Loading...
11930 SW 95TH AVENUE-1 I ADDRESS : E;w 95 &, JUjE i:\rec jrds\rnk'cro(Im\targets\building.doc ..¢.. r .�.:., ..i. ,, .. . .th'7"°.. ,_... _ .. .... .,.., �.a•Y...e +,..,.... _..�,.-.,...,.. _.....��,.,".... _ .. _,..... _.._..._.... ... ., . .. ,-. . ... - .w_...�M,�m'ew..{�';'•'.< ,.�;..,.,. ,..w.«riAp+•1 relit+..iH. ',MYyjY�iF�; Ir.. i{;I IIIli1JllCltiiitli I !!i Till II lil III, , ,� I I Iifil III?IilolII II I I I I i I I i I jiili iiiii'i ii i`ii i I I 1 illl` llil ILII 111f�llll illl�llll Ilil�llll Ik 1► IIII IIII Iill Illi illt IIII IIII UII flll Illi II�i IIII (III 111{ IIIIIIIII IIII i I ( �Illi�lllillillliillllfll!ill! LEGIBILITY STRIP ( 4 5 1 a ! ^ i ! 12J � 4lie I � I 17 8 lip 20 21 22 24 25 26 27 26 2 3rD x, ,r 01 / HOW S1410F fill o z i .�,il ,a_ � IIIIIIIII�IIIl � Il , lllilllll nil -A -774±16 ADnIE; nxiM NO _ 1 July 19 , 1993 THE PINTS TIGARD, OREGON The proposed Contract Documents dated July 13 . 1993 are modified as follows : PART 1 - DRAWINGS SHEET A2, DRAVIING A!A2 COMMUNITY ROOM PLAN 1 . Revise the community kitchen cabinet layout as indicated on Revision Drawing R -1 dated 7/ 19/93 . SHEET Al . DRAWING 5/A3 KITCHEN ELEVATIONS 1 . Revise the community kitchen elevations as indicated on Revision Drawing R - 2 dated 7/ 19/ 93 . SND OF ADDENDUM NO . 1 11930 SW 95n{ AVE=NUE I10 1 of, 0/5' �. ►111111 Ilillllll Itlllll►I IIIIIII(�i ,�IIII�I�I�Ii1���IIi1�11fl�llll�l�;r { ; �illllll �Ili�iiol Ilii�illl 111►��Ili�illi�llll IIID, .illll�l��i���i�i��iil�llll�illi�i'Ilii 'ii�`Il�ilijl� i��llllllli�li�l���iiil�i�jiillilil��li�{ LEGIBILITY STRIP I 1 O I 12 13 14 IQ 17 16 19 20 21 22 23 24 25 26 27 28 23 30 z { { O1 - HOIJI eut Oz 0 �'z lel li ( I � IIII { � V tJ O G -' - HRA1'-'1E IN FOR GYP, 411x20" L 0>1 YE R — BOARD SOFFIT TRU WALL 4 1-, < _ z IL 6" aIL RANGE HOOD EXIST'G ELECTRICAL 4" 8,4 P ASH APPROX. LOCATION W_ mw Damn ■ r J L:J V 30" DROP- IN 4"x20" LOUYE � N IWSE D CORNER RANT E/O YEN THRU DOOR DOOR INSULATE ALL HOT WATER'. SUPPLIES AND DRAINS KITGHEN i ELEVATIONSREVISION THE P1NES FAMILY LIVING UNITS CW LIAM WILSON CRJ-2 „�D9 S.w. •�� CHITECTS AIA 1iASHINGT�N COUNTY S'lf Second Avenue 1��?p-'.RnUNT OF HOUSING SERVICES land, Oregon 97204 N.S. UNC'LN tOO—L KRIBHORO OR. 9712,4 •93-4784 ) 223-6893 -T9/33 Cm I I _ i iill IIII IIII IIII Ifl{ ►IiI Ull IIIIIi � ' �!I III! IIIIIIIII Il ''"'""' "Illlf► IIIII�IiI illllllll 111111111 II)111111 1111111�'"''4111111, ( � ( � 111�IIII'Iilllllll�lll�lllll illi liil ii�� i��� �„i i►��'1111 �Ilillill Ilii �+i��iliillilf �i LEGIBILITY STRIPo + 2 3 $ 7 _a I 1pmmulCM - - � C` ( ( 12 13 14 + le 17 Is 19 20 21 22 23 24 25 26 27 28 29 30 01 _...) H.�r�� s u 100 n AL � I . I����.��.,� .�.I.��l �. I. �.�►.1� IIIIIII� IIIiII , IIIIII VIII ( IIII i IiI I I � � I ► � _ 1� ��� � � I� 11_li il� llllll 1a l IIIII ► IIIII ► � I . I l�J VJ r w m z c �' DRWRS I HINGED CORNER DOOR 30" DROP- IN FZ F P,ANGE /OVEN 1 HC. SINK 1 I I 1 _j-IL 1 vi /* 4 KITCHEN PINES FAMILY IA" I.NG UNITS CAW LLIAM WILSON THE g� R- 1 11909 S.W. 96T_ CHITECTS AIA �— SIF Second Avenue r TON COUNTY �ASHIN .�atMUq OF MOUSING SERVICES tland, Oregon 97204 1A°.'!1°-�.3 DF.P�.s. LMCOLS t00-L RRISBORO OI. 97124 093-4784 3) 223-6693 ii nawi .�ta.� blduNtt4N41 �kMinfl�lk w. 4+ ahw►..,.; �_ C(' � �; hill 1111111 f ► � liflllil�iltii111;(�II!ilIIII�III�{IIlf�lll'III±�"'�'�lllfi�llll(IIIIII�Iilllllll If�lllllfllltdill{IIIIIIIIII�IIII�ifll�lfll��lll�!III�IIII�IiII�►Ill�llll�lill�l{Ii��lfl�llli�(Ill�illll��ltlaltllli��+ LEGIBILITY STRIP 0 Ij I I ---- iQmm:i cm 6 10 11 12 13 14 IQ 17 18 19 20 21 22 23 24 25 26 27 26 29 4 Z I 1 1 O1 I 1 HONE 0100 OF �.�.�.Il.l,�1��. { i I �� III:._,_a �. �.il.� Lil � , ► �� lli �1 II.L . L� I111_�� 1� I + ! L IIS i ,,r r W I LlH I LSOH kP(H FiA' 274 P. 2/ William Wilson Architects AIA ADDk: NDL.JM NO . 2 September 21 , 1993 THS L=), 1N10S TIGARD , OREGON The proposed Contract. Documrnt_-i dated July 13 , 1993 are modified as follows : PART 1 - PROJECT MANUAL 1 . Invitations to Bids : The bid date shall be extended until 2 : 00 p . m . on the 28th day of September 1993 . PART 2 - DRAWINGS SHE-El A2 _ GEN -R&L NQT 1 . Add the following as note15 : Existing floor tale In the living units and ,iLorage room contains 2% asbestos , accord in,, to a report on file at the Owners office . The mastic oelow the existing the is said to contain no asbestos . Removal , handling , and disposal of the vinyl flooring end mastic the sole responsibility of the General Contractor , and must conform to all local , state , and federal code ,-; .grid requirements . The Contractor shall also provide the Owner with receript :3 indicating proof of proper disposdi of the existing vinyl flooring material . SHEj;T A24 DKA W I N G 91 zC Q MM U N 11'Y RQ-2,b -LilE. 1 . Add the following note to the entire community room and toilet area : Remove existing Vcj, flooring . Joh ? A10 L}RAW1UG 1.1 1 I_U_ELbb ani :'HLETT k-2 .Dkb.w1.j.0 PLAN 1 . ..dd the new concrete. walkw+, y for handicap dccebs I .- indicated on Revi3ion Drawing Sheet R3 dated 9 / 21193 . 1 Io',() sw ')01 AVLNL1: {'( 1 -i kof 1P1.Ar ENU OF ADDENDUM NO . 2 e C(i1 II iii! Illi iii! iii! I1lI III! I ! mow . IIIIIIII�IIIIIII I�Ilillllll�lllilllll�lllllll Ib�llll�ili1111i1�lllllllll Ilfllilll�lill�lli+�IIII�III��I� � � II�I111 IIII IIII IIII llilllll4���� � LEGIBILITY STRIP o ! IUmm=icm 2 3 a5 6 IO 1 1 12 13 14 r 16 1'7 IIIIIIIIIIIIIIIIIII�i(II�!((!I!II�I(i!:�I!iEI 18 19 20 21 22 23 24 25 26 27 26 29 30 ? r I 01 b HOW ev1 ou .I. I � I _I .GI .L1 SII„� IIIlLIIII.I.. � � l ( II I I 0� 's e '93 10 i Z W I LL I NAM W I UDCl PP,--H FAX t7`74-0052 F' . 3 4 ro P:Tl --= 7 4- .c r �� WALK � I \ I'I '�'11�•I�- '1��� ll'I r+ i . ' '� � Nom✓ I c•� I, co�IG WALK A4y r < 4 Ill � r I ,•_' ill J I I II � I /o W P►LKW �� � , C•o Nt, � � la t'4016,I-1J -�" � a✓Ar.��1�`�''l Inc'=� firs I Ot I �Y L I vi 1I WILSON A=HMCTS Alk 7�7 Il 9 I "TUB -GUV N t A Meond &vonv wAr-1�t ►..�U,'SN� ' �cz�l�`� ro�,.�.o�. a-.�.• 971"a P M2" be o! Inc 2 b(� ail:i;�. ::i�jl •!p rl ., ,,d�' r:lj'�:i''! Il�. r�. �I '.. otl.. __ — {a .� .'�A ;p._.., .." Cm 1 J ►, I I' 'I I , I I f f I fill illi fill illl Illi IIII IIII llil IIII Illi llll�flll IIII ills Ilil IIII 111► �,�1 r ' I IIII Ilii IIII IIII II(i IIII ifll ,ill Illi lill illlllllf fill Ifll !!ii IIII 1111 Illi Illi Il�'"'�II IIIb II �� � . � `� ' LEGIBILITY STRIP o i 2 3 4 ) I ( I �iIIIj`Iill�liil�l��l � 'l�illr�lli�allilllll�llll I i ipmn+�� cmO I I 12 13 14 I 18 17 is 19 20 21 22 23 24 25 26 27 26 29 30 - I I I 01 HON 1 I log y 4I I O� �� I � 9 ..���.�,.��. . .�..:�� .gym � � � I� M � ,.l �L!��.� ��fr .. , ._ 13 X41 r i NU:I "> i�•� V ©� "?3 1 1 : ` W'' IHh" W`L SON4 Af�';H FAY C-7"'0052 P. LI William Wilson Architects AIA ADDIENour,,j NU . November .2 , 1993 T H3E: p INE S TIGARD, OREGON agef of opWsed Contract Documents dated la July 13 , 1993 are modified PART 1 - PROJECT PiAmUAL, u Add . existin +' door stzuctugesat 5goro� is 2x6 '� . & G . decking spar�rnin 0g Azg= Flom Add : existing floor J023ts aLe 4x8 be spanning 7 : - 2t# o . c - between 4x6 posts . ams at 5 - p „ O . C . Add : existing rafter tails are 2x4 ' r. PART 2 - DRAWINGS 1 - Provide new pi Ping fOr Overflow from Presseare relief valve , existing water heater room 6 „ above floor , Route Piping through Wali to .laundry toward floor ai lcvincl Provide Geed turned downward rood, floor drain . drain to existing ? aund ,-- y 1 • Revise Roof ReplaceMent Detau Revision DravingSheet R- q • for hip end steep lndtcdted on conditions only . roof k): ►I� AVENUI ' oride Or iginaI detail 1 1 /�► 3 for other cave 1)( 1h t IS 15_ conditionB . Post-It' brencl fax tralls nil P. ~1 ("pages 1 ADDENDUM NO . 3 Sw�,tifi 1, ,�► , Frei fT v _ - - Ce t Dep, ►hone r �.'„�'� ,,• � , � .- rpt R - - 1, y °f�"r"�ii�i llll'IIII'IIII Iili IIII IIII III�11111111 cm LEGIBILITY STRIP 0 � 2 3 4I 1 � ► mm: 9 I O Cm 0 11 12 13 14 18 17 18 19 20 21 22 23 24 25 26 27 28 29 30 WIN II I oZ oz lt��, - � (+_ i �L►l �! � I.+a i �t I + L� I�.�: 1��� J;.wy�,-�f�.h� _ .���,.�,��.h�.� I� �, + tori Gt�f'� rT10N 8TNG pWT M p w don MK -11 _ s A" 2 7 r" 5b TO MATC.4 Lrx'srSVG D c AWjL-F CV7 IFyc i a T. FAOC LA Wa>WZ:> TO HATGN TOP CF RAFTER A3 6"oUtj z - AbIk �� t L ro ': 1` Krid ELI C. �c► 1 GO►v JrT FOR CAJMR W'-M7 O*'T 4p 7> 4TF SA TEv> ... �► , L*W, M wv cow. m-1, WTTM "Cs f bi-M TO HATC.+4 F.x ---- WALL A` LOCAT1 N N Lp,E WT4 1 DOW MAN DMA N Mja6. �c C Das tt� Oft CK EXTtRWM �' F I Cm ���� 11 1 �i-1 �1i1 ,��� ���� ,��� ���� o��� � a ���M � �� �, _. LEGIBILITY STRIP o "'� I I 0 �' I if�iiii�iFii����il�e►��i�.i ��ii�i�ii �i�i��ii.+i�ii�i�ia��i�agi,, ,����G���,I������l,,�i��,��,��CI����Iiit �i�f�t��i iiii�iii�fi��i�ii�i�ii�i��i� I I Qmm .i 2 131 18 17 18 19 20 � r_ c_ 23 t `'S 28I, 2 26 29 30 Z I 01 H*N1 sI,,1 OZ Ih di I T tII ! ' I Lilt t� 14 r" William�I•iI• PROJECT N0. William Wilson, Architects AIA FILE NO. ADDENDUM NO _ 4 DATE S November 5 , 1993 THE PINES TIGARD , OREGON The proposed Contract Documents dated July 13 , 1993 are modified as follows : PART 1 - PROJECT MANUAL 1 . UVITATION TO BID : The bid date shall be extended until 2 : 00 p . m , on the 15th day of November 1993 . 2 . Section 01030 Alternate Rias and Unit Priceg : Revise Ite:ius A and B as follows : shall read : Provide Unit Prices where requested on the Bid Form . Item shall read : The Unit Prices indicated on the Bid Form will be used if the Contract ,Sum is adJusted in accordance with the prc.cess described in section 06100 RouGgh Carpentry, Article 1 . 03 A-2— It= A and B clarification : The new Community Room and existing Laundry Room are concrete slab on grade floor construction . All Living Uinta floors are constructed of wood over crawl space . 3 . flection Q9, 650 ges_i1 ICnt Flooring ;3 . 03 SurfaIce _PYe,oar Item B Und��;�>�ml- ,add the following : Existing underlayment is 1/ 2 " thick in all Living Units . Contractor to work within manufacturers recommendations to closely match new and existing flooring heights at intersections . 4 . Section 109800 -2 Toilet and Bath ACCessO iPg _ a . • 02 ToiletCr sQenserg Item R , shall read : Extent of work : Provide 1 at the Community Room toilet . b . 2 . 05 Toilet / Bathroom Grab Bars . Item G : shall read : Extent of work Provide 2 grab bars at the Community Room toilet . Addendum No . Page 1 of 2 119 30 s W 45 �" A-Jfd�uE PG 8 *Fi5 . 133 SW Second Avenue. Portland, Oregon 97201 (503) 223.6693 slfilllflli!lljflildflt4{li llliilll{Iltl�llll!{��� 1►{1�l��� ,3wY4iiIy �iiiiliiiilil��ln �tl�iii iiiilip�i iiiilini iiiil�iiilii�i��iii���if�ilil�lll��lil���i�►III1111�������1�1111l1411111,1�111111��) viii ilii �il��li�i i�iifi�i� c 3 a LEGIBILITY STRIP 5 s ,� + I iL-tmn .l ; 10 11 12 13 14 � � Ib ! `I IQ ig 20 21 22 23 24 25 26 2'7 28 29 30 of HONI >Q loz �� I �.� 1 .1.!_ .L•� ��. �. il � l � iil4lil �I � � ( iIsl � I � i � i � Iii � I � � I I oz j i i PART 2 -- DRAWINGS fiHEET A2 ; GENERAL NOTES 1 . Revfse note 15 to reed as follows : Acceding to a report on file a ,,. the Owner ' s office , existing vinyl floor the in the Living Units and existing Community Room space contains no asbestos . The mastic below contains 2% asbestos in a petroleum base , Removal , handling , and disposal of the vinyl flooring and mastic is the sole responsibility of the General Contractnr , and must conform to all local , state , and federal codes and requirements . The Contractor shall also provide the Owner with receipts indicating proof of proper disposal of the existiny vinyl flooring material . END OF ADDENDUM NO . 4 Addendum No . Page 2 of 2 1I930 SVSClsT",e1VENUF- PC q 0f �s Y 1 1.1 1 1 1 1 1 1 1,!Ili ,. w•,,, f lilt l 1 I I I LEGIBILITY STRIP i � � � 1 � � JI l i�1 �lil(�lillfllll III.�II� " {II�IIIifII�I�IIIIfIiII�IIII�IIII�iIIlllfll�llil�lllljlili;►III�IIII��►Ili�li►I1fIIIIIli111I�lIIlllii�YFIIl1�111! 111111+►11�i�i►I►ill�il�►!III'll' - - 10 1 1 i ?._ 13 14 tl lE 17 iA IS 20 21 22 23 24 25 25 27 23 29 of z ��.�;,.ie � l �.I � f � lll � l � � t � I � . � lil � l � lll � l � fii , , l � � f � l � lil � lll � l� ,) III11 ; 1 ' ; ! i �.� lal ► I � f � I ! � �111 , � . ; ; ; fill o� �� a. 'i ion 6� �M4• , SITE LIGHTING NOTES: \_I j CONNECT TO EXISTING SITE FIXTURE CIRCUIT '4, SEE SPECIFICATIONS FOR CIRCUIT CAPACITY REQUIREMENTS PJSH CONDUIT UNDER SIDEWALK- (D2 IDEWALKCD CONNECT TO ExISTING RECESSED FRONT PORCH LIGHT CIRCUITING. SEE SPECIFICATIONS FOR CIRCUIT CAPACITr REQUIREMENTS. O CONNECT TYPE "B" F'xTUREB WITH GC7NG,i' 2 '12 CL NCEALED IN NEW 94A+iT. 12-2 PLU!5 GRCA;ND NMSC 18 ' S ACCESSIBLE IF ALLOWED Bl' LOCAL AUTHCQi1IE5 SEE DRWG I/AI.I FOR ROUTING G- ELECTRICAL FIXTURE SCHEDULE "ATI POST TOP MOUNTED MERCURY vAPOR FIXTURE WITH PRISMATIC REFRACTIVE PANELS, BLACK FINISH 1:0,, 5ALLEST AND 1-15W DELUXE WHITE 1-1ERCURY vAPOR LAMP, HAD::G "INDEPENDENCE" 0VMI546AB5NDE. MOUi`' ON 10' SMOOTH ALUMINUM POLE WITH BLACK FINISH HANDHC_D AND BASE COVER_ HADCO 'P-150-Im. PROVIDE REINFORCED d•I CONCRETE BASE. B II II SAVE MOUNTED CAST ALUMINUM BELL LAMP'-OLDER WITH FULLY ADJUSTAR'LE SWIVEL KNUCKLE, MATTE BLACK FINISH W r1 ••-_��•• •• •• •• •• •• •• •• •• Cq AND 15OPAR38/FL LAMP. HUBBELL • 103-�' h•IG!NT ON SINGLE GANG BOX W/ WEATHERPROOF _-OVER �•1 REPLACE '=XISTING REAR PORCH LIGHT WIT-4 NEW WALL MOUNTED FIXTURE > HOUSING AND 60W A19/IF LAMP. PROGRESS '-5602.31. WITH BLACK HOUSING, CLEAR MARINE GLASS ►� "Bn nB i nG �1 — ----- - I----- – --- —-------- �^�'-------- - .� 0-t I „B„ ELECTRICAL SYM50L LIST : � tzo � I , -- I BUILDI i j ( 3� I 0 r - - . -- - ___ _- _� i ❑ POLE TOP MOUNTED FIXTURE � � Occ ��?? __ Q I I I DA2 7)91M. / A2 iMIRROR '�`2 i "�2 I I 0 WALL MOUNTED FIXTURE. li nB„ -_ _ a -- - - — -----_- n B f 11 -41511 R I �- EAVE MOUNTED FIXTURE. M�1 r - --J l_ -- I Orr II Z 3 ) 1 - . . - ---- - -- _ -�--_ I - ' �� I 1 CONDUIT UNDERGROUND. I 1 2 --- -- -- - - - - --- - -- - - - - j I ,'- G INDEX OF DRAWINGS / ' c Z ) REPLACE SOFFITREPL SOFFIT ----- ------ E 8 LINEAR FEET 8 LINE FEET I Al ROOF PLAN, S!TE. LIG�-!TING PLAN, VICINITY MA's. INDEx OF DRAWINGS A2 UNIT FLOOR PLANS,GENERAL NOTES C7 11 I I' MI2ROR i G A3 DETAILS, INTERIOR ELEVATIONS, DOOR SCHED. ES 1 A2 1 U j EXISTING PAVING—� 1 I - --- - SITE PLAN NOTES { _ REPLACE SOFFITQ I.) REPLACEMENT WORK AT SOFFIT OCCURS AT ISOLATED CONDITIONS. 8 LINEAR FEET - -- �/ J I "g" EXTENT OR REPAIR 19 AS INDICATED ON DRAWINGS. — 1 T MM 1J REMOVE ALL EXISTING GUTTERS AND DOWNSPOUTS, REPLACE 1 :_-I A? REPLACE SOFFIT 1l1 2 i ; JWITH NEW CONT. I"ITL, GUTTERS AND DOUJN5POUT5, TYPICAL AT EArt_ v 8 LINEAR FEET- - I BUILDING SEE DETAIL I/A3. MI OR ; I 1 I COORDINATE LIGHT FIXTURE LOCATIONS AT PLAY AREA WITH WORK ' REPLACE SOFFIT4 i NEW RANGE HOOD VENT UNDER SEPARATE CONTRACT. W 8 LINEAR FEET-- - I - V A2 I 4.) SOFFIT REPLACEMENT MATERIAL TO BE ROUGH SAWN PLYWOOC.. Q� PRIME AND PAINT TO MATCH EXISTING. i -__---_-- i - NEW FAN VENT 1 A2 RE PL ACICSOFF I T L O --A i 8 LINEA FEET-- `- O 1 NEW SIDEWALK 1 PATIO �}1 SEE UNIT FLOOR PLANS U► O Z ~ V) A3 : �_--REPLACE SOFFIT 6 LINEAR FEEL Cr o SIM. REPLACE SOFFIT `�.. J E-4 TTO� O 4, O (4 FT.) EA, WAY FROM F4 Q n2 CORNER CS REPLACE SOFFIT 0-4��.1 O W (4 FT.) EA�;W WAY - d w U FROM CDITER (f] OF WALL - ---- � I - REPLACE SOFFIT :J m A3 8 LINEAR FEET (1) E.•� r- _ .. W EXIST'G SITE FIXTURE 3 CZ ,-REPLACE SOFFIT 8 LINEAR FEET � I 3 - I - SIM. 1 ROOF PI�A1lT , .. A I. � 3 , L.�� `H- -- - , I-_ 13 ) , 11 11 A3 � �-;,,:�. �, .,m � i r � � � � r � SITE LIGHTING .� _ 3 PLAN SIM. � ) VICINITY MAP, INDEX OF uC l �-1 ,p �.g n ^ u I 1" Af•y Sill,�i - _ f-4 _ _ DRAWINGS A3 _ Ail revieiona: - NEW PLAY AREA I (NOT IN CONTRACT) T �� (� B�P 9y- 13 dale: 07 1,11/113 ROOD �. FLAN SITE LIGHTING FLAN ._ _.�.-A._�.__ = 1 c1T� scale: -1 - 20' p.. 20 -ell "' drawn: KGR b 1 job no: 9310 11 PROJECT SITE 1 V I C I N I T"r MAE NO 5C-ALE J 11430 5W 95""AVENUE PCr, oe¢ IS LEGIBILITY STRIP 6 e 9 io 11 12 13 14 16 17 a 2E', 2 28 29 '3 I I GI 8 b HONI B 10e 0E I I GENERAL NOTES J -- - I. STRUCTURAL GORE Ar,SFE WITH �IFOIQ►-I BUILDINCe CODE, THE STATE OF OREGON W Y -... - - - = OTHER GOVERNING COPES AND L4WS REGULAt ONS, 1991 EDITION, AND ALI - —. IRE AND LIFE SAFETY ONSI E COORDINATION OF ALS. ARCHITECTURAL 2 STRUCTURAL LMEGHANIGA�ANp15 �ECTRI�LE81OSR?EMS, INCLUDING r f�v/; � .. LUDIrJG ALL SITEWIORK l 1� 3. THE MECHANICAL, AND ELECTRICAL SYSTEMS ARS CONTRACTOR DESIGNED, THE CONTF'AGTOR IS 1 p IS RESPONSIBLE TO PROVIDE A COMPLETE SYSTEM, G AND CONFORM WITH ALL GOVERNINCODES, SED LR/D� JURISDICTIONAL REQUIREMENTS, UTILITY COMPANY REQUIREMENTS AND THE SCHEMATIC DESIGN _—__ SHOWN IN 1 HE DOCUMENTS. 4. THE CONTRALT7R IS ENCOURAGED TO STUDY THE CONTRACT DOCUMENTS IN DETAIL AND TO REPORT Q� ANY DISCREPANCIES OR CONFLICTS TO THE ARCHITECT IMMEDIATEL`r FOR RESOLUTION, 5. IF A CONFLICT OR INGON5;STANCY S EXISTS BETWEEN THE DRAWINGS OR 15F­' IONS OR WITHIN f �. _L R/D�4 SED EITHER, THE BETTER QUALITY OR GREATER QUANTITY OF WORK SHALL BFPROVIDED. EXISTING CtlRf'ET 6. ALL DIMENSIONS ARE TO FACE OF �RAINING UNLESS OTHERW15E NOTED 70 REMAIN O EXISTING VCT AT — -- l. VERIFY AND COORDINATE ALL ROUGH HALL. TO REMAIN ! OPENING DIMENSIONS AND REQUIREMENTS AOR DOORS , PROVIDE NEW VINYL EDGE STR,P 8- FIELD VERIFY ALL CABINET DIME'vSIONg, ,,rIpiFY ROUGH OPENING DIMENSIONS FOR APPLIANCES AND cnc FiXTUREB. Lcc RE-U.SE EXISTING TT 11 Q EXISTING /CT AT g. ALL PLUMBING PENETRATIONS IN WJE HOUR WALLS TO BE WITH META PIPE AND TO `.r' HALL TO REMAIN CARPET EDGE STRIP �' ONE HOUR ASSEMBLY REQUIREME��ITg, CONFORM TO -__- 10. PROVIDE SOLID BLOCKING A8 REOLI � (�, BARS AT WATER CLOSETS. RED FOR ALL LAS MOIiNTED F'r.TU}�g EQUIPMENT AND GRAB - f'RO`'IpE NEW '✓INYL EDGE STRIP r "cl CQ li �. I 11. KITCHEN FLOOR PLAN LAYOUTS 1 � AVE PRECEDENCE O'✓ER. KITCHEN INTERIOR ELEVATIONS SHOWN ON Cj I- y Q ' I 43. DESIGN- SUBMIT SHOP DRAWINGS FOR FINAL KITCHEN CABINET _ �T+� a � RET'10vE EXIST'G VCT FLOOR'G �Tf"T REF'R v N �r UNUEVIN YM LR' PROVIDE NEW J (p � I t 12 AL FIXTURES AND BUILDING COMPONENTS THAT ARE REMOVED Q R-El"OVE EXIST FLOOR'G 'I• I - _ SHEET VINYL FLR'G IUrJpERLAYT1ENT -- v r\1 I SHALL BE SALVAGED AND RET,aINED FOR OWNERS FUTURE G USE. 1 I:NGERLAYMENT. ^ KIT NEW eHEET t INYL —.- 13. PROVIDE 'SCORE JOINTS IN CONCRETE WALK AT 5'-011 orc. AND BITU1"11NOUS JOINT FILLER CONTROL E C ON � Ro �- � 11 L UNDERLAYMENT • KIT �� � �� ,_---- -_ JOINTS AT 2m'-m ot. --- - - 14. INSTAL ALL ELECTRICAL DEVICES AT THE FOLLOWING ELEVATIONS: PROVIDE NEW VINYL I. LIGHT SWITCHES: 48 !NCHES. 44 OVER COUNTER AND At TOILET RM. _ �-- r r -- - � EDGE STRIP Lr T I L X� 2. DUPLEX RECEPTACLES: 15 INCHES UTIL 1511 o R1:MOVE EXISTING VCT FLOORING - OPEN BELOW SINK AriD UNDERLAYMENT, PROVIDE NEu: 5-4EET VINYL FLOORING AND UNDERLATT1E•NT V STAND ARD UNIT FLAN 2 HP16,ND I GAFFED UNIT FLAN wN S UNITS TOTAL 3 UNITS TOTAL U ^I _ WO • • . • . • . _ h ,moo � NEW 4"xl0'xl0' CONCRETE SLAB CENTERED -- _41 9 W ON NEW DOORWAY WITH WL4xW1.4 WELDEDiv 1 Cr Q WIRE FABRIC OVER 6" COMPACTED GRAVEL. NEU 4' WIDE CONC. w �1 Z m WALKWAY r�1 F+� t� z co - -- --- CUT OPENING IN ►1'� `� Fit `7 I ------. _ _-- ----,- EXISTING WALL �+ �. O AS REQ. FOR NEW C,� O DOOR. SEE DTL. 6 L_- WALL I I I + �.� �� � � H N 6 9-4 UJALL LE�END O EXISTING IRRIGATI w z - CONTROLER TQ REMAI z NEW WALL CONSTRUCTION 2x4 STUDS AT 16"o.0. MATCH EXISTING FRAMING • z ----- ---- "► AT TOILET ROOM PLUMING WALL. COVER WITH 5/8 GYP. BD. TAPE, SAND U] cn I NEW SHELF 1 ROD • -- 13`-0' Q� ►-a co SED I LR/DA �oi"il"iUNIT1' 001"i - -- -- -------- _- - _.. —__ _-__ AND TEXTURE TO MATCH EXISTING. � � T ( OL MAINTAINANC- 1 ST ) T�+ W_4 AI Q+' z D C ORALEEXISTING WALL GOl•JSTRUG?ION TO REMAIN � Q� � � I NEW VCT FLOORING NEW SMOKE DETECTOR z REMO'✓E EXIST' FLOOR'G ENTIRE COMMUNITY RM NEW SM KED )—___.. __- 4 UNDERLAYMENT. 1 CLOSETS ---- ---- --- WIRED- f•ROvIDE NEW SHEET VINYL 1 - - -✓ .� UNDERLAYMENT EXISTING WALLS TO REMOVE. � ~ I '' I � ' I I I -, \I"ROvIDE NEW VINYL ECCE S IP RELOCATE EX15TING LIGHT ��� \ - - ® EXISTING WALK 4 PORCH - FIXTURES A8 SHOWN- EXIST'G VCT TO REMAIN AT HALL NEW FIRE EXTINGUISHER -- 1LRlDA l] RELOCATE EXIP'(ING ATTIC ACCESS ` A3 I � t FROM OVER WiTER HEATER PROVIDE ..` 1 �- REMOVE EXIST'G DOOR r PROVIDE NEW NEW 22"x30" ATTIC ACCESS HATCH -'--- + -c 'SHIM 1 Ir A3 REPLACE AS INDIGAric) �� r- ----� - VINYL EDGE STRIP ---- Dp_AWJERS SHELF - ` _ �\_ UNIT FLOOR __--- NEW WALLS i DOOR _ RANGE HG. bINfC I `� T LET AS SHOWN -----— - -- _ - � N� I �--- PLANS, II I I I I I I , -� -�- -- (� GENERAL NOTE RELOCATE EXTERIOR WALL LIGHT SWITCH TO NEW INTERIOR WALL _ - - - - - NEW PAPER DISP. 1 WASTE CONTAINER IY KIT EXISTING GAS WN.— -_.____�« _.._ — MAINTAIN ONE HR 6'-m" — -- REMOVE WALL A DOOR AS SHOWN, FIRE RATED � GUT-REMOVE / PATCH C.ONG- AS revisions: RANGE HOOD DUCTED - - - ------- - - f CONSTRUCTION r NG VENT THROLAGW ROOF - - - - - I NREM VE EX 9TNG PL MU BTE ANG FIXTURES ) Q D �} I LIGHTING CONTROL ESE D L ; - PANEL TO REMAIN RELOCATE BREAKER © © To OPPOSITE SIDE OF WALL-Box _ REMOVE EXIST. MEDICINE CABINET - - . - _ REMOVE E:xlBT'G VINYL COVERED INFILL WITH FINISHED WALL. - --- -- ---- NEW SHEET VINYL AT BATH RM. - TILE, UNDERLAYMENT, rNSTALL NEW SWEET VINYL OVER NEW EXTERIOR EXISTING - --- - . GRADE PI.Y'D UNDERPAYMENT. LAUNDRY' ROOt'1 - - UT I L dale: oy/ls/9►3 scale: 1/4" = 1'-0" :. drawn: KGR j h v NOTE= -- -- ----- job no: 9310 I ALL COMMUNITY ROOM WALLS AND CEILING GYP. BD. SURFACES t0 TL � 'n 5�DR/�OM UNIT FLAN I 6E REPAINTED. I J WV _.__. v Irl 4 COMMUNITY ROOM Fl�J�4�1A2 1/4" I'-O` t wire TOTAL V4" 1'-0" /193DSWSST,,jf ,E P4 11 LEGIBILITY STRIP u�Inl�lili� 12 13 14 18 17 16 19 210 2�1 22 23 ?4 25 2© 2'7 28 29 310 k„ ZI II OI 6 I.' NOMI a for I� .I.I. I��J. li� o� f LI I x `• t ...... ;1 "":•' ;yi:f r.o ..r f 77 i•:.t i,i .• .;.... y a,::ll, -,..n:i;. N .i.. ... f "I .rt ' !�• .xf.: • ... .. ,, ...-.. .., ..... ...... .... .............- .. .. .. nM'k' '....:_:I..kU -tHWY1L'kNL. .W.. .:,--.d ..,:..a",.:W;.F....... ......»'.i............ ..,....-.,:.�._.«,...__._: _._............. ._.. .....,._._._-,. ... -. -. .. _.. -_ ..... ...... __. ....... _ _. -. _ .. _ ,.... .-...... .. _. _,. ...... .,,... .....,..,._ x+R�sn?r" +'•x""wYr.±MWlae^'uga.Ptw'"wdM+pSr,WMti •-.�•,y r I E/iSTING RGX:ER - "+EW 2x DAGKER BOARD CONT. GUT AT AWL-E TO MATCH RAFTER 9iMl� AR RAFTER NEW 6x8 � CONDITION 300EXTEND NEW 3FELT UP-UNDER E_1STING FELT 6" MIN E HEADER NEW EXTERIOR PLYWOOD, 1j THICKNESS TO MATCH EXISTING ` f2x2 NON' WOOD TRIM 1 _ I BOARD • DOOR HEAD NEW TO MATCH EXIST / .,rIGLE CUT EXIST. FASCIA BOARD TO SE4L,;1�T t f+ MATCH TOP OF RAFTER AS SHOWN o EXTEND NEW COMPOSITION ROOFING PLS WOOL) - 148 REQ'D _.___ ... • • '�+• � ^ '�� JP-UNDERINSULATION Amm EXISTING ROOFING l i 1 COURSE BAFFLE —! HO�..UW !"1ETAL P.uS STARTER COURSE, MATCH NGT OF EXIST. A' ATT,C _ E DOOR 1 FRAME r_ --s ACCESS V � �i \O NEw 3"xl" 26 GA. GAL v. DRIP METAL �.^ c1 NEW ELEG CONDU,T FOR - GUTTER HELMET OPTION, BID ALTERNATE 1-4 1 � - � � a.o a� G TING F11ST LIGHTING ?RUBS CHORD ING BRICK LX-ER,OR 0 $.•,4 I LIGHTING a' < NEw CONT. !-ITL. GUTTER r i � ----1''Ix2I11, ACTUAL SIZE wOOC 'R,M A� 5/81" TY PE '% �., NEW TO MATCH EX 51 � b � J NEW FASCIA FLASHING w' DRIP EDGE 1 5/8" P UWOOD r - C\1 SEE SPEC'g ` / dry SEALANT +-� NEW DOWNSPOUTS, SIZE L N,4?GH EXIST, �� O -__---. _ INSTALL AT LOCATION IN L!Nl: WITH E!iST. RAIN DRAIN HUBS. 5!8" WOOD TRIM /ERIFY FRAME ANCHOR C� O 1 W MANUF. Ix2 WOOD TRIM a.y `� —HOLLOW METAL AS-REQ'D r -- EXIS`ING BRICK EXTERIOR DOOR AND FRAME NOTE �-- TVVERIFY G`"P BD. 4TTIC ACCESS TO BE �AMg "� 22" x 30" MIN, W' 30" GEAR ABOVE y SAVE REFLACE-_'I"IENT DETAIL r4` ATTIC ACCESS 3 ID OCR k4E .41D 4 JA►"15 143 3 0 3" I'-©" AI'9� .Q3 3 `''-©'' »D5 (n V z FRAME IN FOR GYP. BOARD SOFFIT 4"x20" LOUVER U: THRU WALL N� �a N - PLASTIC LAX' N --- (�% WAINSCOT " Q1 AS SHOWN 34 L y ` .O" I'-b r► GNT FIXTURE _ PAPER TOWEL DISPENSER RECEP'AGLE l ( I O _ METAL EDGE xII - \ rTRIM MI "'� _- c� 4� 2" GRAB 96" SOAP I , c I �1 C/2 • �- � RANGE HOOD ►- -A1C--- BARS --�• - - DISPENSER � \ 0 ►�► .-•, ' _ • ` - - EX'51'G Ei.ECTRICAL I V 0 x LID _ PAN,?L TO REr1AIN !-dLKCs �bl�y `i I p AF"10X. LOCATION \ ►�-+ �- ►r1 ..a GR..:r,B BAR �P I j _ »" BACK SPL ASN ry 4" BACK SPLASH . ►�yl O 1+1 O � - - , I —_ _ L - 7-SOLID dLKG ---- Le I _ r, cq 30" 9''NK p I w TM4 • I'I z -._ C-- P..4 ►^Y Z H 0 I 1 _ � = z n - -- N --- - 3 -m' `r DWR U� 't JLotu ..= I I co ' 6" RUBBER INSULATE ALL HOT b" RUBBER ` b" RUBBER W 7 I BASF ER I 20' RANGE 4"x20" LOUVER -f �J GZ•1 3E'' � 18 BASE TYp. WATER SUPPLIES BASE 7YP. BASE TYP. � � OVEN THRU DCOR AND DRAINS HINGED CORNER [DOOR 4" RUBBER BASE - INSULATE ALL HOT WATER O � -.4 O .--! � SUPPLIES AND DRAINS 4 TOILET R00t' ELEVATIONS AT G01"i1� UN I T--r' FACILITIES >3 f<I TCHEN ELEVATIONS ELEv-HC15 -0" ELEv-KIt DETAILS INTERIOR ELEVATIONS, —— — DOOR DOOR SCHEDULES o� i" --WEATHERSTRIPPING revisions: 1,4" x 2" EXPANSION METAL THRESHOLD w' DOOR SCHEDULE DOOR NUMBER I ANCHOR INSTALL PER HARDWARE GROUP THRESHOLDCHORI MFR Q� _ INSTRUCT IONS NEW (DOOR FRAME HD AR - REMARKS ,..� 4" C014C SLAB SEE STRUGT EXiST!NC. NO. SIZE — UJARE c� PLANA CONI SL AE - - -_--- -i MAT. FIN. CONST MAT. FIN. - - -- DETAILS T \ WIDTH HEIGHT THICK HEAD JAMB SILL PREFORf`1ED ti'' 'j ' tiM. PAINT 3,3,4.1 3'314.1 6/314•! ;, ,11E T -, 0 � 0 1 3u PAINT IN:3UL. A NER STRIP O JOINT FILLER ­VERIFY HEIGHT OF DOOR.. ' PR. 3'-fd" b'-g° 1 a,4 NM. PAINT INSUL H.M. PAINT 3/3A.1 - 3/34.1 6/34.1 B DBL. DR, WEATHER STRIP - _ ..-- FULL LIGHT, TEMPERED date: 07/13/93 - -- - - - - O r , 6'-6" 1 �b WD. SAINT H.G. WD FD,4INT -- T scale: 143 SNo11r� . 1 I - 4 3 -0" 6'-8" 1 '/8 WD PAINT r,.C. WD PAINT D c'1 I - - - - O -_ • ( 5 �'-6" b'-8" I PAINT N.C. WD ----- - --- —�_ - ---- - -- — rawn: WD. PAINT - - - E 4"x20" LOUVERED VENT -- -- - �' EXT. DOORSILL Job no: 9310 Q1 b Dlv-gCHED 3" 1 m" i AI4Os A3 hi l2o! r �.. I T• 2 3 4 3 01�� ��14 +�u...�.��.�.:a � S 20 21 22 23 24 2E 28 27 28 2 6 � 6 � � �.T' '' �jY 11i"IIII!! IIII�IIII IIIIII.II IIII�II: 1111111 IIII�IIIIIII IIIIIIIIIIIIIIIIIIIIIIIiiIIIIIIIIIIIIIIII�III!I1111IIIIIII111 Ilulllll IIIIIIIII IIIIIIIII turn!! IIII IIII�IIII IIII !!III, LEGIBILITY STRIP 1 1 e 17 15 I9 30 Z 1 11 OI l NONI • IOZ O u1�.�11 >J��11IA1� L111.(h1�. 11►�11�la11��1 tJ1hll.Mala.l,tx1 111.1.1.1.►1a,Li J.tLI��I_Llla.l!t.�11 .11111.1.�1_I�11�1>1.�J�h1l llas-�J.�l1l!l�I!.���a.��1>J.I,IiL�lll.aiL�hJ,I �11�iLa,1 �1LJ �J�JIJ1.i�LiI JAI a 1171 'illi z, ar e M+1 .r ,t'H w CONSTRUCTION SPECIFICATIONS Under the haunches of pipe and in areas not accessible to the TRENCH EXCAVATION mechanics tampers, o; to testing, compact with hand method as required to ensure intimate contact between the backfill materiel and the Pipe p g 1. Limits - Confine excavation to the minimum di.mensionn and P P or structure and to provide thorough compaction. R\ J consistent with permit requirements that allow Proper Backfill either to the top of trench, s.trrounding yround construction of the conduit or structure. upper limit of excavation as directed. level or Dispose of excess " excavated material not t,4ed in backfill work in approved 2. Prevention of Caving - Furnish, place, arid later remove location. whatever shoring, sheathing, anA bulkheading that in required to prevent caving of walls, restrict width of trench, provide fc)s AR.'1IN ROCK SPECIFICATION - The aggregate used shall w'"~------_ safety of workers and to prevent disturbance detrimental lc, of hard durable be composed c� adjacent areas or Lo other parts of the contract. balls ' le mineral particles free from organic matter, clay soft particles, and other impurities or foreign matter. T PINE53. Frenches in Unstable Areas - Fxcavate unstable materials tc, The material shall conform to the gradation requriements shown on depths below the established these plans as determined b AA �-/ P blished elevation for the ba or Y SHTO T-27. '��'---------'�'� � foundation of the conduit or structure as directed. E1aci: C i l l such areas with selected general backfill , selected ranular To minimize segregation and to facilitate its compaction, the > backfill, or selected stone backfill material g material shall be -horoughly saturated at the time of its ass elevi:t-n�l• placement and compaction. � _ __ �• Compact and bring the backfill tnatnri_�al to the elr.v�l..i.c,n established. The material as placed and compacted pacted shall be free of segregation and free of all contaminated materials. If unsatisfactory 4 . 'Frenches in Unyielding Material - When rock, hardpan, of other unyielding material is encountered, remove it below the materials or contamination are permitted in the work, those designated grade, an ordered, to a minimum depth of 17. i_nchen ,tnd materials shall be removed and replaced with acceptable materials a maximum depth of 18 inches. Backfill with aggregate hrsn_ to the satisfaction of the Engineer at no additional cost to the material. owner. 5. Backfillinq trench excavation POLYVINYLCHLORIDE (PVC) PIPE - PVC drain pipe shall meet tl.e requirements of ASTM D2729. a. foundations - The full length and width of compl,vted trench bottoms shall he firm, and be inspected and apptc,vnd GEOTEXTILES - the geotextile shall be approved nonwoven filter before plac.ng the bedding, structure, or backfill material thaL fabric and shall: is specified or directed. Recess the trench bottom t.0 * Meet or exceed the properties OQ16 — PO22 - 010 accommodate the bell, if bell and spigot pipe are used. p p rties specified in Table 02320-1 of i 1 PJZ0JE_CT N 0 the Oregon State Hi hwa Div'v • � • Highway Division Standard b. Bedding - Place and shape the bedding materials t-(.) fit- Highway Construction" for Type I Drainage Geotextileations for materials the lower outside surface of tile pipe accordi ncl to the dnt,a i 1 :; shown. Recess the bedding material to accommodate the bell., it: * Be free of any chemical treatment or coating which might bell arid spigot pipe are used. significantly reduce permeability. 915T � tPLACP C. Backfilling - begin backfilling when: Be free of any defects or tears. D . W . * Foundation has been prepared, if required. * Be resistant to ambient temperatures, acid and alkaline * Bedding has been prepared, conditions, microorganisms and insects. \\ /"\ * Drainage facilities and fittings are installed. 1 �AP, I JN * The installation has been inspected and approved byr A DRAINS - Approved precast concrete area drains shall be DCJ P \/ the Engineer. installed at the specified line and grade. Place the materials in layers not greater than 6 incises thick arid PIPE CCNNECTIONS - Place connecting pipe at the required in a manner that equalizes pressures on the structure and alignment and grade. Set the connecting pipe through the full minimizes stresses. thi.ckneas of the wall flush with the inner face of the wall. CLEANUP & SURFACE RIiSTORATION Surface Dressing - Slopes, sidewalk areas, planting areas, ` / N ditches, and the roadway shall be smoothed and dressed without 5ITEAI1 1A �. I QO VT damaging the work or existing improvements, trees or shrubs. Upon completion of the cleanup, thi: project shall appear uniform in all respects. Existing planting areas shall be graded to match the elevation of the sidewalk or curb with allowance made for settlement. CleaningDrains - Drainage facilities such as inlets, catch 1�AN �J J CAPE AQC ­` _71--. C T : f TT N �� �� u I AT basins, manholes and ditches hes shall be cleaned of all excess material or debris resulting from the work. ! D �/ Cleaning Paved Surfaces - Pavement surfaces, curbs, gutters, walls, sidewalks, manhole covers and other items within the limits of the project shall be cleaned as directed. Restoring Planted Areas - Former grassed and planted areas shall be hand raked and dragged to be free from rocks, gravel, clay or any other foreign material, and ready in all aspects for seeding. CONSULTI NEN (�-1N *1 _ EPck3 INC . The finished surface shall be free-draining and free from hulas, rough spots, or other surface features detrimental to a seeded area. P . O . 5 0 X e05 ; F C- 1 E S T C�� CVE , 0 li:� E G 0 N 97116 Where brush and trees beyond the limits of the project have been disturbed, they shall be removed anal di=posed of and restored as directed at no expense to the owner. VICINITY MAP .0 ApA I Aw Kul I I lq� F7 IT 30 sov •'_ tl got 39 SCALE. 1" + 2000' SHEft DESIGNED APPROVED _.__� — D. KEPPEN � KLEIN CONSULTING ENGINEERS, INC. - -- --- DRAWN SCALE DATE Civil Engineering do Water Resources Consultants T.B. AS INDICATED 03/02,,93 FOREST GROVE, OREGON `` CHECKED FILE 503 / 359--5956 - - ___ - M /5 1- ,f 3 DATE N0. F AX 503 151 5474 REVISION dY N-9305 GEL1 ITLE w _... ___._.._., __....._.-,�.._._..�_.......+....__.__•---�+.— ���._,..-.�,.,...._•,........„....• -._..._.......�.►._.._.-».—...,.,.,.. .,....__.._._...,_.,.--..---^......—........--.......•—......-,....++...r...........—.r_ ..__..___ --'—^""•.^_—._.-.__-..._.._ -._ _ _... -_. _ _ ....__.—.....,..._._—.:.,.........-......:.....,...._...... ...._...— - •., -. .:.....,w--...»_.,.-..:��.r......,.................,,....,�...r., ...._._., ..•... -,.: .,, _. ,. ...,. nay a _ '.�.x.W_...._.-..._�,ywar.s,.,a.w.. y,hab.11MrW-' 91r'ac:•. -.;wMuAik..x�AW�,uIn�X'mYa:YMAIIMIWkAYk;�:fy. <:,^}�a+Jrd:�n.0 w.:_,,,.,..,,, ilii nu yin n�i ini iii+ ilii uii nn un�iui iuilu LEGIBILITY ST ��u STRIPe I 110 I III I 112 I 113 Ila Ile Ill il8 19 20 21 2I2 23 214 '5 210 2l7 2e 29 30 NONI 10L� L08 W _IIJ'W I_11-14411.41 I W 11 1.11411111 ilill.ii-III.1-11lili-Ililli.li'll. -1111 J WLW1141111111.111 �i .,....:_. .._..... ,-. _.;..:: •... .....'. .. ,..'. 'v w w. :�. err �^.'.inr'+t'a r.::M.K`an:i,neanFitm.;.:. _ .. :. ,,. . +. .ix..,: .:,•r n :...,' a.:-. r :;-,r :,. ,i .. r r 5E DETAIL "D" N PAGE 2 z 5 w g z z z ch 00 00 _jrl- Loo + + Cjaru- + ma.rw ri N04 ton a- r �a a �'•r n- F- a f V) vu, ✓) a ; FrW d;rrww EXIST. EXIST. STA 2* IRRIGATION RETAINING t 30" FACE OF WALL 5- 1� 45' CONTROL - C CO. ALL -� TO PIPE �• `� 1 /3.0 \y/ - - -.. - _ ..vC _ 9 �/qJG CONC. PATIOPAD (TYP) 2 ST X 1 66 , � A 1+65 FIELCI LOCATE 18 LF BUILDING G _ 90' ELL. 73.9 /�. NEW AD • 6" P,✓C D I D -- - - C.O. �E 170• k ,� LOW SPOT S = 0.02 : , IF 171 ,17 ST '�/ ' OC9 PVC LAT. SLAB 175.95 STA 2+11 A� *5 ` a 4" AREA DRAIN I N C/Aj l / 52' LF 6 PVC S=O.i 2 12 13 4 E LOCATE 17T2.0 LOW" SPOT - RM 1173,39.96 o� I+ 74 5 I cn • � /175/b. . 15 ,� EXIST • o ,�j d - - IRRIGATION \CONSTRUAD OVER CT EXIST. ROOF I CONTROL �• EXIST. JCT. DRAIN (TYP) I +1 74.5 NOTES: �. Q� LAJ l 75.93 I 1. TBM: FLOOR ELEV. BLDG "B" /fo ELEV. 170.00 � 4 a' - CD ��� EXIST. PARKING AREA 1 6 Z 2. ALL UTILITY LOCATIONS ARE APPROXIMATE STA 1 04 ��i UI AND SHOULD BE VERIFIED BY CONTRACTOR - _._ _ + V oc �I I BEFORE STARTING CONSTRUCTION EXTrNSIVE 22 1 f 2 ELL 1 - - J +?,4.0 SUBSURFACE IRRIGATION PIPING & CONTROLS 3 a ARE EVIDENT ON-SITE; CONTRACTOR BEGIN PERF. DRAIN 172.2 � Q � '-�� IE 168.69 m a SHALL REMOVE & REPLACE ANY IRRIGATION N Ic°w I COMPONENTS DAMAGED DURING ,N ? 172.96 CONSTRUCTION. 01 i. a + 17 ......a ! ' 1 - z J 3. RETROFIT ALL EXISTING DOWNSPOUTS u.Kl+l ?1.3 � v� P UTP R r 2 47 EXIST. N +172 4 WITH APPROVED CLEANOUT E PLANTER L r 2 STA 1+65 A STA 0+70I7 90' ELL. C.0. � C.0. AREA , � C.O. 4. DOWNSPOUTS FROM APARTMENTS #4-8 RIM 171.20 x 172.66 _ IE 171,17 ARE ASSUMED TO DRAIN TO THE MAINLINE IF 167.91 �, w _ BECAUSE OUTFALL WAS HEARD BETWEEN THE Iof -_ + LAUNDRY MANHOLE & THE CATCH BASIN. DYE WAS C), i f ALSO TRACED FROM APARTMENT #7 TO a ^ i EXIST. 10 1+171 9 MANHOLE. l STA 0+42 I� 0.9/,n +I 1.9~ MAN SWR. 6 EXIST. - 22- 1 2" ELL. I --� S�• �� TRASH AREA DRAIN n 1 j F,�� `' ENCL. SET GRATE IE 168.94 ® LOW SPOT T w � 014 ' " c SWR. WATER EXIST 8 ,AN. I _ C EXIST. 6" WATER LL M ER `�.� E _ EXIST. CB - - W I+ a `- RIM 168.95 XI �/ Z 1 170.2 _ 11 - '� IE 164.89 HYD. -_ •EXIST. W.M� =_- STA G+UO W EXISTA ST. SAN SWR +- - ! - `1�1 �� TDAYLIGHT 4" PVC > HROUGH FACE OF CURB Q EXIST. CB IE 162 STORM- __- RIM 167.72 GUTTER 168.18 IE PROP 166.69 I' E�1S� 1 �. ��, ' IE 165.14 (VERIFY) 1=- EXIST. ST. SWR MH CONNECT TO - J 6 EXIST. MH /'' RIM 170.07 Q EXIST CB ti `- EXIST. CB r--- ------- - -- ------____. __ .--- ----- - - ---- IE 166.30 2 IE 164.65 �� R!M 167.49 RIM 168.83 iE 165.04 !y IE 165.36 / V) +169.2 Ilk qT / S``��+ 168.6 ov O EXIST. 1" I I-FUTURE PLAY AREA 3 ;"CATER \ 4 'x 36' 2 / � ` 167.9 QF �, & IE 166.63 - OCL ANG a % Q�'� 9 c /O i/ I SCgg A I IE 167.41 I / / E 1'7-07 � ( GR 169.90 tK�c. I p'\ LLI,r } Q EXIST. Q a �' 4� O O',� QJ / \ i / RIGATION F W + �r EXIST. TREES �� Q .� CONTROL Q2Cn2 (TYP.) AT ALL ' ` C � .�� �, k. � (TYP). � / 2 AR DRAINS ��/ / ` C DURING16 .4 ,� 16811 67.8 168.1 xFj'/ �� `'% CONSTRUCTION ��� 1 C f •'r6_7.8 g3fl tt' 167.8 PERF. VC ASTM D{2+729 S = 0.005 168.9 -C --- --- --�- --- - NX 2 LINE. A J / 03/22/93 / 4: x4 O 6� / Waw o �O O + ��FY ��O I I O d a. z LLj + N� ,n e g � x ,n O ,� O x N O I z go O 0 ,n x ,n b y O i �_: ap O c� O N Q= In ± 1f7 N (D N �1 + O ' + LD q d Z Lo Li UD I x tG c0 x cD M 41 M •-� M x 10 ft- ti in W w LLI LJ c� j t ~� - (n �� O�W (~JI z In � m a_ II"�c� U�a -,� u' LLJ w rmu fQ�t! DESIGNED APPROVED SHLST 5/2 --- -'---"'�` -- -- - D• KEPPEN KLEIN CONSULTING ENGINEERS INC. " THE PINES" SITE DRAINAGE IMPROVEMENTS CHANQE� OUTFALL LOCATION E. LINE E►K --- 1 � .. � -- ri' n- meer�n & Water Resources Consultants DRAWN SOLE DATE �'i� +� r /22/!i3 ® ADDED PERF. SYSTEM E. OF BLDG. "E" UK 9 N.U.D. PROJECT NO. OR1 6-P022 -('1 P r T r ___---- - __ _-------._-- T.B. -- AS INDICATED 03/02,'93-- FOREST GRO`;•L• OREGON i 3 9 93 RE- SIGNS PER H.U.D. REyIEW _ TIGARD, OREGON � ? DK CHECKED nLE 503 ;' 359-5956 �1 KEF,� f•C,,l �1_ � S DATE N0. __--- - y- 1 1430 SN 93"' ,m NI I REVISION 61' N-9305 CF 0 'J Ax 503 35 5474 LEGIBILITY STRIP Cfllc 2 3 a 5 6 7 Ii I i�lll ill111 IhIhIIII IIIIIII Ijlllllll till{III II IIIIIhIIIIIIIIIIillllJillllllllllllllll lillllll1111!IIT! Ii!I ijt! II !Iljliiljll Illilllil rl{IIIIII Illi f I i ( I I IIIIIIIII IIIIIIilllil -m 8 999 IO 11 12 13 I4 I t6 17 18 19 20 21 22 23 24 213 28 27 218 29 30 01 `. .I I'�' I � � � � I � I.I f � NONI • {07C .Ll �llll IIW,�4.1 � �I SLI J w,1 �l�J (1, .�J 11,111 LLa11111�111�1)��LLU Lr L1J lu�J�lU ll r�Ili � I 1 09 1,11� 'IRT*' ^4M ✓N.. fw N.l✓++w .n .'. rvm. .. w' wr 1 •M T. w x ..e, . 011"m"Oploo-o"m"it 1pgli�vw oil W0110"m 'iM'.*! Pn.RY'!:k f AR w+»rww.i a .Mwr •-w .,._.._..w w..-.+e r,.:«. r.. _...-...-.. +.:»+.,.. _...... r...+. _. -. .- _._ -.... ...-.. _ -.. :.-.... ._ _ _.,.. i, ...._, ._._ .- _ _...,. __. .. _ .... _ _."-.._ ._ 3..__...-__._. _.-._ .e ,..._...:6,.,.'cA NF.ikk.___s4i:,.___'.k.'MFO.. ._.._ ._-•.__-...c n-,J; Ski ...w .. ....,., .,... .. ..,_, - ..._.-__.. ,.., ,...-..._.. -_ - -. .. .....t....:..... .._ '.:....:.,.. ..-.....-.:,..X,.r.ik:."'GY._5..Ktt' 'L..t.-. ... . �v - .,. .. - ... .. ,.- ... - .. -.... ,. v ... .. f T rr. ,rz ,y Y:a x 2" SQ. ApmOVED COARSE SAND ! - 3" x 13" GRID OF 1/2" _ EXIST. 4" I C FEEL RAINWATER LEADER BACKFE.LM-SED EXIST GROUg�q ND EDGE FLAT STEEL IL III` % \ t30 APPROVED SUPPORT BRICK WALL 8• - r r_ FRAME OF 1\2' SQUARE EDGE (VERIFY) ATTACHMENT -.� STEEL BAR ROLLED TO FU','M Ir MIN. OVERLAP CIRCLE 1/2" LESS IN c.a 1 DIAMETER THAN PIPE Bt.` EXIST CLAW" ALL OR APPRO✓EG UL UAI � _ DEPTH OF FRAME TO BE SAME AREA DRAIN RE"fAINING NO HUB COUPLING WITH BOLTING INFERIOR DECKING APPROVED NON-WOVEN AS PIPE BELL DEPTH. (L.00ATE AS SHOWN WALL TO THE REAR Or RAINWATEP —� FILTER FABRIC \ \\`� ON PV`NAI LEADER (TYP) VAR DEPTHES / — ALL JOINTS IN GRATE TO (SEE DETAIL. /C ) , ' SELECT DRAIN ROCK BE WELDED 1/4 UPC APPROVED BRASS ---� ,- (SEE GRAOAT10N CHART) CLEANOUT PLUG W/ __ COUNTERSUNK HEAD. ,- 1 c• — 7 -I-�I I I-�! I _ -` -I - I EXIST. GR. HM9 PERFORATED DRAIN 1 PIPE i I • sSTM D-2729 RECONNErT TO EXIST - (SIZE AS INDICATED ON PIANS) NATIVE - BACKFILL PIPE WlArPROVED 2'-0" MIN. � TRANSITION COUPLING 11" �'--- 2'-0" - \ DEPTH AS REQ'D � �—STANDARD CONCRETE PIPE RAIN SOCK GRADATIOy PERCENT PASSING I _` SIEVE N0. OR S 7 BY WEIGHT I GROUT PIPE 1-1/2 IN 100 18" I AT BASE I 1 _ \ 3/4 IN. 50-100 _ Z4! -I1 PERFORATED NO. 4 20-40 � Z4" GRAIN SYSTEM T NO. 16 7-20 9. ,- -- PVC, x 4' (SEE DETAIL OB ) 21 N0. 50 0-5 � �' S - 0.01 PERF. N0. 100 0-2 t—..� PVC TEE �I Ilh.�lI,iIIIIIT 1-1/2" 6" I PERFORATED AREA DRAIN D SECTION NORTH OF P..LFlS!`�l4TE IYPJC& CROSS- ECT14.N -- -- TION 1NO NORTH NTS -CCNCRETE BASE NTS • VERIFY THAT EXIST RAINORAIN LEADERS ARE ALSO �M - 1� I.D. PIPE D CLEANOUT DETAIL A 1 • EXISTING DOWNSPOUT NTS C AREA DRAINAGE BASIN NTS r--WIRE SCREE- 7 6" MIN. - WIRE SCREEN CONCRETE ENCASEMENT— I i O �� 'Y J Q G OVERFLOW �^ -- FILTERED WAT - ALL SIDES IE 164.77 ' G l_W D.LM.J. G --- L� GRAVEL FILTER C RUNOFF WATER Y? - O ft � -� G • '. O ! WITH SEDIMENT r Q G PVC DRAIN UNE , ( (( 1� I O C: 1 <7 -�ti�,0�4 fl 0 I /---TJ U . EXIST. CONC, BASE _J '✓: 0 SEDIMENT - -/ APPROVED COUPLING-J CORE THRGJGIi c O v. _� 1 -- DROP INLET OR PIPE 18" MIN. EXIST. BASE C'. O.c� O.0 — CLOSURE. COLLAR O ` C C O:. . p G . lb- - . 0 . c Q. • c} WrrH GRATE FILTER FABRIC MATERIAL 36" V `r ' - Hyl, C j� c- •;t CONNECT TO EX;STING ) r— WIDE RILLS CONCRETE BLOCK ---�/ LOCK dt GRAVEL INLET BARRIER ' MANHOLE LINA CA � TOEATT CH FABRIC STAPLES OR WWIRE IRE RINGS NTS / �� I NTI S r- 2" BY 2" BY 14 GA. WIRE FABRIC OR EQUIV. i --- APPROVED + FRAME do COVER 2'-T FINISH GRADE WATERTIGHT PIPE PLUG Y ER�ISION CONTROL SURFACE RESTORATION ::': * Approval of this erosion/sedimentation control (ESC) plan does not AS SPECIFIED ` "' Constitute on approval of permanent road or drainage design (e.g. BY LANDSCAPE ARCHITECT- .. ' ! .r. .,`, ^x> r ,, ;�•, ^�, size and location of roads, pipes, restrictors, channels, retention • 4 • 4" DE 3,'•t"-0 FOR Afacilities, UtIIItIeS, etc.) 4 4 0 • MINIMUM OF 6" AROUND 5, -Cr - - - - "•q • ♦ STANDARD MANHOLE * rhe implementation of these ESC plans and the construction, GRADE RING maintenance, replacement, and upgrading of these ESC focil;ties is _ I MIN o the responsibility of the applicant\.:ontractor until all construction 01 .01 • 2'-6" is completed and approved and vegetation/landscaping is establi-shed. �--- — 6' MAX. ---a.� q P p • • P CLEANOL'T The boundaries of the clearing limits shown on this pion shall be clearly flagged it the field prior to construction. During the q Construction period, no flogging shall be maintained by the app!icant I •��' I"•p \ 2" BY 4" WOOD POSTS, STANDARD contractor for tree duration of construction. UNDISTURBED EARTH NATIVE I UNDISTURBED EARTH �' OR BETTEP. OR EQUAL ALTERNATE: MATERIAL I STEEL FENCE POSTS �� + The ESC facilities shown on this plan must be constructed in conjunction _ �— / , q•. P p 1/ with all clearing and grading activities, and in such a manner as to r o �a q . FILTER FABRIC insure that sediment laden water does not enter the drainage system or MATERIAL violate applicab,e water standards. • 2" BY 2" BY 14 GA. WIRE L_ I_J ° a• o FABRIC OR EQUN * The ESC facilities shown on this plan are the minimum requirements for 3 T 1 I_. o ' • o . anticipated site conditions. During the construction period, these ESC i `CK 1 - r a I facilities shall be upgraded as needed for unexpected storm events and 'j to ensure thatsediment-laden water does not leave the site. I I 3/4"-0 q 3;4"-0 PIPE 0.6 1 i c Q� a • The ESC facilities shall be inspected daily by the applicant\contractor PLUS B: PIPE O.D. - --_l- cs p .'.1... PLUS 6 Q - � � � 5 -� and maintained as necessary to ensure thele continued functioning. 4 c c,♦ v c I 12" * The FSC facilities on inactive sites 91"1311 be inspected and maintained a �-- - --• c � a c I I minimum Of once a month or within the 48 hours following a storm event. I'.NVF i - • At no time shall more than one foot of sediment be allowed to accumulate ' • i O`a -"� � within a trapped catch basin. All catch basins and conveyance lines shall N4�5 be clecned prior to paving. The cleaning operation shall not flush sediment BURY BOTTOM OF FILTER , � ` p p a laden water into the downstream system. 4 MIN. FOR PIPE SWANIER THAN 1 B" Q � c AL1 3/4"-0 MATERIAL IN 8" BY 12" TRENCH I' f b' MIN. FOR PIPE t d' AND LARGER L `� --- - L CONCRETE ENCASED WYE �` J • Stabilized construction entrances shall be installed at the beginning e construction and maintained for the duration of the project. Additional r j TR�I�H__ IACK_F LL AIS r, SIFT f�I�� .FQR .lrR0 19N _EONTR41 measures may be required to insure that all paved areas are kept clean for C V STANQLAR..QLE0�I — �•�� NTS NTS NTS the duration of the project. �Nlar DESIGNED APPROVED ;r:rET D. KEPPEN KLEIN CONSULTING ENGINEERS, INC. "THE PINE5" SITE DRAINAGE IMPROVEMENTS DRAWN --- - .SCALE DATE --- r" 9 9 ,lull Engineering water Resources Consultants H.U.D. PROJECT NO. OR16 —P02Z L, ------ _.__ _- - T.B. AS INDICATED 03/02/93 � FOREST GROVE, OREGON TIGARD, OREGON DETAILS & EROSION CONTROL 4 i � CHECKED FILE 2 3 z .t 3 31.9/93 SAS MOLL 111x1�� 503 ,' 359-5956 G K DATE NO REVISION BY N 9305 GEODET 1 IIQ,�OSW ySTNAV[,�uF�""'�" � FAN( 503 i 357-54.'4 PG 15 r, LEG113ILITY STRIP 6 7 A 9 10 11 12 13 14 is 17 18 19 20 21 25 2e 27 28 29 30 I I 01 9 4 10r: � ADDRESS: IIS y a c F- J m LLT J 1:kemMslmlcroflm\targets\bullding.doc v � 0 0 z y om 0 a °� o c D m o w x� r O 0 d U Z cn VN? o � n0 a a d Q1 � T U m W 0 0 0 0 0 0 C3 = s 0 yyyy�� 1i. C 01 O � a � U f° M a a C') a 0 N W � t0 � o �a m CD 76 Q O yy� _ C 'i c O � a 9 d d C a CL a LL cn v a o o o N U U U U U LOof Q � w w w z W W 0 z a CL a M 1 c� ch a am OL o a a o D a>o > =J co CD C 4 U Z (1) (n V` m n T p d a 2 M o O O �) O N 0. a T c W r� N � a � ^y� N W � V CD O Ci (.1 G/) J G] � c_7 C 111 C N A FC J OO_+ € yUy N N N EL O w n C QC .0 N il_ C n c N U Cn 0p Q C� lL F- LLpp p O O OfN (A S (O :) O O h h O a0 N § I.E 1. 2 2 a a n''. a a a a CITY OF TIGARD BUILDING INSPECTION DIVISION MST 74-Hour Inspection Line: 639-4175 Business Line: 639-4171 -- -- BUP JI) Date Requested AM PM _ BLD �// /. G Cz�_ Suite t_ocation G � Jct G MEC Contact Person _— 7 „« J 1 _ Ph PLM Contractor Ph SWR _ BUILDING Tenant/Owner �/t rl,�J� �1 t�2(. �i��C. h'r'�� r� ELC _ Retaining Wall ELR Footing Access: Foundalion FPS _ Ftg Drain ,,GN Crawl Drain Inspection otes: - Slab /,�� 2-e - SIT Pcst& Beam Ext Sheath/Shear G Int Sheath/Shear Framing Insulation Drywall Nailing Firewall AL) "� 7>�` Fire Sprinkler Fire Alarm Susp'd Ceiling Roof Misc: _ -------- -___ -- _ Final PASS_-_PART FAIL. — -- - — -- UMBING . Post eam — -�-�- --- - -- Under Slab Top Out Water Service Sanitary Sewer Rain Drains PA PART FAIL WCHANICAL Post& Beam Rough In Gas Line ---- -- --- - ---- -- Smoke Dan-,,ers Final — ------- -- PASS PART FAIL ELECTRICAL - --- - -- -- - --- Service n� Rough In - ----_.__— ~ UG/Slab > Low Voltage Fire Alarm Final PASS PART FAIL. SITE Backfill/Grading Sanitary Sewer Storm Drain [ J Reinspection fee of$ required before next inspection. Pay at City Hall, 13125 SW Hall Blvd Catch Basin Fire Supply Line [ J Please call for reinspection RE:_— [ J Unable to inspect-no access ADA Approach/Sidewalk Other Date �^ Inspector—�� Ext 21 - - — - Final PASS PART F :L DO NOT REMOVE this inspection record from the job site. CITY OF TIGARD BUILDING INSPECTION DIVISION MST 24-Hour Inspection Lige: 639-4175 Business Line: 639-4171 BUP ' ate requested - / AM PM — BLD Location /�% y , �LG� G1r`� �l G� / Suite _ MEC Contact Person ))S PLM Contractor <_Ph SWR BUILDING Tenant/Owner ELC Retaining Wall ELR Footing Access: Foundatimi FPS _ Ftg Dr,-,in SGN Crawl Drain Inspection Notes: Slab L SIT Post& Beam 41 — —� — — �Ext Sheath/Shear — Int Sheath/Shear Framing � L . -------- --- Insulation Drywall Nailing Firewall Fire Sprinkler Fire Alarm Susp'd Ceiling -- Roof Misc:_ -- -- --- Final PASS PART FAIL _---- -- — -- -- —_— PLUMBING Post& Beam - ---- -----__.___ --� -- ----- —. ---- Under Slab -rop Out ._--_---- ----_-___� Water Service Sanitary Sewer Rain Drains Final PASS PART FA!L CH!UjfjLX Post& Beam --- --- -------- __ — ------- ---- — - — Roughjn as Linei ---- — ----- ------ _ — — S e Dampers ASS IS FAIL ELECTRICAL -- Service n: Rough In v~i UG/Slab Low Voltage Fire Alarm --- ___-- ------ — - — - -r Final m PASS PART FAIL - 0 SITE —� Backfill/Grading — v---— V— Sanitary Sewer Storm Drain ( j Reinspection fee of$ —required before next inspection. Pay at City Hall, 13125 SW Hall Blvd Catch Basin Fire Supply Line [ J Please call for reinspection RE _�— - [ ]Unable to inspect-no access ADA Approach/SidewalkDate 2_ Z Inspector Ext Other _ PASS -- Final PART FAIL DO NOT ir" i OVE this inspection record from the job site. CITY OF TIGARD F,LU:,ibING P-1FRMTT DEVELOPMENT SERVICES 000s­ 13125 SW Hall Blvd., Tigard,OR 97223(503)639-4171 P1ERMJ.T #. . . . . . . . n._m9r3DATE ISSUED: 01/13/99 P,ARCF[-. 19135DC--04-7: 00 ­TE nPDRESS. .. . : 11930 SW 95TH AVE IJBD I V 1 S I ON., ZONING: R--4. 7) LOT. . . . . . . . . . . . . . JURISDICTION: I-Tr CLASS OF WORT;. . :ALT GARBAGE DISPOSALS. : 0 MOB ILIQ HOME SPACES:). : 0 TYPE OF USE. . . . :SF WASHING MnCH. . . . . . : V1 BACKFi.-ow r,REVNTRS. . : 0 OrCUPInNICY GIRr'. . - r3 Fl..nOR DRAINS. . . . . . . 0 TRAPIS. . . . . . . . . . . . . . . 0 STORIES. . . . . . . . 0 WATER HEnT r-'R 9. . . . . . 1. CATCH RASING. . . . . . . : 0 FIXTURES--- LOIJI-0.)RY TRAYS. . . ._ -. 0 'IGF RAIN DRAINS. . . . . : 0 SINKS. . . . . . . . . . 0 URINALS. . . . . . . . . . 0 GREASE TRA(P'S. . . . . . . : 0 LAVATORIES. . . . : L71 OTHER FIXTURES— , 0 TUR/SHOWERS.. . - 0 SEWER LINE (ft) . . . 0 WATER CLOSCTS. : 0 WATER LINE (-Ft ) . . . 0 DISHWASHERS. . . . 0 RAIN DRAIN (ft) .. . . : 0 Pcmair-[�s . Replace exist; :Lng electrir water- 1-ieater witl-i gas water- tieatei,-- Ot,mer- FEES MONTE MOORE type i..imci1_mt by date i-pr-pt 1. 1930 SW 95THE AVE PRMT $ 25. 00 GEO 01/13/99 99-332149 TIGARD OR 97223 5 V1 C T $ 1. 25 GEO 01/13/99 `37-31214! 1,"hone #: Cori t;ract or_.__.____..___.____________________........-__ MONTE r-- MONTE MOORE 11930 SW 95TH AVE TIGARD OR 97223 _._....__-_-____.._-----------------_.____._-_. phone #: $ tG. 25 TOTAL Reg it. . REQU I RED INSPEC7ONS; This permit is issued subject to the regulations contained in the Top-cii.tt Insp Tigard Municipal Code, State of Ore. Specialty Codes and all other Final Inspection applicable laws. All work will be done in accordance with approved plans. This permit will expire if work is not started within 180 days of issuance, or if work is suspended for mare than 188 days. ATTENTION- Oregon law requires you to follow rules adopted by the Oregon Utility Notification Center. Those rules are set forth in OAR 952-00014010 through OAR 992-MI-0080. You may ^btajn copies of these rules or direct questions to OLPIC by calling '03)246-1387. LD si_ted By : Permittee Si gnatlm-e ++4-++4-+++++++-++•+4+ - I...........4++4-++++4.4-++4.4.......1-+++.4-+++4.................. Ca 11 6:397 . 4 175 by 7:00 p. m. Fov-, an i r,s pL-(:t i on needed t 11 e next bi i s i n e s s d a y + +i t +-+++ +4- ++++44+4..............�-+++++-+++4•.........+-+++-+++4--+++4-++4-++4-++4............ Ll i CITY OF TIGARD Plumbing Permit Application Plan Check# 13126 M HALL BLVD. Commercial and Residential Recd By TIGARD, OR 97223 Date Recd (503) 639-4171 Date to P.E. Print or Type Date to DST Incomplete or illegible applications will not be accepted Permit# «�/r/— Related SWR# Called ' Name of Development/Project FIXTURES (Individual) QTY PRICE AMT lob O �. (�� Sink _ 9.0o Address Street Address Suite Lavatory 9.00 Tub or Tub/Shower Comb. 9.00 Bldg# City/State Zip Shower Only 9.00 C Z. !z Z--"-;, Water Closet Name 9.00 Dishwasher 9,00 Owner Mailing Address Suite Garbage Disposal 9.00 I a �''1 r y Washing Machine 9.00 City/State ZIp Phone l�, _ ] Q - Z 1 Q 7` Floor Drain/Floor Sink 2" _ 9.00 Name 3" 9.00 4" 9.00 Occupant Mailing Address Suite p Water Heater 0 conversion O like kind ` 9.00 Gas piping requires a separate mechanical permit. J City/State Zip Phone Laundry Room Tray 9.00 Name Urinal 9.00 Other Fixtures(Specify) 9.00 Contractor Mailing Address Suite 9.00 _ 9.00 Prior;o permit City/State Zip Phone Sewer-1 st 100' 30.00 Issuance,a ropy of all licenses are Oregon Const.Cont.Board Lic.# Exp.Date Sewer-each additional 100' 25.00 required if Water Service-1 st 100' 30.00 explied In COT Plumbing LIc.# Exp.Date Water Service-each additional 200' 25.00 database _ Storm 8 Rain Dreln-1st 100' 30.00 Name Storm 6 Rain Drain-each additional 100' 25.00 Architect Mobile Home Space 25.00 or Mailing Adaress Suite Commercial Back Flow Prevention Device or Anti- 25.00 �►� Pollution Device Engineer City/State Zip Phone Residential Backflow Prevention Device* 15.00 (Inigation timing devices require a separate Describe woi:t to be done: restricted energy permit.) New O Repair O Replace with like kind: Yes O No O Any Trap or Waste Not Connected to a Fixture 9.00 Residential O Commercial O Catch Basin 9.00 Additional description of work: _ f� Insp.of Existing Plumbing 0.004er/hr /r �1 orf. ✓mel Specially Request9d Inspections0 04 0 per/hr ^. -- ------ --- Rain Drain,single family dwelling 30.00 Are you capping,moving or replacing any fixtures? a Yes O NO Grease Traps 9.00 {— If yes,see back of foram to indicate work performed by — .. QUANTITY TOTAL fixture. FAILURE TO ACCURATELY REPORT FIXTURE F- Isometrk or riser diagram Is required M Quentity Total Is >9 J WORK COULD RESULT IN INCREASED SEWER FEES. *SUBTOTAL I hereby acknowledge that I have read this application,that the Information cc given Is correct,that I am the owner or authorized agjnt of the owner,and �— 6%SURCHARGE IfteMential LO thatpllant, sub fitted are In compliance with Oregon State Laws. /jrSlgn Agent Date "PLAN REVIEW 26%OF SUBTOTA�GfR uired onl If fixturegt total is>9 ITOTAC nta ereon Name Phone (e- •Minimum permit res Is$25+5%surcharge,exceBatrrflow Prevertinn Device,which Is$15+5%surcharge **All New Corr,erclal Buildings require plans with Isometric or riser diagram and plan revs,w i ldstsivkxnam doc MM PLEASE COMPLETE: Fixture Type Quantity by Work Performed New Moved Replaced Removed/Capped Sink Lavatory _ Tub or Tub/Shower Combination _ Shower Only Water Closet Dis:iwasher Garbage Disposal Washing Machine__ Floor Drain/Floor Sink_ 2" 3" '."rater Heater Laundry Room Tray_ _ Uri,ial Other Fixtures (Specify) GOMIV 7NTS REGARDING ABOVE: N r-. J CD J r.1dMalpAMWPAM TIM - - i CITY OF TIGARD MECHAN T CA1. DEVELOPMENT SERVICES DF R >'-'FRMIT #, . . . . . . : MEC99--0019 13125 5W Hall Blvd., Tigrrd,OR 97223(503)639-4171 DATE T G S)IJ E D: 01/13/99 PARCEL_.: 1 S 135DC--04F-'00 S I TL ADDRESS. . . : 1 197LO SW 95TH AVE SUBS I V I S I ON. . . . : ZONING: R-4. 5 BI_..00K. . . . . . .. . . . . LOT. . . . . „ . . . . . . . JURISDICTTON; TSG CLASS OF WORK. :ALT FI...00R TURN. . . . : iD Emr-' COOLERS: 0 TYPE OF USE. . . . :SF UNITT HEATERS. . : 0 VENT FANS. . . : 0 OCCUPANCY GRP. . :R3 VENTS W/O APDL_ 0 VENT SYSTEMS: 0 S'TORIES. . . . . . . . . 0 BOILERS/COMPRESSnRS HOODS. . . . . . . : 0 FUEL TYPES-- 0 -711 HP. . . . : 0 DOME'S. I NC T.N: 0 -15 HP. . . . 0 COMMI-. I NC T N: 0 MAX T NPUT: 0 13TIJ 15-110 E-IP. . . „ : 0 REr'A I R UN T TS: 0 r"T RE DAMPERS7. . : 30--50 HP. . . . : 0 WOODSTOVE S. . : 0 GAS PRESSURE. . . r 50+ r1P. . . . : 0 ('-I...0 DRYERS. . : 10 NO. Of l 1N T.TS -- - -- ------ n T.R HnNI11_.I NO HN 1 TS OTHER UNITS. : 0 FURN i 10OK BTU: 0 (= 10000 c Fm : 0 GAS OUTL-ETS. : I FURN ) =100K\ BTU: 0 ) 10000 r_fm : 0 13%,mar~ks : Add gas piping. Owner. __-_.-_._..___.___.._ ______-.._.________.___________._._.______. ___.. FEES mnNTE MOORE hype amoi.int by date r-er_pt 11930 SW 95THF nVE r'RMT $ 25. 00 GF'O (11, 13/99 99--3121419 TTGARD OR 07223 r:;r'r.'T $ 1 . 25 f_iEO 01!13/99 99-_312149 Phone #: 664-7209 Contract-or: ('IWNER $ 26. 23 TOTAL Phone #: REQUIRED INSPECTION4 - _....._. This permit is issued subject to the regulations contained in the rlas; Line Insp ;3rd Municipal Code, State of Ore. Specialty Codes and all other Final I n s ppc-t i on � applicable laws. All work will be done in accordance with approved plans. This permit will expire if work is not started within 180 days of issuance, or if work is suspended for more " an 180 days. ATTENTION: Oregon law requires you to follow rules adapted by the Oregon Utility Notification Center, Those rules are set forth in OAR 952-P01-001P though OAR 952-001-0080. You may obtain copies of these rules or direct questions to OUNC by calling �. (503)246-9187. Tssl_re By : ��— Per-mittee 9i gnat 1-11 r +++•+++++++-+4.4-++ h+.+4 +•+-t A-+++++-t-++•F+++++++++++ F+++++t+++++++++++ 4 ++� +++++•+++i•++i•++ Call 639--.4170 by 7:1210 p. m. For-, inspnr_tions needed the next btrsiness day ++++++++•++++++•4+•++++++++++•4+++++++++++++++.+++•a•+++++++i*•+++++++++++++++++-r++++++ s •C.nt1( OF TIGARD Mechanical Permit Application PlanRec'Check#_ By 13125 SW HALL BLVD. Commercial and Residential Date Recd TIGARD, OR 97223 Date to P.E. _ (503) 629-4171, x304 Date to DST Print or Type Permit '( Incomplete or illey;hle applications will not be accepted Called _ Name of DevelComenVPro!ed Desc.,iption Table 1A Mechanical Code Qty Price Amt Job Street Address sunea —� A) Permit Fee 10.00 �1? G 1) Furnace to 100,000 BTU Address l including ducts&vents 6.00 Bidg# -Crit-y/state Zip 2) Furnace 100,000 BTL'r l (�6P(-eO(Z. C{1 22_1 including ducts&vents _ 7.50 Name(or name„r business) 3) Floor Furnace Owner t 1)0 (-Acz;' including vent 6.00 Mailing Address —' 4) Suspended heater,wall heater or floor mounted heater a 6.00 5) Vent not included in appliance permit CRY/State zip Phor 3.00 CHECK ALL *Boiler Heat Air Name(o,name orWetness) THAT APPLY: or Pump Cond Qty Price Amt rVn` (�� 6)<3HP;absorb unit to Comp •• Occupant Mailing Address(� 100K BTU 7)3-15 HP;absorb unit CRy/State ZipPhore 100k to 500k BTU 11.00 c{ 8) 15-30 HP;absorb '- Nam `_�'; L ZZ /"� unit.5-1 mil BTU 15.00 Contractor e 9)30-50 HF;absorb I iinit 1-1.75 mil BTU _ 22.50 Prior to permit Mailing Address 10)>50HP;absorb unit issuance,a copy >1.75 mil BTU 1 37.50 of all licenses City/State zip Phone 11)Air handling unit to 10,000 CFM are required if 4.50 expired in COT Oregon Const Cont Bosrd Lle N Exp.Date -` 12)Air handling unit 10,000 CFM+ database 7.50 Architect Name 13)Non-portable evaporate cooler _ 4.50 or Mailing Address 14)Vent fan c.mnected to a single duct 3.00 15)Ventilation system not Included in Engineer CRY/State — zip Phone —� 8 lia ,ce rmilt 4.50 � 16)Hood served by mechani,,al exhaust Describe work to be done 450 17)Domestic incinerators New* Repair O Replace with like kind: Yes O No O 7.50 Residen!ia* Commercial O 18)Commercial or industriai type Incinerator 30.00 Additional information or description of work: 19)Repair units _-- 450 20)Wood%to%e 4.50 21)Clothes dryer,etc. 4.50 Type of fuel oil O natural gas LPA.O electric O 22)Other units 4.50 I hereby acknowledge that I have read this application,that the information 23)Gas piping one to four outlits .._i given Is coned, .at I am the owner or authorL-.ed agent of � 2.00 the �mitted are in compliance with Oregon State laws 24)More than 4-per outlet(each) 50 w; SI u er/Agent Date J Minimum Pet mit Fee$25.00 _ SUBTOTAL M 0 5%SURCHARGE Contact Peridn Name Phone PLAN REVIEW 25%OF SUBTO'i AL — — -- -- — Requlrod for ALL commercial permits only TOTAL 'Slate Contractor Bailer Certification required ••Residential A/C requires site plan showing placement of unit I Vnechperm doc rev 07/20/98 JUL-25-1995 08:26 WASH.CNTY.OR.LUT/BLDG 1 503 681 3993 P.02 WASHINGTON LAND DEVELOPMENT 5ERVK;Ui DIVISUM 9350-1Z 16S NORTH FIRST, HILLSBORO,OR 97124 COUNTY, PHONE:SM640.3470 OREGON INSPECTION REQUESTS (24 hours): 503,/640-Mi or 6934 Permit #s : OS069318 Project 4 : 1'6"051091 Status APPROVED page 1 of Applied : 06/23/95 Issued 06/23/95 Expires 12/20/95 07/25/95 05 : 02 RESELEC Permit Title SFR - SERV FDR/3 CIRCT OTH Description Begun : 06/23/95 Job Address 11930 SW 95TH AV TI Owner Name EDWARDS, 9ARRY A AND nogion D Applicant Name T ELECTRIC Phone number 629-8664 Valuat:an : 0 Approved_ Appro%,al$ : APPR Inspector Comments : Rejected_ TUR--kESULT& REQUEST ERROR! Plumbing Electri(-Sl . r- Structrual : General 1nsp4cted by : __ Date : Inspection Requasttd: + Service 0405 E AP ZIN IVR 07/25/95 RI KIIVR 34-209C �: WASHI14GTON COUNT Y r � poet ll ro" ysrequest pad 7664OREGON � sOV64V%yROUTING - REQUEST Please ❑ READ To ❑ HANDLE 5/ ❑ APPROVE and �.1'/SJ'i•��' /,/���%ct 13 FORWARD �'� Tr . F RETURN THE HO Sil ❑ KEEP OR DISCARD CO�J�T'"FY ❑ REVIEW WITH ME !!f� Date ?` From COMPREII �t:; 4-.1 TO en :� ,,, GRAM PROJECT NO. OR 16PO22-901-Z JOB NO. 93049B GENERAL SCOPE OF WORK SI'Z'E DRAINAGE FOR THE PINES PROJECT 11909 SW 95TH AVENUE, TIGARD, OREGON 97223 Department of Housing Services 1 I I N.E. Luucoln St. M200L, Hillsboro, Oregon, 97124 Phone: 503/693-4794 FAV 503/693-4795 TDD: 503/693-47(13 Maintenance Department: 5031693-4796 F,qual Housing Opportunity WASHINGTON COUNTY, OREGON THE HOUSING AUTHORITY OF WASHINGTON COUNTY COMPREHENSIVE IMPROVEMENT ASSISTANCE PROGRAM PROJECT NO. ORIFP022-901-Z JOB `?O. 93049B GENERAL SCOPE OF WORK SITE DRAINAGE FOR THE PtNLS PROJECT 11909 SW 95TH AVENUE, TIGARD, OREGON 97223 Deparimcnl of Housing Services I I1 N.E. Lincoln St. t'.00L, Hillsboro, Oregon, 97124 Phone: 503/693-4794 FARC 503/697-4795 TDD: 503/693 4793 Maintenance Departments 5031693-4796 Equal Housing Opportunity INViTATiON TO BIDS The Housing Authority of Washington County will receive bids for the installation of a drainage system for the Low Cost Housing Project at 1 1909 SW 95th Avenue. Tigard, Oregon 97223, until 2:00 p.m., on the 27th day Of July. 1993, at 111 NE Lincoln St. #200-L, Hillsboro, Oregon 97124, at which time and place a.11 bids will be publicly opened and read aloud. Proposed forms of contract documents, including plans and specifications, are on file at the office of Housing Authority of Washington County at 1 I1 NE Lincoln St. #200-L, Hillsboro, Oregon 97124. A Pre-Bid conference (Site Examination) will be held at 11909 S W. 95th Ave., Tigard, Oregon, (Project Site) on July 19, 1993. I The Owner Representative and the Project Architect will meet contractors at 10:00 a.m. at the Projec, Site. Copies of the documents may be obtained by depositing a non-refuncable deposit of $ 5.00 with the Housing Authority of Washington County for each set of documents so obtained. A certified check or bank draft, payable to Housing Authority of Washington County, U.S. Government bonds, or a satisfactory bid bond executed by the bidder and acceptable sureties in an amount equal to five percent of the bid shat: be submitted with each bid. The successful bidder will be required to furnish and pay for satisfactory performanL- and payment bond or bonds, or separate performance and payment bonds, each for 50 percent or more of the con(r 't price, or a 20 percent cash escrow, or a 25 percent irrevocable letter of credit, Attention is called to the provisions for equal employment opportunity, and payment of not less than the mininium salaries and wages as set forth in the specifications must be paid on this project. As permitted by state law and required by the U.S. Department of Housing and Urban Development: a. Retainage is 10 percent not 5 percent, b. Interest will not accrue on retainage, and C. Bonds or securities may not be substituted as an :a.'.ernate form of retainage. The Housing Authority of Washington County reserves the right to reject any or all bids or to cc waive any informalities in the bidding. w J No bid shall he withdrawn for a period of 60 days subsequent to the opening of bids without the consent of the Housing Authority of Washington County. '-istructions to Bidders for Contracts Public and Indian Housing Programs Table of Contents Clause Page least 7days before the scheduled time to,bid opening. Requestsmat' 1, Bid Preparation and Submission 1 be oral or written. Oral requests must be confirmed in writing. The only oral clarifications that will be provided will be those clearly related 2. Explanations and Interpretations to Prospective Bidders 1 to solicitation procedures,i.e., not substantive technical information. 3. Amendments to Invitations for Bids 1 No other oral explanation or Interpretation will be provided. Any 4. Responsibility of Prospective Contract)r 1 Information given a prospective bidder concerning this solicitation will 5. Late Submissions, Modifications, and Withdrawal 01 Bic , 2 be furnished promptl,, to all other prospective bidders as a written amendment to the solicitation, if that information is necessary in 6. Bid Opening 2 submitting bids, or if the lack of it would be prejudicial to other 7. Service of Protest 2 prospective bidders, 8. Contract Award 2 (b) Any Information obtained by,or provided to,a bidder other than 9 Bid Guarantee 3 by formal amendment to the solicitation shall not constitute a change 10. Assurance of Completion 3 to the solicitation. 11. Preconstruction Conference 3 3. Amendments to Invitations for Bids 12 Indian Preference Reclolrements 3 (a) If this solicitation Is amended,then all terms and conditions which are not modified remain unchanged. 1. Bid Preparation and Submission (b) Bidders shall acknowledge receipt of any amendment to this (a) Biddersareexpectecitoexamine the specifications,drawings,all solicitation (1) by sigring arri returning the amendment, (2) by instructions, arid, if applicable, the construction site (see also the Identifying the amonalment nurnb.-;r anddate on the bid form,or(3)by contract clause entitled Site investigation and Conditions Affect- letter,telegram, or facsimile, if those methods are authorized in the Ing the Work of the Gen©ralCond,ions ofthe Contract for Construc- solicitation. The PHA/IHA r^._st receive acknowledgement bythe time tion). Failure to do so will be at the bidders' risk. and at the place spgcillod f,x recelpt of bids. Bids which fail to (b) Ali bids must be submitied on the forms provided by the Public acknowledge the bidder's receipt of any amendment will result In the Housing Agency/Indiar, Housing Authority(PHA/iHA; Bidders shall rejection of the bid if the amendments)contained information which furnish all the Information required by the solicitation. Bids must be substantively changed the PHA's/IRA's requirements. signed and the bidder's name typed or printed on the bid sheet and (c) Amendments will be on file In the offices of the PHA/IHA and the each continuation sheet which requires the entry of Information by the Architect at least 7 days before bid opening. bidder. Erasures or other changes must be Initialed by the person sic,,ning the bid. Bids signed by an agent shall be accompanied by 4. Responsibility of Prospective Contractor evidence of that agent's authority. (Bidders should retain a copy of (a) The PHA/IHA will award contracts only to responsible prospec- their bid for their records.) t(vecontractorswhohavetheabilitytoperform successfully underthe (c) Bidders must submit as part,-)f their bird a completed form HUD- terms and conditions of the proposed contract. In determining the 5369-A, "Representations, Certlficat,,�z, and Other Statements of esponsibility of a bidder,the PHA/IHA will consider such matters as bidders." .,ie bidder's. (d All bid documents shall be sealed In an envelope which shall be (1) Integrity; clearly markedwith the words"Bid Dccuments,"the InvitationlorBids (2) Compliance with public policy; (IFB) number, any project or other identifying number, the bidder's (3) Record o1 past performance; and name, and the date and time for receipt of bids. (4) Financial and technical resources (including construction (9) If this solicitation equires bidding on all items,failure to do so will and technical equipment). F` disqualify the bid. If bidding on all items is not required,bidders should insert the words"No Bid"in the space provided for any item on which (b) Before a bid is considered for award,thebidder maybe requested no price is submitted by the PHA/IHA to submit a statement or other documentation regarding any of the items in paragraph (a) above. Failure by the if) Unless expressly authorized elsewhere in this solicitation,alter- bidder to provide such additional information shall render the t cider ca nate bids will not be considered. nonresponsible and Ineligible for award. (g) Unless expressly authorized elsewhere in this solicitation, bids 5. Late Submissions, Modifications, and Withdrawal of __J submitted by telegrapn or facsimile (fax) machines will not be Bids considered. (a) Any bid received at the place dosignated in the solicitation after (h) if the proposed contract is for aMulual Help project(as described the exact time specified for receipt will not be considered unless It is in 24 CFR Part 905,Subpart E)ihatinvolves MutualHelp contributions received before award Is made and it - ofwork, material,orequipment,supplements'information regarding ,t) Wes sent by registered orceriifiedrnailnot laterthan the fifth the bid advertisement is provided as an attachrlent to this solicitation calendar day before the dale specillad for receipt of offers (e g., an 2. Explanations and interpretations to Prospective otter submitted in response to a solicitation requiring receipt of otters Bidders by the 201h of the month must have been mailed by the 151h); (a) Any prospective bidder desiring an explanation or interpretation (2) Was sent by mail,or if authorized by the solicitation,was sent of the solicitation, specifications, drawings, etc , must request it at bytelegramorviainrsimile,and;tIs JPt-mI-4h thePNA/IHAlhs the late receipt was due solely to mishandling by the PHA/IHA atter contract. receipt at the PHA/IHA; or "Protest*means a written objection by on Interested party to this (3) Was sent by U.S. Postal Service Express Mall Next Day solicitation or to a proposed or actual award of a contract pursuant to Service - Post Office to Addressee, not later than 5,00 p.m. at the this solicitation. place of mailing two working days prior to the date spectfled for receipt (b) Proles!s shall be served on the Contracting 0111cer by obtaining of proposals. The term "working days' excludes weekends and wrMen and dated acknowledgement from— observed holidays. (b) Any modification or withdrawal of a bid Is subject to the same conditions as in paragraph (a) of this provision. (c) The only acceptable evidence to establish the date of mailing of a late bid, mocifflcallon, or withdrawal sent either by registered or certified mall is the U.S,or Canadian Postal Service postmark both on the envelope or wrapper and on the original receipt from the U.S.or [Contracting Officer designate the o"Iclal or location where a protest Canadian Postal Service. Both postmarks must show a legible date may be served on the Contracting Officer] or the bid,modification,or withdrawal shall be processed as 11 mailed (c) All protests shall be resolved In accordance with the FHA's/1HA's late. "Postmark' means a printed, stamped, or otherwise placed impression ;exclusive of a postage meter machine Impression)that protest policy and procedures,copies of which are maintained at the Is readily identifiable without further action as having been supplied PHA/IHA. and affixed by employees of the U.S. or Canadian Postal Service on g, Contract Award the dale of mailing.Therefore,bidders should request the postalr.lark. (a) The PHA/IHA will evaluate bids in response to this solicitation to place a hand cancellation bull's-eye postmark on both the receipt and the envelop©or wrapper. without discussions andwl(laward aconlracitothe responsible bidder whose bid,conforming to the solicitation,will be most advantageous (d) The only acceptable evidence to establish the time of receipt at to the PHA/iHA consldering only price and any price-related factors the PHA/IHA is the lime/date stamp of PHA/IHA on the proposal specified In the sollcitation. wrapper or other documentary evidence of receipt maintained by the PHA/IHA. (b) h the apparent low bid rocelved In response to this solicll ttion exceeds the PHA's/IHA's available funding for the proposed contract (e) The only acceptable evidence to establish the date o1 mailing o1 work, the PHNIHA may either accept separately priced Items (see late bid,modificatlon, or withdrawal sent by Express Mall Next Day B(s, below) or use t-,, following procedure to determine contract Service-Post Office to Addressee Is thedate entered by the post office awa,d. The PHA/IHA shall apply In turn to each bid (pi oceeding in receiving clerk on the"Express Mall Next Day Service-Post Office to order from the apparent low bid t,the high bid)each of the separately Addressee"la.,el and the posima k on both the envelope or wrapper priced bid deductible Items,ff any,in l �Lr priority-.)rder set forth in this and on the original receipt from the U.S. Postal Service. "Postmark" solicitation. It upon the application of the first deductible Item to all has the same meaning as defined In paragraph (c) of this provision, initial bir+s,a new low bid is within the PHA's/IHk's ava,able funding, excluding postmarks of the Canadian Postal Service. Therefore, thonaward shallbemade tothat bidder. 11 no bid is within the available bidders 4houfd request tha postal clerk to place a legible hand funding amount,then the PHA/IHA shall apply the second deductible cancellation bull's eye postmark on both the receipt and Failure by a hem.The PHA/IHA shall continue this proces,:until an evaluated low bidder to acknowledge receipt of the envelope or wrapper. bid, it any, Is within the PHA's/IHA's nv:,llable funding. If upon the (f) Notwithstanding paragraph(a)of this provision,a late modlfica- application of alldaductibles,no bid Is within the PIAA's/IHA's available tion of an otherwise successful bid that makes Its terms more funding, or if the solicitation does not request separately priced favorable to the PHA/IHA will be considered at any time h Is received deductibles,the PHA/IHA shall follow its written policy and procedures and may be accepted, in making any award under this solicitation, (g) Bids maybe whhdrawn by written notice, or I1 authorized by this (c) In the case of tie low bids,award shall be made In accordancewi'h " solicitation, by telegram (including mailgram) o, facsimile machine the PHA's/IRA's written policy and procedures. transmission received at any time before the exact time set for (d) The PHA/IHA may reject any and all bids,accept other than the ✓' opening of bids;provided that written confirmation o1 telegraphic or lowest bid(e.g.,the apparent low bid Is unreasonably low),and waive facsimile withdrawals over the signature of the bidder is mailed and informalitles or minor irregularities In bids received, In accordance postmarked prior to the spechfed bid opening time. A bid may be with the PHA'sJIHA's written policy and procedures. withdrawn in person by a bidder or its authorized representative If, m before the exact time set for opening of yids,the identity of the person (e) Unless procluded elsewhere in the solicitation,the Pi1A/IHA may ,U3 requesting withdrawal is established and thy: person signs a receipt accept any Item or combination of fterrts bid. —' for the bid. (f) The PHA/IHA may reject any bid as nonresponsive tl ii Is materially unbalanced as to tho prices for the various hems of work 6. Bid Opening to be performed. A bid is materially unbalanced when It Is based on All bids received by the dale and time of receipt specified in the prices significantly less than cost for some work and prices which are solicrtation will be publicly opened and read. The time and place of s+gnirlrcanily overstated for other work. opening will be as specilred in the solicitation. Bidders and other interested persons may be present. (g) A written award shall be turnisf„•d to the successful bidder within the period for acceptance specified in the bid and shall result in a 7. Service of Protest binding contract without further action by either party. (a) Definitions. As used In this provision. g. Bld Guarantee (applicable to construction and equio- "Interested party"means an au,ual or prospective bidder whose men! contracts Exceeding $25,000) direct e„onomic interest would be affected by the award of the All bids must be accompanied by a negotiable bid guarantee which otworKAhesuccesslulbkdderwlllberoqu redtoattondapreconsiruction shall not be less than five percent(5%)of the amount of the bid. The conference with representatives of the PHA/IHA and its architoeu Oki guarantee may be a certified check,bank draft, U.S.Government engineer,and other Interested parties convened byihe PHA/IHA.The Bonds at par value, or a bid bond secured by a surety company conference will servEtoacquaint the paiticipantswlihthogeneral plan acceptable to the U.S.Govemment and authorized to do business In of. the construction operation and all other requirements of the the state where the work Is to be performed. In the case where the contract (e.g., Equal Employment Oppoflunity, Labor Standards). ,vork under the contract will be performed on an Indian reservation The PHA/IHA will provide the successful bidder with the dale,time, area, the bid guarantee may also be an Irrevocable letter of Credit and place of the conference. (seoprovislon 10,Assurance of Completion,below). Certifledchecks 12, Indian Preference Requirements (applicable only if and bank drafts must be made payable to the order of the PHA/IHA, this solicitation is for a contract to be performed on a The bid guarantee shall Insure the execution of the contract and the furnishing of a method of assurance of rompietlon by the successful projer, for an Indian Housing Authority) bidder as required bythosolicitation. Failure to submit a bid guarantee (a) HUD has determined that the contract awarded under this with the bid shall result In the rejedlon of the bid. Bid guarantees solicitation Is subject to the requirements of section 7(b)of the Indian submitted by unsuccessful bidders will be returned as soon as Sell-Datermination and Education Assistance Act(25 U.S.C.4509(b)). practicable after bid opening. Section 7(b)requires that any contract or subcontract entered into for 10. Assurance of Completion the benefit of Indians shall require that,to the g,eatesl extent feasible (a) Unless otherwise provided in State la:;, the successful bidder (1) Preferences and opportunftios for training and employment shall furnish an assurance of completion prior to the execution of any (other than core crew positions;sea paragraph(h)below)in connec- contract under this solicitation. This assurance may be[Contracting tion with the administration of such contracts or subcontracts be given Officer check applicable items]— to qualified`Indians."The Act defines"Indians"to moan persons who are members of an Indian tribe and defines"I,idian tribe'to mean any [ J (1) a performance and payment bond In a penal sum of 100 Indian tribe, band. nation, or other organized group or community, percent of the contract price;or, as may be required or permuted by Includ'.ng any Alaska Native village or regional or village corporation State law; s defined In or established pursuant to the Alaska Native Claims ( J (2) separate performance and payment bonds, each for 50 Settlement Act, which Is recognized as eligible for the special percent or more of the contract price; programs and services provided by the United States to Indians because of their status as Indians; and, ( ) (3) a 20 percent cash escrow; (2) Preference In the award of contracts or subcontracts In r ) (4) a 25 percent Irrevocable letter of credit; or, connection with the adminlstr0lon of contracts be given to Indian ( J (5) an irrevocable letter of credtt for 10 percent a! the total organizations and to Indlan-ownsd economic enterprises,as defined Act of 1974(25 U.S.C.1452). That contract price with a monitoring and disbursements agreement with In section 3 0l the Indian Finanang Ad defines 'economic enterprise"to moan any Indian-owned com• the IHA (applicable only to contracts awarded by an IHA under the Indian Housing Program). mercial, Industrial, or business activity established or organized for the purpose of profit,oxcopt that the Indlan ownershlpmust constitute (b) Bonds must be obtained from guarantee or surety comppnles not less than 51 percent of the enterprise; `Indian organization" to acceptabla to the U.S.Govemment and authorized to do business In mean the governing body of any Indlan tribe or entity established or the state where the work Is to be performed. Individual sureties will recognlzedbysuch governing body;'Indlan'lomean anypersonwho not be considered. U.S Treasury Circular Number 570, published Is a member of any tribe, band, group, pueblo, or community which annually In the Federal Register,lists companies approved to act as Is recognized by the Fedan'Government as eligible for services from sureties on bonds securing Government contracts, the maximum the Bureau of Indian Attalrs and any"Native'as defined In the Alaska underwruing Ilmtts on each contract bonded,and the States in which Native Claims Settlement Act; and Indian`Idbe'to mean any Indian the company Is licensed to do business. Use of companies listed In tribe,band,group,pueblo,orcommunuy Including Native villages and this circular Is mandatory. Free copies of the circular may be obtained Native groups (Including corporations organized by Kenal,Juneau, by writing directly to: U.S. Department of Treasury, Financial Sitka,and Kodiak)as defined In the Alaska Native Claims Settlement Management Service,Surety Bond BrPnch,401 14th Street,SW,2nd Act, which Is recognized by the Federal Government as eligible for Floor, West Wing, Washington, D.C. 20226. services from the Bureau of Indian Affairs. (c) Each bond shall clearly state the raft of premium and the total (b) (1) The successful Contractor under this sollcitatlon shall com amount of premium charged. The curren.power of a;forney for the plywuh the requirements of this provision In ewarding all subcontracts person who signs for the surety compP.fy must be attached to the under the contract and In providing training and employment oppor bond. The affective date or the power of attorney shall not precede lunules. ' the data of the bond.The effectivo dar3 of the bond shell be on or after the execution dale of the contract. (2) A finding by the IMA that the contractor,dither(I)awarded a subcontract whhouf jsing the procedure required by the IHA, (II) (d) Failure by Iho successful bldder to obtain the required assurance falsely represented that subcontracts would be awarded to Indlan of compietlonwlthlnthe time specified,orwuhlnsuch exlendedperiod enterprises or organizations;or,(ill)failed to comply with the contractor's as the PHAAHA may grant based upon reasons determined adequate employment and training preference bid statement shall be grounds byihe PHA/1HA,shall render the bidder Ineligible for award. The PHA/ f.,r termination of the contract or iu;the assessment of penalties or IHA may than either award the contract to the next lowest responsible other remedles. bidder or solieh new bids. The PHAAHA may retain the Inellglble (c) if specttled elsewhere In this solicitation,the r,�A may restrict the bidder's bid guarantee, so!Icttallon lc qualified Indlan-own,i er,;erprlses end Indlan organlza- 11. Preconstructlon Conference (applicable to construction urns If two or more (or a greats,number as speculed elsewher.9 In contracts) the solicitation) qualuled Indian-owned enterprises or organizations After award of a contract under this solicitation and prior to the start submit responsive bids, award shall be made to the qualllled enter- Prevroue Edltlon 11 Ob9010111e o—a 1,,,f form HUD-5369 prise or organization with the lowest responsive bid. if lower than the the successful Contractor, and may require the Contractor 10 refect Minimum required number of qualdled Indlan-owned enterprises or any bid or proposal Dy a subcontractor that fails to include the organizations submit responsive bids,the IHA shall reject all bids and statement. readvertise the solicitation In accordance with paragraph (d)below. (2) Bidders and prospective subcontractors shall submit a (d) It the IHA prefers not to restrict the solicftatlon as described In certification (supported by credible evidence) to the IHA In any paragraph (c) above, or If atter having restricted a solicitation an instance where the bidder or subcontractor hel eves it is infeasible to insufficient number of qualified Indian enterprises of organizations provide Indian preference in subcontracting. The acceptance or submit bids,the IHA may advertise for bids from non-Indian as well rejection by the IHA of the cerllficallon shall be final. Rejection shall as Indian-owned enterprises and Indian organi`atlons. Award shall disqualify the bid from lurther conslderation. be made to the qualified Indian enterprise or organization with the (g) Al bidders must submit with their bids a statement detailing their lowest responsive bid tf that bid is - employment and training opporlunities and their plans to provide (1) WAhin the maxlmum HUD-approved budget amount estab- preference to Indians In Implementing the contract;and the number lished for the specific project or activity for which bids are being or percentage of Indians anticipated to be employed and trained. solicited;and Comparable statements from all proposed subcontractors must be submitted. The criteria to be used by the IHA in determining the (2) No more than the percentage specified In 24 CFR 905.175(c) statement(s)'s adequacy are included'as an attachment to this higher than the total bid price of the lowest responsive bid from any solicitation. Any bid that fails to include the required slalement(s),or qualified bidder. If no responsive bid by a qualified Indian-owned that Includes a statement that does not meet minimum standards economic enterprise or organization Is within the stated range of the required by the IHA shall be rejected as nonresponsive, total bid price of the lowest responsive bid from any qualified h' Core crew employees.A core crew employee is an individualwt.-. enterprise, award shall be made to the bidder with the lowest bid. ( is a bona fide employee of the contractor at the lime the bid is (e) Bidders seeking to quality for preference in contracting or submitted;or an individual who was not employed by the bidder at the suhcontracting shall submit proof of !ndian ownership with their bids. time the bid was submitted, but who is regularly employed by the Proof of Indian ownership shall include but not be limited to: bidder in a superviscry or other key skil!ed position when work Is (1) CertHicallon by a tribe or other evidence that the bidder Is an available. Bidders shall submit with their bids a list of all core crew Indian. The IHA shall accept the certification of a tribe that an employees. individual is a member. (i) Preference in contracting, subcontracting, employment, and (2) Evidence such as stock ownership,structure,management, training shall apply not only on-site, on the reservation, or within the control, financing and salary or profit sharing arrangements of the IHA's jurisdiction,but also to contracts with firms that operate outside enterprise. these areas (e.g.,employment In modular or manufactured housing construction facilMes). (1) (1) All bidders must submit with their bids a statement describ Bidders shouldconiacIthe IHAto determine if any additional local ing how they will provide Indian preference in the award of subcon- Bidders a requirements are applicable to this solicitation. tracts. The specific requirements of that statement and the tactors to P used hytheIHA indetermining the statement's adequacy are Included (k) The IHA ( J does ( ) does not (Contracting Officer check as an attachment to this sollchatlon. Any bid that fails to Include the applicable box)maintain lists of Indian-owned economic enterprises required statement shall be rejected as nonresponsive. The IHA may and Indian organizations by specialty (e.g., plumbing, electrical, require that comparable statements be provided by subcontractors to foundations),which are available to bidders to assist them In meeting their responsibility to provide preference In connection with the administration of contracts and subcontracts. form HUM369 Prawnuc Feihnr is Obsolpfa PAaa 4 of 4 Page 7 U.S. Department of Housing and Urban Development Office of Public and Indian Housing Representations, Certifications, and Other Statements of Bidders Public and Indian Housing Programs P^a vnn. FAnnn le /1M nigra Inns HUD•515A-A !11 1?1 Representations, Certifications, and Other Statements of Bidders - Public and Indian Housing Programs Table of Contents Clause Page (ill) As an agent,has not personallyparticlpated,and will not 1. Certificate of Independent Price Determination 1 particlpate In any action contrary to subparagraphs (a)(1) through 2. Contingent Fee Representation and Agreement 1 (a)(3)above. (c) 11 the bidder deletes or modifies subparagraph (a)2 above, the 3. to Influence end Disclosure Regarding Payments bidder must fi,rnlshwhhhsbidasigned statement selling forth indetail to Influence Certain Federal Transactions 1 the circumstances of the disclosure. a. Organizational Conflicts of Interest Certlilcatlon 2 [ ] [Contracting Officer check If following paragraph Is applicable] 5. Bidder's Certification of EllgIV.y 2 (d) Non-collusive atfidavlt. (applicable to contracts for constructlon 6. Iv'nlmum Bid Acceptance Period 2 and equipment exceeding $50,000) 7. Small, Minority, Women-Owned Business Concern (1) Each bidder shall execute,In the form provided by the PI-!A,' Representation 2 IHA, an affidavit to the effect that he/she has not colluded wlth any 6 Indian-Owned Economic Enterprise and Indian other person, firm or corporation In regard to any bid submfled In Organization Representation 2 response to this solicitation. If the successful bldder did not submh 9. Certification of Eligibility Under the Davis-Bacon Act 2 the affidavh wfth his/her bld, he/she must submll It wlihln three (3) 10. Certification of Nonsegregated Facilities 3 working days of bid opening. Failure tosubmftlheaffldavltbythatdale 11, Clean Air and Water Certification 3 may render the bid nonresponslve. No contract award will be made without a properly executed atfldavll. 12. Prevlcus Particlpatlon Certhlcate 3 (2) A fully executed 'Non•colluclve AflldavfC ( J Is, ( J Is not 13. Bidder's E)gnature 3 included wfth the bld. 2. Contingent Fee Representation and Agreement 1. Certificate of independent Price Determination (a) Definitions. As used In th!s provislom (a) The bidder certifies that-- 'Bona fkdeemployeo"mesnsaperson,employed byabidder and (1) The prices in this bid have been arrived at Independantly, subject to the bidder's supervision and control as to time,place,and without,for the purpose of restricting competition, any consultation, manner of performance, who nehher exerts, nor proposes to exert communication, or agreement with any other bidder or competitor improper influence to solicit or obtain contracts nor holds out as being relating to(1)those prices, (ii)the intention to submit a bid,or(iii)the able to obtain any contract(s)through improper influence. methods or factors used to calculate the prices oMered; "Improper Influence" means any Influence that Induces or tends (2) The prices In this bl,+have not been and will not be knowingly to Induce a PHA/IHA employee or officer to give eonsiderallon or to dis;losed by the bidder,directly or Indirectly, to any other bidder or act regarding a PHA/IHA contract on any basis other than the merits competitor before bid opening(in the case of a sealed bid solicitation) of the matter. or contract award (in the case o1 a compelltive proposal solicitation) (b) The bidder represents and certifies as part of hs bid that,except unless otherwise required by law; and for full-time bona fide employees working solely for the bldder, the (3) No attempt hes been made or will be made by the bidder to bidder: induce any other concern to submit or not to submh a bld for the (1) ( ] has, ( ] has not employed or retained any person or purpose of restricting competition. company to solicit or obtain this centrad; and (b) Each signature on the bid Is considered io boa certification by the signatory that;he signatory-- (�) ( ) has, ( )has not paid or agreed to pay to any person or company employed or retained to solicit or obtaln this contract any (1) Is the person in the bidder's organization responsible for commission,percentage,brokerage,or otherfee contingent upon or determining the prices being offered in this bld or proposal, and that resulting from the award of this contract. the signatory has not participaled and will not participate in any action contrary to subparagraphs (a)(1) through (a)(3) above;or (c) It the answer to either (a)(1) or ta)(2) above is affirmative, the F- biddershall make an immediate and full wrMen disclosure to the PHA/ (2) (i) Has been authorized, In writing,to .,I as agent for the IHA Contracting Officer. following principals in certifying that those print pals have not particl- (d) Any misrepresentation by the bldder shall glue the PHA/IHA the paled,and will not participate in any action conlri,ry to subparagraphs right to t terminale the contract; 2 at Its discretion, deduct from J ( (a)( 1)through (a)(3) above. contractpayments the amount of any commission, percentage, [insert lull rame brokerag3,or other corlingent lao;or(3)lake other remedy pursuant of person(s)in the bidder's organization responsible for determining to the contract, the prices offered in tnis bid or proposal, and the title of his, or her position in the bidder's organization); 3. Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (applicable to (ii) As an authorized agent,does certify that the principals contracts exceeding $100,000) named In subdIvlslon(b)(2)(1)above have not participated,andwfll not (a) The definitions and prohlbNons contained In Section 1352 of Iltle parllclpale, In any octlon contrary Io subparagraphs (a)(1) through 31, United Slates Code, are hereby Incorporated by refererf.,e In (a)(3) above; and paragraph (b) of this certfllcatlon, �� fore, Ill o•5369•A (b) The bidder, by signing its bid, hereby certifies to the best of his number of calendar days available to the PHA/IHA for awarding a ,,r her knowledge and belief as of December 23, 1989 that: contract Irom the date specified In this solicitation for receipt of bids. (1) No Federal appropriated funds have been paid orwlll be paid (b) This provision supersedes any language pertaining to the accep- to any person for influencing or attempting to infiuence an officer or tance period that may appear elsewhere In this solicitation. employee of any agency, a Member of Congress, an officer or (c) The PHA/IHA requires a minimum acceptance period of employee of Congress,or an employee of a Member of Congress on [Contracting Officer insert time period]calendar days. his or herbehail In connection with the awarding of acontract resulting (d) In the space provided Immediately below,bidders may specify a from this solicitation; longer acceptance period than the PHA's/IHA's minimum require- (2) If any funds other than Federal appropriated funds(including ment. The bidder allows tire followina acceptance period: calendar profit or fee received under a covered Federal transaction)have been days. paid, or will be paid, to any person for influencing or attempting to (P) A bid allowing less than the PHA's/IRA's minimum acceptance Influence an officer or employee of any agency, a Member of period will be rejected. Congress,an officsr or employee of Congress,or an employee of a Mrrmber of Congress on his or her behalf in connection with this (f) The bidder agrees to execute all that It has undertaken to do,In so icitation, the bidder shall complete and submit,with its bid, OMB compliance with its bid,If that bid is accepted In writing w,thin(1)the standard form LLL, "Disclosure of Lobbying Activities;" and acceptance period stated in paragraph (c) above or (2) any longer (3) He or she will Include the language of this certification in all acceptance period stated in paragraph (d)above. subcontracts at any tier and require that all recipients of subcontract 7. Small, Minority, Women-Owned Business Concern awards In excess of$100,000 shall certify and disclose accordingly. Representation (c) Submission of this certification and disclosure Is a prerequisite for The bidder represents and certifies as part of Its bid/offer that it -- making or entering into this contract imposed by section 1352,title 31, (a) [ ] is, [ I Is not a small business concern. "Small business United States Code.Any person who makes an expenditure prohlb- concern," as used in this provision, means a concern, Including its Ited under this provision or who fails to flir or amend the disclosure affiliates,that Is Independently owned and operated,not dominant In form to be filed or amended by this provision,shall be subject to a civil the field of operatlor in which it Is bidding, and qualified as a small penalty of not less than $10,000, and not more than $100,000, for business under the witerla and size slinde,ds in 13 CFR 121. each such failure. (b) ( I Is, ( I is not a women-owned business enterp,Ise. Vomu (d) Indian tribes (except those chartered by States) and Indian owned business enterprise," as used In this p,ovIs'on, means a organizations as defined In section 4 of the Indian Sell-Determination business that Is at least 51 percent owned by a woman or women who and Education Assistance Act(25 U.S.C.450B)are exempt from the are U.S. citizens and who also control and operate the business. requirements of this provision, (c) ( Jis, [ IIs not a minority business a nterprise."Minority bus lness 4. Organizational Conflicts of Interest Certification enterprise," as used In this provision, means a business which is at The bidder certdles that to the best of Its knowledge and belief and least 51 percent owned or controlled by one or more minority group except as otherwise disclosed, he ur she does not have any organ- members or, In the case of a publicly owned business, at least 51 izational conflict of interest which is deflned as a situation in which the percent of its voting stock Is owned by one or more minority group nature of work to be performed under this proposed contract and the members, and whose management and daily operations are con- bidder's organizational,financial,contractual,or other Interests may, trollad by one or more such individuals. For the purpose of this without some restriction on future activities: definition, minority group members are: (a) Result in an unfair competitive advantage to the bidder; or, (Check the block applicable to you) (b) Impair the bidder's objectivity In performing the contract work. ( I Black Americans [ J Aslan Pacific Americans ( ) In the absence o1 any actual or apparonl conflict,I hereby certify [ ] Hispanic Americans ( J Aslan Indian Americans that to the best of my knowledge and belief, no actuai or apparent ( ) Native Americans ( ) Hasidic Jewish Americans conflict of Interest exists with regard to my possible performance of 8. Indian-Owned Economic Enterprise and Indian this procurement, Organization Representation (applicable only if this 5. Bidder's Certification of Eligibility solicitation Is for a contract to be performed on a project for an (a) By the submission of this bid,the bidder cortilies that to the best Indian Housing Authority) of Its knowledge and belief,neitherit,nor any person or firm which has The bidder represents and certifies that it: J an interest in the bidder's firm,nor any of the bidder's subcontractors, is Ineligible to: (a) [ ] is, ( ] Is not an Indian-owned economic enterprise. cO "Economic enterprise,"as used in this provision,means any commer- (1) Be awarded contracts ty any agency of the United States clal, Industrial, or business activity established or organized for the J Government, HUD, or tiie State In which this contract Is to be purpose of profit,which Is at least 51 percent Indian owned."Indian," performed; or, as used in this provision,means any person who is a member of any (2) Participate in HUD programs pursuant to 24 CFR Part 24. tribe,band,group,pueblo,or community which Is recognized by the (b) The certification in paragraph (a)above Is a material represen- Federal Government as eligible for serilces from the Bureau of Indian tation of fact upon which reliance was placed when making award. I1 Affairs and any "Native" as defined in the Alaska Native Claims it is later determined that the bidder knowingly rendered an r rroneous Settlement Act. certification, the contract may be terminated for default, and the (b) ( J Is, ( I Is not an Indian organizath)n. "Indian organization," bidder may be debarred or suspended from participation In HUD asusedint�Jsprovision,means the governing body ofany lndiantribe programs and other Federal contract programs, or entity established or recognized by such governing body. Indian 6. Minimum Bid Acceptance Period "tribe" means any Indian tribe, band, group, pueblo, or commurifty Including Native villages and Native groups (Including corporations (a) "Acceptance period," as used in this provision, means the organized by Kenai, Juneau. Sitka, and Kodiak) as defined In the f Alaska Native Claims Settlement Act, which is recognized by the Notice to Prospective Subcontractors of Requirement for Federal Government as eligible for services from the Bureau of Indian Cerllficatlons of Nonsegregated Facilities Affairs. A Carttlicatlon of Nonsegregated Facilities must be submitted before 9. Certification of Eligibility Under the Davis-Bacon Act the award of a subcontract exceeding $10,000 which Is not exemp! (applicable to construction contracts exceeding $2,000) from the provisions of the Equal Employment Opportunity clause of the prime contract. The certification may be submitted either for each (a) By the submission of this bid,the bidder certlllosthat Walther It nor subcontract or for all subcontracts during a period (i.e., quarterly, any person or firm who has an Interest in the bidder's firm Is a person semiannually, or annually). or firm ineligible to be awarded contracts by the United Stales Government by virtue of section 3(a) of the Davis-Bacon Act or 29 NoW The penalty for making false statements In bids is prescribed CFR 5.12(a)(1), In 18 U.S.C. 1001. (b) No part of the contract resulting from this sullchation shall be 11. Clean Air and WatarCertification(applicable locontracis subcontracted to any person or firm ineligible to be awarded contracts exceeding $100,000) by the United States Government by virtue of section 3(a)of the Davis- Bacon Act or 29 CFR 5,12(x)(1), The bidder certifies that: (c) The penalty for making false statements is prescribed In the U. (a) Any faclifty to be used in the performance of this contract ( !is, S. Criminal Code, 18 U.S.C. 1001. ( ) is not listed on the Environmental Protection Agency List of 10. Certification of Nonsegregated Faclltties(applicable to Violating Facilities: contracts exceeding $10,000) (b) The bidder will Immediately notlfy the PHA/IHA Contracting (a) The bidder's attention is called to the clause entitles; Equal Officer, before award, of the receipt of any communlcatlon from the Employment Opportunity of the General Conditions of the Contract Administrator, or a designee, of the Environmental Protection for Construction. Agency,indicating that any facliity that the bidder proposes to use for the performance of the contract Is under consideration to be listed on (b) !'Segregated facilities," as used In this provision, means any the EPA List of Violating Facilities; and, waiting rooms,work areas,rest rooms and wash rooms,restaurants c The bidder will Include a certification substantially the soma as and other eating areas,time clocks, locker rooms and other storage this certfllcetlon, Including this paragraph (c), In every nonexempt or dressing areas, parking lots, drinking fountains, recreation or entertainment areas,transportation, and housing facilities provided subcontract. for employees,that are segregated by explicit directive or are In fact 12, Previous Participation Certificate (applicable to segregated on the basis of race, color, religion, or national origin construction and equipment contracts exceeding $50,000) because of habit, local custom, or otherwise. (a) The Adder shall complete and submit with his/her bid the Form (c) By the submission of this bid,the bidder certllles that It does not HUD-25,,O, "Previous Partrclpation Certificate." If the successful and will not maintain or provide for its employees any segregated bidder does not submit the certificate with his/her bid, he/she must idcilrties at any of Its establishments,and that it does not and will not submit ftwithin three(3)working days of bid opening. Failure to submit permit Its employees to perform their services at any location under the certificate by that daft may render the bid nonresponsive. No its control where segregated facilities are maintained. The bidder contract award will be made without a properly executed certificate. agrees that a breach of this certification Is a violation of the Equal (b) A fully executed"Previous Participation Certificate" Employment Opportunity clause In the contract, (d) The bidder further agrees that (except where it has obtained ( j Is, ( )Is not Included with the bid. Identloalcertfflcallonsfromproposed subcontractors for specNIctlme 13. Bidders Signature periods)prlorto entering Into subcontracts which exceed$10,000 and ere not exempt from the requirements of the Equal Employment The bidder hereby certifies that the Information contained In these certltications and representations Is accurate,complete,andcurrent. OPpertuex clause, It will (1) Obtain Identical certifications from the proposed subcon- tractors; (Sgrmure antl Dale) (2) Retain the certifications In its files; and (3) Forward the following notice to the proposed subcontractors (except fl the proposed subcontractors have submitted Identical (Tri or Nnled Name) certtficatlons for specific time periods): (Tide) — (Company Name) pnap I of I form HUD-iM.A U.S. Department of Housing and Urban Development Office of Public and Indian Housing OMB No.2577.0094(exp.7131/93) Public reporting burden for this collection of Information Is estimated to everage 0.25 hours per response, I Including the time for reviewing Instructions,searching e)dsdng data soutoes,gathering and maintaining the data needed, and completing and reviewing the collection of Information. Send comments regarding this burden 4sdmate or any other aspecrof this collection of Information,Including suggestions for reducing this burden,to the Reports Management Officer,Office of Information Policies,and Systems,U.S.Department of Housing and Urban Development Washington, D.0 20410.3600 and to the Office of Management And Bud( ^DpnorworkReduction Pmoct(2577-0094),Washingtrn,D.C.20503,Do not send this compWtedform to either of boss addressees. General Conditions of the Contract sur Construction Public; and Indian Housing Programs L n 7 LI J Orpvlrnre FrliMnn la rlhtnlnla form HUD-5370 (t IM) Table of Contents C1 ayse Pipe Conduci of Work Administrative Rsqulrements I Definitions 1 25 Contract Period B 2 Contractor's Responsibility,for Work 2 26. Order of Precedenoe B 3 Architect's Dupes,Responslbilibes,and Authority 2 27. Payments B 4 Mor Contracts 2 26. Contract Wdifocatlons 9 Construction Requirements 29. Changes 9 Precortstruction Conference and Nobce to Proceed 2 30. Suspension of Work 9 6 Gonstrucbon Progress Schedule 3 31. Disputes 10 i ,Its Invesbgabon and Conditions ACscbng the Work 3 32. Default 10 6 Differing Site CondiDws 3 33. Uquldated Damages 10 9 Specifications and Drawings for Construcbon 3 34. Termination for Convenience 10 10. As-Built Drawtng!� 4 35. Assignment of Contract i 1 11 Material and Workmanship 4 36. insurance 11 12. Permits and .:odes 5 37. Subcontracts 11 13, Health,Salety,and Accident Prevenbon 5 38. Subcontracting with Small and Mnonty Firms,Women's 14 Temporary Healing 5 Business Enterprise,and Labor Surplus Area Firms 11 15 Availability and Use of Uuliry Services 5 39. Equal Employrn^nt Oppornmity 12 1G. Protection of Existing Vegetation,Structures,Equipment, 40. Equal Oppartunity for Businesses and Lowor-Income Persons 12 Utillbes,and Improvements 5 41. Indian Preference 12 17. Temporary Buildings and Transportation of Matariais 6 42. Interest of Members of Congress 12 18. Clean Air and Water 6 43. Interest of Mornbers,Officers,or Employees and Former 19. Energy Efhdenry 6 Members,Officers,or Employees 12 44. Umitabons on Payments made to Influence Certaln Federal 20. Inspection and Acceptance of Conswction 6 Financial Transactions 13 21, Use and Possession P ,or to Complebon 45. Royalties and Patents 13 22. Warranty of Title 7 7 46. Examinetlon and Retention of Contractofs Records 13 23 Warranty of Construction 24 Prohibition Against Liens g 47. labor Standards-Davis-Bacon and Related Acts 13 48. Labor Standards-Non•Roubne M:-inlenance 16 49. Non-Federal Prevailing Wage Rates 17 Genera! Conditions of the Cr titract for Construction - Public and Indian Housilig Programs Conduct of Work 1. Definitions rr (a) "Architect" means the poison or other entity engaged by the (c) "Contracting Officer"means the person delegatedthe auihor- 1-- PHA/IHA to perform architectural, engineering, design, and other fly by the PHA/IHA to enter into, administer, and/or terminate this vx services related to the work as provided for In the contract. When a contract and designated as such In witting 10 the Goniractor. Theterm PHA/IHA uses an engineer to act In this capacity,the forms architect' Includes any successur Contractinp Officer and any duly authorized and'engineer'shall be synonymous. The Architect shall serve as a representative of the Contracting Officer also designated In writing. technical represenlallve of the Contracting Officer, The Architect's The Contracting Ofllcer shall be deemed the authorized agent of the aulhorily is as set forth elsewhere in this contract. PHA,IHA in all dealings with the Contractor. tom: "Contractor"means the person or other entity entering into the � ib) "Contract"means the contract entered into between the PHA/ (d) P Y g IHA and the Contractor, It includes the forms of Bid,the Bid Bond,the contract with the PHA/IHA to perform all of the work required under Pertormanre and Payment Bond or Bonds or other assurance of the contract. completion, the Certifications. Reprnsenlatlons, and Other Stato• (a) "Drawings"means the drawings enumerated In the schedule of Rants of Bidders (form HUD-5369•A), thesis General Conditions of drawings contained in the Spectfication� and as described In the the Contract for Construction(form HUD-5370),the applicable wage contract clause entitled Specifications and Drnwings for Con- rate determinations from ellherlheU.S.Deparlment oft_abororHUD, structionheroin. any special conditions Included elsewhere In Ih9 contract,the speci• (f) "HUD" means the United States of America acting through the fications,and drawings. 11 Includes all formai changes to any of idose Department of Housing and Urban Development Including the Sacro- documents by addendum, change order, or other modMlcatlon lacy, or any other person designated to act on Its behetl. HUD'has Page 1 of 18 lunn HUD-5710 ngreed,subject to the provisions of an Annual Contributions Contract PHA/IHA and all rubbish caused by its work; (2)leave the work area (ACC),to provide financial assistance to the PHA/IHA,which Includes In a clean,neat, and orderly condition satisfactory 1c the Contracting assistance In financing the work to be performed under this contract. Officer;(3)perform all specified tests;and,(4)deliver the installation As dolined elsewhere In these General Conditions or the contract in complete and operating condition. documents,the determination of HUD may be required to authorize (h) The Contractor's responsibility will terminate wher all work has changes inlheworkorforrelease oflundstothePHA/IHA for payment been completed,the final inspection made,andtheworkaccepted by to the Contractor.Notwithstanding HUD's role,nothing In this contract the Contracting Officor. The Contractor will then be released from shall be construed to create any contractual relationship between the further obligation except as required by the warranties specified Contractor and HUD. elsewhere in the contract. (g) "Project" means the entire project, whether construction or 3.- Architect's Duties, Re:;ponsibilhles, and Authority rehabilhalion, the work for which is provided for In whole or in part under this contract. (a) The Architect for this contract, and any successor, shall be (h) "PHA/IHA"means the Public,Housing Agency or Indian lousing designated in writing by the Cortracting Otllcer. Authority organized under applicable stale ortribal lawwhlch Is aparly (b) The Archllact shall serva as the Contracting Officer's technical to this contract. representalive with respect to arcliftectural, engineering,and design (i) "Specifications"means the written description of the technical matters related 10 the work performed under the contract. The requirements for construction and includes the criteria and tests for Architect may provide direction on contract performance. Such determining whether the requirements are mel. direction shall be within the scopo of the contract and may not be of a nature which:(1)it stautes additional work outside the scope of the (1) "Work" means materials, workmanship, and manufacture and contract;(2)constitutes a change as defined in the Changes clause fabrication of components. herein;(3)causes an increase or decrease In the cost of the contract; 2. Contractor's Responsibility for Work (4)alters the Construction Progress Schedule;or(5)changes any of (a) The Contractor shall furnish all necessary labor,materials,tools, the other express terms or conditions of the contract. equipment, and transportation, necessary for performance of the (c) The Architect's duties and responsibilities may Include but shall work.The Contractor shall also furnish all necessary water,heal,light, not be limited to: and power not made available to the Contractor by the PHA/IHA (1) Making periodic visits to the work site,and on the basis of pursuant to the clause entitled Avallabllity and Use of Utility his/her on-site Inspections, issuing wrftisn reports to the PHA/IHA Services herein, which shall include all observed deficiencies. The Architect shall file (b) The Contractor shall perlorm on the site, and with its own a copy of the rcaport with the Contractor's designated representative organization, work equivalent to at least ( j (12 percent unless a1 the site; otherwise Indicated)of the total amount of jrkto be performed under (2) Making modilicatlons In drawings and technical spect(Ica- ihe order. This percentag,) may be reduced by a supplemental tions and assisting the Contracting Officer In the preparation of agreement to this order 11,durlrg perlorming the work,the Contractor change orders and other contract modifications for issuance by the requests a reduction and the Contracting Officer determines that the Contracting Officer; reduction would be to tho advantage of the PHA/IHA. (3) Reviewing and making recommendations with respect to- (c) At all times during performance of this contract and until the work (1) the Contractor's construction progress schedules; (II) the Is completed and accepted,the Contractor shall directly superintend Contractor's shop and detalled drawings; (111) the machlrory, me- the work or assign and have on the work site a competent superinten- chanlcal and other equipment and materials or other articles pro- dent who Is satisfactory to the Contracting Ofllcer and has authority posed for use by the Contractor; and, (Iv) the Contractor's prlr:e to act for the Contractor. breakdown and progress payment estimates; and, (d) The Contractor shall be responsible r, 1 damages to persons (4) Assisting In Inspections, signing Cerllftcalos of Comple- or property that occur as a result of (,ontractor's fault or negli- tion, and making recommendations with respect to acceptance of gence,and shall lake proper safety and health precautions to protect work completed under the contract. the work, the workers, the public, and the property of others. The 4. Other Contracts Contractor shall hold and save the PHA/IHA,Its officers and agents, free and harmless from liability of any nature occasioned by the The PHA/IHA may undertake nr award other contracts for additional 0� Contractor's performance. The Contractor shall also be responsible work at urnear the On of the work under this contract. The Contractor r, for all materials dellvered and work performed unlll completion and shall fully cooperate with the other contractors and with PHAAHA N acceptance of the entlre work,except for any completed unit of work employees and shall carefully adapt scneduling and perlormIng the which rney have been accepted under the contract, work under this contract to eocommodete the additional work, hoed- - J (e) The Contractor shell lay out the work from baso lines and bench Ing any direction thaimay beprovided bythe ContractingOtticer. The mark: Indicated on the drawings and be responsible for all lines, Conlrec'or shall not commit or permit any act that will Interfere with `'' levels, and measurements of all work executed under the contract.Ln the performance of 'work by any other contractor or by PHA/IHA The Contractor shall verify the figures before laying out the work and employees. '-' will be held responsible for any error resulting from Its fcllure to do so. Construction Requirements (I) The Contractor shall confine all operations (including storage of materials)on PHA/IHA premises to areas authorized or approved by 5. Preconstructlan Conference and Notice to Proceed the Contracting Officer. (a) Within ten calendar days of contract execution, and prior to the (g) The Contractor shall at all times keep the work area, Including commencement of work, the Contractor shall attend a precon. s':rage areas, Iran from accumulsilons of waste materials. Atter structlon conference with rApresent olives of the PHAAHA, Its Arrhl- completing the work and before final Inspection,the Contractor shall fact, end other Interested parlles convened by the PHA/IHA. The (1) remove from the premises all scatlolding, equipment, tools, and conference will serve to acquaint the parllclpentswllhihegenercplan materials(including rejected materials)that are not the properly of the of the construction operation and all other requirements of the contract. The PHA/IHA will provide the Contractor with the date,time, Page 2 of iN form HUC•5370 and piece of the conference. (b) The PHA/IHA assumes no responsibility for any conclusions or Interpretations made by the Contractor based on the Information (b) The contractor shall begin work upon receipt of a wrttten Notice made available by the r`1A/IHA. Nor does the PHA/IHA assume s Proceed trim the prior to re Officer or dns tire. The Contractor responsibilfty for any unc,,rstanding reached or representation made shall not begin work prior to receiving such notice. concerning condlifons which can effect the work by any of hs officers 6. Construction Progress Schedule or agent, before the execution of this contract, unless that under- (a) The Contractor shall,within live days atter the work commences standing or representation Is expressly stated in this contract. on the contract or another period of time determined by the Contract- B. Differing Site Conditions ing Officer,prepare and submillo the Contracting Officer for approval (a) The Contractor shall promptly, and before the conditions are hree copies of a practicable schedule showing the order In which the disturbed, give a wrillen notice to the Contracting Officer of (1) Contractor proposes to perform the work,and the dale,on which the ;uo4urfaee or latent physical conditions at the site which differ Contractor contemplates starting and completing the several salient rnatenally from those indicated in this contract, or (2) unknown features of the work(including acquiring labor,materials,and equip gni menl).The schedule shallbe inthe formol aprogress chart of suitable Phy;rc�����- nils al the s{te(s), of an unusual nature,which differ materially from those ordinarily encountered and generally raeog- scale to Indicate appropriately the percentage of work scheduled for nized as Inhering In work of the character provided for In the contract. completion by any given date during the period. I}the Contractor fails to submit a schedule within the time prescribed, the Contracting (b) The Contracting Officer shall investigate the site conditions Officer may withhold approval of progress payments or take other promptly atter receiving the notice. Work shall not proceed at the remedies underihe contract until the Contractor submits the required affeclod site, except at the Contractor's risk, until the Contracting schedule. Officer has provided wrhten instructions to the Contractor. II the (b) The Contractor shall enter the actual progress on the chart as conditions do materially so direr and cause an increase or decrease required by the Contracting Officer, and immediately deliver three in the Contractor's cost of,or the time required for,performinganypart copies of ilia annotated schedule to the Conl•acting Officer, It the of the work under this contract,whether or not changed as a result of Contracting Officer determines, upon the bass of Inspection con- the conditions,the Contractor shall file a claim in writing to the PHA/ IHAwithin ten days atter receipt of such instructions and,in any event, ducted pursuant to the clause entitled Inspection and Acceptance before proceeding with the work. An equitable adjustment in the of Construction, herein that the Contractor is not meeting the approved schedule, the Contractor shall take steps necessary to contract price,the delivery schedule,or both shall be made under this improve Its progress, including those that may be required by the clause and the contract modified in writing r-ccordingly. Contracting Otiicer, whhout additional cost to the PHAIiHA. In this (c) No request by the Contractor for an equitable adjustment to the circumstance,the Contracting Officer may require the Contractor to contract under this cla .a snall be allowed,unless the Contractor has increase the number of shifts,overtime operations,days of work,and/ given the wrftten notic required; provided, that the time prescribed or the amount of construction plant, and to submit for approval any in (a) above for giving written notice may be extended by the supplementary schedule or schedules in chart form as the Contract- Contracting Officer. ing Officer deems necessary to demonstrate how the approved rate (d) No request by the Contractor for an equitable adjustment to the of progress will be regained. conir2:t for dittering sife,_„ndriions shallbe allowed if made a"^r 1inai (c) Failure of the Contractor to comply with the requirements of the payment under this contract. Contracting Officer under this clause shall be grounds for a determi- 9 Specifications and Draw;ngs for Construction nation bythe Contracting Otlicerthat the Contractor is not prosecuting the work with sufficient diligence to ensure completion whhin the time (a) The Contractor shall keep on the work ship a copy of the draw'ngs specified in the Contract. Upon making this determination, the and specifications and shall at all times give the Contracting Officer Contracting Officer may terminate the Contractor's right to proceed access thereto. Anything mentioned In the specifications and -)of with the work, or any separable part of h, In accordance with the shown on the drawings,or shown on the drawings and not mentioned Default clause of this contract, In the specifications, shall be of like effect as If shown or mentioned In both In case of difference between drawings and specifications, 7. Site Investigation and Conditions Aftecting the Work the specifications shall govern. In case of discrepancy in the figures, (a) The Contrar for acknowledges that It has taken steps reasonably In the drawings, or in the specifications,the matter shall be promptly necessary to ascertaln the nature and location of the work, and that submhted to the Contracting Officer, who shall promptly make a h has Investigated and satisfied hself as to the general and local determination In writing. Any adjustment by the Contractor without conditions which can atlect the work or hs cost, including but not such a determination shall be at Its own risk and expense. The rL limited to, (1) conditions bearing upon transportation, disposal, Contracting Officer shall furnish from time to time such detailed N handling,and storage of materials;(2)the availability of labor,water, drawings and other informaiicn considered necessary, unless electric power, and roads;(3)uncertainties of weather,river stages, otherwise provided. i' tides, or similar physical conditions at the site; (4)the conformation (b) Wherever In the speciflcallons or upon the draWngs the words and conditions of the ground;and(5)the character of equipment and "directed',"required',"ordered","designated",'prescr'-ad',or words ca facilities needed preliminary to and during work performance. The of like import are used, 11 shall be understood that the 'direction', W Contractor also acknowledges that h has satisfied hself as to the "requirement", 'order', `designation', or "prescrlotlon', of the Con- —� charec,er, qualfty, and quantify of SUrfaCA and subsurface materials tractlr l 0111cer Is Intended and similarly the words "approved', or obstacles to be encountered Insofar a,this Information Is reason- 'acceptable", sailsfactory', or words of like Import shall m,inn ably ascertainable from an Inspection of the site,Including all explor- 'approved by",or"acceptable to",or satisfactory to'the Contacting story work done by the PHA/IHA, as well as from the crowings and Officer, unless otherwise expressly stated. specifications made a part of this contract. Any failure c i (c) Where "as shown", "as Indicated', "as detailed", or words of Contractor to lake the actlons described and acknowledged In tills similar Import are used, It shall he understood that the reference Is paragrapl- will not relleve the Contractor from responslbllhy for made to the drawings accompanying this contract unless staled estimatlrg 3roperly the difficulty and cost of successfully performing otherwise. The word"provided"as used herein shall be under.food the work, or for proceeding to successfully perform the work without to mean"provide complete In place',that Is"furnished and Installed'. Pddnlonal expense to the PHA/IHA. Pepe 3 0l 18 form NUO.5970 (d) "Shop drawings'means drawings,submitted to the PHNIHA by horizontal offset d!slances 10 permanent surface improvemenis such the Contractor,subcontractor,or any lower tier subcontractor,show- as buildings, curbs, or edges of walks. ing In detail (1)the proposed fabrication and assembly of structural (c) This ciausa shall be Included in all subeontraeisat any tier. Itshall elements and(2)the Installation(1,e.,I orm,III,and ati achment clot ails) be the responsihilrty of the Contractor to ensure that all as-bulli of materials of equipment. It Includes drawings, diagrams, layouts, drawings prepared by subcontractors are submrttcd to the Contract- schematics, descriptive literature, illustrations, schedules, perform- Ing Officer. ante and test data,and similar materials f urnlshed by the Contractor to explain in detail specific portions of the work required by the 11. Material and Workmanship contract. The PHA/IHA may duplicate, use, and disclose in any (a) All equipment,material,and articles furnished underthis contract manner and for any purpose shop drawings delivered under this shall be new and of the most suitable grade for the purpose intended, contract. unless otherwise specifically provided in this contract. References in (a) 11 this contract requires shop drawings, the Contractor shall the contract to equipment, material, articles, or patented processes coordinate all such drawings, and review them for accuracy, com- by Ir:;de name, make, or cala!og number, shall be regarded a;: pleteness,and compliance with order requirements and shall indicate establishing a standard of quality and shall not be construed as limiting its approval thereon as evidence of such coordination and review. competition. The Contractor may, at its option, use any equipment, Shop drawings submitted to the Contracting O11lic3r without evidence material,articie,or process that,in the judgment of,and as approved of the Contractor's approval may be returned iorresubmission. The bythe Contracting Officer,is equal to that named in the specifications, Contracting Ofticerwill indicate an approval ordisapproval of the shop unless otherwise specifically provided In this contract. drawings and if not approved as submitted shall Indicate the PHA/ (b) Approval of equipment and materials. IHA's reasons therefor. Any work done before such approval shall be (1) The Contractor shall obtain the Contracting Officer's sp- at the Contractcr's risk. Approval by the Contracting Officer shall not proval of the machinery and mechan.:al and other equipment to be relieve the Contractor Irom responsibility for any errors or omissions Incorporated into the work. When requesting approval,the Contractor in such drawings, nor from responsibility for complying with the sha'i furnish to the Contracting Officer the name of the manufacturer, requirements of this contract, except whh respect to variatlon:: the model number, and other Information concerning the perfor- descrlbed and approved in accordance with (f)below. mance,capacity,nature,and rating of the machinery and mechanical (f) If shop drawings show variations from the contract requirements, and other equipment, When required by this contract or by t.ia the Contractor shall describe such variations In writing,separate from Contracting Officer, the Contractor shall also obtain the Contracting the drawings,at the time of submission. If the Architect approves any Officer's approval of the material or articles which the Contractor such variation and the Contracting Officar concurs, the Contracting contemplates incorporating Into the work. When requesting approval, Officer shall issue an appropriate modification to the contract,except the Contractor shall provide full information concerning the material that, if the variation is minor or does not Involve a change in price or or articles. Machlnery, equipment, material, and articles that do not in time of performance, a modification need not be issued. have the required cpproval shall be Installed or used at the risk of (g) It shall be the responsibility of the Contractor to make timely subsequent rejection. requests of the PHA/IHA for such large scale and full size drawings, (2) When required by the specifications or the Contracting color schemes, and other additional information, not already in his Officer, the Contractor shall submit appropriately marked samples possession,which shall be required in the planning and production of (and certificates related 10 them) for approval at the Contractor's the work. Such requests may be submitted as the need arises, but expense, with all shipping charges prepaid. The Contractor shall each such request shall be filed In ample time to permit appropriate label, or otherwise properly mark on the container, the material or action to be taken by all parties Involved so as to avoid delay. product represented,Its place of rrlgln,the name of the producer,the (h) The Contractor shall submit to the Contracting Officer for ap• Contractor's name, and the Identification of the construction project proval four copies (unless otherwise indicated) of all shop drawings for which the material or product is Intended to be used. as called for tinder the various headings of these specfflcal(ons. Three (3) Certlficalesshall besubmitted Intriplicate,describing each sets(unless otherwise Indicated)of all shop drawings,will be retained sample submitted for approval and certifying that the material, by the PHAAHA and one set will be returned to the Contractor. As equipment or accessory complies whh contract requirements. The required by the Contracting Officer,the Contractor, upon completing certificates shall include thin name and brand of the product,name of the work unCer this contract, shall furnish a complete set of all shop manuincturer, and the location where produced. drawings as finally approved. These drawings shall show all changes (qi Approval of a sample shall not constitute a waiver of the and revisions made up to the time the work is completed and PHA/)HA right to demand full compliance with contract nutulrements N accepted. Materlais, equipment and accessories may be rejected for cause (i) This clause shall be Included Inallsutxonlractsatany flar. Itshall even though samples have been approved. be the responsibility of the Contractor to ensure that all sh,)pdrawings J prepared by subcontractors are submitted to the Contracting Ofiicer. (5) Wherever materials are required to comply with recog- cp nized standard or specifications, such specifications shall be ac- 10. As-Bullt Drawings ceptedasestablishing the technical qualities and testing methods,but (a) "As built drawings," as used In this clause, means drawings shall not govern the number of tests required to be made nor modify submitted by the Contra7or UI subcontractor at any tier to show the other con'•act requirements. The ConUacting Officer may require cr?rsLuctlon of a particular structure or work as actually completed laboratory test reports on items submitted for approval or may approve materials on the basis of data submitted In ce under the contract. "As•bulfi drawings' shall be synonymous with rtillcates with 'Record drawings." samples. Check tests will be made on materials delivered for use only as frequently as the Contracting Officer determines necessary to (b) As required by the Contracting OMlcer, the Contractor shall Insure compliance of materials with the specifications. The ConNac. provide the Contracting Officer accurate information to be used In the for will assume all costs of re-testing materials which fall to meet preparatlon of permanent as•bulll drawings. For this purpose, the contract requirements and/or lestino materials ollbred in substitution Contractor shall record on one set of contract drawings all changes for those found deficient, from the Installations originally Indicated,and reco,d final locations of underground lines by depth from finish grade and by accurate (6) Atter approval, samples will be kept In the Project office Pegg 4 of 18 corm HUD-5370 until comPielron o1 work They may be built Into the work after A substantial quantity of the materials they represent has been built In equitable adjustment for additional time or money on any stop order a^d accepted. Issued under these circumstances. (c) Prohibition against use of lead-based paint. The Contractor shall (a) The Contractor shall be responsible for Its r,,bconlraetors' comply with the prohibition against the use of lead-based paint co,npiiance with the provisions of this clause. The Contractor shall contained In the Lead-Based Palm Poisoning Prevention Act (42 take such action with respecl to any subcontract as the PHA/IHA,the U S.C. 4821-4846) as Implemented by 24 CFR Pert 35. Secretary of Housing and Urban Development, or the Secretary of Labor shall direct as a means of enforcing such provisions, 2. Permits and Codes (a) The Contractor shall give all notices and comply with all appli• 14. Temporary Heating cable lawb,ordinances,codes,rules and regulations. Notwithsland• The Contractor shall provide and paylor'emporary floating,covering, Ing the req iirement of the Contractorto complywith the drawings and and enclosures necessary to properly protect all work end materials spechicat ons In the contract, all work installed shall comply with all against damage by dampness and cold, to dry out the work, and to applicabl&codes and regulations as amended by anywaivors. Aefore facllhare the completion of the work. Any permanent heating equip- inslalling the work,the Contractor shall examine the drawings andthe ment used shall be tuned over to the PHAJIHA In the condition and speclticatlons for compliance with applicable codes and regulations at the time required b� the specifications. bearing on the work and sherl i,nmediately report any discrepancy h 15 Availability anc Use of Utility Services may discover to the Contracting Officer. Where the requirements of the drawingsand specoicationsfall tocr^nplywith the applicabiacode (a) The PHA/IHA shay -take all reasonably required amounts of or regulation, the Contracting Officer shall modify the contract by utilities available to the Contractor from existing outlets and supplies, change order pursuant to the clause entitled Changes hereir, to asspechiedinthe contract. Unless otherwise provided inthe contract, conform to the code or regulation. the amount of each utility service consumed shall be charged to or (b) ThA Contractor shall secure „nd pay for all permits, foes, and paid for by the Contractor at prevailing rates charged to the PHA/1HA incenses necessary for the proper execution and completion of the or,where the utility is produced by the PHA/IHA,at reasonable rates work. Where the PHA/IHA can arrange for the issuance of all or pan determined by the Contracting Officer. The Contraclu, shall carefully of these permits,fear and licenses,without costtothe Contractor,the conserve any utilities furnished without charge. cortract amount shall be reduced accordingly. (b) The Contractor,atIts expense and inamanner satisfactory tothe Contracting Officer,shall Install and maintain all necessary temporary 13. Health, Safety, and Accident Prevention connections and distribution lines,and all meters requlredto measure (a) In performing this contract, the Contractor shall: the amount of each utllhy used for the purpose of determl--tg (1) Ensure that no laborer or mechanic shall be required to charges. Before final acceptance of the work by the PhAJIHA, the work in surroundings or under working conditions which are unsanl- Contractor ,hall remove all the temporary connections, distribution tary, htizardous, or dangerous to his/her health and/or safety as lines,' motors, and associated paraphernalla. determ.ned undw construction safety and health standards promul• 16. protection of Existing Vegetation, Structures, gale, by the Secretary of Labor by regulr.tion; Equipment, UtIlKles, and Improvements (2) Protect the Yves, heahh, and safety o1 other persons; (a) The Contractor shall preserve and protect all structures, equip- (3) Prevont damage to properly, materials, supplies, and ment, and vegetation (such as trees, shrubs, and grass) on or equipment; and, adjacent to the work she, which are not to be removed under this (4) Avoid work Interruptions, contract, and which do not unreasonably interfere with the work (b) For these purposes,the Contractor shell: required under this contract. (1) Comp!v with regulations and standards issued by the (b) The Contractor shall only remove trees when specifically author- ized to do so, and shall avoid damaging vegetation that will remain in Secretary of Labor at 29 CFR Part 1926. Failure to comply may resuh lace. I1 any Ilmbs or branches of trees aro broken during perform• in Imposition of sanctions pursuant to the Contrail Work Hours and once of this contract,or by the carafes operation of equipment,or by Safety Standards Act(Public Lew 91.54,63 Stal.96),40 U.S.C. 327 workmen, the Contractor shall frim those limbs or branches wflh a at seq.; and, clean cul and paint the cut whh a tree-pruning compound as directed (2) Include lhetot ins ofthis clause Inevery subcontract sothat by the Contracting Olficer, such terms will be binding on each subcontractor. r. (c) The Contractor shall protect from damage all existing Improvn- (c) The Contractor shall maintain an accurate record of exposure monis and utllities (1) at or near the work she and (2) of, uuiaconl data on all accidents Incident to work performed under this contract properly of a third party,the locations of which are made known to or r resulting In death,traumatic Injury,occupational disease,or damage should be known by the Contractor. Prior to disturbing the ground at to property, materials, supplies, or equipment, and shall report this the construction site,the Contrecfor shall ensure that all underground data In the manner prescribed by 24 CFR Part 1904. utility lines are clearly marked. LD (d) The Contracting Officer shall notify the Contractor of any non- (d) The Contractor shall shore up, brace, underpin, secure, and compliance with these requirements and of the corrective action protect as necessary all foundations and other parts of existing required. This notice, when delivered to the Contractor or the structures Adjacent to,adjoining, and In the vicintly of the she,which Contractor's representative at the site of the work, shall be deemed may be aMocrs� by the excavations or other operations connected sufficlent notice o1 the noncompliance and corrective action required. with the construction of the project. After receiving the notice, the Contractor shall Immediately lakA (e) Any equipmonitemporarllyremoveddsoresullofworkunderthis correctiva aalon, It the Contractor teals or refuses to lake rirrective contract shell be protected, cl:,aned, and replaced In the same action promptly,the Contracting OHlcer may Issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not base Any claim or request for Page 5 of 18 form HUD-5370 cond«ton as at the time of award of this contract. shall be deemed a facility except when the Administrator, or a (1) New work which connects to existing wort,shall correspond in all designee,of the Environmental Protection Agency(EPA)determines respects with that to which I; cunnects andtor be similar to existing that independent lacllhies are :ollocalad In one geographical area. work unless otherwise required by the specifications. (b) In compliance with regulations issued by the United States (g) No structural members shall be altered or In any way weakened Environmental Protection Agency (EPA), 40 CFR Pan 15, pursuant without the wrmen authorization of the Contracting Officer, unless to the Clean Air Act,as amended("Air Act"),42 U.S.C.7401,at seq., such work Is clearly specdled In the plans or specifications. the Federal Water Pollution Control Act, as amended(`Water Act"), (h) If the removal of the existing work exposes discolored or unfin- 33 U.S.C. 1251, of seq.,and Executive Order 11738,the Contractor agrees to— ished surfaces, or work out of alignment, slich surfaces shall be refinished, or the material replaced as necessary to make the (1) Not utilize any facility In the performance of this contract or continuous work uniform and harmonious. This, however, shall not any subcontract which is listed on the EPA List of Violating Facilities be construed to require the refinishing or reconstruction of dissimilar pursuant to Part 15 of the regulations for the duration of time that the finishes previously exposed, or finished surfaces In good condition, facility remains on the list; but in diMerent planes or on different levels when brought together by (2) Promptly notify the Contracting Officer if a facility the I removal of intervening work, unless such refinishing or recon Contractor intends to use in the performance of this contract Is on the siruction is specified In the plans or specifications. EPA List of Violating Facilities orlheContractor knows that ithas been (i) The Contractor shall give all required notices to any adjoining or recommended to be placed on the Lis;, adjar%enl property owner or other pz.,^.y bofore the commencement of (3) Comply with all requirements o1 the Air Act and the Water any work. Act, including the requirements of Section 114 o1 the Air Act and (j) The Contractor shall indemnity and save harmless the PHA/iHA Section 308 of the Vater Act, and all applicable clean air and clear, from any damages on account of settlement or the loss of lateral water standards; and, support of adjoining property, any damages from changes in topog• (4) Include or cause to be included the provisions of this clause raphy affecting drainage, and irom all loss or expense and all in every subcontract, and take such action as HUD may direct as a damages for which the PHA/IHA may become liable in consequence means of enforcing such provisions. of such Injury ordamagoto adjoining and adjacent structures aidthei. 19. Energy Efilclency premises. The Contractor shall comply with all standards and policies relating to (k) The Contractor shall repair any damage to vegetation, strut- energy off iciencywhich are contained in the energyconservation plan hares,aqulpmenl, utllltles,or Improvements,Including those that are Issued In compliance with the Energy Policy and Conservation Act the pro,arty of a third party, resulting from failure to comply with the requirements_M!his contract or iallure to exercise reasonable care In perform 94.163)for the Stale In which the work under the contract Is performed, performing the work. h the Contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary 20, Inspection and Acceptance of Construction work performed and charge the cost to the Contractor. (a) Definitions. As used In this clause - 17. Temporary Buildings and Transportation of (1) "Acceptance"means the act of an authorized represen• Materials tative of the PHA/IHA by which the PHA/IHA approves and assumes (a) Temporary buildings (e.g., storage sheds, shops, offices, sant- oy nership of the work p9rformad under (his contract. Acceptance tary facilities)and utilities may be erected by the Contractor only with .lay partial or complete. the approval o1 the Contracting Officer and shall be bulli wfth labor and (2) "Inspection" means examining and testing the work materials furnished by the Contractor wfthoul expense to the PHA/ performed under the contract (Including, when appropriate, raw IHA.The temporary buildings and utilities shall remain the property of materials,equipment,components,and Intermediate assemblies)to the Contractor and shall be removed bythe Conlracto;at hs expense determine whether it conforms to contract requirements. upon completion o1 the work. With the written conss)nt o1 the (3) "Testing" means that element of Inspection that deter- Contracting Officer,the buildings and utilhles may be abac.1oned and mines the properties or elements, including functlonel operation of need not be removed, materials, equipment, or their components, by the application of W (b) The Contractor shall,as directed by the Contracting Officer,use established scientific principles and procedures, only established roadways,or use temporary roadways constructed (b) The Contractor shall maintain an adequate Inspection system Nby the Contractor when and as authorized by the Contracting Officer. and perform such Inspections as will ensure that the work perlornlad When materiels are transported in prosecuting the work, vehiclesand the contract conforms to contract requirements. All work Is shall not be loaded beyondtheloading capacity recommended bylhe subject to PHA/iHA Inspection and test at all places and at all J mar.:Incturer of the vehicle or prescribed by any federal, state, or reasonable limes before acceptance to ensure slricl compliance whh Iota' law or rePutation. When It Is necessary to cross curbs or the terms of the contract. ;idewafks, the Contractor shall protect them from damage. The (c) PHA/iHAlnspecflons and tests are for the sole benefit of the PHA/ w Contractor shall repair or pay for the repair o1 any damaged curbs, sidewalks, or roads. fHA and do not: (f) relieve the Contractor of responsibility for providing adequate qualltycontrol measures; (2)relieve the Confrac- 18, Clean Air and Water (Applicable to Contracts In Excess of lot of responsibllhy for loss or damage of the material before $100,000) acceptance; (3) constitute or imply acceptance; or, (4) effect the (a) Definition. "Faclifty" means any building, plant, installation, continuing rights of the PHAAHA after acceptance of the completed structure, mine, vessel or other floating craft, location, or she of work under paragraph 6) below. operations, owned, leased, or supervised by the Contractor or any (d) The presence or absence of the PHA/IHA Inspector does not subcontractor, used In the performance of the contract or any relieve the Contractor from any contract requirement, nor Is the subcontract. When a location or she of operations Includes more than Inspeclor authorized to change any term or condition of the specltica- one building,plant,installation,or structure,the entire location or she tions whhout the Contracting Officer's written authorization. All Page 6 at 118 form HUD-5370 instructions and approvals with respect to the work shall be given to the work resulting from the PHA/IHA's possession or use, oorwilh- me Contractor by the Contracting Officer, standing the terms of the clause entitled Pormhs and Codes heroin, (e) The Contractor shell promptly furnish,without addrtlonal charge, (2) all maintenance costs on the areas occuplod;and, (3)lurnishu g all facllrlles, labor, and material reasonably needed for periorming heat, light, power, and water used in the areas occupied with- A such safe and convenient Inspections and tests as may be requlrod proper rdmuneralion therefor. i1 prior possession or use byline P',A/ bythe Contracting Officer. The PHA/IHA may charge to the Contrac- IHA delays the progress of the work or causes additlonal expense to tot any addhiongl cost of Inspection or test when work Is not ready at the Contractor,an equitable adjustment shall be made In trio contract the time specified by the Contractor for Insp9dlon or test, or when price or the time of completion, and the contract shall be modified in prior rejection makes reinspection or retest necessary. The PHA/iHA writing accordingly, shall perform all inspedlons and tests In a manner that will not 22. Warranty of Title unnecessarily delay the work. Special, full site, and performance The Contractor warrants good title to all materials, supplies, and tests shall be performed as described In the contract. equipment Incorporated in tht, ,,,orY, and agrees to deliver the pre- (f) The PHA'IHA may conduct routine Inspections of the construc- mises together with all improvements thereon free frc-n any claims, lion site on a daily basis. liens or charges, and agrees further that neither it nor any other (g) The Contractor shall, without charge, replace or correct work person, firm or corporation shall have any right to a lien upon the foundby the PHA/IHAnottoconform to contract requirements,unless premises or anything appurtenant thereto. the PHA/IHA decides that It is!n its interest to accept the work with an 23 Warranty of Construction appropriate adjustment in contract price. The Contractor shall a In addition to an olhenvarranties inthis contract,the Contractor promptly segrov�le and remove rejected material from the premises. O Y (h) It the Contractor does not promptly replace or correct rejected warrants,except as provided In paragraph Q)of this clause,that work performed under this contract conforms to the contract requirements wort„ the PHA/IHAmay contract or otherwise, replace or and is free o' any defect In equipment, material, or workmanship correct the woorkrkand charge t line cost to the Contractor, or (2) performed by oe Contractor or any subcontractor or supplier at any terminate for default rhe Contractor's right to proceed. tier. This warranty shall continue for a period of (one year (i) It any work requinng inspection Is covered up without approval of unless otherwise Indicated)from the date of final acceptance of the the PHA/IHA, n must, if requested by the Contracting Officer, be work. It the PHA/IHA takes possessfor of any part of the work before uncovered at the expense of the Contractor. it at anytime before final final acceptance,this warranty shall continr,efor aperiod of (one acceptance of the entire work,the PHA/IHA considors It no-,ossary or year unless otherwise Ir jicated)ii uiolhe date that the PHAAHA takes advisable,to examine work already completed by removing or tearing possession, h out,the Contractor,shall on request,promptly furnish all necessary (b) The Contractor shall remedy, at the Oontractor's expense, any facllnles,labor,and material. It such work Is found to to defective or failure to conform, or any detect In addition, the Contractor shall nonconforming in any material respect due to the faun of the remedy, at the Contractor's expense, any damage to PHA-/IHA- Contractor or Its subco,ttractu;s, the Contractor shall defray all the owned or controlled real or personal property whenihedamage Isthe expenses of the ex,,mination end of satisfactory reconstruction. If, result at— however,such work is found to noel the requirements o1 the contract, the Contracting Officer shall make an equitable adjustment to cover (') The Contractor's failure 10 conform to contract require the cost of the examination and roconslructlon, Including, If comple- ments or tion of the work was thereby delayed, an extension of time, (2) Any defects o1 equipment, material,workmanship or do- (1) The Contractor shall notify the Contracting Officer,In writing,as sign turnlshed by the Contractor. to the date when In Its opinion all or a designated portion of the work (c) The Contractor shall restore any work damaged In Willing the will be substantially completed and ready for Inspedlon. If tha terms and conditions of this clause. The Contractor's warranty with Architect determines that the state of preparedness Is as repre- respect to work repaired or replaced will run for _(one year sented the PHA/IHA will promptly arrange for the Inspection. Unless unless otherwise Indicated)trot.,the date of repair or replacement. othen,ise specMed in the contract,the PHA/IHA shall Accept,as soon (d) The Contracting Officer shall notify the Contractor, In writing, as practicable after completion and Inspection, all work required by within a reasonable time atter the discovery of any failure,defect or the contract or that porllon of the work the Contracting Officer damage. determines and designates can be accepted separately. Acceptance (&) It the Contractor falls to remedy Any failure, dated, or damage shell be final and conclusive except for latent detects,baud, gross within a reasonable time after recelpt of notice, the PHAAHA shall mistakes amounting to fraud, or the PHA's/IRA's right under any have the right to replace, repair or otherwise remody the failure, cif warranty or guarantee. defect, or damage at the Contractor's expense. 21. Use and Possession Prior to Completion (1) Wnh respect to all warranties,express or Implied,from subcon- -+ (a) The PHA/IHA shall have tho right to lake possession of or use Any tractors, manulAdurers, or suppliers for work performed and mate- completed or partially completed part of the work. Before taking rials furnished under this contract, the Contractor shall: possession of or using any work,the Contracting ONicer shall turnlsh (1) Obtain all warranties that would be given In normal com- the Contractor a list of Items of work remaining to be performed or merclal practice; corrected on those portlons of the work that the PHA/IHA Intends to (2) Require all warrnnlles !u be executed In writing, for the take possession of or use. However,failure of the Contracting Otflr,ir benefit of the PHA/IHA; and, to list any Item of work shall not relleve the Contractor of rospcnsibliny for complying with the terms of the contract. The f HA/JHA's (3) Enforce all warranties for the benefit of the PHA/IHA. possession or use shall not be deemed an Acceptance of any work (g) In the event the Contractor's warranty underparagraph(a)of this under the contract. clause has expired,the PHA/IHA may t lip suit at Its own expense (h) While the PHA/IHA has such possesslon or use,the Contractor to enforce a subcontrador's, manufacturer's or supplier's warranty. shall be reiloved of the responsibility for (1)the loss of or damage to (h) Unless a doted Is caused by the negligence of the Contrrctor or subcontractor or supplier At any liar,the Contractor shall not be liable Pape 7 of 18 form HUD-5770 forthe repair of anydefect of material or design furnished by the PHA' price. Such estimates shall be submitted not later than days IHA nor for the repair of any damage that resulls from any deject In in advance of the date senor payment and are subjocl to correction P-iMHA furnished material or design, and revision as required. Tha estlmales must be approved by the (i) Notwithstanding any provisions herein to the contrary,the estab- Contracting Officer with the concurrence of the Architect prior to lishment of the time periods In paragraphs(a)and(c)above relate only payment. If the contract covers more than one project,the Contractor to the specrlc obligation of the Contractor to correct the work, and shall furnish a separate progress payment estlmalo for each. have no relationship to the time within which its obligation to comply (9) Along with each request for progress payments and the required with the contract maybe sought to be enforced,nor to the time wlthln estimates, the Contractor shall furnish the following certllicalinn, or which proceedings may be commenced to establish the Contractor's payment shall not b9 made: liability with respect to Its obligation other than specifically to correct I hereby certify, to the best of my knowledge and belief, that- ihe work. (1) The amounts requested are only for parformanco In actor (j) This warranty shall not limit the PHA'snHA's rights under the dance with the specifications,terms, and conditions of the contract; Inspection and Acceptance of ;onstruclionclause ofthis contract with respect to latent detects,gross mistakes or fraud, (2) Payments to subcontractors and suppliers have been made from previous payments received under the contract, and 24. Prohlbltlon Against Liens timely payments will be made from the proceeds of the payment The Contractor Is prahlblled from placing a lien on the PHA's/IHA's covered by this certification, in accordance with subcontract agree- property.'This prohibition shall apply to all subcontractors at any tier ments; and, and all materials suppliers. (3) This request for progress payments does not include any Administrative Requirements amounts which the prime contractor intends to withhold or retain from a subcontractor or supplier in accordance with the terms and condi- 25. Contract Period tions of the subcontract. The Contractor shall complete all work required under this contract (Nemo) within,`calendar days of the effective date of the contract,or within the time schedule established in the notice to proceed issued by the (Title) Contracting OMicor. 26, Order of Precedence (gala) In the event of a conflict between these General Conditions and the SpecHIcallons,the General Conditions shall prevail. In the event of a conflict between the contract and any applicable state or local law (1) Except as otherwise provided In Slate law, the PHA/1HA shall or regulation,the stale cr local law or regulation shall prevail;provided lhaj such slate or local law or regulation does not conflict with, or is retain ten (10) percent of the amount of progress payments until completion and acceptance oiall wnrkunder the contract;except,that less restrictive than applicable federal law, regulation, or Executive il Order. !n the event of such a conflict, applicable federal law, upon completion of 50 percent of the work,the Contracting 0fiicer, regulation, and Executive Order shall prevail, after consuhing with the Architect, determines that the Contractor's performance and progress are satisfactory,the PHArIHA may make 27. Payments the remaining payments In full for the worst subsequently completed. (a) The PHA/IHA shall pay the Contractor the price as provided In this It the Contracting Officer subsequently determines that the contract. Contractor's performance and progress are unsatisfactory,the PHA/ (b) The PHA/IHA shall make progress payments approximately IHA shall reinstate the ten (10) percent (or other percentage as provided in State law) retainage until such time as the Contracting every 30 days as the work proceeds, on estimates ai work eeeom- plished which meets the standards of quality established under the Officer determines that performance and progress are satisfactory, contract,as approved by the Contracting 011icer, The PHA/IHA may, (g) The Contracting Officer may authorize material delivered on the subject to written determination and approval of the Contracting sfte and preparatory work done to be taken into consideration when Officer, make more frequent payments to contractors which are computing progress payments. Material delivered to the Contractor qualified small businesses. at locations other than the silo may also be taken into consideration j the Contractor furnishes satisfactory evidence that (1) !1 has it (c; Before the first progress payment under this contract, the acquired title to such material; (2) the material is properly stored in Contractorshall furnish,in suchdelallas raquestedbytheConiracting a bonded warehouse, storage yard,or similar suitable place as may aficer, a breakdown cf the total contract price showing the Pmounl be approved by the Contracting Officer;(3)the material Is Insured to included therein for each principal category of the work, which shall cover its full value, and (4) the material will be used to perform this substantiate the payment amount requested in order to provide a contract. Before any progress payment which Includes delivered basis for determining progress payments. Tho breakdown s`iall be malarial Is made,fife Contractor shall furnish such documentation as approved by the Contracting Otlicer and must be acceptable to HUD. the Contracting Officer may require to assure the projection of the If the contract covers more than :ne project, the Contractor shall PHA's/IHA's interest in such materials. The Contractor shall remain furnish a separate breakdown for each. The values and quantities responsible for such stored material notwithstanding the transfer of employed In making up this breakdown are for determining the title to the PHA/IHA. amount of progress payments and shall not be construed as a basis for additions to or deduct ons from the contract price. Th.a Contractor (h) All material and work covered by progress payments made shall, shall prorate Its overhead and profit over the construction period of the at the time of payment become the sole property of the PHA/IHA,but conirarA. this shall not be construed as(1)relieving the Contractor Iromthe sole (d) The Contractor shall submit,on forms provided by the PHArIHA, responsibility for all material and work upon which payments have been made or the restoration of any damaged work,;or, (2) waiving panodic estimates showing the value of the work performed during the right of the PHA/IHA to require the fulfillment of all 01 the!errris of each period based upon the approved breakdown of the contract the contract. In the event the work of the Contractor has been Page 6 of 18 form HUD-!370 damaged by other contractors or persons otherthan employees of the (d) If any change under this clause causes an Increase or decrease ,PHA/IHA In the course of their employment, the Contractor shall In the Contractor's cost oi, or the time required for the performance restore such damaged work without cost to the PHA/IHA and to seek of any part of the work under this contract, whether or not changed redress for its damage only from those who directly caused it. by any such order, the Contracting Officer shall make an equftable (i) The PHA/IHA shall make the final payment due the Contractor adjustment and modify the contract In writing. However, except for under this contract after (1) completion and final acceptance of all a adjustment based on defective speclfications,'no proposal for any work; and(2)presentation of release )f all claims against the PHA/ change under paragraph (b) above shall be allowed for any costs IHA arising by virtue of this contract, other than claims, In stated incurred more than 20 days (5 days for oral orders) before the amounts, that the Contractor has specifically excepted from the Contractor gives written notice as required. In the case of defective operation of the release.Each such exception shall embrace no more specifications for which the PHA/IHA Is responsible, the equitable than one claim,the basis and scope of which shall be clearly defined. adjustaient shall Include any Increased cost reasonably Incurred by The arn- ,nts for such excepted claims shall not be included In the the Contractor in attempting to comply with the defective specifica- request ;or final payment. A r9lease may also be required of the tions. assignee If the Contractor's claim to amounts payable under this (e) The Contractor must assert Its right to an adjustment under this contract has been assigned. clause within 30 days after(1)receipt of a written change order under ;j) Prior to making any payment,the Contracting Officer may require paragraph (a)of this clause, or(2)the furnishing of a Witten notice the Contractor to furnish receipts or other evidence of payment from under paragraph(b)of this clause,by submitting a written statement all persons performing work and supplying material to the Contractor, describing the goneral nature and the amount of the proposal. If the ff the Contracting Officer determines such evidence is necessary to facts justify it, the Contract.ng Officer may extend the period for substantiato claimed costs. submission. The proposal may be Included In the notice required (k) The PHA/IHA shall net (1) determine or adjust any claims for under paragraph (b) above. No proposal by the Contractor for anequitable adjustment shall be allowed if asserted after final payment payment or disputes arising thereunder between the Contractor and under this contract. its subcontractors or material suppliers;or,(2)withhold any moneys for the protection of the subcontractors or material suppliers. The (f) The ContractL•'s written proposal for equitable adjustment shall failure or refusal of the PHA/IHA to withhold moneys from the be submitted In the lurrr of a lump sum proposal supported with an Contractor shall In nowise impair the obligations of any surety or Itemized breakdown of all Increases and decreases In the contract in sureties under any bonds furnished under this contract. at least the following details: 28. Contract Modifications (1) Direct Costs. Materials (list Individual Items,the quankity and unit cost of each, and the aggregate cost);Transportatlon and (a) Only the Contracting Officer has authority to modify any term or delivery costs associated with materials;Labor breakdowns by hours condition of this contract. Any contract modification shall be author- orunit costs(Identifiedwith specificworkto be performed);Construc- ized In writing. tion• equipment exclusively necessary for the change; Costs of (b) The Contracting Officer may modify the contract unilatera'ly-(1) preparation and/or revision to shop drawings resulting from the pursuant to a specific authorization stated In a contract clause(e.g., change; Worker's Compensation and Public Liability Insurance; Changes);or(2)for administrative matters which do not change the Employment taxes under FICA and FUTA;and, Bond Costs-when rights or responsibilities of the parties(e.g.,change In the PHA,'IHA size of change warrants revision. address). All other contract modifications shall be in the form of (2) Indirect Costs. Indirect costs may Include overhead, supplemental agreements signed by the Contractor and the Contract- general and administrative expenses,and fringebenefits not normally ing Officer, treated as direct costs. (c) When a proposed modification requires the approval of HUD prior (3) Profit. The amount of profit shall be negotiated and m to Its issuance (e.g., a change order that exceeds the PHA's/IHA's vary according to the nature, e)ctent, and complexity of the wor approved threshold),such modification shall not be effective until the required by the change. required approval is received by the PHA/IHA. The allowability of the direct and Indirect costs shall be determined In 29. Changes accordance with the Contract Cost Principles and Procedures for (a) The Contracting Officer may, at any t!me, without notice to the Commercial Firms In Part 31 of the Federal Acquisition Regulation(48 sureties, by written order designated or Indicated to be a change CFR 1.31),as implemented by HUD Handbook 2210.1 a,in effect on 0 order, make changes in the work within the general scope of the the date of this contract. The Contractor shall not be allowed a profit •— contract including changes: on the profit received by any subcontractor. Equitable adjustments ct fordeletedworkshall Include acreditforprofltand may Include acredit N (1) In the specifications (Including drawings and designs); for Indirect costa. On proposals covering both Increases and de- (2) In the method or manner of performance of the work; creases in the amount of the contract,the application of Indirect costs (3) PHA/IHA-furnished facilities, equipment, materials, serv- and profit shall be on the net-change In direct costs for the Contractor o'. ices, or site; or, or subcontractor performing the work. (4) Directing the acceleration In the performance of the work. (g) The Contractor shall Include in the proposal its request for time (b) Any other written order or oral order ;which, as used in this extension (If any), and shall Include sufficient Information and dates paragraph(b),Includes direction,Instruction,Interpretation,or deter- to demonstrate whether and to what extant the change will delay the mination)from the Contracting Officer that causes a change shall be completion of the contract In Its entirety. treated as a change order under this clause; provided, that the (h) The Contract!ng Officer shall act on proposals within 30 days Contractor gives the Conti-icting Officer written notice stating(1)the after their receipt,or notify the Contractor of the date when such action date, circumstances and ;.ource of the order and (2) that the will be taken. Contractor regards the order,-z d change order. (I) Failure to reach an agree-tent on any proposal shall be a dispute (c) Excep'as provided In ihls clause,no order,statement or conduct under the clause entitled Disputes herein. Nothing In this clause, of the Contract!ng Officer shall be treated as a change under this however, shall excuse the Contractor from proceeding with the clause or eil:!de the Contractor to an equitable adjustment. contract as changed. Page 9 of 18 form HUD-5370 (1) Except.n an emergency endangering Ida or properly,no change (1) The Contractor shall proceed diligently with performance of this shall be made by the Contractor without a prior order from the contract, pending final resolution of any request for relief, claim. Contracting Officer, appeal,or action arising under or relating to the contract,and comply 30. Suspension of Work with any decision of the Contracting Officer. (a) The Contracting Olficer may order the Contractor In writing to 32. Default suspend,delay,or interrupt all or any part of the work of this contract (a) If the Contractor refuses or falls to prose;.ute the work, or any for the period of time that lha Contracting Officer determines appro- separable part thereol,with lhcdiligence that will Insure hscomplelion priate for the convenience of the PHA/IHA. within the time specified in this contract,or any extension thereof,or (b) 11 the performance of all or any parl of the work Is, for an tails to complete said work within this time,the Contracting Officer unreasonable period o1 time,suspended,delayed, or Interrupted(1) may,bywritten notice to the Contractor,terminate the right to proceed by ail act of the Contracting Officer in the administration of this with-the work for separable part of the work)that has bean delayed. contract,or(2)bythe Contracting Officer's failureto actwMhin the time In this event,the PHA/IHA may take ovor the work and complete it, specified(or within a reasonable time If not specified)In this contract by contract or otherwise, and may take possession of and use any an adjustment shall be made for any increase in the cost of perlor- materials, equipment, and plant on the work site necessary for mance of the contract (excluding profit) necessarily caused by such completing the work. The Contractor and Its sureties shall be liable unreasonable suspension, delay, or Interruption and the contract for anydamage to the PHA/IHA resulting fromthe Contractor's refusal modified in writing accordingly. However, no adjustment shall be or failure to cc nplete the work within the spechied time,whether or made under this clause for any suspension, delay, or Interruption to not the Contractor's right to proceed with the work is terminated. This the exlenttha,performance would have been so suspended,delayed, liability Includes any increased costs incurred by the PHA/IHA in or interrupted by any other cause,including the fault or nent:gence of completing the work. the Contractor or for which any equitable adjustment Is p ovided for (b) The Contractor's right to proceed sha!I r.A be terminated or the or excluded under any other provision of this contract. Contractor charged with damages under this;clause tf— (c) A claim under this clause shall not be allowed (1)for any costs (1) The delay In completing the work arises from unforesou- incurred more than 20 days before the Contractor shall have notified able causes beyond the control and wffhout the fault or negligence of the Contracting Officerinwritingoftheact orfailuretoact Involved(but the Contractor. Examples of such causes In;ludo(I)acts ofGod, or this requirement shall not apply as to a claim resulting from a o1 the public enemy, (i1) acts of the PHAAHA or other governmental suspension order);and, (2)unless tho:lalm, in an amount stated, Is entity in efiher hs sovereign o•,,ontractuafcapachy,(iii)acts of another asserted in writing as soon as practicaule after the termination of the contractor In the performance of a contract with the "HAAHA, (iv) suspension,delay,or interruption, but not later than the date of final fires, (v) floods, (vi) epidemics, (vli) quarantine restrictions, (viii) payment under the contract. strikes, (Ix)freight embargoes, (x) cnusually severe weather, or (xl) 31. Disputes delays of subcontractors or suppliers at any Ilor arising from unlore- (a) "Claim,"as used In this clause,means a wrMen demand or wrMen seeable causes beyond the control and without the fault ornegllghnco assertion by one of the contracting parties seeking, as a matter of of both the Contractor and the subcontractors or suppliers; and right, the paymant of money In a sum certain, the adjustment or (2) The Contractor,within_days(10 days unless otherwise mferprelation of contract terms,or other raliet arising under or relating indicated)from the beginning of such delay(unless extended by the to the contract. A claim arising tinder the contract, unlike a claim Contracting Otilcer) nottlies the Contracting Off lcor In writing of the relating to the contract,is aclalmthal can be resolved under acontract causes of delay. The Contracting Officer shall ascertain the facts and clause that provides for the relief sough,by the claimant. A voucher, the ealenl of the delay. 11,In the)udgmenl of the Contracting Officer, invoice, or other routine request for payment that Is not In dispute the findings of fact warrant such action,time for completing the work when submilled Is-ot a claim. The submission may be converted to shall be extended by written modl,cation to the contract, The findings a claim by complying with the requirements of this clause, h h Is of the Contracting OHIcer shall be reduced to a written decision which disputed eliher as to liability or amount or Is not anted upon In a shall be subject to the provisions of the Disputes ulause of this contract. reasonable time. (c) tf, after termination of the Contractor's right to proceed, It Is (b) I-xcepl for disputes arising under the clauses eniftled Labor determined that the Contractor was not In default, or that the delay Standards and Labor Standards- Nonroutine Maintenance, was excusable, the rights and obligations of the parties will be the herein,all disputes arising under or rolallna to this contract,Including same as If the termination had been for convenience of the PHA/IHA, any claims for damages for the alleged breach thereof which are not 33, Uquldsted Damages disposed of by agreement, shall be resolved under this clause. (o) It the Contractor fa!is to complete the work within the time v. (c) Aif claims by the Contractor shall be made In writing a,id spec111ed In the contract,or any exlenslon, as speckled in the clause submitted to the Contracting Officer for a written decision. A claim by entitled Default of this contract,the Contractor shall pay to the PHA/ the PHA/IHA against the Contractor shall be sub)ecl to a written IHA as liquidated damages,the sum of b [Contracting -� decision by the Contracting ONlcer. Officer Insert amount)for each day of delay. If different completion (d) The Contracting Officer shall,within (60 unless otherwise dates are specified In the contract for separate parts or stages of the indicated)days atter receipt of the request,decide the claim or notify work,the amount of liquidated damages shall be prsessed on those the Contractor of the dale by which the decision will be made. parts or steges which are delayed. To the eylai it that Vie Contractor's (e) The Contracting Officer's decision shall he final unless the d3lay or nonperformance Is excused under another ciau:a In ihi� Contractor(1) appeals in writing to a higher level In the PHAAHA in contract, liquidated damages shall not be due the PHA/IHA. The accordance with the PHA's/IHA's policy and procedures,(2)refers the Contractor remains Ilab!e for damages caused other than by delay, appeal to an Independent mediator or arbitrator, or(3)files suit In a (b) It the PHA/IHA terminates the Contractor's right to proceed,the court of competent jurisdiction. Such appeal must be made within resulting damage will consist of11qukfateddamages until such reason. (30 unless otherwise Indicated)days aher receipt of the Contracting able time as may be required for final completion of the work together Officer's decision. with any Increased casts occasioned the PHA/IHA In completing the work. Page 10 of 18 farm HUD-5370 (c) If the PHA/IHA does not terminate the Contractor's right to (3) Automobile Liability on owned and non-owned motor vc,- proceed,the resulting damage will consist of liquidated damages until hicles used on the site(s)or in connection therewith for a combined the work is completed or accepted. single limit for bodily injury and property damage of not less than 34. Termination for Convenience $ [Contracting Officer insert amount] per occurrence. (a) The Contracting Officer may terminate this contract in whole,or (b) Before commencing work,the Contractor shall furnish the PHA/ IHA with a certificate of insurance evidencing that Builder's Risk(fire in part, whenever the Contracting Officer determines that such and extended coverage) Insurance on all work in place and/or termination is in the best Interest of the PHA/IHA. Any such materials stored at the building sfte(s), Including foundations and termination shall be effected by delivery to the Contractor of a Notice building equipment,is in force. The Builder's Risk Insurance shall be of Termination specifying the extent to which the performance of the for the benefit of the Contractor and the PHA/IHA as their interests work under the contract is terminated,and the date upon which such may appear and each shall be named in the policy or policies as an termination becomes effective. Insured. The Contractor In installing equipment supplied by the PHA/ (b) If the performance of the work is terminated,either In whole or in IHA shall carry Insurance on such equipment from the time the part,the PHA/IHA shall be liable to the Contractor for reasonable and Contractor takes possession thereof until the Contract work is proper costs resulting from such termination upon the receipt by the accepted by the PHA/IHA. The Builder's Risk Insurance need rot be PHA/IHA of a properly presentedclaimsetting out indetail:(1)thetotal carried on excavations,piers,footings,or foundations until such time cost of the work performed to date of termination less the total amount as work on the super-structure is started. It need not be carried on of contract payments made to the Contractor;(2)the cost(including landscapework. Policies shall furnish coverage at all times forthefull reasonable profit) of settling and paying claims under subcontracts cash value of all completed construction,as well as materials In place and material orders for work performed and materials and supplies and/or stored at the site(s),whether or not partial payment has been delivered to ti a site,payment for which has not been made by the PHA made by the PHA/IHA. The Contractor may terminate this Insurance to the Contractor orbythe Contractortothe subcontractor orsupplier; on buildings as of the date taken over for occupancy by the PHA/IHA. (3)the cost of preserving and protecting the work already performed The Contractor is not required to carry Builder's Risk Insurance for until the PHA/IHA or assignee takes possession thereof or assumes modernization work which does not Involve structural alterations or ,esponsiblllty therefor; (4) the actual or estimated cost of legal and additions and where the PHA's/IRA's existing }ire and extended accounting services reasonably necessary to prepare and present coverage policy can be endorsed to include such work. the termination claim to the PHA/IHA;and(5)an amount constituting (c) All Insurance shall be carried with companies whl,,h are finan- a reasonable profit on the value of the work performed by the cially responsible and admitted to do business In the Stale In which the Contractor. project Is located. If any such insurance Is due to oxpire during the (c) The Contracting Officer will act on the Contractor's claim within construction period, the Contractor (Including subcontractors, as _ days (60 days unless otherwise Indicated) of receipt of the applicable) shall not permit the coveragr,to lapse and shall furnish Contractor's claim. evidence of coverage to the Contracting Officer. All certificates of (d) Any disputes with reEard to this clause sre expressly made Insurance, as evidence of coverage, shall provide that no coverage subject to the provisions of the Disputes clause of this contract. may be canceled or non-renewed by the Insurance company until at least 30 days prior written notice has been given to the Contracting 35. Assignment of Contract The Contractor shall not assign or transfer any Interest in this contract; 37. Subcontracts except that claims for monies due or to become due from the PHA/ IHA under the contract may be assigned to a bank,trust company,or (a) Definitions. As used In this contract- other financial Institution. Such assignments of claims shall only be (1) "Subcontract" means any contract, purchase order, or made with the written corcurrence of the Contracting Off Icer. If the other purchase agreement, Including modifications and change or- Contractor Is a partnership,this contract shall Inure to the benefit of ders to the foregoing, entered Into by a subcontractor to furnish the surviving or remaining member(s) of such partnership as ap- supplies,materials, equipment,and services for the performance of proved by the Contracting Officer. the prime contract or a subcontract. 36. Insurance (2) "Subcontractor"means any supplier,vendor,orfirmthaf (a) Before commencing work,the Contractor and each subcontrac- furnishes supplies, materials, equipment, or services to or for the for shall furnish the PHA/IHA with certificates of Insurance showing Contractor or another subcontractor. the following Insurance Is In force and will Insure all operations under (b) The Contractor shall not enter Into any subcontract with any rr the Contract: subcontractor who has been temporarily denied participation In a (1) Workers'Compensation, In accordance with state or Ter HUD program or who has been suspended or debarred from partiei- ritorial Workers' Compensation laws. pating in contracting programs by any agency of the United States Government or of the state In which the work under this contract Is to J (2) Commercial General Liability with a combined single limitbe perlormed, for bodily injury and property damage of not less than (c) The Contractor shall be as fully responsible for the acts or $ (Contracting Officer Insert Pmount) per occur omissions of Its subcontractors, and of persons either directly or rl, Fence to protect the Contractor and each subcontractor against claims -J for bodily Injury OF death and damage to the property of others. This Indirectly employed by them as for the acts or omissions of persons shall cover the use of all equipment,hoists,and vehicles on the site(s) directly employed by the Contractor. not covered by Automobile Liability under(3)below. If the Contractor (d) The Contractor shall Insert appropriate clauses in all subcon- has a "claims-made" policy, then the following additional require- tracts to bind subcontractors to the terms and conditions of this ments apply:the policy must provide a"retroactive date"which must contract Insofar as they are applicable to the work of subcontractors, bo on or before the execution date of the Contract;and the extended (e) Nothing contained in this contract shall create any contractual reporting period may not be !ess than five years following the relationship between any subcontractor and the PHA/IHA orbetween completion date of the Contract. the subcontractor and HUD. Pegs 11 of 18 form HUD-5370 36. Subcontracting with Small and Minority Firms, Women's Business Enterprise, and Labor Surplus Secretary of Labor, this contract may be canceled, terminared, or Area Firms suspended in whole or in part, and iiia Contractor may be dac'arod The Contractor shall take tf,efollowing steps toensure that,whenever ineligible for further Government contracts, or Federa!iy asslst©d possible,subcontracts are awarded to small business firms,minority construction contracts under the procedures authorized in Executive firms, women's business enterprises, and labor surplus area firms: Order 11246, as amended. In addition. sanctions may be imposed (a) Placing qualdred small and minority businesses and women's and remedies invoked against the Contractor as provided In Executive business enterprises on solicitation lists: Order 11246, as amended, the rules, regulations, and orders of the Secretary of Labor, or as otherwise provided by law. (b) Ensuring that small and minority businesses and women's (I` The Contractor shall Include the terms and conditions of this business enterprises aro solicited whenever they are potential clause in every subcontract or purchase order unless exempted by sources; the rules,regulations,or orders of the Secretary of Labor issued under (c) Dividing total requirements, when economically feasible, into Executive Order 11246, as amended, so that these terms and smaller tasks or quantities to permit maximum participation by small conditions will be binding upon each subcontractor or vendor. The and minority businesses and women's business enterprises; Contractor shall take such action with respect to any subcontract or (d) Establishing delivery schedules,where the requirements of the purchase ordei as the Secretary of Housing and Urban Development contract permit,which encourage participation by small and minority or the Secretary of Labor may direct as a means of enforcing such businesses and women's business enterprises; and provisions,Including sanctions for nor.compiiance;provided that It the (e) Using the services and assistance of the U.S. Small Business Contractor becomes Involved in,ur is threatened with, litigation with Administration, the Minority Business Development Agency of the a subcontractor orvendo. as a result of such di, .lion,the Contractor U.S. Department of Commerce, and State and local governmental may request the United States to enter into the litigation to protect the small business agencies, interests of the United States, 39. Equal Employment Opportunfty u) Compliance with the requirements of this clause shall be to the maximum ext--,consistent with,but not In derogation of,compliance During the performance of this contract, ,to Contractor agrees as with section 7(b) of the Indian Sell-Determination and Education follows: Assistance Act and the Indian Preference clause of this contract. (a) The Contractor shall not discriminate against any emp oyee or 40 Equal Opportunity for Businesses and Lovrer- applicant for employment because of race, color, rsllgion, sex, Income Persons(HUD Act of 1968,Section 3)(Applicabls to national origin, or handicap. Contracts In Excess of $500,000.) (b) The Contractor shall lake affirmative action to ensure that (a) The work to be performed under this contract Is on a project applicants are employed, and that empieyees are treated during assisted under a program providing direct Federal financial assis- employment without regard to their race,color,religion,sex,national tance from the Department of Housing and Urban Development end origin, or handicap. Such action shall Include, but not be limited to, Is subject to the requirements of section 3 of the Housing and Urban (1)employment,(2.)upgrading,(3)demotion,(4)transfer,(5)recruit- Development Act of 1968,as amended, 12U>S>C> 1701 U. Section ment or recruitment advertising, (6)layoff or termination, (7)rates of 3 requires that to the greatest extent feasible opportunities for!raining pay or other forms of compensation, and (8) selection for training, and employment be given lower Income residents of the project area Including apprenticeship. and contracts for work In connection with the project bo awarded to (c) The Contractor shall post In conspicuous places available to business concerns which are located In,or owned In substantial part employees and applicants lot employment the notices to be provided by persons resising in the are& of the project, by the Contracting Officer that explain this ciaus6. (b) The parties to this contrach wlll„cmplywhh the provisions of said (d) The Contractor shall, In all solicitations or adverilsemr?nls for sectlon3and the regulations Issued pursuant therolobytheSecretary employees placed by or on behalf of the Contractor, state that all of Housing and Urban Development set forth In 24 CFR part 135,and qualified applicants will receive consideration for employment without all applicable rules and orders of the Department Issued thereunder regard to race, color, raiiglon, sex, national origin, or handicap. prior to the execution of this contract. The parties to this contract (e) The Contractor shall send,to each labor union or representative cer,! y and agree that they are under no contractual or otherdisablllty of workers with which It has a collective bargaining agreement or other whl;h would prevent them from complying with these requirements, contract or understanding,the notice to be provided by the Contract- (c) The contractor wiil send to each la:or organization or represon- Ing Officer advising the labor union or workers'representative of the tative of workers with which he/she has a collective bargaining Contractor's commitments under this clause, and post copies of the agreement or other contract or understanding, ff any, a notice notice in conspicuous places available to employees and applicants advising the sold labor organization or workers'representative of his/ for employment, her rornmftments under this section 3 clause and shall post ropies of (f) The Contractor shall comply with Executive Order 11246, as the r,otice In conspicuous places available to employees and appli- amended, and the rules, regulations, and orders of the Secretary of cants for employment or training. Labor. (d) The contractor will Include this section 3 clause In every subcon- '; (g) The Contractor shall furnish all information and reports required tract for work In connection wrth the project and will, at the direction by Executive Order 11246,as amended, Section 5J3 of the Rehablll• of the applicant for or recipient of Federal financial assistance, take tenon Act cf 1973,ac amended,and by rules,regulations,and orders approp,late action pursuant 10 the subcontract upon a finding that the of the Secretary of Labor, or pursuant thereto. The Contractor shall subcontractor Is in violation of regulations Issued by the Secretary of permit access to its books,records,and accounts by the Secretary of Housing and Urban Development, 24 CFR part 135. The contractor Labor f,,r purposes cf Investigation to ascertain compliance with such will not subcontract with any subcontractor where h has notice or rules, regulations, and orders. knowledge that the letter has Leen found In violation or regulations (h) In the event of a determination that the Contractor Is not In under 24 CFR part 135 and will not let any subcontract unless the compliance with this clause or ,ny rule, regulation, or order of the subcontractor has first provided It with a preliminnry sia!pment of ability to comply wlth the requirements of these regulations. Page 12 of 18 form HUD-5770 (e) Compliance with the provisions of section 3,the regulations set the Act to furnish a disclosure(OMB Standard Form LLL, Disclosure forth in 24 CFR part 135, and all applicable rules and orders of the of Lobbying Activities) if any funds other than Federal appropriated Department issued thereunder prior to the execution of the contract, funds (including profit or fee received under a covered Federal shall be a condition of the Federal financial assistance provided to the transaction) have been paid, or will be paid, to any person for project,binding upon the applicant or recipient for such assistance,its influencing or attempting to influence an officer or employee of any successors, and assigns. Failure to fulfill these requirements shall agency,a Member of Congress,an officer or employee of Congress, subject the applicant or recipient,its contractors and subcontractors, oran employee of a Member of Congress in connection with a Federal its Successors,and assigns to those sanctions specified by the grant contract,grant, loan, or cooperative agreement. or loan agreement or contract through which Federal financial assts- (c) Indian tribes (except those chartered by States) and Indian Lance is provided, and to such sanctions as are specified by 24 CFR organizations as defined in section 4 of the Indian Self-Determination part 135. and EdVcalion Assistance Act(25 U.S.C.4508)are exempt from the 41. Indian Preference (Applicable to contracts awarded by requirements of this clause. Indian Housing Authorities for projects owned or controlled by 45. Royalties and Patents Indian Housing Authorities) The Contractor shall pay all royalties and license fees. It shall defend (a) The work to be performed under this contract is on a project all suits or claims for infringement of any patent rights and shall save subject to section 7(b)of the Indian Self-Determination and Education the PHA/IHA harmless from loss on account thereof;excopt that the Assistance Act(25 U.S.C.450e(b)). Section 7(b)requires that to the PHA/IHA shall be responsible for all such loss when P, particular greatest extent feasible (1)preference and opportunities for training design, process or the product of a particuiar manufacture, or and employment shall be given to Indians,and(2)preferences In the manufacturers Is specified and the Contractor has no reason to award of contracts and subcontracts shall be given to Indian organi- believe that the specified design, process,or product is ai; infringe- zations and Indian-owned Economic Enterprises. ment. If, however, the Contractor has reason to bellovd that any (b) 'the parties to this contract shall comply with the provisions of design,process or product specified is an Infringement of a patent,the Section 7(b) of the Indian Self-Determination and Education Assis- Contractor shall promptly notify the Contracting Officer.Falluratogive tance Act (25 U.S.C. 450e(b)) and all HUD requirements adopted such notice shall make the Contractor responsible for resultant loss. pursuant to section 7(b). 46. Examination and Retention of Contractor's Records (c) In connection with this contract,the parties shall,to the greatest (a) The PHA/IHA,HUD,or Comptroller General of the United States, extent feasible, give preference in the award of any subcontracts to or any of their duly authorized representatives shall,untl13 years after Indian organizations and Indlan-owned Economic Enterprises, and final payment under this contract, have access to and the right to preferences and opportunities for training and employment to Indians. examine any of the Contractor's directly pertinent books,documents, (d) This section 7(b)clause shall be incorporated into every subcon- papers,or other records Involving transactions related to this contract tract in connection with the project. forthe purpose of making audit,examination,excerpts,andtranscrip- (6) Upon a finding by the IHA or HUD that any party to this contract tions is nit in compliance with the section 7(b)clause, said party shall, at (b) The Contractor agrees to include in first-tier subcontracts under the direction of the IHA,take appropriat remedial action pursuant to this contract a clause substantially the same as paragraph(a)above. the eontram, "Subcontract,"as used in this clause, excludes purchase orders not 42. Interest of M(tubers of Congress exceeding $10,000. No member of or delegate to the Congress of the Unites' States of (c) The periods of access and examination In paragraphs(a)and(b) America shall be admltl ri to any share or part of this contract or to above for records relating to(1)appeals under the Disputes clause any benefit that may arise iherefrom. rf this contract, (2) litigation or settlement of claims arising from the performance of this contract, or (3) costs and expenses of this 43. Interest of Members, Officers, or Employees a,-,Li contract to which the PHAAHA,HUD,or Comptroller General or any Former Members, Officers, or Employees of their duly authorized representatives has taken exception, shall No member,officer,or employee of the PHA/IHA, no member-)f 'he L.a,ftinue until disposition of such appeals,litigation,claims,or excep- governing body of the locality in which ,ne project is situ -1, no tions. member of the governing body of the iocalfty in which the PF,A/IHA 47. Labor Standards-Davis-Bacon and Related Acts was activated, and no other public off ictal of such locality or localities If the total arnount of this contract exceeds$2,000,the Federal labor who exercises any functions or responsibilities with respect to the standards set forth In the clause below shall apply to the construction project,shall,during his or her tenure,orfor one year thereafter,have work to be performed under the contract, except If the construction any interest,direct or Indirect,in this contract or the proceeds thereof. work has been determined to be"Ninroutine Maintenance"subjectto 44 Limitations on Payments made to Influence Certain the terms of that clause of this contract. Federal Financial Transactions (a) Minimum wages. (a) The Contractor agrees to comply with Section 1352 of title 31, (1) All laborers and mechanics employed or working upon the United States Code which prohibits the use of Federal approp-lated site of the work(or,under the United Slates Housing Act of 1937 or —� funds to pay any person for influencing or attempting to Influence an under the Housing Act of 1949,In the construction of develooment of officer or employee of any agency,a Member of Congress,and officer the project)will be paid unconditionally and not less often than once or employee of Congress,or an employee of a Memb-r of Congress a week,and without subsequent deduction or rebate on any account in connection with any of the following covered Federal actions-the (except such payroll deductions as are permitted by regulpt(ons awardingofany Federal cont ract;the making ofany Federal grant;the issuedbytheSecretary ofLabor under the Copeland Act(29CFRPart making of any Federal loan; the entering into of any cooperative 3)), the full amount of wages and bona fide fringe benefits (or cash agreement; or the modification of any Federal contract, grant, loan, equivalents thereof) due at time of payment computed at rates not or cooperative agreement, less than those contained in the wage deform ation of the Secretary (b) The Contractor further agrees to com /with the requirement of of Labor which is attached hereto and made a p, rt hereof,regardless a Page 13 of 18 form HUD-5370 of any contractual relationship which may be alleged to exist between classrfication. the Contractor and such laborers and mechanics Contributions (3) Whenever the minimum wage rate p ascribed in the con- made or costs reasonably anticipated for bona fide Iringe bonefris tract lot a class of laborers or mechanics inch des a fringe bonein under Section 1(b)(2)of the Davis-Bacon Act on bahalf o1 laborers or which is not expressed as an hourly rate,the Contractor shall either mechanics are conslderedwages paidto such laborers or mechanics, pay the benefit as stated In the wage deternlnation or shall pay subject to the provisions o1 29 CFR 5.5(a)(1)(iv); also, regular another bona fide fringe benefit or an hourly cash equivalent thereof. contributions made or costs Incurred for more than a weekly period (4) If the Contractor does not make payments to a trustee or (but not less often than quarterly)under plans, funds, or programs, other third person,ilia Contractor may consider as part of the wages which cover the regular weekly poriod, are deemed to be construc• of any laborer or mechanic the amount of any costs reasonably lively made or Incurred during such weekly period. Such laborers and anticipated In providing bona fide fringe benefits under a plan or mechanics shall be paid not less than the appropriate wage rate and program;provided,that the Secretary of Labor has found, upon the fringe benefits in the wage determination for the classification of work written request of the Contractor,that the applicable standards of the actually performed, without regard to skill, except as provided in 29 D CFR Part 5.5(a)(4), Laborers or mechanics performing work in more avis-Bacon Act have been met. The Secretary of Labor may require than one classification may ba compensated at the rate specified for the Contractor to set aside in a separate account assets for the each classification for the time actually worked therein;provided,that meeting of obligations under the plan or program. the employer's payroll records accurately set forth the timu spent in (b) Whhholding of funds. HUD or Its designee shall,upon its own each classlfication in which work is perlormed. The wage determina- action or upon written request of an authorized representative of the tion(including any additionalclassification and wage rates conformed Department of Labor, withhold or cause to be withheld from the under 29 CFR 5.5(a)(1)(ii) and the Davis-Bacon poster (WH-1321) Contractor under this contract or any other Federal contract with the shall be posted at all times by the Contractor and Hs subcontractors same prime Contractor, or any other Federally-assisted contract at the site of the work in a prominent and accessible place where h can subject to Davis-Bacon prevailing wage requirements,which is held be easily seen by the workers. by the same prime Contractor,so much of the accrued payments or (2) (1) Any class of laborers or mechanics which is not listed advances as may be considered necessary to pay laborers and in the wage determination and which is to be employed under the mechanics, including apprentices, trainees, and helpers employed contract shall be classified in corformance with the wage determina- by the Contractor or any subcontractor the full amount of wages lion. HUD shall approve an additional classification and wage rate and required by the contract. In the event of failure to pay any laborer or fringe benefits therefor only when all the following criteria have been mechanic, including any apprentice, trainee, or helper, employed or met: 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 (A) The work to be performed by the classification re- development of the project), all or part of he wages squired by the quested Is not performed by a classification in the wage determina- contract, HUD or its designee may, after written notice to the tion; Contractor, take such action as may be necessary to cause the (B) The classification is utilized in the area by the con- suspension of any furlhor payment,advance, or guarantee of funds struction industry; and until such violations have ceased. HUD or its designee may, attar (C) The proposed wage rate, Including any bona fide wriMen notice to the Contractor,disburse such amounts withheld for fringe benefits, bears a reasonable relationship to the wage rates and on accounl of the Contractor or subcontractor to the iespective contained in the wage determination. employees to whom they are due. The Comptroller 3eneral shall (it) ifthe Contractor and the laborers and mechanics tobe make such disbursements In the case of direct Davis-Bacon Ad employed In the classification(H known),or their representatives,and contracts. HUD or hs designee agree or, the classification and wage rate (c) Payrolls and basic records. (1) Payrolls and basic records (including the amount designated for Iringe benefhs where appropri- rotating thereto shall be maintained by the Contractor during the ate),a report of the aMion taken shall be sent by HUD or Its designee course of theworkand preservedfor a period of three years thereafter to the Administrator of the Wage and Hour Division, Employee for alllaborersand mechanics woNngatthesheofthework(or,under Standards Administration, U.S. Department of Labor, Washington, the United States Housing Act of 1937 or under the Housing Act of DC 20210. The Administrator, or an authorized representative, will 1349,in the construction ordevelopment of the project). Such records approve, modify, or disapprove every additional classification action shall contain the name,address, and social security number of each within 30 days c' receipt and so advise HUD or Its designee or will such worker, his or her Correct classltication, hourly rates of wages noldyHUD orMsdesignee whhinthe 30-dayperiodthat adddionaltime paid(including rates of contributions or costs anticipated for bona fide `n is necessary. fringe benefits or cash equivalents thereof of the types described In ~ (ill) In the event the Contractor,the laborers or mechanics section 1(b)(2)(B)o1 the Davis-Bacon Ad),dally and weekly number to be employed in the classhication or their representatives,and HUD of hours worked, deductions made, and odual wages paid. When. or its designee do not agree on Ilio proposed classification and wage ever the Secretary of Labor has fol:nd, under 29 C;FR 5.5(a)(1)(Iv), cil that the wages of any laboreror mechanic Include the amount of costs lirate (including the amount designated for Iringe benefits, where reasonably anticipated In providing benefits under a plan or program J appropriate),HUD or Its designee shall reicr the questions,including described In section 1(b)(2)(B)of the Davis-Bacon Act,the Contractor the views of all Interested pariles and the recommendation of HUD or shall m31nlaln records which show that the commitment to provide Its designee, to the Administrator of the Wage and Hour Division for such boneffts Is enforceable, that ilia plan or program Is financially determination. The Administrator, or an authorized representative, responsible,and that the plan or program has boon communicated In will Issue a determination whhin 30 days of receipt and so advise HUD writing to the lathurers or mechanics affected,and records which show or its designee or will notify HUD or Its designee within the 30-day the costs onficipated or the actual cost Incurred In providing such period that additional time Is necessary, benelris. Contractors employing apprentices or trainees under (Iv) The wage rate(Including fringe benefits where appro- approved programs shall malntalnwrltten evidence of the registration priata)determined pursuant to subparagraphs(b)(2)(li)or till)o1 this of apprenticeship programs and certification of trainee programs,Ilia clau^e shall be paid to all workers performing work in the classfficalion registration of the apprentices and tra!naes,and the ratios and wage under this contract train the first day on which work Is performed in the Piro 14 of Is form HUD-5370 rates prescribed in the applicable programs Any worker listed on a payroll at an apprentice wage rale,who is not (2)(i)The Contractor shall submit weekly for each week In registered or otherwise employed as stated in this paragraph,shall be V,^ich any contrail work Is performed a copy of all payrolls to the paid not less!hanthe applicable wage rate onihewage determination Contracting Officer for transmission to HUD or its designee The for the classdication c' ^'k actually performed. In addition, any payrolls submitted shall set out accurately and completely all of the apprentice performing work on the job site In excess of the ratio Information required to be maintained under subparagraph (c)(1) of permitted under the registwodprogramshallbepaid not loss lhnniho this clause. This Information may be submttled in any form desired. applicable wage rate on the wage determination for the work actually Optional Form WH-347(Federal Stock Number 029.005-00014.1)Is performad. Wt ere a contractor Is performing construction en a available for this purpose and may be purchased from the Superl,i- project in a locality other than that In which Its program Is registered, tendenl of Documents, U.S. Government Printing Office, Washing- the ratios and wage rates (expressed In percentages of the ton, D.C. 20402. The prime Contractor Is responsible for the journeyman s hourly rate) specified In the Contractor's or submission of copies of payroCs by all subcontractors. sut3contra�ior's registered program shall be observed. Every appren- tice must be paid at not less than the rate specified In the registered (ii) Each payroll submitted shall be accompanied by a program for the apprentice's oval of progress, expressed as a 'Statement of Compliance,"signed by the Contractor or subcontrac- percentage of the journeyman hourly rate specified in the applicable for or his or her again who pays or supervises the payment of the wage determination. Apprentlres shall be paid binge benefits in persons employed under the contract and shill certify the following: accordance with the provision: of the apprenticeship program. If the (A) That the payroll for the payroll period contains the apprenticeship program does no,specify fringe benefits,apprentices Information required to be maintained under paragraph (c)(1)of this must be paid the lull amount of fringe bonefits listed on the wage clause and that such Information is correct and complete; determination for the applicable classification. If the Administrator of (B) That each laborer or mechanic(Including each helper, the Wage and Hour Division determines that a different practice apprentice, and trainee) employed on the contract during the payroll prevails for the applicable apprentice classification, fringes shall be period has been paid the full weekly wages earned, without rebate, paid In accordance with that determination. to the event the Bureau wither directly or indirectly, and that no deductions have boon made of Apprenticeship and Training, or a Slate Apprenticeship Agency eaher directly or indirectly from the lull wages darned, other thar recognized by the Bureau,withdraws approval of an apprenticeship permissible deductions as set forth in 29 CFR Part 3; and program,the Contractor will no longer be permitted to utilize appren- (C) That each laborer or mechanic has been pail not less tires at less than the applicable predetermined rate for the work than the applicable wage rates and fringe benefits or cash equivalents performed until an acceptable program Is approved, for the classification of work performed,as speckled In the applicable (2) Trainees. Except as provided In 29 CFR 5.16,trainees will wage determination Incorporated Into the contract. not be permitted to work at less than the predetermined rale for the (III) Tho weekly submission of a properly executedcertifl- work periormedunless they are employed pursuant toand Individually cation set forth or. the reverse side of Optional Form WH-347 shall registered in a program which has received prior approval,evidenced satisfy the requlrements for submission of the`Statement of Compli- by formal certification bythe U.S. Department of Labor,Employment ante" required by subparagraph (c)(2)(h) of this clause. and Training Administration. The ratio of trainees to journeymen on the job site shall not be granter than pormltted under the plan (iv) The falsification of any of the above certllcatlons may approved by the Employment and Training Administration. Every subject the Contractor or subcontractor to civil or criminal prosecution trainee must be paid at not less than the rate specified In the approved under Seillon 1001 of Title 18 and Section 3729 of Title 31 of the program for the trainee's level of progress, expressed as a percent- Unfted Slates Code, age of the journeyman hourly rale spoclflod In the applicable wage (3) The Contractor or subcontractor shall make the records determination. Trainees shall be paid fringe bonelits In accordance required under subparagraph(d)(1)available for Inspection,copying, with the provlslons of the trainee program.If the trainee programdoes or transcrlptlon by authorized representatives of HUD or Its designee, not mention fringe benefits, trainees shall be paid the full amount of the Contracting Officer, or the Department of Labor and shall permlt fringe benefits listed In the wage determination unless the Adm1nls- such representatives to Interview employees during working hours on trator of the Wage and Hour Division determines that there Is an the job. if the Contractor or subcontractor falls to submit the required apprenticeship program associated with the corresponding journey- records or to make thein available, HUD or Its designee may, aper manwagerate Inthe wage determination which provides for less than written notice to the Contractor,take such acilon as me),be necessary full fringe benefits for apprentices. Any employee listed on the payroll to cause the suspension of any further payment,advance,orguaran- at a trainee rate who Is not registered and participating In a training tee of funds. Furthermore,failure to submit the required records upon plan apprc:,:�by the Employment and Training Administration shall request or to make such records available may be grounds for be paid not less than the applicable wage rate In the wage detdrml- v debarment action pursuant to 29 CFR 5.12. nation for the classlllcatlon of work actually perlormed. In addition, (d)(1) Apprentlear. Apprentices will be permitted to work at less arty trainee pedorming work on the job she In excess of the ratio ~ ermltted under the registered ro ram shall be aid not less than the J then the predetermined rale for the work they performed when they P g - P g P are employed pursuant to and Individually registered In a bona lids applicable wage rate In the wage determination for the work actually apprenilceshlp program registered with the U.S. Departmenl of performed.In the event the Employment and Training Administration r` Labor, Employment and 1ralningAdministration, 'FureauofAppren- withdraws approval of a training program,the Contractorwillnolonger J ticeshlp and Training, or with a State Apprenticeshlp Agency recog- be permitted to utilize trainees at less than the appllrabie prodeter- nlzed by the Bureau, or 1`1 n person Is employed In his or her first 90 mined rate for the work performed until an acceptable program Is days of probationary employment as an apprsntice In such on approved. apprenticeship program, who Is not Individually registered In the (3)Equni employment oppor:unfty. The utilization of appren. program,but who has been ceritlled by the Bureau of Apprenticeship tices,trainees, and journeymen undrar this clause shnli be In confor- and Training or a State Apprenticeship Agency (where appropriate) mlly with the equal employment opportunhy requirements of Execu• to be eligible for probationary employment as an nliprenilce. The live Order 11246, as amended, and 29 CFR Part 30. allownblernlloofapprentices tojourneymenonthe job stleInany cram (e) Compliance with CopelnndAMrequirements. The Contrac. classhlcatlon shall not be greater than the ratio permitted to the for shall comply whh the requirements of 29 CFR Part 3,which are Contractor as to the entire work force under the registered program. Pape 15 of 1a lorm HUD-5370 noreby incorporated by reference to this conlract, same prime Contractor such sums as may be determined 10 be if) Contract termination;debarment. A breach of this contract necessary tosaUsfyonyliabilaiesofsuch Contractor orsubcontractor clause may be grounds for ferminatirn of the contract and for for unpaid wages and liquidated damages as provided In the provi- debarmentasaContractor and asubcontractor asprovided in29CFR sions set lorth in subparagraph (j)(2)of this clause. 5 12 (k) Subcontracts. The Contractor or subcontractor shall Ins3rt in (g) Compliance with Dais-Bacon and related Act require- any subcontracts all the provisions contained in this clause,and such ments. All rulings and Interpretations of the Davis-Bacon and related other clauses as HUD or its designee may by appropriate instructions Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated require, and also a clause requiring the subcontractors to Include by reference in this contract. these provisions in any lower tier subcontracts. The prime Contractor (h) Disputes concerning labor standards. Disputes arising out of shall be responsible for the compliance by any subeontractcr or lower the labor standards provisions of this clause shall not be subject to the tier subcontractor with all these provisions. general disputes clause of this contract. Such disputes shall be ( 1 48. Labor Standards-Non-routine Maintenance resolved In accordance with the procedures of the Departmonf of (11 checked, for contracts exceeding $2,000, HUD has determined Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the that the construction covered by this contract consists of non-routine meaning of this clause Include disputes between the Contractor(or maintenance (as defined in 24 CFR 968.203) necessary for the any of its subcontractors) and the PHA/iHA, HUD,the U.S. Depart- operation of the Public or Indian Housing project; and the labor ment of Labor, or the employees or their representatives, standards set forth below and the provisions of Section 12 of the (i) CertlfILatlon of eligibility. (1) By entering into this conlrart,the United States Housing Act of 1937 which pertain to such work shall Contraclorcerldiesthat neither it(nor heorshe)nor any person orfirm apply. Clause 47 does not apply to this contract.) who has an interest inthe Contractor's firm is aperson orfirm ineligible (a) Minimum Wages. (1) All laborers and mechanics employed or to be awarded contracts by the United States Government by virtue working upon Ile she of the work will be paid unconditionally and not of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). less often than once a week, and without subsequent deduction or (2) No part of this contract shall be subcontracted to any rebate on any account (except such payroll deductions as are person or firm ineligible to be awarded contracts by the United States permitted by regulations issued by the Secretary of Labor under the Government by virtue of section 3(a) of the Davis-Bacon Act or 29 Copeland Act (29 CFR Part 3),the full amount of wages due at limo CFR 5.12(a)(1). of payment computed at rales not loss than those cotllalned in the (3) The ponalty for making false statements is proscribed in wage determination of the Secretary of Housing and Urban Develop- the U. S. Criminal Code, 18 U.S.C. 1001. ment which is attached hereto and made a pan nereof.Such laborers (1) Contract Work Hours and Safety Standards Act. As used in and mechanics shall be paid the appropriate wage rate on the wage determination for the classitication of work actually performed,whh- this paragraph,the terms"laborers"and"mechanics"include watch out regard to skill. Laborers or mechanics performing work in more men and guards, than one classification may be compensated ort the rate specified for (1) Overtime requirements. No contractor or subcontractor eact,classification for the time actually worked thtire!n;provided,that contracting for any part of the contract work which may require or the employer's payroll records accurately set forth the time spent in involve the employment of laborers or mechanics, including watch- each classification in which work is performed. The wage determina- men and guards,shall require or permit any such laborer or mechanic tion shall be posted at all times by She Contractor and ft;subcontrac- in any workweek in which the individual is employed on such work to tors at the silo of the work in a prominent and accessible place where work in excess of 40 hours in such workweek unless such laborer or it can be easily seen by the workers, mechanic receives compensation at a rate not less Char,one end one. (2)(i) Any class of laborers or mechanics which is not listed in the half times the basic rate of pay for all hours worked in excess of 40 wage determination and which is to be employed under the contract hours in such workweek. shall be classified in conformance with the wage determination. HUD (2) Violation; liability for unpaid wages; liquidated dam- shall approve anadditionalclassification and wage rate only when the ages. In the event of any violation of the provisions set forth In following criteria have been mgt: subparagraph(p(1)of this clause,the Contractor and any subcontrac- (A) The work to be performed by the classification re- for responsible therefor shall be liable for the unpaid wages. In quired is not performed by a classification in the wage determination, addition, such Contractor and subcontractor shall be liable to the United States(in the case of work done under conlrac!for the District (B) The classification is utilized in the area by the industry, of Columbia or a territory, to such District or to such territory), for and liquidated damages. Such liquidated damages shalt be computed (C) The proposed wage rate bears a reasonable relation- with respect to each individual laborer or mechanic(including watch- ship to the wage rates contained in the wage determination. men and guards) employed in violation of the provisions set fortis in (ii) The wage rate determined pursuant to this paragraph subparagraph(1)(1)o!this clause,to the sum of$10 for each calendar shall be paid to all workers performing work in the classification under day on which such individual was required or permitted to work in this contract from the first day on which work is performed In the excess of the standard worKwoek of 40 hours without payment of the classrficauon, overtime wages required byprovislons set forth in subparagraph(j)(1) (b) Wfthholdingoffunds. The Contracting Officer,upon his erher of this clause. own action or upon request of HUD shall withhold or cause to be (3) Withholding for unpaid wages and liquidated dam- withholdfromtheContractor under this contract oranyothe(contract ages. HUD or its designee shall upon its own action or upon written subjectioHUD-deferminedwage rates,with the same prrmeConlrac- request of an authorized representative of the Department of Labor for, so much of the accrued paymonts or advances as may be withhold or cause to be withheld, from any moneys payable on considered necessary to pay 17boters and mechanics employed by account of work performed by the Contractor or subcontractor under the Contractor or any subcontractor the lull amount of wages roquiied isny such contract or any Federal contract with the same prime by this clause. In the event of failure to pay any laborer or mechanic Contractor, or any other Federally-assisled contract subject to the employed or working on the silo of the work all or part of the wabos Contract Work Hours and Safely Standards Act,which Is held by Iha Pngn 15 of 18 loan HUD-9370 required by the contract, the Contracting Ott cer or HUD may, after Part 24. wrMennolicetolheConfra=r,takesuchactionasmaybe necessary (f) Dlsputos concerning labor standards. (1) Disputes arising 10 cause the suspension of any further payment, or advance, until out of the labor standards provisions of paragraphs (a), (b), (c), and such violations have ceased. The PHAlIHA or HUD may,atter written (e)of this clause shall be subject 10 the general disputes clause of this notice to the Contractor,disburse such amounts withheld for and on contract. account of the Contractor or subcontractor to the respective or,iploy nos to whom they are due, (2)Disputes arising out o1 the labor standards provisions of paragraphs (d), and (g) of this clause shall not be subject to the (c) Payrolls and basic records. (1) Payrolls and basic records general disputes clause of this contract. Such disputes shall be relating thereto shall be maintained by the Contractor during the resolved in accordance with the procedures of the Department of course of the work and prr,servedforaperiod ofthree yearsthereatter Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the for all laborers and mechanics working at the site of the work. Such meaning of this paragraph (f)(2) include disputes between the records shall contain the game,address,and social security number Contractor(or any of Its subcontractors)and the PHA/IHA,HUD,the of each such worker, his or her correct classification, hourly rates of U.S. Department of Labor,or the employees or their representatives. wages paid, daily and weekly number of hours worked, deductions (g) Contract Work Hours and Safety Standards Act. As used in made, and actual wages paid. this paragraph,the terms"laborers"and`mechanics"include watch- (2)(i) The Contractor shall submit weekly lot each week in which men and guards. anycontracl work is performed a copy of all payrolls to(he Contracting (1) Overtime requirements. No contractor orsubcon!raclor Otticer. The payrolls submitted shall set out accurately and com- contracting for any part of the contract work which may require or plelely a,I of the nformalion required to be maintained under involve the employment of laborers or mechanics shall require or subparagraph(d�(i)above. This information may be submitted in any lorm demo: optional Form WH-347 (Federal Stock Number 029- permit any such laborer or mechanic in any workweek in which the 005-,00014.1)is available for this purpose and may be purchasedfrom individual is employed on such work to work in excess of 40 hours in the Superintendent of Documents, U.S Government Printing Offcation at ll rale not less than one and one-hall times the basic rale of ice, such workweek unless such laborer or rneehanic receives compen- Washington,D.C.20402. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by Pay for all hours worked in excess o1 40 hours in such workweek. the OMB under OMB control number 1215.0149). (2) Violation; lfablllt,,r for unpaid wages; liquidated dam- (ii) Each payroll submitted st ,ill be accompanied by a ages. In the event of any violation of the provisions set forth in "Statement of Compliance,"signed by the Contractor or subconlrac- subparagraph (g)(1) of this clause, the Contractor and any subcon- mr or his or her agent who pays or supervises the paymenl of the tractor responsible therefor shall be liable for the unpaid wages. In persons employed under the contract and shall certify the following; addition, such Contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District (A) that the payroll for the payroll period contains the of Columbia or a territory, to such District or to such territory), for nformation required to be maintained under subparagraph (c)(1) of liquidated damages. Such liquidated damages shall be computed this clause and that such information is correct and complete; with respect to each indi ridual laborer or mechanic,including watch- (B) that each laborer or mechanic employed on the con- men and guards, emplo red in violation of the provisions set forth in tract during the payroll period has been paid the full weekly wages subparagraph(g)(1)ofthis clause,inthe s-.imof$10for each calendar earned, wrhoul rebate, either directly or indirectly, and that no day on which such ind,vidual was required or permitted 10 work in deductions have becn made either direcl!y or indirectly from the full excess of the standard workweek of 40 hours without payment of the wages earned, 'Aher than permissible deductions as set forth in 29 ovorlinno wages required by provisions set lorlh in subparagraph CFR Part 3; and (g)(1) of this clause. (C) that each laborer or mechanic has been paid not less (3) Whhholding for unpaid wages and liquidated dam- than the applicable wage rates for the classification of work per- ages. HUD or its designee shall upon its own action or upon wriiten formed, as spectfied in the applicable wage determination incorpo- request of an authorized representative of 1hd Department of Labor rated into the contract. withhold or cause to to withheld, from any moneys payable on (iii) The weekly submission of a properly executed carni- account of w: per'.,rmed by the Contractor or subcontractor under ration set lorlh on the reverse side of Optional Form WH-347 shall any such contract or any federal contract whh the same prime satisfy the requirements for submission of the"Statement of comply Contractor, or any other federally-assisted contract subject to the ante" required by subparagraph (c)(2)(h) of this clause. Contract Work Hours and Safety Standards Act,which is held by the same prime Contractor such sums as may be determined to be (Iv) The or or subs n tr any of the above certifications may necessary to satisfy any liabilities of such Contractor or subcontractor subject the Contractor or Title 18 bra S to civil or criminal prosecution for unpaid wages and liquidated damages as provided In the provi- under Section 1001 0l Ti11e 1B and Section 3729 of Title 31 0l �hA sfons set forth in subparagraph (g)(2) of this clause. United Stales Code. (h) Subcontracts. The Contractor or subcontractor shall Insert in (3) The Contractor or subcontractor shall make the records any subcontracts all the provisions contained in this clause and also required under subparagraph(c)(t)available for inspection,copying, a clause requiring the subcontractors to include these provisions in ,- or1,anscriplion by authnr?ed representatives of HUD or the PHA/IHA any lower liar subcontracts. The prime Contractor shall be rosy_n• and shall permit such.epresenlalivestointerview employees during sibleforthecompliance byanysubcontractororlower trersubcontrac- working hours on the job. 11 the Contractor or subcontractor fails to tot with all the provisions contained in this clause. submit the required records or 10 make them available, HUD or its designee may.alter written notice to the Contractor,take such action as may be necessary to cause the suspension ofanyfurtherpayment, 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 or denial of participation in HUD s programs pursuant to 24 CFR Part 24. (d) Compliance whh Copeland Act requirements The Contrac- for shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. (e) Contract termlnatlon, dobarmoni A breach of this contract clause may be grounds for lerminalion of the contract and for debarment as a Contractor and a subcontractor as provided in 24 CFR Paoe 17 of 16 lorm HUC'5370 49. Non-Federal Prevalling Wage Rates Any prevailing wage rate (Including basic hourly rate and any fringe benefits), determined under State or tribal law to be prevailing,with respect to any employee in a iy trade or position employed under the contract, Is Inapplicable to the contract and shall not be enforced against the Contractor or any subcontractor, with respect to employees engaged under the contract whenever either of the lollowing occurs: (1) Such non-Federal prevailing wage rale exceeds: (A) the applicable wage rate determined by the Secretary of Labor pursuant to the Davis-Bacon Act(40 U.S.C.276a et seq)to be prevailing In the locality with respect to such trade;(B)an applicable apprentice wage rate based thereon specified In an apprenticeship program registered with the U.S. Department of Labor or a DOL-recognized Slate Apprenticeship Agency;or(C)an applicable trainee wags rate based thereon specified In a DOL-certified trainee program;or (2) Such non-Federal prevailing wage rate, exclusive of any fringe benefits, exceeds the applicable wage rate determined by the Secretary of HUD to be prevailing in the locality wrth respect to such trade or position. torte HUD-5370 General Decision Number OR930001 Superseded General Decision No. OR910001 State: Oregon ^onstruction Type: Building Heavy Highway County (ies) : STATEWIDE BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) (EXCLUDING -"'E COUNTIES OF COOS , CURRY, DOUGLAS , AND JOSEPHINE) HEAVY, HIG11WAY , AND DREDGING CONSTRUCTION PROJECTS (`'STATEWIDE) Modification Number Publication Date 0 02/ 19/1993 1 04 /09/1993 06/04 / 1993 rL H OR930001 - 1 COUNTY ( ies) : STATEWIDE ASBE0036A 05/01/1992 Rates Fringes ASBESTOS WORKERS/INSULATORS (Includes application of all insulatinq materials, protective coverings, coatings and finishings to all of mechanical systems) 21 . 50 5 . 18 HAZARDOUS MATERIAL HANDLERS (Includes preparation, wetting, stripping, removal , scrapping, vacumi.ng, bagging and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems) 12 . 00 2 . 45 ---------------------------------------------------------------- * BOIL0500A 04 /07./ 1993 Rates Fringes BOILERMAKERS 22 . 37 7 . 54 -- --------------------------------------------------------------- * BROR0001A 06/01/1993 R; ces Fringes BAKER, BENTON, (NORTH) , CLACKAMAS , CLAIISOP, COLUMBIA, GILLIAM, 1100D RIVER, LINCOLN (NORTH) , LINN (NORTH) , MALHEUR, (NORTH) , MARION, MORROW, MULTNOMAH, POLK, SHERMAN, TILLAMOOK, UMATILLA, UNION, WALLOWA, WASCO, (NORTH) , WASHINGTON, AND YAMHILL COUNTIES . BRICKLAYEP.S , STONEMASONS 21 . 48 5 . 05 NARBII: SETTERS 22 . 48 5 . 05 TILE SETTER 18 . 70 4 . 58 O TILE SETTER FINISHERS 14 . 57-----------3_25 ----------------------------------------- ------- BROR0001B 03/01/1991 Rates Fringes STATE,WI DE CY N MASON TENDERS : 15 . 99 5. 12 Tenders to Brick: ayers, Tile Setters •- Marble Setters and Terrazzo Workers Topping for Cemen . Finishers and Mortar Mixers 1 . ------------------- ---------------.--•---------------•------------- J BROR0006A 01/01/1992 Rates Fringes BENTON, (SOUTH) , CROOK, DESCHUTES, GRANT, HARNEY, JACKSON, JEFFERSON, KLAMATH, LAKE, LANE, LINCOLN, (SOUTH) , LINN (SOUTH) , OR930001 - 2 rr�.� MliLHEUR, (SOUTH) , WASCO (SOUTH) , AND WHEELER COUNTIES . BRICKLAYERS, STONEMASONS2853 --------------19_ -----------4 _ - ------ CARP0001B CARPENTERS, MILLWRIGHTS , PILEDRIVERS A. Contracts involving the construction, alteration or repair of bsildings and structures under $750, 000 excluding the cost of utilities. Utilities include sanitary and storm sewerage and facilities for the delivery of water, gas, electricity and communications . B. Contracts under $750, 000 (where no building construction is involved in the contracts) , surfacing and paving are included. Utilities are excluded from the cost of the project . CARPOOOI.B 06/01/1992 Rates Fringes SEE ZONE DESCRIPTION FOR CITIES BASE POINT'S CARPENTERS Zone 1 : All wor}: not defined in A and B: CARPENTER.' 19 . 87 4 . 57 FLOOR LAYS '- & FLOOR FINISHERS (HARDWARE:) 20 . 02 4 . 5"1 MILLWRIGHTS 20 . 37 4 . 57 PILEDRIVERS 20 . 37 4 . 57 MARINE PILEDRIVERS 2.0. 87 4 . 57 DIVERS 49 . 76 4 . 57 DIVERS TENDERS 21 . 99 4 . 57 Projects defined in A and B: CARPENTERS 16 ' 89 4 . 5i FLOOR LAYERS & FLOOR FINISHERS (HARDWARE) 17 . 31 4 . 57 MILLWRIGHTS 17 . 34 4 . 57 PI1,EDRI VERS 17 . 37 4 . 57 MARINE PILEDRIVERS 17 . 87 4 . 57 Zone Differential (Add to Zone 1 rates) : 'Lone 2 - $0 . 85 Zune 3 - 1 . 2.5 Zone 4 - 1 . 70 Zone 5 - 2 . 00 Zone 6 - 3 . 00 --------------------------------------------- J ELEC0048A 01/01/1993 Rates Fringes CLACKAMAS, CLOTSOP, COLOMBIA, HOOD RIVER, MULTNOMAH, SHERMAN, TILLAMOOK, WASCO, WSHINGTON, YAMHILL (NORTH) COUNTIES OR930001 - 3 COMMUNICATIONS AND SYSPEMS TECHNICIAN 17 , 75 4 . 90+3% ELECTRICIANS 22 . 25 6 . 40+3% CABLE SPLICERS 2.3 . 00 6 . 40+3% ELEC0112A 09/O1/1P92 Rates Fringes BAKER, GILLIAM, GRANT, MORROW, UMATI"LA, UNION, WALLOWA, AND WHEELER COUNTIES ELECTRICIANS 21 . 70 6. 56 CABLE SP- ICERS 22 . 79 6 . 62 ELEC0125A 02/01/1993 Rates Fringes LINE CONSTRUCTION STATEWIDE EXCEPT MALHEUR COUNTY CABLE SPLICER 24 . 01 4 . 75+3 . 5% LINEMAN, POLE PRAYER, HEAVY LINE EQ'JI.PMENT MECHANIC 2.1 . 69 4 . 75+3 . 5b IJNF EQUIPMENT MAID 18 . 71 3 . 75+3 . POWDERMAN, JACf<[fANMERMAN 16 . 37 3 . 75+3 . 5% GROUNDMAN 15 . 39 3 . 75+3 . 5% TREE 'PRIMMER 16 . 87 3 . 75+3 . 5 ------------------------------------------------------------------ ELECO280A 01/01/ 1993 Rates Fringes BENTOh , CROOK, DESCHUTES , JEFFERSON, LANE (EAST) , LIMN , MARION , POLK, AND, YAMHILT., (SOUTH) COUNTIES COMMUNICATIONS AND SYSTEMS TECHNICIANS 22 . 75 2 . 70+3% ELECTRICIANS 21 . 95 3 . 85+3% CABLE SPLICERS 24 . 15 3 . 85+3%. ------------------------------------------------------------ ------ ELECO291A 12/01/1992 Rates Fringes MALHEUR COUNTY v, ELECTRICIANS 18 . 70 2 . 85+5% J CABLE SPLICERS 20. 57 2 . R5+5% w ------------------------------------------------------------ ------ c� ELECO291D O3/0111993 Rates Fringes LINE CONSTRUCTION MALHEUR COUNTY CABLE SPLICER 19 . 41 2 . 50+4% LINEMAN 17 . 65 2 . 50+4% OR930001 - 4 LINE EQUIPMENT MECHANIC (RIGHT-OF'-WAY) 15. 89 2 . 50+40 LINE EQUIPMENT OPERATOR 15. 89 2. . 50+4 GROUNDMAN 11. 55 2 . 50+4% ------------------------------------------------------------------- ELEC0659A 01/01 /1993 Rates Fringes DOUGLAS (EAST OF A LINE RUNNING NORTH AND SOUTH FROM THE NE CORNER OF COOS COUNTY TO THE SE CORNER OF LINCOLN COUNTY , HARNEY, JACKSON, JOSEPHINE, KLAMATH, AND LAKE COUNTIES COMMUNICATIONS AND SYSTEMS TECHNICIANS 12 . 75 2 . 70+3% ELECTRICIANS 19 . 375 5. 45+3% CABLE SPLICERS 21 . 315 5. 45+3% ------------------------------------------------------- -- ELEC0932A 01/01./1992 Rues Fringes COOS, CURRY, LINCOLN, DOUGLAS AND LANE COUNTIES (AREA LYING WEST OF A LINE NORTH AND SOUTH FROM THE N.E. CORNER OF COOS COUNTY TO THE S. E. CORNER OF LINCOLN COUNTY COMMUNICATIONS AND SYSTEMS TECHNICIANS 19 . 50 2 . 70+3% ELEC'T'RICIANS 19 . 50 5 . 05+3% CABLE; SPLICERS 2]. . 45 5. 05+3% ------------------------------------------------------------------- ELEV0019D 08/01/ 1992 Rates Fringes BAKER, UNION, UMATILLA, AND WALLOWA COUN'T'IES ELEVATOR MECHANIC 27 . 71 6 . 12 HELPER 14 . 78 6 . 12 PROBATIONARY HELPER ] 0 . 555 FOOTNOTE: Vacation Pray: 8% with 5 or more years of service, G% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and N Friday after, and Christmas Day. ELEV0023A 07/01/1992 cn Rates Fringes STATEWIDE EXCEPT BAKER, UMATILLA, ANION, -' AND WALLOWA COUNTIES ELEVATOR MECHANIC 22 . 84 6. 12+a HELPER 15 . 99 6 . 12+a PROB. HELPER 11 . 42 OR930001 - 5 FOOTNOTE a : Vacation Pay: 8% with 5 or more years of service; 6% for 6 months to 5 years service. Paid Holidays: Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day, and New Years Day. . ---------------------------------------------------------------- * ENGI0701A 06/01/1993 Rates Fringes DREDGING: ZONE A LEVERMAN, HYDRAULIC 23 . 38 5 . 92 LEVERMAN, DIPPER 22 . 68 5 . 92 ASSISTANT ENGINEER 21 . 98 5 . 92 TENDERMAN 21 . 46 5. 92 ASSISTANT MATE 19 . C,1 5. 92 ZONE B L,PVERMAN, 111'DRAULTC 24 - 18 5 . 92 LEVERMAN, DIPPER 24 . 18 5 . 92 ASSISTA14T ENGINEER 23 . 48 5. 92 TENDERMAN 22 . 96 5 . 92. ASSISTANT' MATE 21 . 11 5 . 92. GONE C LEVERMAN, HYDRAULIC 2.5 . 08 5 . 92 LEVERMAN, DJ PPER 25 . 08 5 . 92 ASSISTAN'r ENGTNEER 24 . 38 5 . 92 TENDERMAN 23 . 86 5 . 92 ASSISTANT MATE 22 . 01 5 . 92 r� N 'LONE D LEVERMAN, HYDRAULIC 24 . 31 5 . 92 LEVERMAN, DIPPER 24 . 31 5 . 92 LLJ ASSISTANT ENGINEER 23 . 13 5. 92 TENDERMAN 22 . 69 5. 92 ASSISTANT MATE 21 . 35 5 . 92 ZONE E OR930001 - 6 LEVERMAN LEVE RN' HYDRAULIC ASSISTANT DIPPER TENDERMAN ENGINEER 25. 68 ASSISTAN 25' 68 E • 92 T MATE 24 . 98 5. 92 24 . 46 5. 92 22 . 61 5. 92 ENGI07011306/01/199 5. 92 2 SEE ZONF, DESCRIPTION _ ates POWER EQUIPMENT FOR CITIES BASO POINTS Fri ges ZONE 1 : OPERATORS (See Footnote C) ; GROUP 1 GROUP 2 GROUP 3 20. 00 GROUP 4 19. 65 5. 92 GROUP 5 19. 05 5. 92 GROUP 6 18. 65 5. 92 18. 35 5. 92 Zone17, 45 5. 92 Differential (add5. 92 Zone 2 _ So to Zone 1 rates : Lone 3 _ 65 ) Zone 4 _ 1 . 15 Zor.e 5 _ ' 70 POWER E `- • 7`, OUIPMENT OPL GROUP 1 : CONCRETE: RATORS CLASSIFICATIONS unitsBatch Pla CRANE; or .morle CRANE: Crane Plant and/or W Flel ' Whirley p Opera a et Mix Operator, 1501topter operators atwhe °ne hundred f°Ver two hu dred three Crane, but less than 250n used ftY ton and ton; in erect ' Two hundred In; FLOA1,IN� , rig work;fifty ton and �' LQUIPMENT: Over .F1 Float " Crane GROUP 2 : ASPHALT: °Ver Floating Mill , pavement Asphalt B•qu Auto Grader riler, cperatort Operator (an re��u,red) ; BU der or "Trimmer's sl>: foot late type) : Roto- similar LLDOZERS; ndem Operat Cal cut w similar type; D-11 ; I'a Ta bulldo; or (Grade Check and °Ver; and type - dem Bulldozer er °perator,Checker �- two drum • E: Batch �perato 9uad-nine U Concrete Cana Automatic Plant and/°r r, Quad-nine and and CRANE: 1 Line Opera `'lip Form Paver Mix Operator J Operator CabveraY Operator, Concrete Profiler Operator; °ne Operate fOrtY ton Y-five , Dia Crane , over ° hu and inc tori and Ove mond Head; r Operator One hundred tO luding one r; Crane ton; FLOATIN over eighty tonand inc hundred ton' cu. G E QUIPMLNT: and inriu ing two hundred crane ton but less and over; Float Floating `la ing one hundrry � Tower less than 80 ton g Crane mshell, etc d fifty In Operator 80 but ' Floating (derrick barge Operator, 3y 6 cu. yds. but sl less 15p toh neLoderrick barOpege tor, 30 s t 12 cu.LOADERS: Loader than Yds. ; Loader Operator OR930001 - 7 , 12 cu. yds. and over; REMOTE CONTROL: Remote controlled earth- moving equipment (no one operator shall operate more than two pieces of earth-moving equipment at one tine) ; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER, OPERATOR: Shovel , etc. , 3 cu. yds. , but less than 5 cu . yds. ; Shovel, etc. , 5 cu. yds. and over; TRENCH MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required) ; Canal Trimmer (Grade oiler required) ; Wheel Excavator, over 750 cu. yds. per hour (two Operators and at least one Grade Oiler required) ; Band Wagon (in conjunction woth wheel excavator) ; UNDERWATER EQUIPMENT: Underwater Equipment Operator, remote or otherwise GROUP 3 : FORKLIFT: Rock Hound Operator; LOADERS: Loader Operator, 4 cu. yds. but less than C cu. yds. ; Dubber-tired RUBBER-TIRED SCRAPERS: Scraper Operator, with tandem scrapers; Self-loading, paddle wheel , auger type, finish and/or 2 or more units GROUP 4 : ASPHALT': Screed Operator; Asphalt Paver operator (Screed man required) ; Diesel-Electric engineer. , Plant; Roto- Mill , pavement profiler. , iper.ator, under six foot lateral cut; GLAUE, Blade Operator. , externally controlled by electronic, mechanical hydraulic means ; Blade operator, multi-engiiie; BULLDOZERS: Bulldozer operator; Drill Cat Operator; Side-boom Operator; Bulldozer operator, twin engine (TC 1.2 and similar type, D-10) • Cable-Plow Operator (any type) ; CLEAR.ING : Log Skidders; Chippers ; Incinerator; Stump Splitter (loader mounted or similar type) ; Compactor operator, with blade ; Compactor Operator, multi-engine; CONCRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or similar types) ; CRANE: Chicaga boom and similar types ; Lift Slab Machine Operator; f3oom type lifting device, 5 ton capacity or less ; Cherry Picker or simil.ir type crane-hoist , 5 ton capacity or less ; Crane Operator, un,aer 25 ton (except for rour,h terrain) , Hoist operator, two drum; Hoist operator, three or more drums; Derrick Operator, under 100 ton; Hoist Operator, stiff leg, guy derrick or similar type, 50 ton and over; Cableway operator. , up to twenty-five ton ; Crane Operator, over twenty-five ton and rc including forty ton; Bridge Crane Operator; Locomotive, Gantry, N Overhead; CRUSHER: Generator Operator; Diesel-Electric Engineer; ,. Grizzley Operator; Crusher Plant Operator; DRILLING: Drill Doctor; Boring Machine operator; Driller-Percussion, Diamond, Core, Cable, Rotary and similar type ; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self-unloading ; Piledriver Operator (not crane type) (Deckhand required) ; Floating Clamshelll , etc. Operator, under 3 cu . yds . (Fireman or Diesel-Electric Engineer required) ; Floating Crane (derrick barge) Operator, less than 30 tons ; GENERATORS: Generator Ope. ator ; Diesel-electric Engineer required) ; GUARDRAIL EQUIPMENT: Guardrail Punch Operator (all types) ; Guardrail auger operator (all types) ; Combination Guardrail machines, i . e . punch, OR930001 - 8 auger, etc. ; HEATING PLANT: Surface Heater and Planer Operator; HYDRAULIC HOES: Hydraulic Backhoe Operator, Track Type 3/8 cu. yd. takes shovel Classif. rate) ; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front and and overhead, 2-1/2 cu. yds. and under 4 cu. yds. ; Elevating Loader Operator, Athey and asimilar types; Elevating Grader Operator, operated by Tractor Operator, sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator; Piledriver Operator (not crane type) ; Pipe Cleaning Machine Operator; Pipe Doping Machine Operator; PIPELINE, SEWER WATER: Pipe Bending Machine Operator; Pipe Wrapping Machine Operator; Boring Machine Operator; Back Filling Machine Operator; REPAIRMEN, HEAVY DUTY: Diesel-Electric Engineer (Plant or Floating) ; Bolt Treading Machine Operator; Drill Doctor (bit grinder) ; H. D. Mechanic; H. D. Welder; Machine Tool Operator; Combination H. D. Mechanic-Welder, when dispatched and/Or when required to do both ; Welder-Certified, when dispatched and/or required; RUBBER-TIRED SCRAPERS : Rubber-tired Scraper operator, single engine, single scraper; Self-loading, paddle wheel , auger type under 15 cu. yds. ; rubber-tired SL:raper Operator, twin engine; Rubber-tired Scraper Operator, with push- pull attachments; Self-loading, paddle wheel , auger type 15 cu . yds. and over, single engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATOR: Diesel-Electric Engineer. ; Stationary Drag Scraper Operator; Shovel , Uragline, Clamshell , Hoe, etc. , Operator, under 1 cu . yd. ; Shovel , etc. , 1 cu . yd. and less than 3 cu. yds. ; Grade-all Operator, under 1 cu . yd . ; Grade-all 1 cu. yd . and over; SURFACING (BASE) MATERIALS : t"lade Mounted Spreaders, Ulrich and similar types; TRACTOR-RUBBER TIRED: Tractor Operator, rubber-tired , over 50 H. P. Flywheel ; Tractor Operator, with boom attachment; lubber-tired Dozers and Pushers (Michigan, Cat, Hough type) ; 'TRENCHING MACHINE: Trenching Machine Operator, maximum digging capacity over 3 ft. depth (Grade Oiler required) ; Back Filling Machine Operator; TUNNEL: Mucking Machine Operator; Shield Operator; Boring Machine Operator GROUP 5: ASPHALT: Extrusion Machine operator ; Roller Operator (any asphalt mix) ; Asphalt Burner and reconditioner operator (any type) , 84 ; roto-mill , Pavement Profiler, ground man. ; COMPRESSORS: Compressor Operator any power) , over 1 , 250 cu. ft. total capacity; COMPACTORS: Compactor Operator, including vibratory; Wagner Pactor operator or similar type (without blade) ; CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch Plant Quality Control operator; Beltcrete Operator; Pumperete Operator (any type) Pavement Grinder and/or Grooving Machine operator (riding type) ; Cement Pump Operator, Fuller-Kenyon and similar; Concrete Pump Operator; Grouting Machine Operator; Concrete Mixer Operator, single drum, under five bag capacity and over; Cast place pipe laying machine; Maginnis Internal Full Slab Vibrator Operator; Concrete Finishing machine Operator, Claty, Johnson, Bidwell , Burgess bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Machine Operator; Concrete Planer Operator ; Tower Mobile Operator; Power Jumbo Operator setting OR930001. - 9 s slip forms; Concrete Paving Machine Operator; Concrete Finishing Machine Operator; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum: Elevator Operator; A-frame Truck Operator, Double drum; Boom Truck Operator Hydraulic Boom Truck, Pittman; DRILLING: Ch urm Drill and earth Boring Machine Operato -; FLOATING EQUIPMENT: Fireman; FORKLIFT: Lull Hi-Lift Operator or similar type; Fork Lift, over 5 ton; HYDRAULIC HOES: Hydraulic Backhoe Operator, wheel type 3/8 cu. yd and under with or without front end attachment 2-1/2 cu. yds. and under (Ford, John Deere, Case, Type) ; LOADERS : Loaders, rubber-tired type, 2-1/2 cu. yds. and under; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; OILERS : Service Oiler (Greaser) ; PIPELINE, SEWER WATER: Hydra Hammer or similar types; Pavement Breaker Operator; RAILROAD EQITIPMENT: Locomotive Operator, under. 40 tons; Ballast Regulator Operator; Ba?.last •Tamper Multi-Purpose Operator; Track Liner Operator; Tie Spacer Operator; Shuttle Car Operator. ; Locomotive Operator, 40 tons and over; SURFACING (BASE) MATERIAL: Roller Operatior, Oiling, C.T. B. ; Rock Spreaders self-propelled; Pulva-mixer or similar types; Chip Spreading Machine Operator Lime Spreading Operator, construction job site ; SWEEPERS: Sweeper Operator (Wayne Tractor Operator, rubber-tired, 50 H. P. Flywheel and under. ; TRENCHING: Trench Machine Operator, maximum digging capacity 3 ft. depth GROUP G: ASPHALT: Plant Oiler; Plant Fireman ; Pugmill Operator (any type) ; Truck mounted asphalt spreader, wi.Lh screed ; BLADE: Blade Operator, pulled type; COMPRESSORS: Compressor Operator (any power) , under 1 , 250 cu . ft . total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator ; Conveyor Operator; Mixer Box Operator (C.T. B. , dry batch , etc. ) ; Cement Hog Operator; Concrete Saw operator; Concrete Curing Machine Operator (riding type) ; Wire Mat or Brooming Machine Operator; CRANE: Oiler; Truck Crane oiler-Driver, 25 tons capacity or over; Fireman, all equipment ; A-frame 'Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman ; DRILLING: Drill Tender; Auger Oiler; FLOATING EQUIPMENT: Dec}:hand ; Boatman ; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing w:,.king platform) ; Fork Lift or. Lumber Stacker operator, constructio,, job site ; GUARDRAIL EQUIPMENT: Oiler, auger Oiler; Oiler, combination guardrail machines; Guardrail Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS: Bucket Elevator Loader Operator, Barber-Greene and "' similar types; OILERS : Oiler; Guardrail Punch Oiler; Truck Crane �'- Oiler-Driver, 25 ton or over; Auger Oiler; Grade Oiler, required to check grade; Grade Checker; Tar Pot Fireman; PIPELINE SEWER CIO WATER: Tar Pot Fireman (power agitated) ; Hydraulic Pipe Press CD Operator; PUMPS: Pump Operator. , under 411 ; Pump Operatoi (any L0 power) , 4 " and over; Hydrostatic Pump Operator; RAILROAD EQUIPMENT: Brakeman; oiler; Switchman; Motorman; Ballast Jack TA:rper Operator; REPAIRMAN HEAVY DUTY: Parts Man (Tool Room) ; SHOVEL, DRAGLINE, CLAMSHELL, EACKHOE, SKOOPER OPERATORS : Oiler; Grade Oiler (required to check grade) ; Grade Checker; Fireman; Signalman ; Bell Boy, phones, etc. , Operator; Helicopter Radioman OR930001 - 10 (ground) ; SURFACING (BASE) MATERIAL: Roller Operator, grading of base rock (not asphalt) ; Tamping Machine Opertaor, mechanical , self-propelled; Hydrographic Seeder Machine Operator, staw, pulp or seed; SWEEPERS: Broom Operator, self-propelled, construction job site; TRENCHING: Oiler; Grade Oiler (required to check grade) ; TUNNEL: Conveyor Operator (any type) ; air Filtration Equipment Operator; Motormen (dinkey) ; Oiler; WELDING MACHINES: Welding Machine Operator ----------------------------------------------- IRON0014B 07/01/1992 Rates Fringes IRONWORKERS : Sq RUCTURAL, ORNAMENTAL REINFORCING, FENCE ERECTORS, & SIGNAL MEN 19 . 96 7 . 46 -----I -------------------------------------- LAB00003A 06/01/7992 Rates Fringes SEE ZONE DESCRIPTIONS FOR CITIES BASE POINTS LABORERS (See Footnote C) : Zone 1 : GROUP 1 15. 02 5 . 47 GROUP 2 15 . 37 5 . 47 GROUP 3 15. 67 5 . 47 GROUP 4 15 . 92 5 . 47 GROUP 5 13 . 43 5 . 47 GROUP 6 16 . 39 4 . 47 Zone Differential (Add to Zone 1 rates) : Zone 2 - $0 . 65 Zone 3 - 1 . 15 Zone 4 - 1 . 70 Zone 5 - 2 . 75 LABORERS CLASSIFICATIONS GROUP 1 : Asphalt Plant Laborers ; Asphalt Spreaders ; Batch Weighman ; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choke Setter; Clean-up Laborers ; Concrete Laborers; Curing > Concrete; Demolition, wrecking, and moving laborers; Driller ~ Tenders ; Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders ; Guard Rail , Median Rail , Reference Post , Right- °' of-way Marker) ; Fine Graders; Form Strippers (not swinging UJ stages) ; General Laborers; Hazardous Waste Labor Leverman or -' Aggregate Spreader (Flaherty and Loading Spotters and similar types) ; Material Yard Man ( including electrical) ; Powderman Tender; Pittsburgh Chipper Operator of similar types; Ribbon Setters ! including Steel Forms) ; Rip Rap Man (hand placed) ; Road Pump Tender; Sewer Labor; Signalman ; 5kipman; Slopers ; Spraymen ; OR930001 - 11 Stake Chaser; Stockpile ; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above -mound) ; Weightman, Crusher (aggregate when used) ; Railroad Track Laborers, Landscaping or Planting and Fence Builders. GROUP 2 : Applicator (including Pot Tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw) ; Burners ; Choker Splicer; Clary Power Spreader and similar types; Clean-up Nozzleman; Green Cutter (concrete, rock, etc. ) ; concrete Power Buggyman; Crush Feeder; Demolition and wrecking charred materials; Grade Checker; Granite Nozzleman Tender; Gunite or Pot Tender; Handlers or Mixers of all materials of an irritating nature (including cement and lime) ; Power Tool Operators, includes but not limited to: Dry Pack Machine; Jackhammer; Chipping- puns ; Paving Breakers; Vibrators (less than 4" in diameter); Post Hole Digger, air, gas, or electric; Vibrating Screed ; Tampers; Sand Blasting (wet) ; Stake-setter; Tunnel- Muckers, Brakemen, Concrete Crew, Bull Gang (underground) GROUP 3 : Asbestos removal (structural removal only) ; Asphalt Rakers; Bit Grunder; Drill Doctor. ; Drill Operators, Air Tracks, Cat Drills, Wagon Drills, Rubber-mounted Drills, and other similar types; Concrete Saw Operator; Gunite Drills, and other similar types; Concrete Saw Operator; Gunite Nozzleman; High ecaler.s, Strippers and Drillers (covers work in Swinging Stages, chairs or belts, under extreme conditions unusual to normal drilling blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Power- Saw operators (bucking and falling) ; Pumperete Nozzlemen; Sand Blasting (dry) ; Pipe Layers (all types) ; Sewer Timberman ; Trach; Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks; Tugger Operator; Tunnel-Chuck Tenders, Nippers, and T.imbermen ; Vibrator (4 " and l.argers) ; Water Blaster; Welder GROUP 4 : Tunnel. Miners ; Tunnel Powder-man, Motorman-Dinky Locomotive, Shield Operator GROUT' 5: 'Traffic Flaggers GROUP 6 : Plasterers tenders a ----------------------------------------------------------------- --- [.Y Ln PAIN0055A 06/01/1992 > Rata, Fringes STATEWIDE EXCEPT MALHEUR COUNTY J r-y PAINTERS : w J BRUSH 15 . 50 2. . 18 SPRAY and SANDBLASTING 1.6 . 00 2 . 18 SANDBLASTING AND SPRAY 16. 00 2. . 18 HIGHWAY & PARKING LOT PAINTER 17 . 64 1 . 05 TAPERS 20 . 75 3 . 30 OR930001 - 12 ---------------------------------------------------------------- PAIN0477A 10/01/1992 Rates Fringes MALHEUR COUNTY GLAZIERS 14 . 36 3 . 04 PAINTERS AND TAPERS 13 . 00 2 . 41 ---------------------------------------------------------------- PAIN0740A 07/01/1992 Rates Fringes STATEWIDE EXCEPT FOR MALHEUR COUNTY GLAZIERS 20 . 00 3 . 86 * PAIN1236A 04 /01/ 1993 Rates Fringes SOFT FLOOR LAYERS 18 . 04 4 . 73 ---------------------------------------------------------------- PLAS0001B 06/01/1992 Rates Fringes SEE 'LONE DESCRIPTION FOR CITIES BASE POINTS CEMENT MASONS (STATEWIDE) : ZONi 3 : CEMENT MASONS 17 . 34 6 . 42 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 17 . 48 6 . 42 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING 6 , 42 SCAFFOLD 17 ' 48 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING 17 . 83 6 . 42 SCAFFOLD �. ZONE 2 : Zone Differential (Add To Zone 1 Rates) : `n Zone 2 - $0. 65 i Zone 3 - 1 . 15 Zone 4 - 1 . 70 m 'Lone 5 - 2 . 75 -__ ----------------------------------------------------------- J PJAS0006A 01/01 / 1991 Rates F..-ingPs COOS , CROOK, DESCHUTES , DOUGLAS, JACKSON, JEFFERSON, LANE; WHEELER, BENTON (S) , CURRY (W) , HARNEY (N) , KLAMATH (N) , LINCOLN (S) , LINN (S) , ' AND WASCO (S) COUNTIES OR930001 - 13 PLASTERERS 18 . 58 3 . 02 ------------------------------------------------------ PLAS0082A 01/01/1992 Rates Fringes STATEWIDE EXCEPT COUNTIES LISTED FOR LOCAL NO. 6 PLASTERERS 15. 78 4 . 01 -------------------------------------------------------- PLUM0290B 06/01/1992 Rates Fringes ENTIRE STATE OF OREGON EXCEPT MALHEUR COUNTY PLUMBERS- AND PIPEFITTERS 21 . 40 5 . 62 ----------------- ------------------------------------------- PLUM0296B 06/01/1992 Fates Fringes MALHEUR COUNTY PLUMBERS AND PIPEFITTERS 19 . 55 5 . 05 ----------------------------------------------------------- ROOF0049A 07/01/1991 Rates Fringes BAKER, CLACKAMAS, CLATSOF, COLUMBIA, GRANT, GILLIAN, HOOD RIVER, JEFFERSON, MULTNOMAH, SHERMAN, TILLAMOOK, WASCO, WASHINGTON, AND WHEELER COUNTIES . ROOFERS 17 . 14 4 . 30 REMOVAL OF COAL TAR PITCH 18 . 85 4 . 30 ---------------------------------------------------------------- ROOF0156A 06/01/1992 Rates Fringes BENTON, CROOK, DESCHUTES , JACKSON, HARNEY, KLAMATH, LAKE, LANE, LINCOLN, L:INN, MARION, POLK, AND YAMHILL COUNTIES ROOFERS 16. 54 4 . 78 a ----------------------------------------•------------------------ 2 N ROOF0189C 07/01/1992 > Rates Fringes MORROW COUNTY ROOFERS 16. 78 4 ' 07 ---------------------------------------------------------------- ROOF0209A 06/01/1992 Rates Fringes MALHEUR COUNTY OR930001 - 14 ROOFERS 14 . 40 2 . 50 ---------------------------------------------------------------- SFOR0669A 04/01/1993 Rates Fringes SPRINKLER FITTERS 22 . 10 5. 08 ------------------------------------------------ * SHEE0016A 05/01/1993 Rates Fringes BENTON, CLACKAMAS, CLATSOP, COLUMBIA, CROOK, DESCHUTES, GILLIAM, GRANT, HARNEY , HOOD RIVER, JEFFERSON, LINCOLN, LINN, MARION, MULTNOMAH, POLK, SHERMAN, TILLAMOOK, WASCO, WASHINGTON, WHEELER, AND YAMHILL COUNTIES S►;,:ET METAL WORKERS 19 . 85 6. 69 SHEE0016B 01/01/1992. Rates Fringes BAKER, AND MALHEUR COUNTIES SHEET METAL WORKERS 16. 97 2 . 29+3% -------------------------------- -------------------------------- SHEE0066B 01/01/ 1993 Rates Fringes MORROW, UMATILLA, UNION, & WALLOWA COUNTIES. SHEET METAL WORKERS 20 . 2.2 5. 20+3% ------------------------------------------------------ ---------- SHEE0332A 07/01/1991 Rates Fringes JACKSON, KLAMATH, LAKE, AND LANE COUNTIES SHEET METAL WORKERS (INCLUDING HVAC DUCT.' WORK) 17 . 34 3 . 79 r SUOR2001A 04/01/1991 Rates Fringes TIMBER SALES ROADS : ►- OPERATING ENGINEERS 10. 37 4 . 15 -� TEAMSTERS 9 . 74 3 .74 m LABORERS 8 . 35 4 . 30 LL POWER SAW, DRILLER, POWDERMAN 9 . 12 4 . 30 -----------------------...- _ --------- --------.-------------•------ J -. TEAM0037A 06/01/1992 Rc*es Fringes SEE ZONE DESCRIPTION FOR CITIES BASE POINTS OR930001 - 15 TRUCK DRIVERS (See Footnote C) : ZONE 1: GROUP 1. 17 ' 24 5. 74 GROUP 2 17 . 36 5 . 74 GROUP 3 17 . 49 5. 74 GROUP 4 17 . 74 5. 74 GROUP 5 17 . 96 5 . 74 GROUP 6 18 . 11 5. 74 GROUP 7 18 . 31 5 . 74 Zone Differential (add to Zone 1 rates) : Zon. 2 - $0. 65 Zone 3 - 1. 15 Zone 4 - 1 . 70 Zone 5 - 2 . 75 TRUCK DRIVERS CLASSIFICATIONS GF:OUP 1 : Flattery Rehuil.ders ; Bus or. Manhaul Driver; Concrete Buggies (poorer operated) ; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 Cu . yds. , Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site) ; Loader and/or laeverman on Concrete Dry Batch Plant (manually operated) ; Pi '.ot. Car; Solo Flat Bed and misc. Body Trucks, 0 - 10 tons; 'Truck `fender; Truck Mechanic Tender; Water Wagons (rated capacity) - up to 3 , 000 gallons ; Transit Mix and Wet or Dry Mix - 5 Cu . ycls . and under. "A" Frame or Hydra-lift. 'truck with load bearing surface ; Lubrication Man. Fuel Truck Driver, Tir.eman, Wash Reck, Steam Cleaner or combinations ; Team Driver; Slurry Truck Driver or Leverman ; Tireman GROUP 2 : Flaherty Spreader Driver nr T,everman ; Lowbed Equipment, Flat Bed Semi-trai' er, :'ruck and Trailers or doubles transporting equipment or wet or dry materials; Lumber Carrier Driver - Straddle Carrier (used in loading, unloading and transporting of materia,.s on job site) ; Oil Distributor Driver or. Leverman; Water Wagons (rates capacity) - 3., 000 to 5, 000 gallons ; Dumpsters or similar equipment, all. sizes; Transit Mix and -' or a Dry Tru,.;ks, over 5 cu . yds, and including 7 cu. yds . GROUP 3 : Dump Trucks, side, end and bottom dumps, including ,. Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. ; Transit Mix and Wet or Dry Mix Trucks, over 7 cu . yds . and including 11 cu. yds. ; Truck Mechanic - °' Welder - Body Repairman ; Water Wagons (rated capacity) - 5, 000 to LL 7 , 000 gallons. GROUP 4 : Dump Trucks, side, end and bottom sumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cj . yds. ; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu . yds. ; Water Wagon (rated capacity) over 10, 000 gallons to 15 , 000 gallons OR930001 - 16 GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof : over 50 cu. yds. and including 60 cu. yds. GROUP 6: Dump Trucks, side, end and bottom di:,mps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. GROUP 7 : Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds . and including 100 cu. yds. END OF TEAMSTERS ZONE DESCRIPTION`; FOR CEMENT MASONS, LABORERS, TRUCK DRIVERS, POWER EQUIPMENT OPERATORS: Zone 1 - All jobs or projects located within 30 miles of the respective City Hall Zone 2 - More than 30 miles and less than 40 miles from the respective City Hall Zone 3 - More than 40 miles and less than 50 miles from the respective City Hall Zone 4 - More than 50 miles and less than 60 miles from the respective City Hall 'Lone 5 - More than 80 miles from the respective City Hall BASE POINT CITIES FOR CARPENTERS, LABORERS, TRUCK DRIVERS, POWER EQUIPMENT OPERATORS : Albany Astoria Baker Bend Bingen Brookings Burns Coos Bay Corvallis Eugene Goldendale Grants Pass Hermiston Hood River Klamath Falls La Grande Lakeview Longview Madras Medford McMinnville Oregon City Newport Ontario a Pendietnn Portland Reedsport 2 Roseburg Salem The Dalles Tillamook Vancouver St. Helens (Carpenters only) CITIES BASE POINTS FOR CEMENT MASONS: m Astoria Bend Coos Bay —' Corvallis Eugene Klamath Falls Longview Medford Newport Pendleton Portland Roseburg Salem The Dalles Vancouver ZONE DESCRIPTIONS FOR CARPENTERS , MILLWRIGHTS AND PILEDRIVERS: OR930001 - 17 Zone 1 - All jobs or projects located within 30 miles of the respective City Hall Zone 2 - More than 30 miles and less than 40 miles from the respective City Hal] Zone 3 - More than 40 miles and less than 50 miles from the respective City Hall Zone 4 - More than 50 miles and less than 60 miles from the respective City Hall 'Lone 5 - More than 60 miles and less than 70 miles from the respective City Hall Zona 6 - More than 70 miles from the respective City Hall BASE POINT CITIES FOP MILLWRIGHTS : Eugene North Bend Longview Portland Medford The Dalles Vancouver BASE POINT CITIFS FOU PILEDRIVERS : Astoria Longview Portland Bend Medford Roseburg_ Eugene Newport Salem Klamath Fells North lend The Dallas Roodsport. FOOTNOTE: C. HANDLING OF HAZARDOUS WAST MATrRIAI.,S - (LABORERS , POWER EQUIP HENT OPERA'T'ORS, A14D 'TPUCK DRIVERS) Personnel in all craft classifications subject to working inside a federally designated Hazardous Waste perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of 14azardous Waste as outline in the specific Ha--ardous Waste Project Site Safety Plan. H-1 Lase Wage Rate when on a hazardous waste site when not outfitted with protective clothing. 11-2 Clas- "C" Suit - Basic hourly wage rate plus $1 . 00 per hour, fringes plus $0. 15. H-3 Class "B" Suit - Basic hourly wage rate plus $1 . 50 per hour, fringes plus $0. 15. H-4 Class "A" Suit -Basic hourly wage rate plus $2 . 00 per hour, fringes plias $0 . 15. m ---------------- --------------------------- -------------------- WELDERS - Receive rate prescribed for craft pe•. forming operation to which welding is incidental . ---------------------------------------------------------------- Unlisted classifications needed for work not included within the OR930001 - 18 scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5. 5 (a) 1 (ii) ) . END OF GENERAL DECISION rt 1-- m LL J OR930001 - 19 Page 31 FORM OF BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, (name of Principal) as PRINCIPAL, and as SURETY (name of Surety) are held and firmly bound unto _ hereinafter called the "LHA" in the penal sum of $_ Dollars, lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successoi's and assign, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has submitted the accompanying bid, dated , 19 , for NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein after the opening of the same, or if no period be specified, within sixty ( 60 ) days after the said opening, and shall within the period specified therefor, or if no period be specified within ten ( 10 days after the prescribed forms are presented to him for signature, enter into a written contract with the LRA it accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required, for the faithful performance and proper fulfillment of such contract; or in the event of the withdrawal of said bid within the period specifies, or the failure to enter into such contract and give such bond within the time specified, if the Principal shall pay to LHA the difference between the amount specified in said bid and shall pay the LHA the difference between the amount specified in said bid and the amount for which the LHA may procure the a required work or supplies or both, if the latter amount be in excess of the former, then the above obligation shall be void and of no effec'., vn otherwise to remain in full force and virtue. ~ IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals this day of 19 C° the same and corporate seal of each corporate party being hereto LL affi. ed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In presence of : Page 1 of 2 (SEAL) (Individual Principal) (SEAL) (Business address) (SEAL) (Individual Principal) (SSE _ (F,usiness address) Attest: (SEAL)_ (Corporate Principal) (SEAL) (Business address) By _Affix Corporate seal Attest: i(SEAL) (Corporate Surety) (Business address) By _affix Corporate Seal (POWER-W -ATTORNEY FOR PERSON SIGNING FOR SURETY COMFANY MUST BE ATTACHED TO BOND) . CERTIFICAT'", AS TO CORPORATE PRINCIPAL, I , _ certify that I am the _ Secretary of the corporation named as Principal in the within bond; that i , who signed the said bond on behalf of the Principal wai then _ of said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed, and atL-ested to for and in behalf of said corporation by authority of its governing body. (Corporate Seal) Page 2 of 2 Page 33 PERFORMANCE PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we (Name of Contractor) hereinafter called "Principal" and (surety) of State of hereinafter called the "Surety" , and held and firmly bound unto (owner) of -- (city and state) hereinafter. called "PHA" in the penal sum of _ Dollars in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs , executors, administrators, and successors, jointly and severally, firmly by these presents . THE CONDITION OF THIS OBLIGATION is such that Whereas, the Principal entered i..ito a certai.A. contract with the PHA dat.eJ the day of _ , 19__, a copy of which is hereto attached and made a part hereof for the construction of. : NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings , covenants, terms , conditions , and agreements of said contract during the original. term thereof , and any extensions thereof which may be granted by the PHA with or without notice to the Surety. and if he shall satisfy all claims and demands incurred under such cuntract , and shall fully indemnify and save harmless the PHA from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Pl-" all outlay and expense which the PHA may incur in making good any default, ;- and shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof , including all amounts due r� for materials , lubricants , oil , gasoline, coal and coke, .repairs on CD machinery, equipment and tools , consumed or used in connection with the �J construction of such work, and all insurance premiums on said work, and fur all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect . Page 1 of 2 PROVIDED, FURTHER, that the sal, Surety, for value received hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract- or to the work or to .;he specifications . PROVIDED, FURTHER, that no final settlement between the PIIA and the Contract shall abridge the right of any beneficiary hereunder, whose claim may be un};atisfied. IN WITNESS WHEREOF, this instrument is executed in six ( 6) counterparts, each one of which shall be deemed an original , this the day of _ , 19 ATTEST: Principal By _ SEAL (SEAL) _ (Address-Zi-) Code) Witness as to Principal (Address-Zip Code) ATTEST: surety Attorney-in-Fact -- By —_SEAL (surety) secretary (SEAL) (Address-Zip codc Witness as to surety (Adc'.ress-Zip Code) NOTE- Date of Bond must not be prior to date of contract. If Cortractor is Partnership, all partners should execute bond. The date of Power.-of-Attorney must not precede the date of. Bond. Page 2 of 2 rage >> FORM OF CONTRACT THIS AGREEMENT made this _day of in the year Nineteen Hundred and by and between a corporation organized and existing under the laws of the State of a partnership consisting of _ or individual trading as _ hereinafter called the "Contractor" , and hereinafter called the "PHA" . WITNESSETH, That the Contractor and the PHA for the consideration stated herein mutually agree as follows : ARTICLE 1. Statement of Work. The Contractor shall furnish all labor, material , equipment and services, and perform and complete all work required for (the construction of) (description of work and project identification) and Addenc?a thereto numbered and _ dated _ , and and the Drawings referred to therein, all as prepared by which said Specifications, Addenda and drawings are incorporated_herain by reference and made a part hereof . ARTICLE 2. The Contract Price. The PHA shall pay the Contractor for the performance of the Contract, in current funds . subject to additions and deductions as provided in the Specifications, the sum of _ Dollars ( $ ) , ARTICLE 3. Contract Documents. The Contract shall consist of the following component parts : R v' a. This Instrument b. General Conditions C . Special Conditions a, d. Technical Specifications LO e . Drawings LO J Page 1 of 3 This instrument, together with the other documents enumerated in this Article 3, which said other documents are: as folly a part of the Contract as if hereto attached or herein repeated, form the Contract. In the event that any provision in any component part of this Contract conflicts with any provision of any other component part, the provision of the component part first enumerated in this Article 3 shall govern, except as otherwise specifically stated. The various provisions in Addenda shall be construed in the order of preference of the component part of the Contract which each modifies. IN WITNESS WHEREOF, the parties hereto have caused This Instrument to be executed in original counterparts as of the day and year first above written. ATTEST: (contractor) By _ Title Business Address : (street) (city) (2ipcode) (PHA) By Title Business Address : (SLZeP.t) n_ cr, (city) (2ipcode) (Print or type the names underneath all signatures) m c_a ti r Page 2 of 3 CERTIFICATION certify that I am the at the corporation named as Contractor herein, that who sion,:d this Contract ca Uehalf of the Contractor, was then of said corporation; that said Contract was duly figned for and in behalf of said corporation by authority of its governing body, and is w.i.tt.in the scope of its corporate powers . (Corporate Seal) (Print or type the names underneath all signatures) i-- Page 3 of 3 SPECIFICATIONS FOR THE PINES DRAINAGE PROJECT SCOPE OF WORK The work .included in the drainage construction as outlined on the plar,s and specifications prepared by Klein Engineering, Engineers, ar,! Otten and Associates, Landscape Architects, shall include but not necessarily be limited to excavation, furnishing drain rock, piping, catch inlets, cleanouts, sand, seeding, and all labor and materials required, tc install the drains as shown. All drain lines are to be established to the true lire and grade as shown, by the use of a Laser instrument. The project is to be conducted in a workmanlike manner in accordance with the plans and specifications. The apparent silence of the Specifications, Plans and Special Provisions as to any detail or the apparent omission from them of a detailed description concerning any point shall be regarded as meaning that only the best general practice is to prevail and that only material and workmanship of the first quality are to be used. All interpretations of these Specifications shall be made on the basis above stated. GEAIERAL Work or materials of a minor nature which may not be specifically mentioned or represented, but which may be reasonably assumed as necessary for construction or completion of this work shall be performed by the Contractor the same as if shown on the drawings or described in the specifications. Before making a proposal, the bidders shall examine the site of the worK and determine for themselves the existing conditions and the extent to which they will effect their proposal. Failure to do so will not relieve them from performing the work in strict accordance with the requirements of the Contract Documents. ft F-- `�' All construction work shall comply with all existing state and ~ local ordinances, and the Contractor shall obtain all necessary permits. m LL Any addenda issued during the time of bidding will be in the form of a written addenda to the specifications and will be mailed to each person who has previously received a set of Contract Documents. All addenda so issued shall become part of the Contract Documents, and must be submitted with the bid proposal . 1 No construction work at night will be permitted. All excavated materials from the trench excavation is to be hauled from the site and disposed of at no extra expense to the Washington County Housing Authority. SECURING AREA The Contractor will secure the surface araa by lacked gates, or other satisfactory means (barricades, netting, flagging e.:c. ) when not present at the job site during the construction per .od. ENTRANCL TO JOB SITES The Contractor is responsible for maintaining ingress and egress to each job site as outlined on the plans at his own expense. These areas and other areas within the project are to be brought back to their original grade and condition and seeded to the satisfaction of the Landscape Architect and the owner. The Contractor is to exercise every effort to minimize damage to these routes. Spillage and debris resulting from hauling or other work along or across any public or private way shall be removed at once by the Contractor at his expense. CLEAN UP Keep premises reasonably free from accumulation of debris. At completion of teach division of work, remove all debris, equipment and surplus materials. Leave project site in a neat and orderly condition. GUARANTEE This installation shall be unconditionally guararteed by ihi Contractor as to materials, and workmanship for a minimum of ons (1) year. RESPONSIBILITY The Contractor is responsible for the protection for all phases of his construction work and materials until accepted by the Washington County Housing Authority and the Landscape Architect. 2 CONSTRUCTION SPECIFICATIONS TRENCH EXCAVATION 1. Limits - Confine excavation to the minimum dimensions and consistent with permit requirements that allow proper construction of the conduit or structure. 2 . Prevention of Caving - Furnish, place, and later remove whatever shoring, sheathing, and bulkheading that is required to prevent caving of walls, restrict width of trench, provide for safety of workers and to prevent disturbance detrimental to adjacent areas or to other parts of the contract. 3 . Trenches in Unstable Areas - Excavate unstable materials to depths below the established elevation for the bases or foundation of the conduit or structure, as directed. Backfill such areas with selected general backfill, selected granular backfill, or selected stone backfill material as directed. Compact and bring the backfill material to the elevation established. 4 . Trenches in Unyielding Material - When rock, hardpan, or other unyielding material .is encountered, remove it below the designated grade, as ordered, to a minimum depth of 12 inches and a maximum depth of 18 inches. Backfill with aggregate base material. 5. Excavation for the drain trenches must be accomplished by hand, 15 feet on either side of the Oak tree located off the S.W. Corner of Building "A" . a. Roots encountered, must only be removed -is a resort to maintain the flow line grade of the drain pipe. b. Any root removal or trimming must be done by hand, and under the direct supervision of a certified Arborist. C. The tree is to be fertilized upon the completion of the drain installation, as directed by the Arborist. 6. Backfilling trench excavation a. Foundations - The full length and width of completed trench _ bottoms shall be firm, and be inspected and approved before placing the bedding, structure, or backfi_1]_ material that is specified or directed. Recess the trench bottom to accommodate the bell, if bell and spigot pipe are used. m ,D b. Bedding - Place and shape the bedding materials to fit the lower outside surface of the pipe accorc 'ng to the details shown. Recess the bedding material to accommodate the bell, if bell and spigot pipe are used. 3 r C. Backfilling - begin backfilling when: * Foundation has been prepared, if required. * Bedding has been prepared. * Drainage facilities and fittings are installed . * The installation has been inspected and approved by r_epresentaLives of the Landscape Architect. Place the materials in layers not greater tnan G inches thick and in a manner that equalizes pressures on the structure ai:d n inimizes stresses. Under the haunches of pipe and in areas not accessible to the mechanics tampers, or to testing, compact with hand method as rr:quired to ensure intimate contact between the backfill material and the pipe or .atruc.:u.re and to provide thorough compaction. Backfill either to thc! top of the trench, surrounding ground level or upper limit of excavation as directed. Dispose of excess excavated material riot used in backfill. work by hauling from the site. DRAIN ROCY. SPECIFICATION - The aggregate used shall be composed of hard, durable mineral particles free from organic matter, clay balls, soft particles, and other impurities or foreign matter. The material shall conform to the gradation requirements shown on these plans as determined by AASHTO T-7.7. To minimize segregation and to tac.-ilitate its compaction, the material shall be thoroughly saturated at the time of its placement and compacti •n. The material as placed and compacted shall be free of segregation and free of all contamina-tod ma;:eria].s. If unsatisfactory materials or contamination are permitted in the work, chose naterials shall be removed and replaced with acceptable materials "o the satisfaction of the Landscape Architect at no additional cost to the owner. POLYVINYLCHLOLRIDE 'PVC) ripe - PVC drain pipe shall meet. the requirements of ASTM D2729. GEOTEXTILES - The. geotext.ile shall be approved nonwoven filter fabric and shall : J r-. Meet or exceed the properties specified in Table C232U-1 -f i' the Oregon State Wr.1 .way Division "Standard Specifications for Highway Construction" for 'Type I Drainage Geotextile. * Be free of any chemical treatment or dating which migat significantly reduce permeability. 4 * Be free of any defects or tears. * to resistent to ambient temperatures, acid and alkaline conditions, microorganisms and insects. AREA DRAINS - Approved precast concrete area drains shall be installed at the specific line and grade. PIPE CONNECTIONS - Place connecting pipe at the required alignment and grade. Set the connecting pipe through the full thickness of the wall flush with the inner face of the wall. CLEANUP 6 SURFACE RESTORATION Surface Dressing - Slopes, sidewalk areas, planting areas, ditches, and the roadway shall be -,moothed and dressed without damaging the work or existing improvements, trees or shrubs. Upon ccmplet.ion of the cleanup, the project shall appear uniform .in ate' respects. Existing planting areas shall be graded to match the elevation of the sidewalk or curl) with allowance made for settlement. Cleaning Drains - Drainage facilities such as inlets, catch basins, manholes and ditches shall be cleaned of all excess; material or debris resulting from the work. Cleaning Paved Surfaces - Pavement surfaces, curbs, gutters, walls, sidewalks, manhole rovers and other .items within the limits of the project shall be cleaned as; directed. Restoring Planted Areas - Former grassed and planted areas shall be hand raked and dragged to be free from rocks, gravel, clay or any other foreign material, and ready in all aspects for seeding. The finished surface shall bc: free-draining and free from holes, rough spots, or other surface features detrimental to a seeded area. MATERIALS 1 . Specified backfill material for seeding top 8 inches of V1 drainage trench to be Columbia River fill sand to be placed and r compacted. m r. 111 ` J J 2 . Commercial Fertilizer 10-20-20- Applied at the rate of 10 lbs. per 1000. sq. ft. Nitrogen 50% from Sulpher-coated Urea 50% from Ammonium Phosphate Phosphorus 60% from Ammonium Phosphate 40% from Super Phosphate Potash Soluble from Sulphate of Potash 3 . Seed Mixture applied at the rate of 5 lbs per 1000 sq. ft. Total _ Type Purity Germination Weeds 40% (#2) Tara Perennial Rye 94% 90% 0. 5% 40% (#2) Manhattan Rye 94% 90% 0. 5% 20% (#1) Che4ings Fescue 94% 90% 0. 5% 4 . Peat Moss - Applied to seeded area at 1/4" depth. o. n_ J d] F LL1 6 General Decision Number OR930001 Superseded General Decision No. OR910001 State: Oregon Construction Type: Building Heavy Highway County(ies) : STATEWIDE BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments u to and including 4 stories) (EXCLUDING THE COUNTIES OF COOS, CURRY, DOUGLAS , AND JOSEPHINE) HEAVY, HIGHWAY, AND DREDGING CONSTRUCTION PROJECTS (STATEWIDE) Modification Number Publication Date 0 02/19/1993 1 04/09/1993 2 06/04/1993 3 07/02/1993 a. N y I- J e OR930001 - 1 COUNTY (ieS) : STATEWIDE * ASUE0036A 05/29/1993 Kates Fringes ASBESTOS WOF.KERS/INSULATORS (Includes application of all insulating materials, protective coverings, coatings and finishings to all of mechanical. systems) 20. 79 6 . 01 HAZARDOUS MATERIAL HANDLERS (Includes preparation, wetting, stripping, removal , scrapping, vacuming, bagging and disposing of all insulation materials, whether they contain asbestos or not, from 12 . 00 2 . - mechanical systems) 5 --------------------- ----------------------------------- ------- * BOIL0500A 0'//01/1993 Rates Fringes BOILERMAKERS 22 . 37 7 . 79 ----------------------------------------------------- BROR0001A 06/01/1993 Rates Fringes BAKER, BENTON, (NORTH) , CLACKAMAS, CLATSOP, (.%L,`JM)3IA, GILLIAM, HOOD RIVER, LINCOLN (NORTH) , LINN (NORTH) , MALHEUR, (NORTH) , MARION, MORROW, MULTNOMAH, POLK, SHERMAN, TILLAMOOK, UMATILLA, UNION, WALLOWA, WASCO, (NORTH) , WASHINGTON, AND YAMHILL COUNTIES . BRICKLAYERS , STONEMASONS 21 . 48 5 . 05 MARBLE SETTERS 22 .3 5 . 05 TILE SETTER 18 , 70 4 . 58 TILE SETTER FINISHERS 14 . 57 3 . 25 -------------------------------------------------------- - BROR0003B 03/01/1991 n= Rates Fringes "' STATEWIDE MASON TENDERS : 15. 99 5 ' 12 Tenders to Bricklayers, Tile Setters Marble Setters and Terrazzo Workers Topping for Cement Finishers and Mor'_ar Mixers -------------------------------------------------- ------ BROR0006A 01/01/ 1992 Rates Fringes BENTON, (SOUTH) , CROOK, DESC.HUTES , GRANT, HARNEY , JACKSON, JEFFERSON, KLAMATH, LAKE, LANE, LINCOLN, (SOUTH) , LINN (SOUTH) , OR930001 - 2 MALHEUR, (SOUTH) , WASCO (SOUTH) , AND WHEELER COUNTIES. BRICKLAYERS, STONEMASONS --------------------------- --- 19. 2$ 53 - ------ * CARP0001B 06/01/1993 Rates SEE ZONE DESCRIPTION FOR CITIES BASE POINTS Fringes CARPENTE!?S Zone 1 : CARPENTERS 20. 17 FLOOR LAYERS & FLOOR 4 . 57 FINISHERS (HARDWARE) 20. 32 MILLWRIGHTS 4 . 57 PILEDRIVERS 20. 67 4 . 57 MARINE PILEDRIVERS 20' 67 4 . 57 DIVERS 21 . 17 4 . 57 DIVERS TENDERS 50 . 39 4 . 57 22 . 28 4 . 57 Zone Differential (Add to Zone 1 rates) : Zone 2 - $0 . 85 Zone 3 - 1 . 25 Zone 4 - 1 . 70 zunt: 5 - 2 . 00 Zone 6 - 3 . 00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, Tt;E DALLAS, AND VANCOUVER ZONE 1 : Projects located within 30 ;Hiles of the respective city hall of the above mentioned cities ZONE 2 : Projects located mcre than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3 : Projects located more than 40 miles and less than 50 miles of the respective city of ` he above mentioned cities ZONE 4 : Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities hZONE 5 : Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities F- J ZONE 6 : Projects located more than 70 miles of the respective m city of the above mentioned cities J ----'-`---------------------------------------------------------- * ELECO048A 07/01/1993 Rates CLACKAMAS, CLOTSOP, L COLUMBIA, HOOD RIVER, M Fringes TILLAMOOK, WASCO, WSHINGTON, YAMHILL (NORTH) COUNTIESSHERMAN, COMMUNICATIONS AND SYSTEMS OR9300ol - 3 TECHNICIAN 18 . 00 4 . 90+3% ELECTRICIANS 22 . 50 6. 40+3% CABLE SPLICERS 23 . 25 6. 40+3% ---------------------------------------------------------------- ELEC0112A 09/01/1992 Rates Fringes BAKER, GILLIAM, GRANT, MORROW, UMATTLLA, UNION, WALLOWA, AND WHEELER COUNTIES ELECTRI :IANS 21 . 70 6. 56 CABLE SPLICERS 22 . 79 6. 62 ---------------------------------------------------------------- ELEC0125A 02/01/1993 Rates Fringes LINE CONSTRUCTION STATEWIDE EXCEPT MALHEUR COUNTY CABLE SPLICER 24 . 01 4 . 75+3 . 5% LINEMAN, POLE SPRAYER, HEAVY LINE EQUIPMENT MECHANIC 21 . 69 4 . 75+3 . 50 LINE EQUIPMENT MAN 18 . 71 3 . 75+3 . 50 POWOERMAN, JACKHAMMERMAN 16 . 37 3 . 75+3 . 5% GROUNDMAN 15 . 39 3 . 75+3 . 5% TREE TRIMMER 16 . 87 3 . 75+3 . 50 ------------------------------------------------ --------------- * ELECO280A 07/01/ 1993 Rates Fringes BENTON, CROOK, DESCHUTES, JEFFERSON, LANE (EAST) , LINN, MARION, POLK, AND; YAMHILL (SOUTH) COUNTIES COMMUNICATIONS AND SYSTEMS TECHNICIANS 12 . 75 2 . 70+3's ELECTRICIANS 22 . 55 3 . 85+3% CABLE SPLICERS 24 . 80 3 . 85+3% ------------------------------------------------- °: ELECO291A 12/01/1992 cL Rates Fringes r N MALHEUR COUNTY r ELECTRICIANS 28 . 70 2 . 85+5% 20 . 57 2 . 85+5% CABLE SPLICERS ---------------------------------------_.---_.-------------------- w J ELECO291D 03/01/1990 Rates Fringes LINE CONSTRUCTION MALHEUR COUNTY CABLE SPLICER 19. 41 2 . 50+4% LINEMAN 17 . 65 2 . 50+4% LINE EQUIPMENT MECHANIC OR930001 - 4 (RIGHT-OF-WAY) 15. 89 2 . 50+4% LINE EQUIPMENT OPERATOR 15. 89 2 . 50+4% GROUNDMAN 11 . 55 2 . 50+4% ---------------------------------------------------------------- ELEC0659A 01/01/1993 Rates Fringes DOUGLAS (EAST OF A LINE RUNNING NORTH AND SOUTH FROM THE NE CORNER OF COOS COUNTY TO THE SE CORNER OF LINCOLN COUNTY, HARNEY, JACKSON, JOSEPHINE, KLAMATH, AND LAKE COUNTIES COMMUN:"CATIONS AND SYSTEMS TECHNICIANS 12 . 75 2 . 70+3% ELECTRICIANS 19. 375 5 . 45+3% CABLE SPLICERS 21 . 315 5 . 45+3% ---------------------------------------------------------------- ELEC0932A 01/01/1992 Rates Fringes COOS , CURRY, LINCOLN, DOUGLAS AND LANE COUNTIES (AREA LYING WEST OF A LINE NORTH AND SOUTH FROM THE N. E. CORNER OF COOS COUNTY TO THE S . E. CORNER OF LINCOLN COUNTY COMMUNICATIONS AND SYSTEMS TECHNICIANS 12 . 75 2 . 70+3% ELECTRICIANS 19 . 50 5 . 05+3% CABLE SPLICERS 21 . 45 5 . 05+3% ----------------------------------------------------------------- ELEV0019D 08/01/1992 Rates Fringes BAKER, UNION, UMATILLA, AND WALLOWA COUNTIES ELEVATOR MECHANIC 21 . 11 6 . 12 HELPER 14 . 78 6 . 12 PROBATIONARY HELPER 10. 555 FOOTNO' E: Vacation Pay: 8% with 5 or more years of service, 6% for 6 a months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and N Friday after, and Christmas Day. ---------------------------------------------------- ------------ ELEV0023A 06/01/1993 Rates Fringes LLJ STATEWIDE EXCEPT BAKER, UMATILLA, UNION, -' AND WALLOWA COUNTIES ELEVATOR MECHANIC 23 . 53 6 . 12+a HELPER 3.6 . 47 6 . 12+a PROB. HELPER 11 . 765 OR930001 - 5 FOOTNO7':? a: Vacation Pay: 8% with 5 or more years of service, 6% for 6 mun the to 5 years service. Paid Holidays: Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day, and New Years Day. . ----------------------------------------------------------------- ENGI0701A 06/01/1993 Rates Fringes DREDGING: ZONE A LEVERMAN, HYDRAULIC 23 . 38 5.92 LEVERMAN, DIPPER 22 . 68 5. 92 ASSISTANT ENGINEER 21 . 98 5.92 TENDERMAN 21 . 46 5. 92 ASSISTANT MATE 19 . 61 5. 92 ZONE B LEVERMAN, HYDRAULIC 24 . 18 5. 92 LEVERMAN, DIPPER 24 . 18 5. 92 ASSISTANT ENGINEER 23 . 48 5. 92 TENDERMAN 22 . 96 5.92 ASSISTANT MATE 21 . 11 5 . 92 ZONE C LEVERMAN, HYDRAULIC 25 . 08 5. 92 LEVERMAN, DIPPER 25 . 08 5. 92 ASSISTANT ENGINEER 24 . 38 5.92 TENDERMAN 23 . 86 5. 92 ASSISTANT MATE 22 . 01 5. 92 a 2 ZONE D ~ LEVERMAN, HYDRAULIC 24 . 31. 5. 92 LEVERMAN, DIPPER 24 . 31 5. 92 °0 ASSISTANT ENGINEER 23 . 13 5.92 w TENDERMAN 22 . 69 5. 92 J ASSISTANT MATE 21 . 35 5.92 ZONE E OR930001 - 6 LEVERMAN, HYDRAULIC 25. 68 5 . 92 LEVERMAN, DIPPER 25 . 68 5. 92 ASSISTANT ENGINEER 24 . 98 5. 92 TENDERMAN 24 . 46 5 . 92 ASSISTANT MATE 22 . 61 5. 92 ------------------------------------ -------------------------- --- ENGI0701B 06/01/1992 Rates Fringes SEE ZONE DESCRIPTION FOR CITIES BASE POINTS POWER EQUIPMENT OPERATORS (See Footnote C) : ZONE 1 : GROUP 1 20 . 00 5. 92 GROUP 2 19 . 65 5 . 92 GROUP 3 19. 05 5. 92 GROUP 4 18 . 65 5. 92 GROUP 5 18 . 15 5 . 92 GROUP 6 17 . 45 5. 92 Zone Differential (add to Zone 1 nates) : Zone 2 - $0. 65 Zone 3 - 1 . 15 Zone 4 - 1 . 70 Zone 5 - 2 . 75 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 : CONCRETE: Batch Plant and/or Wet Mix Operator, three units or more; CRANE: Crane Operator, over two hundred ton; CRANE: Whirley Operator, one hundred fifty ton and over; Helicopter Operators, when used in erecting work; Floating Crane, 1.50 ton but less than 250 tor. ; FLOATING EQUIPMENT: Floating Crane, Two hundred fifty ton and over GROUP 2 : ASPHALT: Asphalt Plant Operator (any type) ; Roto- mill , pavement profiler, operator, six foot lateral cut and over; BLADE: Auto Grader or "Trimmer" Operator (Grade Checker R required) , BULLDOZERS : Tandem bulldozer operator, quad-nine and similar type; D-11 ; Tandem Bulldoze. Operator, Quad-nine and > similar type ; COUCRETE: Batch Plant and/or Wet Mix Operator, one and two drum; Automatic Concrete Slip Form Paver Operator; Concrete Canal Line Operator; Concrete Profiler, Diamond Head; CRANE: Cableway Operator, twenty-five ton and over; Crane L Operator, over forty ton and including one hundred ton; Crane Operator, over one hundred ton and including two hundred ; Tower Crane Operator, over eighty ton and including one hundred fifty ton ; FLOATING FQUIPMENT: Floating Clamshell , etc. Operator, 3 cu . yds. and over; Floating Crane (derrick barge) Operator, 30 ton but less than 80 ton; Floating Crane (derrick barge) Operator, 80 ton but less than 150 ton; LOADERS : Loader Operator. , G cu . yds. but less than 12 cu . yds . ; Loader Operator, 17 Cu . yd, , and ovAr; REMOTF. CONTROL: Remote controlled earth OR930001 - 7 moving equipment (no one operator shall operate more than two pieces of earth-moving equipment at one time) ; RUBBER-TIRED SCRAPERS: Rubber-tired Scrape.- 'Operator, with tandem scrapers, multi-engine; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER, OPERATOR: Shovel , etc. , 3 cu. yds. , but .less than 5 cu. yds. ; Shovel, etc. , 5 cu. yds. and over; TRENCH MACHINE: Wheel Excavator, under 750 cu. yds. per hour (Grade Oiler required) ; Canal Trimmer (Grade Oiler required) ; Wheel Excavator, over 750 cu. yds. per hour (two Operators and at least one Grade Oiler required) ; Band Wagon (in conjunction woth wheel excavator) ; UNDERWATER EQUIPMENT: Underwater Equipment operator, remote or otherwise GROUP 3 : FORKLIFT: Rock Hound Ope.retor; LOADERS : Loader- operator, 4 cu. yds. but less than 5 cu. yds. ; Rubber-tired RUBBER-TIRED SCRAPERS : Scraper Operator, with tandem scrapers ; Self-loading, paddle wheel , auger type, finish and/or 2 or more units GROUP 4 : ASPHALT: Screed Operator; Asphalt Paver Operator (Screed man required) ; Diesel-Electric engineer, Plant ; Roto- Mill , pavement profiler, operator, under six foot lateral cut ; BLADE: Blade Operator, externally controlled oy electronic, mechanical hydraulic means; Blade operator, multi-engine; BULLDOZERS: Bulldozer Operator; Drill Cat Operator; Side-boom operator; Bulldozer operator, twin engine (TC 12 and similar type, D-10) ; Cable-Plow operator (any type) ; CLEARING: Log Skidders ; Chippers ; Incinerator; Stump Splitter (loader mounted or similar type) : Compactor Onerator, with blade ; ComnArtnr Operator, multi-engine; CO14CRETE: Mixer Mobile Operator; Screed Operator; Concrete Cooling Machine Operator; Concrete Paving Road Mixer; Concrete Breaker; Reinforced Tank Banding Machine (K-17 or sJ.milar types) ; CRANE: Chicago boom and similar types ; Lift Slab Machine Operator; Boom types lifting device, 5 ton capacity or less; Cherry Picker or similar type crane-hoist, 5 ton capacity or less; Crane Operator, under 25 ton (except for rough terrain) , Hoist Operator, two drum; Hoist Operator, three or more drums ; Derrick oparator, under 100 ton; Hoist Operator, stiff leg, guy derrick or :similar type, 50 ton and over; Cableway Operator, up to twenty-five ton; Crane Operator, over twenty-five ton and including fort; ton; Bridge Crane operator; Locomotive, Gantry, Overhead ; CRUSHER: Generator Operator; Diesel-Electric Engineer; Grizzley Operatcr; Crusher Plant Operator; DRILLING: Drill 11nctor; Boring Machine Operator; Driller--Percussion, Diamund , re, Cable, Rotary and similar type; FLOATING EQUIPMENT: Diesel-electric Engineer; Jack Operator, elevating barges, Barge Operator, self-unloading; Piledriver operator (not crane type) (Deckhand required) ; Floating Clamshelll , etc. Operator, under 3 cu. yd:- . (Fireman or Diesel-Electric Engineer required) ; Floating Crane (derrick barge) Operator, less than 30 tons; GENERATORS : Generator Operator; Diesel-electric Engineer required) ; GUARDRAIL EQUIPMENT: Guardrail Punch operator (all types) ; Guardrail auger Operator (all. types) ; Combination Guardrail machines, i . e. punch, auger, etc. ; HEATING PLANT: Surface Heater and Planer Operator; OR930001 - 8 HYDRAULIC HOES: Hydraulic Backhoe Operator, Track Type 3/8 cu. yd. takes shovel Classif. rate) ; LOADERS: Belt Loaders, Kolman and Ko Cal types; Loaders Operator, front end and overhead, 2-1/2 cu. yds. and under 4 cu. yds. ; Elevating Loader operator, Athey and asimilar types; Elevating Grader Operator, operated by Tractor Operator, sierra, Euclid or similar types; PILEDRIVERS: Hammer Operator: Piledriver operator (not crane type) ; Pipe Cleaning Machine operator; Pipe Doping Machine Operator; PIPELINE, SEWER WATER: Pipe Bending Machine Operator; Pipe Wrapping Machine operator; Boring Machine Operator; Back Filling Machine Operator; REPAIRMEN, HEAVY DUTY: Diesel-Electric Engineer (Plant or Floating) ; Bolt Treading Machine Operator; Drill Doctor (bit grinder) ; H. D. Mechanic ; H. D. Welder; M%,chine Tool Operator; Combination H. D. Mechanic-Welder, when dispatched and/or when required to do both; Welder-Certified, when dispatched and/or required ; RUBBER-TIRED SCRAPERS: Rubber-tired Scraper Operator, single engine, single scraper; Self-loading, paddle wheel , auger type under 15 cu. yds. ; rubber-tired Scraper Operator, twin engin.?; Rubber-tired Scraper operator, with push- pull attachments; Self-loading, paddle wheel , auger type 15 cu. yds. and over, single engine ; SHOVEL, DRAGLINE, CLAMSHELL, BACKHOE, SKOOPER OPERATOR: Diesel-Electric Engineer; Stationary Drag Scraper operator; Shovel , Dragline, Clamshell , Hoe, etc. , Operator, under 1 cu . yd . ; Shovel , etc. , 1 ca . yd . and less than 3 cu. yds. ; Grade-all operator, under 1 cu. yd . ; Grade-all 1 cu. yd . and over; SURFACING (BASE) MATERIALS : Blade Mounted Spreaders, Ulrich and similar types ; TRACTOR-RUBBER TIRED: Tractor Operator, rubber-tired , over 50 H. P. Flywheel ; Tractor Operator, with boom attachment ; Rubber-tired Dozers and Pushers (Michigan, Cat, Hough type) ; TRENCHING MACHINE: Trenching Machine Operator, maximum digging capacity over. 3 ft. depth (Grade Oiler required) ; Back Filling Machine Operator; TUNNEL: Mucking Machine operator; Shield Operator; Boring Machine Operator GROUP 5 : A"PHALT: Extrusion Machine Operator; Roller Operator (any asphalt mix) ; Asphalt Furner and reconditioner operator (any type) , 84 ; roto-mill , Pavement Profiler, ground man. ; COMPRESSORS : Compressnr Operator any power) , -over 1 , 250 cu . ft. total capacity; COMPACTORS: Compactor Operator, including vibratory ; Wagner Pactor operator or similar type (without blade) ; CONCRETE: Combination mixer and Compressor Operator, gunite work; Concrete Batch F ant Quality Control operator; Beltcrete Operator; Pumperr- "aerator. (any type) Pavement Grinder acid/or Grooving Magi.. Operator. (riding type) ; Cement Pump Operator, Fuller-Kenyor similar; Concrete Pump Operator. ; Grouting Machine Operator; C..,. -cote Mixer operator, single drum, under five bag capacity and over; Cast place pipe laying machine; Maginnis Internal Full Slah Vibrator Operator: Concrete Finishing machine operator, Clary, Johnson, Bidwell , Burgess bridge deck or similar type; Curb Machine Operator, mechanical Berm, Curb and/or Curb and Gutter; Concrete Joint Hachine Operator ; Concrete Planer operator; Tower Mobile Operator; Power Jumbo operator setting slip forms ; Concrete Pavinq Machine operator; Concrete Finishinq oR930001 - 9 Machine Operatu�7; Concrete Spreader Operator; CRANE: Helicopter Hoist Operator; Hoist Operator, single drum; Elevator Operator. ; A-frame Truck :`aerator, Double drum; Boom Truck Operator Hydraulic Boor.: Truck, Pittman; DRILLING: Churm Drill and earth Boring Machine Operator; FLOATING EQUIPMENT: Fireman; FORKLIFT: Lull Hi-Lift Operator or similar type; Fork Lift., over 5 ton; HYDRAULIC HOES: Hydraulic Backhoe Operator, wheel type, 3/8 cu. yd and under with or without front end attachment 2-1/2 cu. yds. and under (Ford, John Deere, Case, Type) ; LOADERS: Loaders, rubber-tired type, 2-1/2 cu. yds. and under; Elevating Grader Operator, Tractor Towed requiring Operator or Grader; OILERS: Service Oiler (Greaser) ; PIPELINE, SEWER WATER: Hydra Hammer or similar types; Pavement Breaker Operator; RAILROAD EQUIPMENT: L(icomotive Operator, under 40 tons ; Ballast Regulator Operator; Ballast Tamper Multi-Purpose Operator; Track Liner Operator; Tie SI- .cer Operator; Shuttle Car Operator; Locomotive Operator, 40 tons and over; SURFACING (BASE) MATERIAL: Roller Operatior, Oiling, C.T. B. ; Rock Spreaders self-propelled; Pulva-mixer or similar types; Chip Spreading Machine Operator Lime spreading Operator, construction job site ; SWEEPERS: Sweeper Operator (Wayne Tractor Operator, rubber-tired, 50 H. P. Flywheel and under; TRENCHING*. Trench Machine Operator, maximum digging capacity 3 ft. depth GROUP G : ASPHALT: Plant Oiler; Plant Fireman ; Pugmill Operator (any tyre) ; Truck mounted asphalt spreader, with : creed; BLADE: Blade Operator, pulled type ; COMPRESSORS: Compressor Operator (any power) , under 1 , 250 cu. ft. total capacity; CONCRETE: Plant Oiler, Assistant Conveyor Operator; Conveyor Operator; Mixer Box Operator (C.T. B. , dry batch, etc. ) ; Cement Hog operator; Concrete Saw operator; Concrete Curing Machine Operator (riding type) ; Wire Mat or Brooming Machine Operator; CRANES Oiler; Truck Crane C41er-Driver, 25 tons capacity or over; Fireman, all equipment ; A •frame Truck Operator, single drum; Tugger or Coffin Type Hoist Operator; CRUSHER: Crusher Oiler; Crusher Feederman ; DRILLING: Drill Tender; Auger Oiler ; FLOATING EQUIPMENT: Deckhand ; Boatman; FORKLIFT: Self-propelled Scaffolding Operator, construction job site (exclduing work-ing platform) ; Fork Lift or Lumber Stacker. Operator, construction job site; GUARDRAIL EQUIPMENT: Oiler, auger Oiler; Oiaer, combination guardrail machines ; Guardrail n Punch Oiler; HEATING PLANT: Temporary Heating Plant Operator; LOADERS : Bucket Elevator Loader Operator, Barber-Greene and vi similar types; OILERS : Oiler; Guardrail Punch Oiler; Truck Crane Oiler-Driver, 25 ton or over; Auger Oiler; Grade Oiler, required ~ to check grade; Grade Checker; Tar Pot Fireman; PIPELINE SEWER WATER: Tar Pot Fireman (power agitated) ; Hydraulic Pipe Press Operator; PUMPS: Pump Operator, under 411 ; Pump Operator (any UJ power) , 4" and over; Hydrostatic Pump Operator; RAILROAD 'J EQUIPMENT: Brakeman; Oiler; switchman; Motorman ; Ballast Jack Tamper Operator; REPAIRMAN HEAVY DUTY : Parts Man (Tool Room) ; SHOVEL, DRAGLI14E, CLAMSHELL, BACKHOE, SKOOPER OPERATORS . Oiler; Grade Oiler (required to check grade) ; Grade Checker; Fireman; Signalman; Bell Boy, phones, etc. , operator; Helicopter Radioman (ground) ; SURFACING (BASE) MATERIAL: Roller Operator, grading of. OR930001 - 10 s base rock (not asphalt) ; Tamping Machine Opertaor, mechanical , self-propelled; Hydrographic Seeder Machine Operator, staw, pulp or seed; SWEEPERS: Broom Operator, self-propell.?.I construction job site ; TRENCHING: Oiler; Grade Oiler (required to check grade) ; TUNNEL: Conveyor Operator (any type) ; air Filtration Equipment Operator; Motormen (dinkey) ; Oiler; WELDING MACHINES: Welding Machine Operator ---------------------------------------------------------------- * IRON0014B 07/01/1993 Rates Fringes IRONWORKERS: STRUCTURAL, ORNAMENTAL REINFORCING, FENCE ERECTORS , & SIGNAL MEN 20 . 25 8 . 17 -----------•-- ----------------------------------------------------- LAB00003A 06/01/1992 Rates Fringes SEE ZONE DESCRIPTIONS FOR CI'T'IES BASE POINTS LABORERS (See Footnote C) : Zone 1 : GROUP 1 15. 02 5 . 47 GROUP 2 15. 37 5. 47 GROUP 3 15. 67 5. 47 GROUP 4 15 . 92 5 . 47 GROUP 5 13 - 43 5 . 47 GROUP 6 16. 39 4 . 47 Zone Differential (Add to Zone i rates) : Zone 2 - $0 . 65 'Lone 3 - 1 . 15 Zone 4 - 1 . 70 Zone 5 - 2 . 75 LABORERS CLASSIFICATIONS GROUP 1 : Asphalt Plant Laborers ; Asphalt Spreaders; Batch a Weighman; Broomers; Brush Burners and Cutters ; Car and Truck R Loaders ; Carpenter Tender; Change-House Man or Dry Shack Man; V1 Choke Setter; Clean-up Laborers; Concreti Laborers; Curing ConcreLc ; Dew.olition, wrecking, and moving laborers; Driller Tenders; Dumpers, road oiling crew; Dumpmen ( for grading crew) ; Elevator Feeders ; Guard Rail , Median Raiff. , Peference Post, Right- :`'. of-way Marker) ; Fine Graders; Form Strippers (not swinging Ln LLI stages) ; General Laborers; Hazardous Waste Labor Leverman or Aggregate Spreader (Flaherty and Loading Spotters and similar typeq) ; Material Yard Man ( including electrical) ; Powderman Tender. ; Pittsburgh chipper Operator of similar tvnes ; Ribbon Setters ( including Steel Forms) ; Rip Rap Mays (han placed) ; Road Pump Tender; Sewer Labor; Signalman; Skipman; S1opers; Spraymen ; Stake Chaser; Stockpile; 'Timber Faller and Bucker (hand labor) ; OR930001 - 11 Toolroom Man (at jon site) ; Tunnel Bullgang (above ground) ; Weightman, Crusher (aggregate when used) ; Railroad Track Laborers, Landscaping or Planting and Fence Builders. GROUP 2 : Applicator (inc!.uding Pot Tender for same) , applying protective material by hanc or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw) ; Burners; Choker Splicer; Clary Power Spreader and similar types ; Clean-up Nozzleman; Green Cutter (concrete, rock, etc. ) ; Concrete Power Buggyman; Crush Feeder; Demolition and wrecking charred materials ; Grade Checker; Gran:.te Nozzleman Tender; Gunite or Pot Tender; Handlers or Mixers of all materials of an irritating nature ( including cement and lime) ; Power Tool Operators, includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns ; Paving Breakers; Vibrators (less than 4" in diameter) ; Post Hole Digger, air, gas, or electric; Vibrating Screed ; Tampers; Sand Blasting (wet) ; Stake-setter; Tunnel- Muckers, Brakemen, Concrete Crew, Bull Gang (underground) GROUP 3 : Asbestos removal (structural removal only) ; Asphait Rakers ; Bit Grunder; Drill Doctor; Drill Operators, Air Tracks, Cat Drills, Wagon Drills, Rubber-mounted Drills, and other similar types ; Concrete Saw Operator; Gunite Drills, and other similar types ; Concrete Saw Operator; Gunite Nozzleman; High ecalers, Strippers and Drillers (covers work in Swinging Stages, chairs or belts , under extreme conditions unusual to normal drilling blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen ; Power Saw Operators (bucking and falling) ; Pumperete Nozzlemen ; Sand Blasting (drv) ; Pipe Layers (all types) ; Sewer Timberman ; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks ; Tugger Operator; Tunnel-Chuc;• Tenders, Nippers , and Timberman; Vibrator. (4" and l.argers) ; Water blaster ; Welder GROUP 4 : Tunnel Miners ; Tunnel. Powderman, Motorinan-Dinky Locomotive, Shield Operator GROUP 5 : Traffic Flaggers a GROUP 6 : Plasterers tenders 2 --------------------------------------------- DAIN0O55A 06/01/1992 _ Rates Fringes m STATEWIDE EXCEPT MALHEUR COUNTY PAINTERS : BRUSH 15 . 50 2 . 18 SPRAY and SANDBLASTING 16. 00 2 . 18 SANDBLASTING AND SPRAY 16 . 00 2 . 18 HIGHWAY & PARKING LOT PAIN'TE.R 17 . 64 1 . 05 'PAPERS 20 . 75 3 . 30 ---------------------------------------------------- OR930001 - 12 PAIN0477A 10/01/1992 Rates Fringes MALHEUR COUNTY GLAZIERS 14 . 36 3 . 04 PAINTERS AND TAPERS 13 . 00 2 . 41 ---------------------------------------------------------------- PAIN0740A 07/01/1992 Rates Fringes STATEWIDE EXCEPT FOR MALHEUR COUNTY ' GLAZIERS -------------7.0_00 3 . 86 ------------------------- ----------------------- PAIN1236A 04/01/1993 Rates Fringes SOFT FLOOR LAYERS 18 . 04 4 . 73 ---------------------------------------------------------------- PLAS0001B 06/01/1992 Rates Fringes SEE ZONE DESCRIPTION FOR CITIES BASE POINTS CEMENT MASONS (STATEWIDE) : ZONE 1 : CEMENT MASONS 17 . 14 6 . 42 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS 17 . 45 6. 42 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD 17 . 48 6. 42 CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD 17 . 53 6. 42 ZONE 2 : r Zone Differential (Add To Zone 1 Rates) : `n Zone 2 - $0 . 65 Zone 3 - 1 . 15 Zone 4 - 1 . 70 o, Zone 5 - 2 . 75 .. J PLAS0006A 01/01/ 1991 Rates Fringes COOS, CROOK, DESCHUTES, DOUGLAS, JACKSON, JEFFERSON, LANE, WHEELER, BENTON (S) , CURRY (W) , HARNEY (N) , KLAMATH (N) , LINCOLN (S) , LINN (S) , AND WASCO (S) COJNTIES OR930001 - 13 PLAS'T'ERERS 18 . 58 3 . 02 ----------------------------------- PLAS0082A 01/01/1992 Rates Fringes STATEWIDE EXCEPT COUNTIES LISTED FOR LOCAL NO. 6 PLASTERERS 15. 78 4 . 01 PLUM0290B 06/01/1992 Rates Fringes ENTIRE STATE OF OREGON EXCEPT MALHEUR COUNTY PLUMBERS AND PIPEFITTERS 21 . 40 5. 62 ---------------------------------------------------------------- PLUM0296B 06/01/1992 Rates Fringes MALHEUR COUNTY PLUMBERS AND PIPEFITTERS 19 . 55 5 . 05 ------------------------------------ ROOF0049A 07/01/ 1991 Rates Fringes BAKER, CLACKAMAS , CLATSOP, COLUMB14, GRANT, GILLIAN , HOOD RIVER, JEFFERSON, MULTNOMAH, SHERMAN , TILLAMOOK, WASCO, WASHINGTON , AND WHEELER COUNTIES . ROOFERS 17 . 14 4 . 30 REMOVAL OF COAL TAR PITCH 18 . 85 4 . 30 ---------------------------------------------------------------- ROOF0156A 06/01/ 1992 Rates Fringes BENTON, CROOK, CESCHUTES, JACKSON, HARNEY, KLAMATH, LAKE, LANE, LINCOLN, LINN, MARION, POLK, AND YAMHILL COUNTIES ROOFERS 16. 54 4 . 73 CL ---- ---------------------- -------------------------------------•- H- `A * ROOF0189C 07/01/ 1993 r Pates Fringes MORROW COUNTY cm ROOFERS 17 . 03 uj ------------------------------------------•-----�-------3-8------- ROOF0209A 06/01/ 1992 Rates Fringes MALHEUR COUN'T'Y ROOFERS 14 . 40 2 . 50 OR930001 - 14 ---------------------------------------------------------------- SFOR0669A 04/01/1993 Rates Fringes SPRINKLER FITTERS 22 . 10 5. 08 ---------------------------------------------------------------- SHEE001.6A 05/01/1993 Rates Fringes BENTON, CLACKAMAS, CLATSOP, COLUMBIA, CROOK, DESCHUTES, GILLIAM, GRANT, HARNEY, HOOD RIVER, JEFFERSON, LINCOLN, LINN, MARION, MULTNOMAH, POLK, SHERMAN, TILLAMOOK, WASCO, WASHINGTON, WHEELER, AND YAMHILL COUNTIES SHEET METAL WORKERS 19. 85 6. 69 ---------------------------------------------------------------- SHEE0016B 01/01/1992 Rates Fringes BAKER, AND MALHEUR COUNTIES SHEET METAL WORKERS 16. 97 2 . 29+30 * SHF'Fnnrrp nr,/n,_/1nc-13 Rates Fringes MORROW, UMATILLA, UNION, & WALLOWA COUNTIES . SHEET METAL WORKERS 21 . 22 5 . 43 ----------------------------------------•------------------------- SHEE0332A 07/0) /1991 Rates Fringes JACKSON, KLAMATH, LAKE, AND LANE COUNTIES SHEET METAL WORKERS ( INCLUDING HVAC DUCT WORK) 17 . 34 3 . 79 ------------------------------------------------------------------ SUOR2001.A 04/01/1991 �:. Rates Fringes K TIMBER SALES ROADS : �! OPERATING ENGINEERS 10. 37 4 . 15 TEAMS'T'ERS 9 . 74 3 . 74 LABORERS 8 . 35 4 . 30 POWER SAW, DRILLER, POWDERMAN 9. 12 4 . 30 co .. ------------------------------------------------------------------- Ud - * TEAM0037A 06/01/ 1.993 Rates Fringes SEE ZONE DESCRIPTION FOR CITIES BASE POINTS TRUCK DRIVERS (See Footnote C) : OR930001 - 15 ZONE 1 : GROUP 1 17 • 94 5 . 89 GROUP 2 1.8 . 06 5 . 89 GROUP 3 18 . 19 5 . 89 GROUP 4 18 . 84 5 . 89 GROUP 5 1.8 . 66 5 . 89 GROUP 6 18 . 81 5 . 89 GROUP 7 19 . 01 5 . 89 Zone Differential (add to Zone 1 rates) : Zone 2 - $0. 65 Zone 3 - 1 . 15 Zone 4 - 1 . 70 Zone 5 - 2 . 75 TRUCK DRIVERS CLASSIFICATIONS ..GROUP 1 : Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Dump Trucks , side, end and bottom dumps, including Semi Trucks and 'Trains or combinations there of: up to and including 10 cu. yds. , Lift Jitneys , Fork Lifts (all sizes in loading, unloading anC transporting material on job site) ; Loader and/or Leverman on Concrete Dry Batch Plant (manually operated) ; Pilot Car; Solo Flat Bed and misc. Body Trucks, 0 - 10 tons ; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) - up to 3, 000 gallons ; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under. . "A" Frame or. Hydra-lift Truck with load bearinq surface ; Lubrication Mai , Fue'l Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations ; Team Driven; Slurry Truck Driver or Leverman ; Tireman GROUP 2. : Flaherty Spreader Driver or Leverman ; Lowbed Equipment, Flat Bed Semi-trailer, Truck and Trailers or doubles transporting equipment or wet or dry materials ; Lumber Carrier. Driver - Straddle Carrier (used in loi+ding, unloading and transporting of materials on job site) ; Oil Distributor Driver or Leverman ; Water Wagons (rated capacity) - 3 , 000 to 5, 000 gallons : Dumpsters or similar equipment, all sizes; Transit Mix and Wet or a Dry Trucks, over 5 cu. yds, and including 7 cu . yds. GROUP 3 : Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and includir:g 30 cu . yds. ; Transit Mix and Wet or Dry Mix Trucks, r over 7 cu. yds. and including 11 cu. yds. ; Truck Mechanic - a? Weider - Body Repairman ; Water Wagons (rated capacity) - 5 , 000 to w 7 , 000 gallons. GROUP 4 : Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu . yds. ; Transit Mix and Wet or Dry Mix Trucks, o,per 11 cu. yds. and including 15 cu . yds. ; Water Wagon (rated cap city) over 10, 000 gallons to 15, 000 gallons OR930001 - 16 GROUP 5: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. GROUP 6: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. GROUP 7 : Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over SO cu. yds. and including 100 cu. yds . END OF TEAMSTERS ZONE DESCRIPTIONS FOR CEMENT MASONS , LABORERS , TRUCK DRIVERS, POWER EQUIPMENT OPERATORS: Zone 1 - All jobs or projects located within 30 miles of the respective: City Hall Zone 2 - More than 30 miles and less than 40 miles from the respective City Hall Zone 3 - More than 40 miles and less than 50 miles from the respective City Hall Zone 4 - i•icUre tnncin :.,u miles aiiu itzSs Shan 30 miles fru-t the respective City Hall Zone 5 - More than 80 miles from the respective City Hall BASE POINT CITIES FOR CARPENTERS ; LABORERS, TRUCK DRIVERS , POWER EQUIPMENT OPERATORS: Albany Astoria Baker Bend Bingen Brookings Burns Coos Bay Corvallis Eugene Goldendale Grants Pass Hermiston: Hood River Klamath Falls La Grande Lakeview Longview Madras Medford McMinnville Oregon City Newport Ontario Pendleton Portland P.eedsport Roseburg Salem The Dalles Tillamook Vancouver St . Helens (Carpenters only) CITIES BASE POINTS FOR CEMENT MASONS : Astoria Bend Coos Bay Corvallis Eugene Klamath Falls Longview MedforO Newport Pendleton PortlanC Roseburg Salem The Dalles Vancouver ZONE DESCRIPTIONS FOR CARPENTERS , MILLWRTGHTS AND PILEDRIVERS : OR930001 - 17 Zone 1 - All jobs or projects located within 30 miles of the respective City Hall Zone 2 - More than 30 miles and less than 40 miles from the respective City Hall les and less than 50 miles from the Zone 3 - More than 40 mi respective City Hall Zone 4 - More than 50 miles and less than 60 miles from the respective City Hall Zone 5 - More than 60 miles and less than 70 miles from the respective City Hall Zane 6 - More than 70 miles from the respective City Hall BASE POINT CITIES FOR MILLWRIGHTS: Eugene North Bend Longview Portland Medford The Dalles Vancouver SASE POINT CITIES FOR PILEDRIVERS : Astoria Longview Portland Bend Medford Roseburg Eugene Newport Salem g Klamath Falls North Bend The Dallas Reedsport FOOTNOTE: C. HANDLING OF HAZARDOUS WAST MA'T'ERIALS - (LABORERS , POWER EQUIP MENT OPERATORS, AND TRUCK DRIVERS) : Personnel in all craft classifications subject to working inside a federally designated Hazardous Waste perimeter shall be eligible for compensation in accordance with the following group schedule relative to the level of Hazardous Waste as outline in the specific Hazardous Waste Project Site Safety Plan. Ii-1 Base Wage Rate when on a hazardous waste site when not outfitted with protective clothing. H-2 Class "C" Suit - Basic hourly wage rate plus $1 . 00 per hour, fringes plus $0. 15 . "' H-3 Class "B" Suit - Basic hourly wage rate plus 1 . 50 per T hour, fringes plus $0 . 15 . H-4 class "A" Suit -Basic hourly wage rate plus $2 . 00 per cc hour, fringes plus $0. 15 . --------------------------------- `LO J WELDERS - Receive rate prescribed for craft performing operation J to which welding i.s incidental . ----- --------------------------------- Unlisted classificationz needed fc,r work not included within the scope of the classifications listed may be added after award onl7 OR930001 - 18 as provided in the labor standards contract clauses (29 CFR 5 . 5 (a) END OF GENERAL DECISION OR930001 - 19