD OF SURVEY SHALL BE RETURNED TO THE SURVEYOR OR ENGINEER TOGETHER WITH A STATEMENT OF THE REASON FOR SUCH RETURN 7 CALIFORNIA COORDINATE SYSTEM DATA MAY BE SHOWN BUT SHOULD BE ACCOMPANIED BY AN IDENTIFICATION OF THE SOURCE OF SUCH INFORMATION 8 A SKETCH SHOWING REFERENCE TIES TO ACCESSORIES OR OTHER IDENTIFIABLE OBJECTS IN THE VICINITY OF THE CORNER SHALL BE PROVIDED WHERE APPROPRIATE PHOTOGRAPHS AND/OR TOPOGRAPHY OF THE MONUMENT AND SURROUNDING AREA ARE ENCOURAGED 14.12935-"g R 4#91 SHEET I OF 2 CORNER — LEFT AS FOUND tO FOUND AND TAGGED ❑ REESTABLISHED ❑ REBUILT ❑ PHYSICAL DESCRIPTION OF CORNER FOUND EVIDENCE USED TO IDENTIFY THE CORNER SEE o TNCR S1DLc . 4 PHYSICAL DESCRIPTION OF MONUMENTS REBUILT PERPETUATED OR RESET SEE QTHER 57,0E A CORNER RECORD MAY BE USED TO REPORT THE RECOVERY OR PERPETUATION OF SURVEY MONUMENTS OR TO SHOW THE REESTABLISHMENT OF MONUMENTS WHERE FIELD CONDITIONS AGREE SUBSTANTIALLY WITH RECORD 1 THE CORNER RECORD IS TO BE PREPARED BY A LICENSED LAND SURVEYOR OR REGISTERED CIVIL ENGINEER AND FILED WITH THE COUNTY SURVEYOR (OR COUNTY ENGINEER) OF THE COUNTY IN WHICH THE CORNER IS LOCATED 2 A CORNER RECORD SHALL BE FILED WITHIN 90 DAYS OF THE DATE OF THE RECOVERY USE OR REESTABLISHMENT OF A CORNER UNLESS THE CORNER IS TO BE SHOWN ON A RECORD OF SURVEY PARCEL OR FINAL MAP DERIVED FROM THE SURVEY WHICH USED OR LOCATED SAID CORNER " 3 A CORNER RECORD MAY BE FILED TO SHOW THE PERPETUATION OF ANY EXISTING OR OBLITERATED CORNER OF THE SURVEY OF THE PUBLIC LANDS AS SAID CORNERS ARE DEFINED IN THE MANUAL OF INSTRUCTIONS FOR THE SURVEY OF PUBLIC LANDS OF THE UNITED STATES OF THE BUREAU OF LAND MANAGEMENT THE IDENTIFICATION OF SUCH CORNERS SHALL BE IF POSSIBLE IN ACCORDANCE WITH THE SYSTEM OF IDENTIFICATION GIVEN BY SAID MANUAL OF INSTRUCTIONS 4 AT THE OPTION OF THE SURVEYOR OR ENGINEER A CORNER RECORD MAY BE FILED FOR PROPERTY CORNERS PROPERTY CONTROLLING CORNERS REFERENCE MONUMENTS OR ACCESSORIES TO PROPERTY CORNERS WHEN THE COUNTY SURVEYOR OR COUNTY ENGINEER DETERMINES THAT NONE OF THE CONDITIONS REQUIRING A RECORD OF SURVEY EXIST AS OUTLINED IN SECTION 8762 OF THE LAND SURVEYORS ACT 5 THE COUNTY SURVEYOR OR COUNTY ENGINEER SHALL EXAMINE THE CORNER RECORD WITHIN 20 DAYS FOR CONFORMANCE WITH SECTION 8773 OF THE LAND SURVEYORS ACT UPON DETERMINATION THAT THE ABOVE LISTED CONDITIONS ARE SATISFIED AND THAT THE INFORMATION REQUIRED ELSEWHERE ON THIS FORM IS COMPLETE THE COUNTY SURVEYOR OR ENGINEER SH FILE AND INDEX THE CORNER RECORD AND NOTIFY THE SURVEYOR/ENGINEER OF SUCH FILING 6 CORNER RECORDS SUBMITTED FOR SURVEYS WHICH UNDER SECTION 8762 OF THE LAND SURVEYOR S ACT REQUIRE A RE C OF SURVEY SHALL BE RETURNED TO THE SURVEYOR OR ENGINEER TOGETHER WITH A STATEMENT OF THE REASON FOR SL1P RETURN 7 CALIFORNIA COORDINATE SYSTEM DATA MAY BE SHOWN BUT SHOULD BE ACCOMPANIED BY AN IDENTIFICATION OF THE SOURCE OF SUCH INFORMATION 8 A SKETCH SHOWING REFERENCE TIES TO ACCESSORIES OR OTHER IDENTIFIABLE OBJECTS IN THE VICINITY OF THE CORNER SHALL BE PROVIDED WHERE APPROPRIATE PHOTOGRAPHS AND/OR TOPOGRAPHY OF THE MONUMENT AND SURROUNDING AREA ARE ENCOURAGED 14 12935 409 R• 4191 SHFFT 1 OF 2 x."71 084 • NOTICE County of San Bernardino DOCUMENT NO _ _ Filing this corner record does not Environmental Management Group relieve you of filing a RECORD OF SURVEY when it is required by the OFFICE OF SURVEYOR LAND SURVEYORS ACT CORDER RECORD COUNTY OF SAN BERNARDINO CALIFORNIA SAN BERNyRD1tAo_ SEC 7 T 1 S - R — — � ..._-- --- — — — MERIDIAN I CORNER TYPE COORDINATES 1 GOV T CORNER ❑ CONTROL ❑ N ---' ""-- MEANDER ❑ PROPERTY ❑ E j RANCHO ❑ OTHER Is ZONE i DATE OF SURVEY OCK08-ER 3,199-5 ELEV CORNER — LEFT AS FOUND tO FOUND AND TAGGED ❑ REESTABLISHED ❑ REBUILT ❑ PHYSICAL DESCRIPTION OF CORNER FOUND EVIDENCE USED TO IDENTIFY THE CORNER SEE o TNCR S1DLc . 4 PHYSICAL DESCRIPTION OF MONUMENTS REBUILT PERPETUATED OR RESET SEE QTHER 57,0E A CORNER RECORD MAY BE USED TO REPORT THE RECOVERY OR PERPETUATION OF SURVEY MONUMENTS OR TO SHOW THE REESTABLISHMENT OF MONUMENTS WHERE FIELD CONDITIONS AGREE SUBSTANTIALLY WITH RECORD 1 THE CORNER RECORD IS TO BE PREPARED BY A LICENSED LAND SURVEYOR OR REGISTERED CIVIL ENGINEER AND FILED WITH THE COUNTY SURVEYOR (OR COUNTY ENGINEER) OF THE COUNTY IN WHICH THE CORNER IS LOCATED 2 A CORNER RECORD SHALL BE FILED WITHIN 90 DAYS OF THE DATE OF THE RECOVERY USE OR REESTABLISHMENT OF A CORNER UNLESS THE CORNER IS TO BE SHOWN ON A RECORD OF SURVEY PARCEL OR FINAL MAP DERIVED FROM THE SURVEY WHICH USED OR LOCATED SAID CORNER " 3 A CORNER RECORD MAY BE FILED TO SHOW THE PERPETUATION OF ANY EXISTING OR OBLITERATED CORNER OF THE SURVEY OF THE PUBLIC LANDS AS SAID CORNERS ARE DEFINED IN THE MANUAL OF INSTRUCTIONS FOR THE SURVEY OF PUBLIC LANDS OF THE UNITED STATES OF THE BUREAU OF LAND MANAGEMENT THE IDENTIFICATION OF SUCH CORNERS SHALL BE IF POSSIBLE IN ACCORDANCE WITH THE SYSTEM OF IDENTIFICATION GIVEN BY SAID MANUAL OF INSTRUCTIONS 4 AT THE OPTION OF THE SURVEYOR OR ENGINEER A CORNER RECORD MAY BE FILED FOR PROPERTY CORNERS PROPERTY CONTROLLING CORNERS REFERENCE MONUMENTS OR ACCESSORIES TO PROPERTY CORNERS WHEN THE COUNTY SURVEYOR OR COUNTY ENGINEER DETERMINES THAT NONE OF THE CONDITIONS REQUIRING A RECORD OF SURVEY EXIST AS OUTLINED IN SECTION 8762 OF THE LAND SURVEYORS ACT 5 THE COUNTY SURVEYOR OR COUNTY ENGINEER SHALL EXAMINE THE CORNER RECORD WITHIN 20 DAYS FOR CONFORMANCE WITH SECTION 8773 OF THE LAND SURVEYORS ACT UPON DETERMINATION THAT THE ABOVE LISTED CONDITIONS ARE SATISFIED AND THAT THE INFORMATION REQUIRED ELSEWHERE ON THIS FORM IS COMPLETE THE COUNTY SURVEYOR OR ENGINEER SH FILE AND INDEX THE CORNER RECORD AND NOTIFY THE SURVEYOR/ENGINEER OF SUCH FILING 6 CORNER RECORDS SUBMITTED FOR SURVEYS WHICH UNDER SECTION 8762 OF THE LAND SURVEYOR S ACT REQUIRE A RE C OF SURVEY SHALL BE RETURNED TO THE SURVEYOR OR ENGINEER TOGETHER WITH A STATEMENT OF THE REASON FOR SL1P RETURN 7 CALIFORNIA COORDINATE SYSTEM DATA MAY BE SHOWN BUT SHOULD BE ACCOMPANIED BY AN IDENTIFICATION OF THE SOURCE OF SUCH INFORMATION 8 A SKETCH SHOWING REFERENCE TIES TO ACCESSORIES OR OTHER IDENTIFIABLE OBJECTS IN THE VICINITY OF THE CORNER SHALL BE PROVIDED WHERE APPROPRIATE PHOTOGRAPHS AND/OR TOPOGRAPHY OF THE MONUMENT AND SURROUNDING AREA ARE ENCOURAGED 14 12935 409 R• 4191 SHFFT 1 OF 2 ---- ----. - 171 084 CORNER RECORD DOCUMENT NO 95 0966 COUNTY OF SAN BERNARDINO CALIFORNIA NO TE 467DENOTES TRA1vsm-1/VE HOLDS MACY STREET ) a veR T/E D1 s TAMC ES TIE D/.s 7A�✓�Ef Ties C v--ceeajff-3 -93 BY J MEAS4RED BYE D M T S/o FO [EAVOr.O4eOW7r 3.C7 W oi'Ao/a✓ To 22 Bo 0 Scr s of PP-w/672S9L-C PER Cu rY riss D.9TEG 7-2 I- 93 vro -e ow &zAv4' rAc r FD e c.4,0 rArk 7"�ES O�rE� D W7e ?4344 P« DIW7n'22Bo A e cny 71Er oarEo cmr rias oA>fo 7 Z/-93 �1Y 7-Z/193 4/Pr rr ►ATED7 Z/-93 / FV 4 Ey / P&A 7W rA4s k wit V� Ito h E or 7.vE ece E6" W,&roc OOO NA D P R.4PJP PB.? C., rr r1Es DA r rOT?/-'19Y * 5274 , E LLS S 52s Y PG LEAD TACK op/ 7f AF'R cir�r /ES DArEv 9 3 F T yf A vENuE G 92 47 ` ("rp,R ceZZ542 FO YZ �" P E PE,p cTr r/ESORTIPO rc�EGiBLEA s S 7-2/ 93 A-asr i.v rqc o 2 PT DEEP �% O N �. PERC,rYriEs' � � A couvfTr?uc7'JeN p ovreo 7 Z� X93 ;i\'% Sc s 8 r.4G %e�Aues 4-ipE.Q s/i/O S9. G J F7 cirY r FD LE.ldD�7A-A—� o,Vrc u�v' 4FRO zol t N /9/urW oFTiy� c R dD rW&NtYE.VOAF .V.4NDicAP RAu7p PES? CITY T/,Vx DAZED7 2/'9j EYOR S CERTIFICATE PERV6 E/;De rq'c /c ow T c c/r v E,f DAToo 7-2/-3� Klq-t Q� I� COUNTY SURVEYOR S CERTIFIC9,18 1995 RECORD WAS PREPARED BY ME OR THIS CORNER RECORD WAS RECEIVED U UNDER MY DIRECTION IN CONFORMANCE WITH THE 19 LAND SURVEYORS ACT ON OC70 ,94R 4 AND EXAMI D AND AS SWRVEY PARTY c1law FoA r06 19 g-5_ csrY OF SA" BERNgRDurva,cq BY v SIGNED TITLE • L S NO Z 4 - COUNTY SURVEYOR S STATEMENT /o© Yl /w SHEET 2 OF 2 %D -cif Mol /S i9 175- j S V SET L. EAn 4 rAcr- on1 TC �! G u R B R E Tu 1tN l9 SFT E'L.Y of TH�E.BcR� I 6 FT W ILY 0 F N =Np of THE WMSCLCHAIR R A"P �s MACY 5-TREE7' rlEs ser 7-2I--95BY-T OAVIS /VOTE T/E DArM^CEs NEASuRED BY E D pf Fp 1 T P 4 PLASTIC- PLGfG, v STA MPF - d R c E Z 2soZ, FLUS H AccE PTE O AS N -r 1N Pr -R POG 3 O %3 OP T4AC: riE5 FoiZTRACT`* 135 32 ' MACY __STREET FD 1/2 = P � I LLEG18LE L 5 TAG, Tu ST SSLOW'rHE 5URrACE.No 9l, REFElLaNcE p 5� FET LE AO P.GKvNTC 1 N CCA P,'5 R E-r&41N `[ 19 1FT WILY or- fT14 T14E E C R AT tt � N LY E NV o P •ritE - WHEELCHAIR A fi 1;3 - RA H P •� 4�\�� 3m 1 SET LEAD T C TRACT 80cloVD4RY FO / S P C PLAs'Tic Ptk, STAMPEQ PC E 2 2 5a 2, Fws,H sfT lEA0 jr —J/ roe tk ONT C f n 5ET LEAD TACKON TC 7 -3 -gam ICIOA , SET LEAD 4-rp.cK owl T G '4- Fr W OF VS ENO OC O/W DIRT DRIVEWAY To 23 4&P w RIA LTD AVE wltE - 5ET L, TAcKON T e- I 3=T VJ 0F0/W4I405FTSooFt P P sr I�"r259vE - MOST wESTERLY CRIvEWAY ENTER^MCC To A Ex13TINF "0611-E FIOM Pa PAR r AT 22QlOvt RIALTO SE -T LEAS #TAaK oHTc! l CT E OF E ENS o c DIV4 -SET LEAD $ TiOcx 0" T' c SET d EAO $1 :r,QC x mA/ T C, 4L { 11 0 i II� s • 0 �j /V scwro a s �.. % 4Q f c c -a m T se,f L s 7 - ode ode �4e 33 3 q 60 . IF I% ., Nd scae-j P s � Me, to a;- S S S -0-f-1414 E,t t S-01 < ,-,ecF .,r S 6,e 7. 7 A).o,-g D ecA , o /y S. - IL4 - ®� A r i S i s c,e oF4, �y At 13 6 -tad' o �f-X'M i r z z t y1 1 /i µl q Z 3s �s 1 F�011'-UraAVIV �Gy Gsry fc S �. 3S z' F4 Not ,SowJ. of 5 CA 37 Nor ► ve Sc� L f T 25 m t1 se -4 o l- C G (Z 3,3-4 S� K� 5i-,� L a % Z7- SOei a c� _ /nAILJ HR &4- SFT - K NAILF. C 5 B $$ jj�I,�p WAf 4EZ IN LICIT OFRAISP,01% 11 1 Z- .9- 9 Z J DWI S 57J (,O �1 1 tT DA yis--Y7 • • ��.pa NSW 33 -R,'9 _ GhIIL X � d�►,eAv �O iB 23 Be, 3p 19 i III& he 3o Z3 Z 87 29 9y (11", REwAO E.G ___Z �M GG T iti GG,PQ y'X 4F C- 9i ✓iz io '92 --r OA✓ 1s Z rr /— v eF EG MA RPO-IcofSw ,N Rio 3,.30 33 Z3 WAS 14E 2 >Z /0-9Z 7-DAVIS A fR ov 03 SEfP.e fF,& Sv,Pf w�,r TlEs !lam SG,PEw w eud& /7° S oFB G L L -- yS 73'"' I "�-,4EW IAI 7= E oFEG L71 SET LEAD f 72 ew TC -,N Cu.e B ZE Tt,Pn/ r'1 G ro Fr E oFrVrECAV � IN, Fp s c E= .,v s,, T C C�J2-,e 10Ic- TuFN C! TY T/ES Q4 TEp C I SroD.aA�O A vcNuE Ti E S s E7- 3YT.0Av 5- 59C SE T L Ef1O �7 r4 ek- o,� c 0 COV77Rof CuRC .CSE 7- ,6 ,B 1- ✓O fo / -r v e C 5',S T,QG PC -,2 CITY 7-/ ES g7'EIJ 2-¢ '80 SFT/'KLC S B WASHER 12.-fD-9Z Z 014111S r,✓ ate! TC C17YTies- Li9TED ,7-4-80 1-1 .N &,, X, '/B 37 /'lP Ts+4� I &177 SB 3%Z7 - ..uWi 11 G iTTG E �-LduvrAr�v o ✓ y-,Oy /985 y-oy �9as Sc.PEu� -IAJ R/)D n T� �•�-dFs� o �i'6 07 F� _=AD tTAC X OrJ T C PER =ITY TIES N FD L£A04 TACW oI.1Tc PER CITY TIES n I FI L I T T- L t-- r/OUri T/A Im �-;zIV TIES ScT ANp o1R CµECK.ED 3-15-5o BY Z' 0,&,\/ 15 FD SCREW saT 1A O C of CURB eETuIP,.N PEA Ci TY T 1 ES 5E T LEA" TACIc o?J T C 698FT G LY of T - HE 15 c 7 SET -EAD� ��Ac►� ort T- iQ 4 FT S LY OF T!i E E C 2 ID AT m o C OF Cur" RE .5 I l � w Ffl 1 TPFrC53 TAGS O 1 DE=� tx -EV, CI -Y '+ES MAIZISI-1ALL_ DA"TED <- ¢ $� 8LVD $ 5 46 mcA5 FD 1 -r, i, i L 5 2'1ZZ TAG Vo REFI=2EaJCE Accep-rFD A5 >/ PENE R LI W F- a C DING VERIFlcATic SET -EAD� ��Ac►� ort T- iQ 4 FT S LY OF T!i E E C 2 ID AT m o C OF Cur" RE .5 I l � w Ffl 1 TPFrC53 TAGS O 1 DE=� 1 -EV, CI -Y '+ES t . DA"TED <- ¢ $� J SET -EAD� ��Ac►� ort T- iQ 4 FT S LY OF T!i E E C 2 ID AT m o C OF Cur" RE .5 0. • 11 S s 24BE'RD5 AvEJ S-2 2 -9 O 1 Z .-ONSOCA fiLi T/d �l�i �1a"s �.+rard i►'� S `Q 1 � 0 3� k W S? t w-4 CQ v Q MM LU T19I722 S 619L /7'?A•2SKALL _ 7 u be 2 pr S L AC ZYASF&4FStt L.le Oriiv "".f ,Yrs - 164 064 CORNER ®C� � � DOCUMENT NO 95 COUNTY OF SAN BERNARDINO CALIFORNIA f I i OD 4_4 NOTE DENdi"1=SFTRgNSLTUNE' ' ' -- - HGLDS ovE R Tle D ►STA NOES N41RAMONTF DRIVE; F TIES GHECIc6D--1-2A-'96 �- f SY- S DA V 15 t I{{ 1t I ;. iFo CA P 4tTAcxaMTG t- -- ' 13 Z'FT So oF5 f-YeDi,6 ' , f ° ' f i ' f 1 ! i r, ioFfTNE oRIvEW,sy ' _! �._ t I I �� I A PPROArm ro 301P ER �___yGirYTfGS DATL°D G -Ir O6� ' I LAwe4`72exc oTC6 t L 6- 1 7-8 '9g 1 { ,Jix h� r dG X, AFAf gforyrar 1 , Sk f t IL r /-, o 1/t 3 P 3 o r e P �C+TY Tw3 t V' y _ GATEO G- I ! -�8¢ �'®'i s��T P-1�• ` _ -' 1 - `` r- { p NA I L Er' C s a W+4sff11+'ElL, r j&q Ju+' fro L"if4'4r. "Fa 5Ap4TAcxo@ATC 23 FT a "�`�rr-YE�?`m•.,'m'� ' I- t ' Se OF S 4ylGiriE Qw T146 1 - aRiVOWAy A9PROACK ro I S ' RO -,, PBRGITyTIes Fs PA re o G- I I- SG # 7. gl- _ -` I -A Ir US RVEYOR'S CERTIFICATE COUNTY SURVEYOR S CERTIFICATE THIS CORNER RECORD WAS PREPARED BY ME OR THIS CORNER RECORD WAS RECEIVED JAN 31 1995 UNDER MY DIRECTION IN CONFORMANCE WITH THE 19 LAND SURVEYORS ACTON SA A7Ufi RY Z.[oAN MINED A f D /¢ 19 I1!T S-UZVEY PRR?7 CHIEF fDk _ 19 93 TNS CITY nF CRN SERIU11�kD1l1iD BY SIGNED TITLE AvFynR L 5 MMMaNO -S' Z' 7,r ©��yoP�,�E COUNTY SURVEYOR S STATEMENT Art.s 592 c k EXPIRATION DATE SHEET 2 OF 2 OF 11 0 NOTICE Filing this corner record does not relieve you of filing a RECORD OF SURVEY when it is required by the LAND SURVEYORS ACT County of San Bernardino Environmental Management Group OFFICE OF SURVEYOR CORDER RECORD COUNTY OF SAN BERNARDINO CALIFORNIA 1164 064 DOCUMENT NO R S 19,5 SEC - ft _. T __ t N — R _ ^W S'/JA/ j5,EA f//RRUftV0 _ MERIDIAN CORNER TYPE GOV T CORNER ❑ CONTROL ❑ N MEANDER ❑ PROPERTY ❑ E RANCHO ❑ OTHER 2!� DATE OF SURVEY JA V d0 19 CJ 5 COORDINATES ZONE ELEV CORNER —LEFT AS FOUND ❑ FOUND AND TAGGED ❑ REESTABLISHED 1K PHYSICAL DESCRIPTION OF CORNER FOUND EVIDENCE USED TO IDENTIFY THE CORNER _SEL OTflEA -T/DZ PHYSICAL DESCRIPTION OF MONUMENTS REBUILT PERPETUATED OR RESET -TCH OT/fEP— .5110,!F a REBUILT ❑ A CORNER RECORD MAY BE USED TO REPORT THE RECOVERY OR PERPETUATION OF SURVEY MONUMENTS OR TO SHOW THE REESTABLISHMENT OF MONUMENTS WHERE FIELD CONDITIONS AGREE SUBSTANTIALLY WITH RECORD I THE CORNER RECORD IS TO BE PREPARED BY A LICENSED LAND SURVEYOR OR REGISTERED CIVIL ENGINEER AND FILED WITH THE COUNTY SURVEYOR (OR COUNTY ENGINEER) OF THE COUNTY IN WHICH THE CORNER IS LOCATED 2 A CORNER RECORD SHALL BE FILED WITHIN 90 DAYS OF THE DATE OF THE RECOVERY USE OR REESTABLISHMENT OF A CORNER UNLESS THE CORNER IS TO BE SHOWN ON A RECORD OF SURVEY PARCEL OR FINAL MAP DERIVED FROM THE SURVEY WHICH USED OR LOCATED SAID CORNER 3 A CORNER RECORD MAY BE FILED TO SHOW THE PERPETUATION OF ANY EXISTING OR OBLITERATED CORNER Of THE SURVEY OF THE PUBLIC LANDS AS SAID CORNERS ARE DEFINED IN THE MANUAL OF INSTRUCTIONS FOR THE SURVEY OF PUBLIC LANDS OF THE UNITED STATES OF THE BUREAU OF LAND MANAGEMENT THE IDENTIFICATION OF SUCH CORNERS SHALL BE IF POSSIBLE IN ACCORDANCE WITH THE SYSTEM OF IDENTIFICATION GIVEN BY SAID MANUAL OF INSTRUCTIONS 4 AT THE OPTION OF THE SURVEYOR OR ENGINEER A CORNER RECORD MAY BE FILED FOR PROPERTY CORNERS PROPERTY CONTROLLING CORNERS REFERENCE MONUMENTS OR ACCESSORIES TO PROPERTY CORNERS WHEN THE COUNTY SURVEYOR OR COUNTY ENGINEER DETERMINES THAT NONE OF THE CONDITIONS REQUIRING A RECORD OF SURVEY EXIST AS OUTLINED IN SECTION 8762 OF THE LAND SURVEYORS ACT 5 THE COUNTY SURVEYOR OR COUNTY ENGINEER SHALL EXAMINE THE CORNER RECORD WITHIN 20 DAYS FOR CONFORMANCE WITH SECTION 8773 OF THE LAND SURVEYORS ACT UPON DETERMINATION THAT THE ABOVE LISTED CONDITIONS ARE SATISFIED AND THAT THE INFORMATION REQUIRED ELSEWHERE ON THIS FORM IS COMPLETE THE COUNTY SURVEYOR OR ENGINEER SHALL FILE AND INDEX THE CORNER RECORD AND NOTIFY THE SURVEYORIENGiNEER OF SUCH FILING 6 CORNER RECORDS SUBMITTED FOR SURVEYS WHICH UNDER SECTION 8762 OF THE LAND SURVEYOR S ACT REQUIRE A RECORD OF SURVEY SHALL BE RETURNED TO THE SURVEYOR OR ENGINEER TOGETHER WITH A STATEMENT OF THE REASON FOR SUCH RETURN 7 CAUFORAIA COORDINATE SYSTEM DATA MAY BE SHOWN BUT SHOULD BE ACCOMPANIED BY AN IDENTIFICATION OF THE SOURCE OF SUCH INFORMATION 8 A SKETCH SHOWING REFERENCE TIES TO ACCESSORIES OR OTHER IDENTIFIABLE OBJECTS IN THE VICINITY OF THE CORNER SHALL BE PROVIDED WHERE APPROPRIATE PHOTOGRAPHS ANDIOR TOPOGRAPHY OF THE MONUMENT AND SURROUNDING AREA ARE ENCOURAGED 14.17935469 Re 4191 SHEET t OF 2 164 CORNER RECORD DOCUMENT NO O {��,�/y ® 67 1 4 7 COUNTY OF SAN BERNARDINO CALIFORNIA 1 L f ✓7 -f --'9J 7 DAVfs ~� [`a'( n ✓/-24-95 T DAws + ed + _r L in _ - 1 r _ Capri,"_ J T r L- 1*1 _ 1-4 ' r,46 0 Fop --jj Red R / ZO-9S ! 11 i ,11 f *!_�lt+ Levrb YT �, -, , Screwm �PE440r S TRANS/T L �' (- L iN� iloGds ovE•[ TSE ptsTA � - s r r (- - _ t ' �_ I 1 t t L r Or 1 + Serewi» rnr •� 9-8-93 TDAV s rid _ Cori, ✓ / ZO-95, T DAVIS _ i r 1 PI � 0' BENT G s B T46# , J L -1 i ' - I 0 ''AND �g� E LS. 5274 # -, v'r ErpiRES N _T + SURVEYOR S CERTIFICATE THIS CORNER RECORD WAS PREPARED BY ME OR UNDER MY DIRECTION IN CONFORMANCE WITH THE LAND SURVEYORS ACTON XAPJUAIL Y Zia 199-5 AS SdAVE)r PRRTYLMtEF FOR THE LIT OF SPIV SERWRDlNO CA SIGNED 6 LS � OSZ 7f COUNTY SURVEYOR S STATEMENT 5 d) r - t � T _ �✓ i ' L cork - r , I _ ' L !_ J— t-� f - —I + _ COUNTY SURVEYORS CERTIFICATE THIS CORNER RECORD WAS RECEIVED JAN 3 f 1995 19 BY TITLE T. OF LZ J-52 CL SHEET 2 OF 2 � OF CC 1,,-199-5 __ -- 164 asp NOTICE County of San Bernardino DOCUMENT NO Filing this corner record does not Environmental Management Group relieve you of filing a RECORD OF S L 4„3 SURVEY when 1t 1s required by the OFFICE OF SURVEYOR LAND SURVEYORS ACT CORNER RECORD COUNTY OF SAN BERNARDINO CALIFORNIA Sfl& &F?_N /I R 0 I NU SEC Z `'I T I N R A W ..... MERIDIAN CORNER TYPE COORDINATES 1 I GOV T CORNER ❑ CONTROL El N t ---�'—'— MEANDER ❑ PROPERTY ❑ E 1 RANCHO ❑ OTHER ZONE DATE OF SURVEY u R N L O 19 45 ELEV �___....__.. CORNER — LEFT AS FOUND ;? FOUND AND TAGGED W REESTABLISHED ❑ REBUILT ❑ PHYSICAL DESCRIPTION OF CORNER FOUND EVIDENCE USED TO IDENTIFY THE CORNER 5 TC D rifEQ 5iDE PHYSICAL DESCRIPTION OF MONUMENTS REBUILT PERPETUATED OR RESET .___ StyTE n r/y&_z Zr/D&' A CORNER RECORD MAY BE USED TO REPORT THE RECOVERY OR PERPETUATION OF SURVEY MONUMENTS OR TO SHOW THE REESTABLISHMENT OF MONUMENTS WHERE FIELD CONDITIONS AGREE SUBSTANTIALLY WITH RECORD I THE CORNER RECORD IS TO BE PREPARED BY A LICENSED LAND SURVEYOR OR REGISTERED CIVIL ENGINEER AND FILED WITH THE COUNTY SURVEYOR (OR COUNTY ENGINEER) OF THE COUNTY IN WHICH THE CORNER IS LOCATED 2 A CORNER RECORD SHALL BE FILED WITHIN 90 DAYS OF THE DATE OF THE RECOVERY USE OR REESTABLISHMENT OF A CORNER UNLESS THE CORNER IS TO BE SHOWN ONA RECORD OF SURVEY PARCEL OR FINAL MAP DERIVED FROM THE SURVEY WHICH USED OR LOCATED SAID CORNER 3 A CORNER RECORD MAY BE FILED TO SHOW THE PERPETUATION OF ANY EXISTING OR OBLITERATED CORNER OF THE SURVEY OF THE PUBLIC LANDS AS SAID CORNERS ARE DEFINED IN THE MANUAL OF INSTRUCTIONS FOR THE SURVEY OF PUBLIC LANDS OF THE UNITED STATES OF THE BUREAU OF LAND MANAGEMENT THE IDENTIFICATION OF SUCH CORNERS SHALL BE IF POSSIBLE IN ACCORDANCE WITH THE SYSTEM OF IDENTIFICATION GIVEN BY SAID MANUAL OF INSTRUCTIONS 4 AT THE OPTION OF THE SURVEYOR OR ENGINEER A CORNER RECORD MAY BE FILED FOR PROPERTY CORNERS PROPERTY CONTROLLING CORNERS REFERENCE MONUMENTS OR ACCESSORIES TO PROPERTY CORNERS WHEN THE COUNTY SURVEYOR OR COUNTY ENGINEER DETERMINES THAT NONE OF THE CONDITIONS REQUIRING A RECORD OF SURVEY EXIST AS OUTLINED IN SECTION 8762 OF THE LAND SURVEYORS ACT 5 THE COUNTY SURVEYOR OR COUNTY ENGINEER SHALL EXAMINE THE CORNER RECORD WITHIN 20 DAYS FOR CONFORMANCE WITH SECTION 8773 OF THE LAND SURVEYORS ACT UPON DETERMINATION THAT THE ABOVE LISTED CONDITIONS ARE SATISFIED AND THAT THE INFORMATION REOUIRED ELSEWHERE ON THIS FORM IS COMPLETE THE COUNTY SURVEYOR OR ENGINEER SHALL FILE AND INDEX THE CORNER RECORD AND NOTIFY THE SURVEYORIENGINEER OF SUCH FILING 6 CORNER RECORDS SUBMITTED FOR SURVEYS WHICH UNDER SECTION 8762 OF THE LAND SURVEYOR S ACT REQUIRE A RECORD OF SURVEY SHALL BE RETURNED TO THE SURVEYOR OR ENGINEER TOGETHER WITH A STATEMENT OF THE REASON FOR SUCH RETURN 7 CALIFORNIA COORDINATE SYSTEM DATA MAY BE SHOWN BUT SHOULD BE ACCOMPANIED BY AN IDENTIFICATION OF THE SOURCE OF SUCH INFORMATION B A SKETCH SHOWING REFERENCE TIES TO ACCESSORIES OR OTHER IDENTIFIABLE OBJECTS IN THE VICINITY OF THE CORNER SHALL BE PROVIDED WHERE APPROPRIATE PHOTOGRAPHS ANDIOR TOPOGRAPHY OF THE MONUMENT AND SURROUNDING AREA ARE ENCOURAGED 14-12925-469 Rw 411111 SHEET 1 OF 2 SURVEY MONUMENT PRESERVATION GUIDELINES CALIFORNIA LAND SURVEYORS ASSOCMTION & CONSULTING ENGINEERS AND LAND SURVEYORS OF CALIFORNIA Joint Professional Practice Committee - Riverside/San Bernardino and Desert Chapters (In Cooperation with the Riverside & San Bernardino County Surveyors Office) PRF.FACR: The preceding public survey documents are provided from a search of records on file in the City of San Bernardino, Office of the City Engineer. All work is to be performed by a person or under the supervision of a person authorized to practice Land Surveying (refer to subsection 2-9 "SURVEYING" of the Special Provisions). All new and replaced survey ties shall be by transit method The following regarding public works construction in the Public Right of Way is extracted from letter from the above agencies, dated April 13, 2007: NEW & RECONSTRUCTION PROJECTS A. PRIOR TO CONSTRUCTION (1.) The survey crew shall diligently search for all survey monuments of record and on the surface of the road. It is suggested (that) the search (should) include the use of a metal detector. When the detector indicates the possibility of a buried survey monument, then digging below the surface to uncover the monument within 2" of the road surface is recommended. (2.) The survey crew shall properly reference all found survey monuments, which may be disturbed or covered during construction, to stable surface points. (3.) The authorized surveyor shall properly complete a Corner Record or Record of Survey for the monuments noted in (Item 2.), above. Prior to the start of any construction work, the original or a print of the Corner Record or Record of Survey shall be submitted to the County Surveyor for review, signature and filing. B. AFTER CONSTRUCTION AND PRIOR TO RECORDING NOTICE OF COMPLETION 1. All covered and disturbed monuments shall be reset with the same or more durable type of monument as the original, in the surface of the construction. Key monuments shall be a minimum 1" inside diameter iron pipe of appropriate length. 2. A monument box or other protective structure is recommended to be placed around key monuments (section corners, quarter section corners). 3. The authorized surveyor shall properly complete a Corner Record of Record of Survey for all set monuments with a change in character, including tag number, and submit it to the County Surveyor for review, signature and filing. NOTE: Parentheses above indicate changes to original text. CITY OF SAN BERNARDINO STANDARD PLANS OEWRAL NOTES: 2 NOTE „ CONCRETE MUST BE AT LEAST GURie*6 GQMP,,,). UW ALL & __.. (o 5.5 SACK NIX ('320-C-2300) AND HOLD 2500 P.S.I. IN SPRAYED UNIFORMLY ON ALL EXPOSED 28 DAYS. SURFACES PRIOR TO EVAPORAI 1081 OF SURFACE %NATER. FLIFT R= „ EXPANSION JOINTS AT END OF RETURNS a STRUCTURES WEJ sKiND PLANE JOINTS EVERY 10 FT. ° ¢ OR AS INSTRUCTED.,p, 3 4 SLOPE WS,� 2--a 0:037 CU• YO. PER 41AI Fr. L • e �� s1o• o to ' TYPE IIB" P.C.C. CURB 81 GUTTER ----�—' 18' = w Raj SLOPE 1:18 2 w • �. b N o- &51 CtA Yv. PER 1181. Fr. • Iq TYPE "C" P.C.C. CURB 81 GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEER) �y R-- /2' 24 T -.:s oxv0.05/ ci% YD. o.o&� cu. ro.PWR L/N. Fr.TYPICAL SECTION' • ROLLED CURB TYPE CITY I IALY FOR YE APPLICATIONS BTHE ENNEE) PC.C. C URD CITY OF SAN BERARDINO- PUBLIC WORMS DEPT. APPROVED-. STANPAXII TYPICAL SECTION- Mmy? 7 19,E PlA0 N P.C.C. CURB 81 GUTTER CIT ENG11. I E I /.3' PEiPAHL5SA8ZE AL FOO TME - EXPANS/ONJOIN T A,S , CU/P6 FACE MAY TD PZAV A .5 oAr s�owuv� L� .STRA/GHT AGRADE ZMANS/apt/ Jd/NT 3' —Acow o%ever M/ PLAN . OF CROSS GUTTER F/LL WIMA SPML7/C JO/NT SEALER R=e STEET TROMEZ RA11.511 EXPANSION JOINT NOTE S7WIC711T GRAOE g"CSC, p�E BETWEEN B C. R. 'S MAY 9-c, 4 Z TEAPEO OAt/ E�'WESS/F/E SECTION "A -A" 6�PADES. 3G" /8, ,P 3" . _ moo' . _ ° 90• � 9 _- � � p . '� a PER. t�iV• Fl. 46 bb a A• Q 36" P.C.C. CROSS GUTTER (LOCAL STREETS WHEN APPROVED BY THE ENGINEER) CITY OF SAN BERNARDINO- PUBLIC WORKS DEPT. APPROVED = STUMP 36" 7 2" CROSS GUTTER - M_ a -y 27 - -1982 PLAN -�ENGINEER 101 CITY ENGEE if�A,i�7m► �//IT V,4R/ES 3d iN/L/. W KAAOSO PM4(/E -/VhVT TYP/04L Xd4f MV UTWrr T, eMW SASE ",6' IVAr 8E USED.- A) WHEN .6AVNMOE Af LESS rWN 400 - ANO AW -W JeMMV EI'/-4rs AN fforq 51aE9 OF LOT. P.) FOE S'/OEWA4K.4. TYPICAL SIDEMAL k TeXNSMON CENERA,L NOMS- o etw *746 CLASS AAfV-c-ZAW l.)Ia/EAi! wm PX4w .vAvrj TO /74TCH alio-v1,vrA.s O1PECrAP drr TJVE. ENA/N6EP. CU,P/ASG tV/7PoUN0 3H'4Y1 BE MW..4rE0 !/NiAVAEWL r o/l A44 CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. AgE$QyEp SiANDhRD _-,1983 ftAN SIDEWALK LOCATION a . 101 P.+PEFE.APEO ,S/DE%i/'4GC LD�CAT/Qit! VAS?/ES - 4'U/VOBSTkIJCTEO "N' W. AMUF AMM 5ifr A e 31'MlN Ecc )%TVIWW hV MIS APEA &01F MM SASE ",6' IVAr 8E USED.- A) WHEN .6AVNMOE Af LESS rWN 400 - ANO AW -W JeMMV EI'/-4rs AN fforq 51aE9 OF LOT. P.) FOE S'/OEWA4K.4. TYPICAL SIDEMAL k TeXNSMON CENERA,L NOMS- o etw *746 CLASS AAfV-c-ZAW l.)Ia/EAi! wm PX4w .vAvrj TO /74TCH alio-v1,vrA.s O1PECrAP drr TJVE. ENA/N6EP. CU,P/ASG tV/7PoUN0 3H'4Y1 BE MW..4rE0 !/NiAVAEWL r o/l A44 CITY OF SAN BERNARDINO PUBLIC WORKS DEPT. AgE$QyEp SiANDhRD _-,1983 ftAN SIDEWALK LOCATION a . 101 X -r-41 FOR cum um" too. X -Y -W FOR CURB I (r AMID JOVIM. • I TOP OF QurrER GRA:VE BOT1;47 OF cupm yy UP JUNT-, 4 IUDW RM. LI *3 km Gw7H %7 A V % 1*4 - r.11 RUM&M-11 x QURS..OPDM W + l'-Vr - -- T" NQX5- 1. «O.s CLASS 520 250(). 2. WAW4EO PLAW �IOIKTS TO MATCH JOINT AS WECIM BY IK MWEER. 31 MONG COIROUND SIMLL K " Ywl QNPOWLY (W ALL wmA:wv= ,4. SCOMW UNES TO BE PLACM N—W6W-1-014 OF wkym. qM89 AC .n�Mjr T,j A sEc-noNA—A SAW CUT MST. I cias & Gu --,m jr EXP JOINT s : WWAM mom 0 M*m-, am aft -07 CITY OF MN BE", ARDIN0, APPROVE STANDARD DF, ML OPMENT SMVICES—PUBLIC WOMMENGMEERM No. .0% ^ RESIDENTM 2U.5 DIUVEWAY", PROACH � a - - R WNWNO n.s:eB.Cp-:f :rFo; ry _ Y'. "ey.:'�§ 't #. - } .,]5'. ,.9 ",7i 1'C -"F d._ 1'�� .. C_. -��, •'... .moi '.7 . 1 •" =-x e Fi'r: $'�' 1;'sY �, - C� r3 :iC i 4 i-r �9 ',;h: * •<7a •♦ �• i. ir.+ -: " '' ••� :7+'ti � 9. ,., 4 � .'ry di",R"'Sa:"'.iA •. ';:'..: @- .. i-- 4• 33 stn .i s'3'' ;tl.' 7-: -�..`a o 5 "•�C 5 .'a ..5. '0 i'"i a a'. ,; 'l�3 �'# 1 r'ci G-.;:3:+=.0-di ': : 9. 536 d i. , .ie Y4.'.At ,.. g- •. •r7}@'�.s9. -:&:- :. i• -'i --:. _�i4 �§•Z-8�::8t , D' •i'. 'Tb _f 9 �;s, 4 -:. �. `1-�9 # •a '9 - "i1 d' __ tl '.S . )'� "?'i 's '35 .s'. ?•�.�s. - _a:S�.'•:.S'? 9' F9Z Y � E..` 4 -.?fw 'A -t?: --'�' •.a: T , �,. ? ,,. r4 `_ '? 1,..b. -tai ,;. b '«:�'. ^��9 d•'. i�A �. �...,.. ?_•. :._ '• �':�3 E'< `� `.� .. d�-C 'tr`��.:' '•� 2 .o n i.,. , ..: MSA a 32: ' da - ,.. a •T, 6': ?_:< Y�- ;g i. �.- s°.` -g :. .-<;.i ��: 3@ B:- iR7t - M p ...a_ .:;. .F+.. ;x9 �' r--: '-:�. 7':- `9•^�B a i f:; tag '. - ...- � �_ ..... i.�s. a 3- � _. A B' '':a. f:' , C•r_ .y . `_.,s' f:'•?:. .t4 •. `p "_.9 e B ;- ^: a .i'<�C 9t -,'e ,� ..q. 0 9�, .• p .. E8 AN BE - a, D 0 t 9!° SURFACINWRMCIZVO s� e AR'f AAL. / ARltRIAL OR ARTERIAL / LOCAL MOUNTED TO SGNAL POST a,.) '�� s �1 t1 yj _... _.. .. _....._ ._.. I�- FRdA CITY LOW I ALL MOM Drilk4 - Dr uJ —k n �iJ� 'i }gyp T F (� �� a7' L. r: Li17 �' Roote �-i�Ryta 1N1£ SE 7iOM cS♦ta,�t�s� Tho Wmy —Tf -Watt CITY LOGOB- � 2- Nam mw IW 4 "m %4ALL BE� VERT&Z DS) ON � SP A 7 ARTERIAL / ARTERIAL OR ARTERIAL / LOCAL o� s.� A20 �,■..■ a t CITY LOW 4 � Slut BLADE SHALL BE 6 GAUGE (.1.2$). FLAT ALt3I�t1NUM ALLOY W17H r� F F*#W mTE s * ON mim sAciic ,N). SIM BLADE SHALL IE FABRICATED USNO MIM II�t`WYMTY RULECTIVE AW PENMAN OVERLAY (SEPE SMT 2 FOR NYNS`I'ALLAMON). (14-) (14r) SIGN BLADE $KALL BE 8 GAUGE (J-28) FLAT ALUMINUM ALLOY Ste! MADE All 13E FABRICAIM I� HIGH �8ITY - �+i KV A� OVERLAY. (SEF- SRT 4 FOR KSTALLATM). c mwm mom MUFAN so RPS "Atm ' WAX OR AS Al vED so DEJAIL CITY ,LOGO !. STA14DARD NO. 5 Of - J-1 - 1 M W 0%@ is L<l ARTEMAL / ARIERIAL OR AR7EK4kL / LwaL 0��v ',Qu IL ATTACH SION M -AM TO SMAL P= AT W FROM SIDEWALK UMG BRA= *" SM MADE tS 3r OR LW;ER IN LES OM6 @ SM -TO -SM BRAOW,. MUMPAR 514TCF= (FOR MW UP TO Ir LG), �Alt 0 Va"Ir LG): ITT, 7W=='M 2NWAll POST -TO- SION BRAQ=. SWR -U* 2N97 SOM .2W WOE SLJDT VAWAL PRW SMTS 2NVPAI2. @ =.-. TE-LEVM Z SQ 12 GA. HW TO A 247 90 x -W 30 " H.D. @ FOiNDAMt. POFtM-VW WO&EW MASS 5W -C -25W MAX MMWI-r. 2W SQ x I UMAlM *MW 0 MR#JW SW -0We 11101AW BERM"- INO DEVELOPMUNT-MVICM-PUBLIC WOJW W.WhVMWG S TREE T NA ME SIGN NON—ILLUMINATED STREET NAME SIGN DETAIL FOR MAST ARM INSTALLATION STs f- Ir W Berwidiio , DETAI L CITY LOGO NTS NOTE: 1. SEE SPECIFIC ENGINEERING PLAN FOR PROPER SIGN NOMENCLATURE. 2. FULL—SIZE LAYOUTS OF EACH SIGN LEGEND SHALL BE SUBMITTED TO THE ENGINEER FOR APPROVAL PRIOR TO FABRICA110N. 3. SEE SHT 1 OF 5 FOR MATERIAL REQUIREMEWS. 4. SEE SHT 4 OF 5 FOR APPROPRIATE INSTALLATION - I wmuk now a amm sm STANDARD C OF, �-, BE&MARDINO APPROVED A*X NO. DEVELOPWNT 9RRP=S—PU,&JC W0lW,- fflK6bVEEJ W -O I STREETN"MESIGN 5 04 3W5 z,g 3 "44 MY OF MN B MA Al 8 iSTANDAIM STREET NAME SIGNt r - -MAJOR---- -STIIRI.EE:F BCR LJ �BCR L4 z er% "T" INTERSECTION 1+7 INTERSECTION "L" INTEI ECTION LEGEND + OMME MNS VATH OR VATHOUT R-1 -W SIGNLE SIGN W 1 OR VATHWT R-1 SIL MA" LOGATM OF STRM7 KAW SKWS ME SHM APPROMATE =A& W APPROVO 10, IWE ENCOWM DF NE & SW CM*R OF Wib�=N& FOR WWAMW MVATE SOMM MiE WMS *MVAW- SMWr WAU BE e HM AM COMM %WTM14 7W SM. MA" SMIT - ARIMALS M -7 i m 6X ZMAI I �l A - I , I W"Wk amm 0 soft" sm I aft i "Aol'lw S� BEPSA PJ)fl VO DEVELOPAMWSERVICES-PUDUC WOMIENGMEERM S TREE L NAME SIGN STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION 4' 1220 mm MIN 4' (1220 mm)MIN A TRANSITIQN ¢ 4:1 MIN .................. Y NOTE 8 Y 3 NOTE 2 ir 0 a c� - 10� a a AMAX CUR6/ X1, x 1 CURB FACE �� a `4° (1220 mm) + x a¢ A �, TYPE 1 AOR B 4' 1220 mm R z z R NOTE 8 N GRA NOTE 2 DE BREAK 3 =- civ 0-0— MA CURB X X CURB FACE x� 4' ( 220 mm) e L� A OR B SEE FIGURE 1 TYPE 2 CASE A PARTS OF THIS STANDARD PLAN SHOW INSTALLATION FOR TYPICAL RETROFIT CONDITIONS, AND ARE NOT FULLY COMPLIANT WITH CALIFORNIA BUILDING CODE REQUIREMENTS FOR NEW DEVELOPMENT. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION PROMULWED BGREENO= COMM= CURB RAMP y.1t1E STANDARD PLAN 1992REV. 19M ' 20006 2D05 20DO, i11-5 2M3- USE iR+4TH STANDARD SPECIFICATIONS FOR ALtBLIC WORKS CONSTRiiC110[ai. SHEET 1 (3F 10 BCR o� P 2X E 4' '1220 mm' ~ •RADE BREAK E NOTE 8 N < k PLANTING a_ AREA �. Vif, CURB FACE WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP, USE CASE A. TYPE 6 <20 E P ,, Y E 4' (122.0 trim 4�N U�P r ��\ NOTE 2\` PLANTING <11-� , � AREA CURB' j 1 CURB FACE' r WHERE PLANTING AREA IS ADJACENT TO THE CURB RAMP;. USE CASE A. TYPE 6 ti e� fi4?� ss Pti�, �yf TYPE 3 2% MAX GRADE BREAK NOTE 8 BCR 111-5 CURB RAMP SHEET 2 OF 10 '4 0 fl P� TYPE _4 CASE A STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 111-5 CURB RAMP SHEET 2 OF 10 . PARKWAY I R 2% MAX lz I F -- z CL 4- (1220 mm� PCC WALK T 4 T 1220 mm 'I MIN R z A OR B 04 Q 'on ,V (1220 mm) R NOTE 8 PLANTING AREA 7 f z fR NOTE 2-11 3, 8.33% DE BREAK 1��8- < C4;< �37. N j be < C4 PLANTING AREA WEE PLAN TING AREA CUR ;, CURB FACE" 1200 mm) A OR B SEE FIGURE 1 TYPE 5 . PARKWAY I R 2% MAX lz I F -- z CL 4- (1220 mm� PCC WALK T 4 T 1220 mm 'I MIN R z CUR . 13 FACE' IF PLANTING AREA IS NOT ADJACENT TO SIDE FLARE. USE "X" PER TABLE 2 FOR THAT FLARE CASE A STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP SKEET 3 OF 10 04 Q 6- NOTE NOTE 8 PLANTING AREA 7 IS, ryry TYP E 6 CUR . 13 FACE' IF PLANTING AREA IS NOT ADJACENT TO SIDE FLARE. USE "X" PER TABLE 2 FOR THAT FLARE CASE A STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP SKEET 3 OF 10 C aQ NOTE q a a 8.339 MAX M : 8.33% MAX CURB/'NOTE 8 CURB FACE X X (12204mmj �j1< NO C TYP E 1 2% MA NOTE z TYPE 2 � o ¢Q NOTE 2�q CURB .�- CURB FACE ���fiF1 G / ryR Lry CASE B STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 111-5 SHEET 4 OF 10 SKEW ANGLE, SKEW ANGLE c[=45' OFFSET b=O UNLESS OTHERWISE NOTED ON PLANS A 220 ITT ) NOTE 2 I � CUR9711 OFFSET, b I CURB FACE X CURB FACE Y SEE DETAIL A, B, C OR Y At_ LNe NOTE w c3 ¢u as T NOTE i CURB F OTE S 4 A TYPE 1 MAX E' (1220 mm) ADJACENT TO rLANTING AREA, OTHEWMSE SEE TABLE 1 E E 0 5 TYPE 2 CASE C CASE D STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION "'"Lwi""" r`" CURB RAMP 111-5 SHEET 5 OF 1 S MAX 4' (1220 mm} ¢E < ZOR A OR B LESS 0 S } x 4' (1220 mm) Q Y N PLANi1N AREA CUR CURB FACE/ X=4' (1220 mm) WHEN ADJACENT TO PLANl1NG AREA s NOTE �Y STANDARD PLAN X CURB RAMP U Q u C` C,4 Q CURz-" CURB FACE' 1 4+"' X (1220 mm) x MARKED CROSSWALK s tt t?� Z OR C LESS r---`i�l X ! 4' 1 X x �m MARKED'"" CROSSWALK BREAK E U j E jjj o Q MARKED _ _9a MAX CROSSWALK NOTE 2 NOTE 8 MAX TYPE 1 C � U N 5� MAX MARKED CROSSWALK 'GRADE BREAK NOTE 8 TYPE 2 CASE E STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 111-5 CURB RAMP SHEET 6 OF 10 SEE NOTE 6 R EXISTING ROADWAY $� SEE NOTE 6 R EXISTING ROADWAY S DADVWAY y (1220 mm) ROUNDE EDGE TOP OF RAMP ;- A2-0 CURB AND GUTTER SECTION A -A PARKWAY Y 4' 1220 mm OUNDED 111-5 TOP OF EDGE RAMP SHEET 7 OF 10 f 2% AX A2-0 CURB AND GUTTE SECTION B -B _Z/b MMA WIN USE FIGURE 1 TO DETERMINE WHICH, OF SECTIONS A -A, B -B OR C -C IS APPROPRIATE- DEPRESS PPROPRIATE DEPRESS BACK OF WALK SEE DETAIL A, B, C OR D, SHEET 10. SEE NOTE 6 PARKWAY R EXISTING Y 4' (1220 mm) MIN ROADWAY _ 5� SAX -DEPRESS BACK OF WALK SEE DETAIL A. B. C OR D. -2% AMAX I SHEET 10. A,2-0CURB. AND GUTTER\- ,--) SECTION C -C z 1 4' 1220 DEPRESS BACK OF WALK SECTION R -R �- Z OR LESS Z 4' 4' 1220 mm 1220 �.�DEPRESS BACK OF WALK PCC SIDEWALK SECTION S -S STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 111-5 CURB RAMP SHEET 7 OF 10 E 2- E U) 3" (7 LLJ 4" (1 U Z 5" (125 U 6" (150 LL- 7" (175 m 8' (200 0_ U V (225 Q 10" (250 2 0 11" (275 Z 12" (300, OR MORE 4' R.. R' 7' PARKWAY WIDTH, FT (m} 8' 9' 10' 11' 12' 13' 14' 15' 16' 17' 18' 19' 20' 4 2.7 3.0 3:3 3.6 3.9 4.2) 4.5) {4.8 5.1) 5.4) 5.7 S.0) FIGURE 1 - SECTION USAGE NORMAL CURB FACE, INCHES (mm) X, FT (mm) SECTION Y -Y Y, FT (mm) 2" (50) 4.00' (1220) MINI 2.63'(790) 3" (75) ENNEEMEMEMEMMEMIS MEMOMMEME 3.95' (1185) 4" (100) 4.00' (1220) MIN 5.26'(1580) 5" (125) 4.17' (1275) 6.59'(1975) 6" (150) 5.00' (1525) 7.90' (2370) 7" (175) 5.83' (1775) No, 8" (200) I 10.53' (3160) 9" '(225) 7.50' (2285) il.84' (3555) 10" (250) 8.33' (2540) 13.16' (3950) 11" (275) 9.17' (2795) 14.47' (4340) 12° (300) i 20.00' (3050) 115.79' (44735) W77ECTION A -A IME moommulmord N MEMOMMIENNEN MEMEMEMP, Alall6q, ENE ME : I fogrAllsi IMP&I , IMMERNME MEWAMEram- MIMMENNE -MMIIMMMMMMMMIMMM FIGURE 1 - SECTION USAGE NORMAL CURB FACE, INCHES (mm) X, FT (mm) SECTION Y -Y Y, FT (mm) 2" (50) 4.00' (1220) MINI 2.63'(790) 3" (75) 4.00' (1220) MIN 3.95' (1185) 4" (100) 4.00' (1220) MIN 5.26'(1580) 5" (125) 4.17' (1275) 6.59'(1975) 6" (150) 5.00' (1525) 7.90' (2370) 7" (175) 5.83' (1775) 9.21'(2765) 8" (200) 6.67'(2035) 10.53' (3160) 9" '(225) 7.50' (2285) il.84' (3555) 10" (250) 8.33' (2540) 13.16' (3950) 11" (275) 9.17' (2795) 14.47' (4340) 12° (300) i 20.00' (3050) 115.79' (44735) SEE SHEET 9 FOR STREET SLOPE ADJUSTMENT FACTORS, ALL STREETS TABLE 1 - X AND Y VALUES TABLE 1 REFERENCE FORMULAS - X = CF / 8.333% Y = CF f (8.333% - 2% WALK CROSS SLOPE) WHERE FIGURE 1 SHOWS USE OF SECTION B -B, FIGURE Z DIMENSION AS FOLLOWS: W = PARKWAY WIDTH L = LANDING WIDTH, 4' (1220 mm) TYP Z = j(Y+L)-W] x 0.760 IF .(Y+L) < W, THEN Z = 0 STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN 111-5 CURB RAMS' SHEET 8 OF 10 4' (1220 mrn ) Z.DOWN , Z_UP, IGRADE BREAK CURB-' � � GUTTERf X.DOWN I - uP .4 CURB FACE' SLOPE, S Z- 4' (1220 mm) TYPICAL CURB RAMP X.DOWN X.UP BACK OF WALK S GUTTER SECTION T -T FLOW UNE SLOPED STREET FOR SLOPED STREETS, MULTIPLY THE DIMENSIONS PARALLEL TO THE STREET, X AND Z, UPSTREAM AND DOWNSTREAM OF THE RAMP, BY THE FACTORS IN THE FOLLOWING TABLE. FOR EXAMPLE, X.DOWN = X x K.DOWN S K.DOWN K.UP 0% 1.000 1.000 0.2% 0.977 1.025 0.5% 0.943 1.064 1% 0.893 1.1.36 2% 0.806 1..316 3% 0.735 1.563 4% 0.676 1.923 5% 0.625 2.500 TABLE 2 - SLOPE ADJUSTMENTS TABLE 2 REFERENCE FORMULAS: K.DOWN = 8.333%(8.333% + S) K.UP = 8.333% / (8..333% - S) STREET SLOPE ADJUSTMENTS STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDARD PLAN CURB RAMP 111-5 SHEET 9 OF 10 L 12" (305 mm 3/4" 19 mm) (6 mm) ' (6 mm) GROOVING DETAIL Eoo�® .. E 7 F -E Lo n a 0 ®cli O O 0.90" iv E SINGLE p @ 0 ® @ PATTERN @"TRUNCATED DOME" 12.35" r ; 60 mm) Q 0 z Yo z -' PAVED SURFACE ] 5.5 F!�5 DETAIL A GRADED SLOPE 2:1 MAX—UNPAVED SURFACE DETAIL C GENERAL NOTES: DETECTABLE WARNING DETAIL CONSTRUCT FENCE OR HANDRAIL PER CONTRACT PLANS - 6" (150 mm) RETAINING CURB--, PAVED SURFACE f � - - - - DETAIL B 6" (150 mm) RETAINING CURBS.;, --UNPAVED SURFACE DETAIL D 1. CONCRETE SHALL BE CLASS 520-C-2500 (310-C-17.) CONFORMING TO SSPWC 201-1.1.2 AND SHALL BE 4" (100 mm) THICK. 2. THE RAMP SHALL HAVE A 12" (305 mm) WIDE BORDER WITH 1/4" (6 mm) GROOVES APPROXIMATELY 3/4" (19 mm) OC. SEE GROOVING DETAIL. 3. THE RAMP SURFACE SHALL HAVE A TRANSVERSE BROOMED SURFACE TEXTURE CONFORMING TO SSPWC 303-1.9. 4. USE DETAIL "A" OR ".B IF EXISTING SURFACE BEHIND LANDING IS PAVED. 5. USE DETAIL "C" OR "D" IF EXISTING SURFACE BEHIND LANDING IS UNPAVED. 6. R = 3' (900 mm) UNLESS OTHERWISE SHOWN ON PLAN, SEE SHEET 7. 7. ANGLE = A/2 UNLESS OTHERWISE SHOWN ON PLAN. 8. CONSTRUCT DETECTABLE WARNING SURFACE PER DETAIL THIS SHEET. MATERIALS SHALL BE PER CONTRACT DOCUMENTS. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION STANDMO PLAN 111-5 CURB RAMP SHEET 10 OF 10 H TANDARD PLAN 0) co �Z o �l!YY cp ~y i W=WO a� u~Q ! Ic a W v ' a IL O C N O O H f O O �N 0 0 O O ' L_ J "1 u!.. �l/1 o ..0-,9 c LE � ���-.b� I N � N D Z O O O O O O O 0) co �Z o �l!YY cp ~y i W=WO a� u~Q ! Ic a W v ' a IL STATE OF CALIFORNIA DEPARTMENT OF INDUSTRIAL RELATIONS & FEDERAL CODE OF REGULATIONS APPRENTICESHIP PROGRAM FOR PUBLIC WORKS CONSTRUCTION The pe dad of bvkft is fmin, 1 to 6 y© m. deperKWv upon the trade. Most programs are for 4 l►eos. Appy start at a pWafte of the skidVro*eesl mage and WdW des at regular intervals. Starting rates are wtr t 36% to Std, rand inewases are giran emy► sk months In most trades. AppmaWft WOW of Mated twvAy in the ptMk actrools. Tits metfuction, tstrp}7 ate ftgkft on the JW 91m appre r ces a comprelromhe -Ift-sitan&V of the theoretical aspects of their work.pdided butructlm is ane of ate UxbffgnW Mores of approrftesW and has been Omdoped aril accepted as stardnd paictme a evety trade In most cases this afterift cusses at [tight 4 txus each week, for at lit 100 lours s year. 7he instruction in AKIes such s ees as s ► taws and remotions, nes, btLMkint reatling ard other sciences comected *0 tura trade. k class apprentices leam the #=des of th* tracts~ each, day an the job they leen its practice, trade€ the super w of skilled workem, irmtruction In the use of the of rte trade is also, given apprentices early in their n9; in most trades they we not allowed to use any poteoep driven ffwAf*wY urdd wen advanced in their training. Appmntices are trstay required to k reish their arvemhand tools. Each spprentwe signs an appmMko ggreemat dther with a JAC, UAC or an ffxflmdual employerthis agement is lid with the Di4sion of ApprenticesW Standards. Upon successof trafirfti they are issued a wCortificate of Completion" by the State of Caffomia. In a number of occupatkxw and 'UNIuSUNS appFWntWGS thew in additm to their regular wages, fringe bents covering vacation pay, health and weer%, p nsiorm, etc. ThwuO cotlectKe bargairft in a [umber of instances, employes also pal, certain rem ammft into apprenticeship kms, which we metered by boards of trustees. Coordinators of apprenticeship and W toes arse employed by these boards to supervise the traifg of ap#mertteces in a given trade or area, process keep records of progress, and the Gke. Vowe kind otkces and stags haves been established, they have been otgnut value to the JACs, appref#ces and the indusfry. kxbjstry couratators arta# apprenticeship consultants of the Drwsfon o€Apprenticeshtp Standards visit establishments to prqpns of appre0fices, seep now apprenticeship openings, and discuss problems with apprenticm, The rde of the state, ttvaugh, the EXo ion of hip sem, is dive and developmental. The old and tectvdcal stags of the Okbion assist manageraem, labor, JACs and UACs by seeking to promote and develop program. by a throullh research on aurrrent trends and b-akiing practices to ffWOW old ad bV sem. a s and cerWic agcy for whip in aWarnaL 'fhe Tamm cones out the meted by the Odftm Ap#mrrticeship Council, "ich is changed by lase to "star, promote, anent d 1p tim wdfte of the apprentice arch rstry, anp vm the working conditions of efA rtice Labor Standards ,d fe'l "hly Act of 1939, as 4 of O hblon 3, tabor Code oaf the Stere d Caffofflfa-) are out kt TOO t, ester 2 of the Ad rvstra#w Code. €3f pe tcukw interest anegoseaiares- . 212 dolnes the conterft of apprenticeship dwdWds to be aPPOOd by the M48ton ofAPPWftftWStd, kwkmft paragraph (ter} {13; g-. .. p. f - - 3 i3 :.��'.re, 'F! ! i. %f 6.:�2,,� •dFi- Sas. 215 PROASM in tom• -SaWetion procedures wilt be In wdtkVlvl appmad bv On apP . Nle Pmgmm sPMW- ancl must meet AGREEMENT CITY OF SAN BERNARDINO THIS AGREEMENT is made and concluded this 5+h day of 3 -UN , 20 1,"7, between the City of San Bernardino (owner and hereinafter "CITY"), and Mach n2:z Inc-. ( hereinafter "CONTRACTOR"). 1. For and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the CITY, and under the conditions expressed in the bond as deposited with the CITY, receipt of which is hereby acknowledged, the CONTRACTOR agrees with the CITY, at the CONTRACTOR's own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said project in accordance with the conditions and prices stated in the Bid Documents, the Special Provisions and Conditions and Provisions for Community Development Block Grant federally -funded projects, in good workmanlike and substantial manner the ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17-002) ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) in strict conformity with Plans and Special Provisions No. 12973 , and also in accordance with Standard Specifications for Public Works/Construction, latest edition in effect on the first day of the advertised "Notice Inviting Sealed Bids" for this project, on file in the Office of the City Engineer, Public Works Department, City of San Bernardino, which said Plans and Special Provisions and Standard Specifications are hereby especially referred to and by such reference made a part hereof. 2. Contractor agrees to receive and accept the prices as set forth in the bid schedule as full compensation for furnishing all materials and doing all the work contemplated and embraced in this agreement; also for all loss or damage arising out of the nature of the work aforesaid or from any unforeseen difficulties or obstructions which may arise or be encountered in the prosecution of the work 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, and for well and faithfully completing the work and the whole thereof, in the manner and according to the Plans and Special Provisions, and requirements of the Engineer under them. 3. The Contractor herein covenants by and for himself or herself, his or her heirs, executors, administrators, and assigns, and all persons claiming under or through them, that there shall be no discrimination against or segregation of, any person or group of persons on account of race, color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this contract, nor shall the Contractor or any person claiming under or through him or her, establish or permit any such practice or practices of discrimination or segregation with reference to the selection of subcontractors, vendees, or employees in the performance of this contract. AGREEMENT: ADA ACCESS RAMPS & SIDEWALK IMPROVEMENTS, AT VARIOUS LOCATIONS (SS17-002) ( INCLUDES COMMUNITY DEVELOPMENT BLOCK GRANT FUNDS) 4. City hereby promises and agrees with the said Contractor to employ, and does hereby employ the said Contractor to provide the materials and to do the work according to the terms and conditions herein contained and referred to, for the prices aforesaid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the same parties for themselves, their heirs, executors, administrators, and assigns, do hereby agree to the full performance of the covenants herein contained. 5. It is further expressly agreed by and between the parties hereto that should there be any conflict between the terms of this instrument and the bid of said Contractor, then this instrument shall control and nothing herein shall be considered as an acceptance of said terms of said bid conflicting herewith. IN WITNESS WHEREOF, the parties of these present have hereunto set their hands the year and date first above written. CONTRACTOR NAME OF FIRM: MAr+ine-'z- CDnCr2 i 1(1C. MAILING ADDRESS: Cfz"� PHONE NO4616) �3 Qi 7 Q1 NOTE: Secretary of the Owner should attest. If Contractor is a corporation, Secretary should attest. CITY OF SAN BERNARDINO BY: A-41 t z , - I vr� MARK SCOTT, City Manager City of San Bernardino ATTEST: GEORGEA HANNA, i Clerk APPROVED AS TO FORM: G D. SAENZ, City Attorney