Loading...
HomeMy WebLinkAbout0003_3_Maple Associates Bid Proposal - Exhibit BMaples and Associates General R',ildifig / Engitic ering Con To: City of Lake Elsinore Administrative Services Department 130 South Main Street Lake Elsinore California 92530 Re: RFP: General Contractors Services On -Call Michael P. Maples Building Legacy Since 1985 951-491-9562 This is to inform the City of Lake Elsinore that Michael Maples is authorized to negotiate on behalf of Maples and Associates on the RFP for General Contractor Services On -Call. Maples and Associates expertise is in Project Management and Compliance. With 35 years of experience we make sure each project is planned out before it starts, all people involved are tasked to be successful and the project stays with- in budget. Maples and Associates,with an office in Murrieta, was Incorporated on February 12, 2015. We currently have two office staff and three field technicians that are very skilled, with a combined experience of 75 years in Construction. Maples and Associates, General Building / Engineering Contractor, experienced in handling projects that involve all aspects of Site Work: Grading, Asphalt & Concrete, Interior and Exterior Framing, Electrical, Plumbing, Carpentry, Masonry and Laborers to start and complete project of any size. Maples and Associates has been working with local Property Management Companies with projects that involve Tenant Improvements, Demolition, Drywall, Electrical, Fence Repair, Painting and Concrete Work. Recently, we have completed a 2,500 s.f. Tenant Improvement in Murrieta. Below is a Client list for your review: Tobias Commercial Ryan Jensen - License # 01930235 Direct 951.710.7937 1 Fax 951.677.7787 41185 Golden Gate Circle; Suite 109 1 Murrieta, CA 92562 E-Maill: an tobiascommerical.com Associa Equity Management & Realty Services Keren L. Calder, CMCA, AMS Vice President / Broker t% BRE License #01374169 42430 Winchester Road, Temecula CA 92590 (951) 375-3830 Direct (951) 296-5640 Main E -Mail: kcalder a ui m t.cam 249 1 1 New Clay Street Murrieta, California CA Lic. #701704 MaPlf"s and Associates C:eneraI BUiI(IinI Enginccring Contractor To: City of Lake Elsinore Administrative Services Department 130 South Main Street Lake Elsinore California 92530 Re: RFP: General Contractors Services On -Call Added Notes Michael P. Maples Building A Legacy Since 1985 951-491-9562 Maples and Associates Inc. is Veteran owned and operated. We are interested in working with the City of Lake Elsinore on this project for a good reason, our desire is to hire Veterans in our community to work with us. The Department of Industrial Relations, Division of Apprenticeship Standards (DAS) has an on -the -job -training program (OJT) for Veterans that can be utilized for this project. With that said, because the Prevailing Wages Rates have many different Classifications (Journeyperson / Apprentice), with such a wide range of hourly rates due to the on the job training and duration of time on the job, I would like to propose that Maples & Associates Inc. would work as a cost plus contractor for the City of Lake Elsinore. We would be willing to work on a 20% profit margin. I have included in my proposal the General Prevailing Wage rate sheets for Riverside County for a Journeyperson / Apprentice for your review. This would be a great opportunity for all involved. Regarding the Maintenance Area Categories you might want to consider the following: General Labor Hourly Rate: $58.65 P.W. Truck Hourly Rate: $28.75 Superintendent / Forman Hourly Rate: $35.93 Non /P.W. Equipment Rental Markup 15% Please let me know if you have any questions. Michaef P. Maples President Maples & Associates Inc. 2+,91 1 New Clay Street Murrieta, California CA Lic. #701704 CITY OF /1 LAKE LSIIO EBF DREAM EXTREME REQUEST FOR PROPOSALS GENERAL CONTRACTOR SERVICES ON-CALL February 20, 2015 City of Lake Elsinore Administrative Services Department 130 South Main Street Lake Elsinore, California 92530 Page 1 February 20, 2015 Cl-ry of ot% LAKYLSIi�O��E)REAM F>(1-RFMF REQUEST FOR PROPOSALS The City of Lake Elsinore, hereinafter referred to as the City, is inviting proposals from licensed and qualified general contractors ("Contractor") to provide on-call, as needed and/or emergency repair services ("Services") for all City owned and/or maintained facilities and properties. The Contractor will provide full range maintenance and repair services that may include but is not limited to installations, routine maintenance, service calls, supplies, and emergency services. It is the City's intent to award multiple contracts to different Contractors who can provide 24 hour -a -day, 7 day -a -week, on-call support on an as -needed basis. Time Schedule: The following is the City's tentative schedule for the selection of a qualified contractor: 1. Request for Proposal 2. Deadline for Questions 3. Deadline for submitting RFP 4. Review and Evaluation 5. Optional Interview if Required 6. Tentative Award and Start Date February 20, 2015 March 6, 2015 no later than 4:00 p.m. March 18, 2015 no later than 4:00 p.m. March 19 to March 23, 2015 To Be Determined April 2015 Sealed written responses must be received by the City Engineering Department Prior to 4:00 p.m., March 18, 2015 Proposals shall be submitted to: City of Lake Elsinore Engineering Department Attn: Nicole McCalmont 130 South Main Street Lake Elsinore, CA 92530 Submittal of response by fax is not acceptable. All questions technical, commercial, or contractual in nature shall be directed to Rick DeSantiago, Public Works Superintendent,IDesanti�lake�elsinore.nrq. Contact with City of Lake Elsinore personnel other than those listed above regarding this RFP may be grounds for elimination from the selection process. Sincerely, Rick DeSantiago Public Works Superintendent Page 2 Introduction The purpose of this RFP is to solicit proposals responses from qualified general contractors for miscellaneous repair services to City facilities and infrastructure. Services are needed on a 24 hour -a -day, 7 day -a -week, and on-call and as needed basis. The City intends to award a contract to qualified contractors that have a history of successfully performing miscellaneous maintenance services. Background The City of Lake Elsinore encompasses 42 square miles, with a diverse population of 56,718 residents, and is located about 85 miles north of San Diego. The City was incorporated in 1888 as a General Law City and is governed under the City Council/City Manager form of government. The City contracts out fire and police services and has approximately 85 full time benefited employees in 6 departments (City Manager, Administrative Services, Community Development, Public Works, and Lake, Parks and Recreation). Qualification Content & Format The prospective contractor(s) shall provide the City with the following information: 1. Cover letter - Signed letter by an individual authorized to negotiate on behalf of the contractor and must be binding for a term of 120 days from the date of submittal to the City. 2. A description of the contractor's area of expertise, organizational structure, location of principal offices, number of personnel available to perform the work, employee qualifications, cost proposal based on scope of services as set forth in Attachment "A" and other pertinent business information. 3. Related project experience and client references. 4. The names of any sub -contractors to be utilized, along with their relevant experience and work resumes, contractor licensing, and insurances. 5. Fee information as outlined in Attachment "A" Cost Proposal Sheet — General Maintenance Services. 6. City's Contractor Services Agreement — Identify any sections of the City's standard Contractor service agreement contract (Attachment "B") that pose concerns and would require negotiation/modification in order to be acceptable to contractor. If no concerns are identified, contractor will be deemed to have accepted the form of the agreement. Instructions, Conditions, & Legal Requirements 1. Price. Provide pricing on all requirements as outlined in Attachment "A". If there are discrepancies between services, labor, materials and maintenance costs, the City reserves the right to clarify pricing with the affected contractor. The City of Lake Elsinore has outlined the requirements herein in as much detail as is currently known. Please provide any exceptions, additional information, or suggestions that will aid in the City's selection process (attachments are acceptable). 2. Buitding Code. All services provided by the Contractor shall be performed in strict accordance with the City of Lake Elsinore Building Code, local laws, and applicable jurisdictions. Page 3 3. Negotiate Terms. The City reserves the right to negotiate terms and specifications/scope of work with the highest ranked contractor. If an agreement cannot be negotiated, the City reserves the right to negotiate with any other contractor. 4. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the reputation, experience and competence of Contractor. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Contractor under the attached Agreement for Contractor Services will be permitted only with the express consent of the City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of the City. If City consents to such subcontract, Contractor shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. All subcontractors to the prime contractor must be pre -approved by the City. 5. OSHA and Cal OSHA Standards & Re uirements. Selected contractor is required to comply with all existing State and Federal labor laws. Selected contractor is also responsible for complying with all OSHA and Cal OSHA standards and requirements. If contractor out -sources any work or job to a subcontractor, it will be the prime contractor's responsibility to ensure all subcontractors meet the requirements as stated in this RFP. 6. Final Contract. A final contract will be awarded to the most competitively priced and qualified proposal. Although price is of prime consideration, it is not the sole determining factor. The City reserves the right to select the appropriate contractor based on qualifications and proposals. The determination of the most qualified and most competitively priced proposal may involve all or some of the following factors: price, thoroughness of the proposal package, previous experience and performance; out -sourced work; other costs; and other objective factors which are reasonable. The City reserves the right to select a contractor to perform all of the work identified in the RFP, or only selected portions based on price and/or other factors. The City prefers a contractor that can provide services in most of the multiple disciplinary general contractor areas identified in the scope of work. 7. Collusion. Any evidence or collusion among contractors acting illegally to restrain freedom of competition by agreement to propose fixed price, or otherwise, will render the proposal of such contractors void. 8. Permits & Licensing, The permits and licensing required is as follows: The Proposer shall obtain all required permits and licenses, including a City Business License, from the CITY necessary to conduct contracting work in the City of Lake Elsinore. Associated fees are the responsibility of the Proposer. The individual or firm must be licensed by the Contractors State License Board (CSLB) to perform general contractor services. Contractor must possess and maintain a valid State of California General Building Contractor License (B) during the term of the Contract. Contractor shall also provide any other applicable licenses (e.g., C-10, C-20, C-36) and certifications. A copy of Contractor's license is to be submitted to CITY within ten (10) calendar days of notice of award. Service providers will not use technicians without CSLB licenses 9. 24/7 Contact Information. The contractor shall provide a local telephone number where service personnel can be reached on an "on call" basis twenty-four (24) hours a day, seven (7) days per week. This telephone number will be made available to all authorized personnel designated by the City. Page 4 10. Client References. The contractor shall submit a list of at least four (4) client references that have purchased similar services from the contractor. Contractor shall provide company name, contact name and phone number for each reference. 11. Contract Term & Extensions._ The term of the contract shall commence upon award of the contract and continue through June 30, 2015. The City reserves the option to extend the contract(s) for an additional three (3) years. No price adjustments will occur during the first thirty-six (36) months of this agreement. Upon request of the contractor and agreement by the City, the item prices may be adjusted by the amount equal to the increase or decrease, during the previous twelve (12) months, in the Riverside, San Bernardino ALL Urban Consumers Index to determine the percentage of increase or decrease, the term "previous twelve months" shall mean the twelve (12) month period ending June 30th of that year, or if not available, the prior month. 12. Contractors Costs, The City will not reimburse contractors for any costs involved in the preparation and submission of proposals. Furthermore, this RFP does not obligate the City to accept or contract for any expressed or implied services. 13. Public Record, All submitted proposals and information included therein or attached thereto shall become public record upon contract award. SCOPE of REQUIRED SERVICES This RFP includes several trade areas which are commonly utilized by Cities. These identified maintenance service areas are not intended to be all inclusive but rather a general listing of the most common maintenance areas requiring routine and frequent maintenance and repair. Also, it shall be noted that certain maintenance may require scheduled preventive maintenance work. rhe below maintenance areas are representative of the work solicited in this RFP: Minor Construction and Repair Carpentry Plumbing Electrical Concrete and Masonry HVAC Painting Roofing Dry Wall f=inish Wood Working Irrigation Repair Services included in the aforementioned list depending on the nature of the work, may or may not require payment of the prevailing wage rate and, therefore, should be proposed based on Department of Industrial Relations (DIR) requirements. Attachment A contains the cost proposal sheet and shall be completed for the services each contractor can provide. Contractors may be awarded various projects and tasks as may arise through the issuance of Task/Work Orders, based on the location and nature of the services required and the qualifications and resources of the Contractor and often in competition with other contractors who have also entered into a similar agreement with the City. The Contractor agrees to provide all necessary expertise and services to professionally and diligently perform the work authorized by Task t Work Orders to be issued by the City. Assigned work shall be agreed upon in quantity and price and approved by the Public Works Superintendent or his/her appointed representative before work can commence. It is anticipated that this contract will result in multiple awards to more than one Contractor. Actual contract usage will vary and be based upon ability and need. The City will award contracts based upon the best interest of the City. Page 5 PROPOSAL SUBMITTAL EVALUATION Criteria to be used to evaluate the submittals will include, but not be limited to: Degree to which each proposal submittal responds to the needs of the City and this request (approach responsiveness, preciseness, thoroughness, etc.) Evidence of the ability to provide services in a prompt, thorough and professional manner Experience, reputation, and backgrounds of those who will be providing services for the City. Hourly rate(s) for each work category your company can satisfy within the scope of services Attachment A. ATTACHMENTS Attachment A: Cost Proposal Sheet — General Maintenance Services Attachment B: City of Lake Elsinore Agreement for Contractor Services (On -Call) Page 6 Tk 1 12a.-�e 5 6,[,-) Attachment "A" Cost Proposal Sheet — General Maintenance Services Please provide the fee quotes as follows (Include a schedule of rates by classification hourly rates): In the column labeled "Bidder Notes" mark each maintenance area beginning with 1 to 11 (1=most preferred area, 11= least preferred area). Please attach additional pages if necessary. GENERAL MAINTENANCE SERVICES WAGE RATES *Normal Business Hours "Emergency and After ' Unit of Maintenance Rate Hours Rate — Measure Subcontractor Non- Non- (Hourly, Services Bidder Notes Area Yes/ No (Attached if Needed) Prevailing Prevailing Prevailing Prevailing + /z Hour Wage Rate Wage Rate Wage Rate Wage Rate Etc... � c See _ Carpent �%• Jr� b)• 5q.. 15 .. �p .�a iguri�J See A -F44L� ._.. Finish Wood Working3 / 5 - � Plumbing3�• 5� •7-Z -71.7-2- l I `i -- El Electrical _2 5� .1 108 SQ 7C 113'y�. I Concre Mason to and Masonry 3? ..50 — (.J . 38 101 CJ 7c7pd � 70 . `4 27'01 t I nn 1 HVAC 37. 50 Paintin 37 S� y B 4G m 6"S 7� 1_2 r• Oq I I 1 Sheet Metal 37 CO 7 8 if Dry Wall 3-260 6 7`i Roofing37 5� SCJ'9� 7 1 61 1 I t I Irrigation 37. �>p 5 yyRepair - Material Markup: % (percent) *Normal Business Hours: 7:30 a.m. to 5:30 p.m. (Monday — Friday) **Emergency and After Hours Service: 5:30 p.m. to 7:30 a.m. (Weekends and Holidays) Page 7 Attachment "B" AGREEMENT FOR CONTRACTOR SERVICES (ON-CALL) [insert name of Contractor] [insert project/services to be provided] This Agreement for Contractor Services (On -Call) (the "Agreement") is made and entered into as of __ 201_, by and between the City of Lake Elsinore, a municipal corporation ("City") and a.. A. The City has __ - ("Contractor"). RECITALS determined that it requires the following services. B. The City has prepared a request for a proposals and Contractor has submitted to City a proposal, dated _, 201_, both of which are attached hereto as Exhibit A (collectively, the "Contractor's Proposal") and incorporated herein, to provide services and related work to the City pursuant to the terms of this Agreement. C. Contractor possesses the skill, experience, ability, background, certification and knowledge to perform the services and related work described in this Agreement on the terms and conditions described herein. D. City desires to retain Contractor to perform the services and related work as provided herein and Contractor desires to provide such services and related work as set forth in this Agreement. AGREEMENT 1. Scope of Services. Contractor shall perform the services and related work described in Contractor's Proposal (Exhibit A). Contractor shall provide such services and related work at the time, place, and in the manner specified in Contractor's Proposal (Exhibit A), subject to the direction of the City through its staff that it may provide from time to time. Contractor acknowledges that the Scope of Services provides for 24 hour -a -day, 7 day -a -week, on-call support on an as needed basis. 2. Time of Performance. a. Time of Essence. Time is of the essence in the performance of this Agreement. The time for completion of the services and related work to be performed by Contractor is an essential condition of this Agreement. Contractor shall prosecute regularly and diligently the services and related work contemplated pursuant to this Agreement consistent with Contractor's Proposal (Exhibit A) and shall provide, furnish and pay all labor, materials, necessary tools, expendable equipment, and all taxes, utility and transportation services required to perform such the services and related work. b. Performance Schedule. Contractor shall commence the services and related work pursuant to this Agreement upon receipt of a written notice to proceed and shall perform all services and related work within the time period(s) established in the Contractor's Proposal (Exhibit A). When requested by Contractor, extensions to the time period(s) specified may be approved in writing by the City Manager. Page 8 C. Term and Com liance with TaskMlork Order S stem. Unless earlier terminated as provided elsewhere in this Agreement, this Agreement shall continue in full force and effect for a period of _ (__j years, commencing on 20— and ending on , 20—. The City may, at its sole discretion, extend the term of this Agreement on a 12 -month basis not to exceed (_) additional twelve (12) month renewal terms by giving written notice thereof to Contractor not less than thirty (30) days before the end of the contract term, such notice to be exercised by the City Manager. Contractor hereby agrees and acknowledges that any and all work or services performed pursuant to this Agreement shall be based upon the issuance of a Task/Work Order by the City. Contractor acknowledges that it is not guaranteed any minimum or specific amount of work or services as all work or services shall be authorized through a TaskMlork Order issued by the City. 3. Compensation and Cost of Living Adjustment. Compensation to be paid to Contractor shall be in accordance with the fees set forth in Contractor's Proposal (Exhibit A), which is attached hereto and incorporated herein by reference. In no event shall Contractor's compensation exceed _dollars ($�—i Wthout additional written authorization from the City. Notwithstanding any provision of Contractor's Proposal to the contrary, out of pocket expenses set forth in Exhibit shall be rbs med a waiverd at cost lout an inflator of defects, even if administrative under if schdefects wer known to the City at thetime of Agreemee shall shall nott be e dee payment. The compensation paid to Contractor may be adjusted on each July 1 following the first anniversary of the commencement of the term of this Agreement, provided that The request for cost of living adjustment shall be presented to the City no later than June 1 st of a particular year and, if approved by the City, will become effective on July 1st of that year. dshall tthellbe based on pr'ce adjustmethe Los nt exceed f� a peR ent (5%).range County Consumer Price Index (CPl) butin no event 4. Method of Pa ment. Contractor shall promptly submit billings to the City describing the services and related work performed during the preceding month to the extent that such services and related work were performed. Contractor's bills shall be segregated by project task, if applicable, such that the City receives a separate accounting for work done on each individual task for which Contractor provides services. Contractor's bills shall include a brief description of the services performed, the date the services were d a description of any reimbursable expenditures. City performed, the number of hours spent and by whom, an shall pay Contractor no later than forty-five (45) days after receipt of the monthly invoice by City staff. 5. Reserved. 6. Sus ension or Termination. a. The City may at any time, for any reason, with or without cause, suspend ne rr at this Agreement, or any portion hereof, by serving upon the Contractor at least ten (10) days p written Upon receipt of such notice, the Contractor shall immediately cease all work under this Agreement, unless the notice provides otherwise. If the City suspends or terminates a portion of this Agreement such suspension or termination shall not make void or invalidate the remainder of this Agreement. b. In the event this Agreement is terminated pursuant to this Section, the City shall pay to Contractor the actual value of the work performed up to the time of termination, provided that the Contractor hewoo performed is of value to the City. Upon termination of the Agreement pursuant to this Section, will submit an invoice to the City, pursuant to Section entitled "Method of Payment" herein. Page 9 7. Ownership -of Documents. All plans, studies, documents and other writings prepared by and for Contractor, its officers, employees and agents and subcontractors in the course of implementing this Agreement, except working notepad internal documents, shall become the property of the City upon payment to Contractor for such work, and the City shall have the sole right to use such materials in its discretion without further compensation to Contractor or to any other party. Contractor shall, at Contractor's expense, provide such reports, plans, studies, documents and other writings to City upon written request. City acknowledges that any use of such materials in a manner beyond the intended purpose as set forth herein shall be at the sole risk of the City. City further agrees to defend, indemnify and hold harmless Contractor, its officers, officials, agents, employees and volunteers from any claims, demands, actions, losses, damages, injuries, and liability, direct or indirect (including any and all costs and expenses in connection therein), arising out of the City's use of such materials in a manner beyond the intended purpose as set forth herein. a. Licensing of Intellectual Prope . This Agreement creates a nonexclusive and perpetual license for City to copy, use, modify, reuse, or sublicense any and all copyrights, designs, and other intellectual property embodied in plans, specifications, studies, drawings, estimates, and other documents or works of authorship fixed in any tangible medium of expression, including but not limited to, physical drawings or data magnetically or otherwise recorded on computer diskettes, which are prepared or caused to be prepared by Contractor under this Agreement ("Documents & Data"). Contractor shall require that all subcontractors agree in writing that City is granted a nonexclusive and perpetual license for any Documents & Data the subcontractor prepares under this Agreement. Contractor represents and warrants that Contractor has the legal right to license any and all Documents & Data. Contractor makes no such representation and warranty in regard to Documents & Data which were prepared by design professionals other than Contractor or provided to Contractor by the City. City shall not be limited in any way in its use of the Documents & Data at any time, provided that any such use not within the purposes intended by this Agreement shall be at City's sole risk. b. ConfideglLalily. All ideas, memoranda, specifications, plans, procedures, drawings, descriptions, computer program data, input record data, written information, and other Documents & Data either created by or provided to Contractor in connection with the performance of this Agreement shall be held confidential by Contractor. Such materials shall not, without the prior written consent of City, be used by Contractor for any purposes other than the performance of the services under this Agreement. Nor shall such materials be disclosed to any person or entity not connected with the performance of the services under this Agreement. Nothing furnished to Contractor which is otherwise known to Contractor or is generally known, or has become known, to the related industry shall be deemed confidential. Contractor shall not use City's name or insignia, photographs relating to project for which Contractor's services are rendered, or any publicity pertaining to the Contractor's services under this Agreement in any magazine, trade paper, newspaper, television or radio production or other similar medium without the prior written consent of City. 8. Contractor's Books and Records. a. Contractor shall maintain any and all ledgers, books of account, invoices, vouchers, canceled checks, and other records or documents evidencing or relating to charges for services, or expenditures and disbursements charged to City for a minimum period of three (3) years, or for any longer period required by law, from the date of final payment to Contractor to this Agreement. b. Contractor shall maintain all documents and records which demonstrate performance under this Agreement for a minimum period of three (3) years, or for any longer period required by law, from the date of terminationor completion of this Agreement:. C. Any records or documents required to be maintained pursuant to this Agreement shall be made available for inspection or audit, at any time during regular business hours, upon written request by the City Manager, City Attorney, City Auditor or a designated representative of these officers. Copies of such Page 10 documents shall be provided to the City for inspection at City Hall when it is practical to do so. Otherwise, unless an alternative is mutually agreed upon, the records shall be available at Contractor's address indicated for receipt of notices in this Agreement. d. Where City has reason to believe that such records or documents may be lost or discarded due to dissolution, disbandment or termination of Contractor's business, City may, by written request by any of the above-named officers, require that custody of the records be given to the City and that the records and documents be maintained antract r'sHall. re esentat ves,such or Contractor's succe sodocuments r inanteresiall be �anted to any party authorized by Contractor, C p rmance of g, independent Co ed, shall act it las and bean that ndependtenttcor, in the ont actor and shall not act as anragendt services agreed to be performed, shall or employee of the City. 10. PERS Eligibility Indemnification. In the event that Contractor or any employee, agent, or subcontractor of Contractor providing services under this Agreement claims or is determined by a court of competent jurisdiction or the California Public Employees Retirement System (PERS) to be eligible for enrollment in PERS as an employee of the City, Contractor shall indemnify, defend, and hold harmless City for the payment of any employee and/or employer ellcastfor thesfor PESpaymenR obanyeneflts on penalt�es aehaindf i terestcton such or or its employees, agents, or subcontractors, contributions, which would otherwise be the responsibility of City. Notwithstanding any other federal, state and local laws, codes, ordinances and regulations to the contrary. Contractor and any of its employees, agents, and subcontractors providing service under this Agreement shall not qualify for or become entitled to, and hereby agree to waive ally claims to, any compensation, benefit, or any incident of employment � any coy City, ntribution ibutianita Abe paid by but not City or emmited to 1pgloyelry contribution ballon to enroll in PERS as an employee of City and entitlementY and/or employee contributions for PERS benefits. 11. Interests of Contractor. Contractor (including principals, associates and management represents that it does #� a�eahcave ed by this Agreementother investment or interest any property employees) covenants and source of shall not acquire any interest , direct or indirect,the income, interest in real property or investmentder. Contwhich ractor ould bfurtheercted in any manner or covenants and represend sgthat by the performance of Contractor's services hereun performance of its duties hereunder no person having any such interest shall perform any services under this Agreement. Contractor is not a designated employee within the meaning of the Political Reform Act because Contractor: a, will conduct research and independentoof thel�ontrolwith and dpection ofect this/her the City norltion of of any information, advice, recommendation or counsel City official, other than normal agreement monitoring; and b. possesses no authority with respect to any City decision beyond rendition of information, advice, recommendation or counsel. (FPPC Reg. 18700(a)(2).) 12. Abilit of Contractor. City has relied upon the training and ability of Contractor to perform the services hereunder as a material inducement toenter this isAgre ment{ All workor shall performed byoCore nt acktar properly skilled personnel to perform all sere Page 11 under this Agreement shall be in accordance with applicable legal requirements and shall meet the standard of quality ordinarily to be expected of competent contractors in Contractor's field of expertise. 13. Compliance with Laws. Contractor shall use the standard of care in its profession to comply with all applicable federal, state and local laws, codes, ordinances and regulations. 14. Licenses. Contractor represents and warrants to City that it has the licenses, permits, qualifications, insurance and approvals of whatsoever nature which are legally required of Contractor to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect or obtain at all times during the term of this Agreement, any licenses, permits, insurance and approvals which are legally required of Contractor to practice its profession. Contractor shall maintain a City of Lake Elsinore business license. 15. Indemnity. Contractor shall indemnify, defend, and hold harmless the City and its officials, officers, employees, agents, and volunteers from and against any and all losses, liability, claims, suits, actions, damages, and causes of action arising out of any personal injury, bodily injury, loss of life, or damage to property, or any violation of any federal, state, or municipal law or ordinance, to the extent caused, in whole or in part, by the willful misconduct or negligent acts or omissions of Contractor or its employees, subcontractors, or agents, by acts for which they could be held strictly liable, or by the quality or character of their work. The foregoing obligation of Contractor shall not apply when (1) the injury, loss of life, damage to property, or violation of law arises from the sole negligence or willful misconduct of the City or its officers, employees, agents, or volunteers and (2) the actions of Contractor or its employees, subcontractor, or agents have contributed in no part to the injury, loss of life, damage to property, or violation of law. It is understood that the duty of Contractor to indemnify and hold harmless includes the duty to defend as set forth in Section 2778 of the California Civil Code. Acceptance by City of insurance certificates and endorsements required under this Agreement does not relieve Contractor from liability under this indemnification and hold harmless clause. This indemnification and hold harmless clause shall apply to any damages or claims for damages whether or not such insurance policies shall have been determined to apply. By execution of this Agreement, Contractor acknowledges and agrees to the provisions of this Section and that it is a material element of consideration. 16. Insurance Re uirements. a. Insurance. Contractor, at Contractor's own cost and expense, shall procure and maintain, for the duration of the contract, unless modified by the City's Risk Manager, the following insurance policies. i. Workers' Compensation Coverage. Contractor small maintain Workers' Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non -renewal of all Workers' Compensation policies must be received by the City at least thirty (30) days prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. In the event that Contractor is exempt from Worker's Compensation Insurance and Employer's Liability Insurance for his/her employees in accordance with the laws of the State of California, Contractor shall submit to the City a Certificate of Exemption from Workers Compensation Insurance in a form approved by the City Attorney. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, Page 12 personal injury and property damage. If a commercial general liability insurance form or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Agreement or the general aggregate limit shall be at least twice the required occurrence limit. Required commercial general liability coverage shall be at least as broad as Insurance Services Office Commercial General Liability occurrence form CG 0401 (ed. 11/88) or Insurance Services Office form number GL 0002 (ed. 1/73) covering comprehensive General Liability and Insurance Services Office form number GL 0404 covering Broad Form Comprehensive General Liability. No endorsement may be attached limiting the coverage. iii. Automobile Liability Covera e. Contractor shall maintain automobile liability insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with the work to be performed under this Agreement, including coverage for owned, hired and non -owned vehicles, in an amount of not less than one million dollars ($1,000,000) combined single limit for each occurrence. Automobile liability coverage must be at least as broad as Insurance Services Office Automobile Liability form CA 0001 (ed. 12/90) Code 1 ("any auto"). No endorsement may be attached limiting the coverage. b. Endorsements. Each general liability and automobile liability insurance policy shall be with insurers possessing a Best's rating of no less than A:VII and shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insured with respect to liability arising out of work performed by or on behalf of the Contractor, including materials, parts or equipment furnished in connection with such work or operations. ii. This policy shall be considered primary insurance as respects the City, its elected or appointed officers, officials, employees, agents and volunteers. Any insurance maintained by the City, including any self-insured retention the City may have, shall be considered excess insurance only and shall not contribute with it. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against the City, its elected or appointed officers, officials, employees or agents. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this Policy shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) days written notice has been received by the City. C. Deductibles and Self-insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the City's option, Contractor shall demonstrate financial capability for payment of such deductibles or self-insured retentions. Page 13 d. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Certificates of such insurance shall be filed with the City on or before commencement of performance of this Agreement. Current certification of insurance shall be kept on file with the City at all times during the term of this Agreement. 17. Notices. Any notice required to be given under this Agreement shall be in writing and either served personally or sent prepaid, first class mail. Any such notice shall be addressed to the other party at the address set forth below. Notice shall be deemed communicated within 48 hours from the time of mailing if mailed as provided in this section. If to City: City of Lake Elsinore Attn: City Manager 130 South Main Street Lake Elsinore, CA 92530 With a copy to: City of Lake Elsinore Attn: City Clerk 130 South Main Street Lake Elsinore, CA 92530 If to Contractor: Attn: 18. Entire Agreement. This Agreement constitutes the complete and exclusive statement of Agreement between the City and Contractor. All prior written and oral communications, including correspondence, drafts, memoranda, and representations, are superseded in total by this Agreement. 19. Amendments. This Agreement may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 20. Assignment and Subcontracting. The parties recognize that a substantial inducement to City for entering into this Agreement is the reputation, experience and competence of Contractor. Contractor shall be fully responsible to City for all acts or omissions of any subcontractors. Assignments of any or all rights, duties or obligations of the Contractor under this Agreement will be permitted only with the express consent of the City. Contractor shall not subcontract any portion of the work to be performed under this Agreement without the written authorization of the City. If City consents to such subcontract, Contractor shall be fully responsible to City for all acts or omissions of those subcontractors. Nothing in this Agreement shall create any contractual relationship between City and any subcontractor nor shall it create any obligation on the part of the City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise is required by law. 21. Waiver. Waiver of a breach or default under this Agreement shall not constitute a continuing waiver of a subsequent breach of the same or any other provision under this Agreement. 22. Severability. If any term or portion of this Agreement is held to be invalid, illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining provisions of this Agreement shall continue in full force and effect. Page 14 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LABORER AND RELATED CLASSIFICATIONS DETERMINATION: SC -23-102-2-2014-1 ISSUE DATE: August 22, 2014 EXPIRATION DATE OF DETERMINATION: June 30,2015*. Effective until superseded by anew determination issued by the Director of Industrial Relations. Contact the Office of the Director - Research Unit at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. Em layer Payments Straight -Time b ertinic Flour V. Classification a Basic Health Pension Vacation/ Training Other Hours Total Daily Saturday Sunday (Journeyperson) Hourly and and Payment Hourly and Rate Welfare Holiday Rate 1 1/2X 1 1/2X Holiday CLASSIFICATION GROUPS Group 1 $30.19 6.81 6,25 447 0.64 0.52 8 48.88 63.975 63.975 79.07 Group 2 30.74 6.81 6.25 447 0.64 0.52 8 49.43 64,80 64.80 80.17 Group 3 31.29 6.81 6.25 4.47 0.64 0.52 8 49.98 65.625 65.625 81.27 Group 4 32.84 6.81 6.25 4.47 0.64 0,52 8 51.53 67.95 67.95 84,37 Group 5 33.19 6.81 6.25 4.47 0.64 0.52 8 51.88 68.475 68.475 85.07 Vindicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ http://v nvw.clir.ca.ei)v/OPRLIPWA W g WA WagcStetrt.as . To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please Contact Elie Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at htt ://www.chr.ca, ovfda,/das_himl. a For classification within each group, see page 14. b Any hours worked over 12 hours in a single workday are double (2) time. r Saturdays in the same work week may be worked at straight -time if job is shut down during work week due to inclement weather or similar Act of God, or a situation beyond the employers control. a Includes an amount per hour worked for supplemental dues RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate far Holiday work shall be paid, shall beall holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type ofworker employed on die project, which is on file with the Director of Industrial Relations, if the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You. may obtain the holiday provisions For the current determinations on the Internet al hM /m5yvy dir_ca.goyfOPR]./PWD. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director - Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at hit 'llwww.dir.ca. ov101'1tIJI'W1.). Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director - Research Unit at (415) 703-4774. 13 O 0 0 0 0 4 ❑ 4 d v o Q N W o W O O } N I� W (OO 7 [OD N O r m W tP v! N m Y N 00 N (D KI o } Q Q sPrl c a m v v r �u In cD ONi m m � m N rl- M GNG ri M m OOb O � O O u�'1 Vel (SII VI OND Z Z a�D m J O O O d W p O d O ❑ N 7 O O M M } Q O co O O a O N N IPIY P O W 4D O O O (D IP�D 40D M [O 7 M N 4n cli coa O I� Vi O n (D p V' N 07 61 n W N u7 n u� u� tO cD (D m (nD M m N I- O 0 m 4n N D n . m o0 o n x w a a a a a ¢ a O O O z z a a U) o ❑ -- x z U O z z z> N H O p d O [] O O O O O O ❑ o ❑ O ❑❑ O O O o O O d' W N ONO o M a7 W V P ro �d�pdp111 0 OJ O O m (D 41 ti LO i0 to {O OG ` 7 V C O [D TV If/ QI O !4 n O r O W V W C 7 P 10 N u7 vl CD W rD n n M V M ro p M m (D N n { m 47 [D tD �1 N N 4n t+ n rn : ao m f� in u5 Q O z �d ❑ P z O0 z z z > > pp 4 4 4 Q Q ¢ O 9 d. O o o O D a o o ❑' P d 0 d q a o o O o O ❑ N M M W Y C W J J o O a O Y d N Odp M V (n7 OPi N oaD O W Vp' O n F D rn V /D Y u`pi 10 O o [+i (D � O O CO p u'1 N (MD '? m If1 Q ~ _ n pj }� m cV n co N N W m 10 (D V [•'1 tr N N d' (D 0 O 2 N Y V r 2 � o d o P ❑ 0 0 0 4 d o d P tl O O o A d v P m 4V 4P6 [D O d v W LC p] � O O 0 m aG O ro 4 *.� W fD o m 07 M W M W W W 4b (o b3 m co m CO oD tb a0 O tl N O x a a S U 0 U U O o Q O O O O O O O O a N P d W N N N N N W o N 4D N n N N. N +f1 O O M V O O O N 4 Ln O O N ` M M 4D N N 0. 06 W Ip P d N O) a0 O) n o 0 0 0 0 0 0 0 0 Z z M 0 0 0 0 0 0 0 0 0 0 0 0 ci Q o o r W �} o 0 0 0 MEq a a a a ¢ ¢ oO a a n m F a n ❑�o4}� o OO WGN O O d O O O n O N Or D Sa 01 V Y (D M Lq 0 G0 Z d O O 4 O O O O O O O O J o Qom`+ CJ O O O z off ¢ m W o W o N W N O ❑ d O O o O p O O O O O O ' O O O a o O Q m ua9 2 Z N O M W Q J (ry M u u o Z ff d U, O ❑ O x F o o o 0 o 0 0 o o d v d o 0 o 0 00 0 o m o OO 0 0 'R S D7 w W Z 0 6 O P O N N p Y�'1 N V] pnj n sad p N O M Q O O O 4r! t] O IC! N } O M 4❑7 co d O 53 (D 1n In m. m � N [Ri 1'i M [� Y 4'i q n O w O Vi ui W (D (D Ln N M ` x d Z W Y Y ¢ ¢ a ¢ a Q 2 Q o M LU a J r o O O p O O a v o LO W W N W N O o d N m a x Z W O O P Gb fO 4 U] O O P O , � p p N N N fD N Y1 m N 41] U7 q7 411 N 4A N W W QI M CO O1 p O If1 E 2 = LL N 05 W O d 4A n N N ti n p ao n n n n [O IC t0 o o F (D iLl [� lD In K1 n to I� t- � U J 1 W i H a H = p oo q$ q O O ro 7 O> O O O a0 a¢ p O O G P ❑ p41 N W 6a'+ N Yat v7 (Lil cl o r q } p N � M 4 d C/ 7 W 0) V N P rp T tl' �_ ry 4D o (o M N M > o U J ly O 4rn coO d ui W r� I� ri 4 Di c0 P •- n co N M M N V 17 Y N a � H M N N N N M N M [] 7 M N M N P'1 G Q ¢ a k (' _ iLl R N H1 4n 4n N N ` k k M • • 4n V] Ln IA �! O a Z ^ 47 y] in 4P N N Y V In li] 41] O O d P d o 0 0 0 o O o Q N ry N N N W N N NN N N N N O a d N N [�.1 N Q P 7 o O o P M H N o _ _ OM O o 7 V O O O tPrl M M M C7 M M Q M M N OM M M OM N M Ch M T2 Irl i�"J (\'] 0 p W N W (D (D O w C M O O O O N N •' O T d1 LL7 4I1 O O C O O Io CD O P O O O O O O O O O X W p p p O ujn v ry M 7 v a v v v N n n n n 0 N N N F 4n 4n v _ p p O O O O O O O O O O N N N 0 N N N Q p O O O O O N N O N O O O N N N O N N N N N 4 N N N N N N N N N N N N N N N_ N N N N S� {� N N N (y N N N N N N N N N N N_ W N N N N N N N N N N N N N N N N `N 00 00 N (p m w CO W �N N N N N N N N O co 7 N N O N' a0 W DD N N N N 8 03 N (� 0] J W Z ZO ❑ Z Q ¢ ~j w W W > W W T:w w a s = w ❑ o w Y Z a Q w w C7 d D. w F K �Ju � o M z z o > w o a o w Q aIn z z (r l O W U) >-W J pz ¢ x c m w w o_ J O g ❑❑ a F Fro H } N L w (r � N w °J ~ J w z d d' ¢ ¢ fn Z LL}� 2 r W Q2iF O w > K Z H o o Z ¢ ¢ F 7 m ¢ F- �� " (, Z Ix W Z w to OO ¢ K(D0 W 0 O Z '' U ¢ J ❑ K _ Z !r ¢ ❑ K p F ¢ W ¢ W O w O (7 Y N O Or O a = w w J = Z w O K = W d ❑ Z ❑❑¢ a d Z w w ir LU w ¢ J H = U ¢ �' 4. w N 4 J d ¢ ¢_ W U WI-- Q Q g w ¢ ¢ (r z O N¢ R' Z W OL O W Z F J LL z J Y R' J z (A d Z j W ¢ z F Q' QL ~ w I M U_ U U ¢. O Z J F- J W W F � IY W W❑> ❑ WZ Q w L W yQ Z z z W J ¢ U W W 0 O O 0_' Z R W K F Q M M W W N Z w W an rWr ❑ W W w W❑❑ LL F- Z Z > O U T U Q Y J O F FW- Y J W Q K m N W H Q J W d Q 0 f F ¢ Na d r ¢ ¢ J J j u. ¢¢ a K F- YQ OJ W Y Q Y Y a W Q �j U O Z ¢ NNW_ j Z U W z a (r Z Z Q a - ¢. d M ;D F t/� tl 0 2 m K K IL Q >- ❑ w 0 O J U W 4 a J J a s r a } m U G W LL 0 a 1- pp 00 00 LL¢ J Q W ¢ tt m m m m = a a ¢ a ¢ 4 LL # # ql # # # # \k\W�eD\\\} ) b co ID o § 2 (D00r='CT ? w ` . 3 § In2 k2 Q w,_ n w $ 2 ) \\\x § �\ 2 w o \ \ \ j § §» I ! 5PE oo m o c o o \\\ � \ \ \ LU § k \)( } 00 k 0 m § § § -J § _ § n \}( w y# §§: §& �o n§ � ) § \ j / / w \)\ §;) 2) : K m r j_ a CO Cq m §n! 2� °rr G ; o : ,) Lo % o \ \ \ \ \ \ / / / / / ( k j\( ■ m w e Lu j � \ 0 Y. 0 @ a Rr. o § § . o � f L < ± k � - o o w oc : LL Luz § EL z0 Of Lu \ a ,.,,- GENERA I. PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2. SECTIONS 1770, 1773 AND 17711 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCHON AND DREDGING PROJEC.`rS CRAFT: 4 CARPENTER AND RELATED TRADES DETERNIINATION: SC -23-31-2-2014-1 ISSUE DATE: August 22; 2014 EXPIRATION DATE OF DETERMINATION: June 30,2015** The rate to be paid for work performed after this date has been determined. Ifwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director- Research Unit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura counties. EmR1p'er Pav mj,O StmW10-Timr Total �Daily- UvcrJitLiS ]til y Rare Sunday Saturday Classification Basic Hourly Health and Vacation/ Hourly and (Journeyperson) Rate Welfare Pension Holiday Training Other flours Rale I 1/2X I 1/2X holiday AREA Carpenter`•', Cabinet Installer, Insulation Installer, Hardwood Floor Worker, 53.40' $0.47 $0.34 8 $5377 $73.42 $73.42 $93.07 Acoustical Installer $39.30 $6,10 54.16 Pile Drivcrman{ Derrick Bargeman, Rockslinger. Bridge or Dock Carpenter, 3.40' 0.47 0.34 9 53.90 73-615 73.615 9333 Cable Splicer 39.43 6.10 6.10 4.16 4,16 3,40" 0,47 0.34 9 53.90 73.615 73.615 93.33 Bridge Carpenter` 39.43 39.43 6,10 4.16 3,40' 0.47 0.34 8 53.90 73.615 73.615 93,33 Shingler` Saw Filer 39.39 6,10 4. 16 3.40' 0,47 0 34 8 53,86 73 555 73.555 93.25 Table Power Saw Operator 39.40 6.10 4.16 3.40' 0-47 0 34 8 53.87 54.02 73,57 73.795 73-57 73 795 93.27 93,57 Pneumatic Nailer or Power Stapler 39.55 6.10 4.16 3,40' 0.47 0.34 0.34 8 9 42,07 55.87 55.87 69.67 Roof Loader of Shingles 2760 6.10 4.16 3.40' 3.40' 0,47 0-47 0.34 8 44,97 60.22 60.22 75.47 Scaffold Builder 30.50 6,10 6.10 4.16 4.16 3-40' 0.47 0.49 8 54.42 74.32 74.32 94.22 Millwright` 39.80 39,53 6,10 4.16 3.40' 0.47 0-34 8 54.00 73.765 73.765 93.53 Head Rockslinger 39.33 6,10 4.16 3.40' 0.47 0.34 8 53.80 73-465 73.465 93 13 Rock Bargeman or Scowman Diver, Wet (Up To 50 Ft. Depth) `86.86 6-10 4.16 3.40' 0,47 034 8 101.33 144,76 144.76 188.19 Diver, (Sand -By)' `43.43 6,10 4-16 3.40' 0.47 0-34 9 57-90 79.615 79.615 101,33 Diver's Tender" 42.43 6.10 4.16 3.40' 0.47 0.34 8 56.90 78.115 78 115 73.615 99.33 93.33 Assistant'Tender(Diver's)" 39,43 6.10 4.16 3.40' 0.47 0.34 8 53,90 73,615 'AREA 2 Carpenter", Cabinet Installer, Insulation Installer, Hardwood Floor Worker, 4,16 3.40' 0.47 0,34 8 53.20 72-565 72,565 91-93 Acoustical Installer 38.73 6.10 4.16 3.40' 0.47 0,34 8 53,33 72.76 72.76 92.91 Shingler` 38.86 38.81 6.10 6,10 4.16 3.40' 0.47 0.34 8 53.28 72,685 72.685 92.09 Saw Filer 38.83 6.10 4 16 3.40' 0,47 0.34 8 53.30 72.715 72.715 92 13 Table Power Saw Operator 6,10 4 16 3,40' 0,47 0.34 8 53.45 72.94 72.94 92.43 Pneumatic Nailer of Power Stapler 38,98 3,40' 0.47 0,34 8 41.67 55.27 55.27 68.87 Roof Loader of Shingles 27,20 6,10 4.16 DETERMINATION; SC -31-741-1-2014-1 ISSUE DATE: August 22, 2014 EXPIRATION DATE OF DETERMINATION: May 31, 2015*- Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director - Research Unit at (415) 703-4774 for new rates after 10 days from the expiration date, if no subsequent determination is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Ohispo, Santa Barbara. and Ventura counties L:, I r Pavm:n[s Strair ht= rime _ UVCrtiYnc Huutis Rale Classification Basic Health Vaeatiord Total Daily Sanuday/I' Holiday (Journeyperson) Hourly and and Hourly Sunday Rate Welfue Pension Holiday Training Hours Rate I 1/2X I 1/2X 2X Terrazzo Installer $36.52 6.10 4.16 3.36' 042 S 50 56 68.82 68,82 87 08 Terrazzo Finisher 30.02 6.10 4.16 3 36' 0-42 8 44.06 59.07 59.07 74.08 # lridieaW an.11.ppren[iceahle crap. The current apprentice wage rates are available on the Internet a 1uip i(��.ww dig,c_+,.gnvlr'CfPRar'['4\'_\pIJ\y_agea'1� \k1P.1,1-`a ; .�t,3r�aslT To obtain any apprentice wage rales as orJuly I, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or reler to the Division of Apprenticeship Standards' website at httV.//w�ww.dirVa,gupfda id;1s lit 11.1.1. a AREA 1 - imperial, las Angcles, Change, Risicrsidr. San Orgordina, Salt Luis Obispo, Santa BArbar4 and Ventura counties. AREA 2 - Jaya, Kern, and Manu Caunlie5 iron Bridge Carpenter. Scat7old Builder, Pile Dvivcrnwn, Dcfrick Bargemen, Rockslinger, Bridge or Dock Carpenter, Cable Splicer, Millwright, Head Rnckslingur, Ruck 131trgcmm+nr %cowman, giver, lye[ [lip to So Fl. rl:pth), OitCr (Slluld-Hy). T)iver'sTcnder, and Assistant Tender (Diver s) rates, please see Area I as this rate applies to Area 2 as %vall. Basic hourly RaJe5 for Area 2 inchide Anadditional amount dcducicd for vacatiarrlholiday. b First eight (8) lotus wOFWd Puiti tit 1112 times the straight tirtte rate, all hepursallet that paid at double (2x) the straight time rate. Saturdays in the same work week may be worked a[ straight -lime rues cl'a jab is shutelown duting the narnwl Work week due to mdemem wcsnhtr, major atcchanical breakdown or lack of materials beyond the control of the Employer. e W1101 ped'nrtntrig welding miI:k requiringccrtificalion, classification will receme an addiiitmal $1 00 per hour. d- ShalI rcccl%v a nlltitnunl ur 8 hours pay for any' day 4" Pat' 'he 1CaC e For sp0cdie rates over 50 A depth, CONIUWt Ilie Of ice Orlhe Oirtelor- Research Lina. Rates for Technicians, Mani told Operators, Pressurized Submersible Operators, Remote Control Vehicle 01wr[ITOrs, and Remoic Operated Vehicle Operatars, as well as fairs for Pressurized hell Diving and Saturation Diving are available upon request f. Includes att anwaitt for supplcmcnrsl dues. g All overtime wo(ked Mon - Fri shall be paid at 1 112 this She xrraight Iinric rate lirr lite hist four (4) hours and double (2x) tlic %might tine for work performed alter lweivc (12) {tours. h. Sotilydays in the same work a crk may be worked ;It straight -lime rates if a job is shut down during the normal work week d is k+ inclement weather, maim mechonieal l reakdo wl or lack of awleriall beyond the wintrol of the Ernph*tg Work on Stuulay, if it N the 7"cnasecutive workday, XIM11 Lie paid al double (2x1 the straight -June rale i. A Carpenter who lie rforms mirk of forming in the conshticlion of 0t rn cut storax ar slarm drains shall receive a premium or(larlecn cents ISII.13) per hour in Addition to his CUFFMZ6 $Calc. This premitim shall apply only on an operaunn in which hanromnl jagging is used in con}uttclion with Steel Ii -Beams dtNun or phleed in prc-drilled Wes, for dolt pan ion of a lagged Irench against which crincrate is placed, aumeiy, us a suhatAute fur back fnrnLs. vyhrch nark is performed by lisle drivers. j. When perlumting welding kini'k requiring Ceti ifie8nurt. clasylrWM1011 Wali Iuccive an addiIiunal SI.00 per hour. An additional S0, 50 per hour when handling or working with new pressure -treated eteaswc piling or Jimhcr, Or driving of rrxerl pressure•trC, ercosotc 0111119 RECOGNIZED 3IOTA DAI'S; 1101 clays upon µ�hrch rhe general Prevailing Itouriv tvttya rare tiff 1 hdiday work shall he pwrd, shall be nit hot+days n slat calkecticY hargt unnke axleenrcnt. applirah[e rn the twit icular cruR. zhv;Asftcai ion, or.typc of vrarker employ cd Olt the prulcrL, veh lCh i$ an rile with the Director of htdusrr ial Relations Irlhc prevailing rate is nal hajod un p eollecuv+3y b"Pitwd rare, the hOtijays upon which dx prOvmling rrc �wll I c {aid shall her pnsv rdrJ in Ginn 6706 nl'the tiucenuncnl f,'oelc Ynu nwy obtain the hultday pravisrorw Or dm current dcterrtinatin"r, un the Imetaret at •'hv u•. a -u d PR 1 '[3. 1•luhduy pravisiorn for current or super3rded dcicrntittatians ntuy l+e obtomrsl by cOnlnrung the Cyiika Of rhe Hirnclar - Rrscurchr` eniCalo each +vmkee to excCtrle ttre Nry k. TRAVEL ANDION SL'QSIS'I%NCE PA!'tM NI': In accnedwlee wilt Labar Codc Secnoac 1773 1 and 1773 4, corurmclnrs slwll make lrarcl arxlAW sattsistrrtec pay You may Obtain lite Iravel wtdrar submitence prraliMayel for the current dctcrrnrrialIOtra on tile rne e Intet at kttL1M_wsr y}j LuuLl�3PRl?Plt_D, 7}Hurt urvllOr subsrsu rice regnncrnrnts fur vrrenl nr s tpersrdeil delcrminap rnns nary t+c ohtairred by cnnmctina die Office Of the TArccrOr - Research I inn or (415) 7!13.4174. 4 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: # CEMENT MASON DETERMINATION: SC -23-203-2-2015-1 ISSUE DATE: February 22, 2015 EXPIRATION DATE OF DETERMINATION: July 5, 2015** The rate to be paid for work performed after this date has been determined. If work will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now Contact the Office of the Director — Research Unit for specific rates at (4 IS) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara, and Ventura Counties. Emnl_mr Pakments Straight -Time Overtime ur y Rate CLASSIFICATION Basic Health Total Sunday/ (JOURNEYPERSON) Hourly and Vacation/ Other Hourly Daily Saturday' Holiday Rate Welfare Pension Holiday Training Payments Hours Rate l 1/2X 1 WX 2X Cement Mason, Curb and Gutter Machine Operator; Clary and Similar Type of Screed Operator (Cement only); Grinding Machine Operator (al] types); Jackson Vibratory, Texas Screed and Similar Type Screed Operator; Scoring Machine Operator $31.85 7.27 7,64 6.07' 0.55 0.27 8 53.65 69.575` 69.575` 85,50 Magnesite, magnesite -terrazzo and mastic composition, Epoxy, Urethanes and exotic coatings, Dex-O-Tex $31.97 7.27 7.64 6.07' 0.55 0.27 8 53.77 69.755` 69.755` 85.74 Floating and Troweling Machine Operator $32.10 7.27 7.64 6.07' 0.55 0,27 8 53.90 69.95` 69.95` 86.00 # Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ hun:1JWkVSy,ilir.ca. iiov/Ol'R[JPWA )Wa e/PWA t Wit >eStart.as To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at I ttp//www.dir_cu.g_ov/das/das-litoll a Saturday in the same work week may be worked at straight -time rate, up to 8 hours on Saturday or when the employee has worked a total of 40 hours in the work week, if it is not reasonably possible for any individual employee on a particular job site to complete 40 hours of work on a 8 hour day, Monday through Friday, due to inclement weather or similar act of God or a situation beyond the control of the contractor, ' Includes an amount for supplemental dues. Rate applies to the first 4 daily overtime hours and the first 12 hours worked on Saturday. All other time is paid at the double time (2X) rate. RECOGNIZED HOLIDAYS: Holidays upon which the general Prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, app icable to the particular craft. classification, or type afwork er employed on the project, which is on fife with Lille Director of Industria] Relations. If the prevailing rate is not based on a collectively hargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6704 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at ]tu :11 �v.dir.ca, ovl(}.ly� Itf lf'WL7• [ loliday provisions for current or superseded determinations may be obtained by contacting the Office of the Director — Research Unit at (415) 703-4774, TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet atlit[1ta.uww.dir.�a.&vvlC71'RLII'_41�I]. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the 0fi"ice of the Director-- Research Unit at (4 15) 743-1774 20 GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER 1, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #DRYWALL INSTALLER/LATHER (CARPENTER) DETERMINATION: SC -31-X-41-2014-1 ISSUE DATE: August 22, 2014 EXPIRATION DATE OF DETERMINATION: June 30,2015** The rate to be paid for work performed after this date has been determined. Ifwork will extend past this date, the new rate must be paid and should be incorporated in contracts entered into now. Contact the Office of the Director — Research Unit for specific rates at (415) 703-4774. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. Classification Basic (Journeyperson) Hourly Rate Drywall Installer/ Lather $39.30 Employer Payments Health Pension Vacation/ Training and Holiday' Welfare $6.10 $4.16 $3.40 $0.47 Straight -Time Other Hours Total Hourly Rate $0.52 8 $53.95 Overtime Hourly Rates Daily Saturday Sunday and I 1/2X6 1 1/2X6 Holiday 2X $73.60 $73.60 $93.25 DETERMINATION: SC -31 -X -41-2014-1A ISSUE DATE: August 22, 2014 EXPIRATION DATE OF DETERMINATION: June 30,2015* Effective until superseded by anew determination issued by the Director of Industrial Relations. Contact the Office of the Director - Research Unit (415) 703-4774 for the new rates after 10 days from the expiration date, if no subsequent determination is issued. Stocker, Scrapper $10.00 $6.10 - $2.40 $0.47 - 8 $18.97 $23.97 $23,97 $28.97 # Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ lett :Il�v►vw:dir.cu. ovli3.l'I21.J1'WA tWa ts el['1�4'A iWcSta.rt.as To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' website at 1 L :fl v%ywAir.u. gnv/dasldas.hunL Includes an amount per hour worked for supplemental dues. 6 Rate applies to the first 4 daily overtime hours and to the first 8 hours on Saturday. All other overtime will be paid the Sunday and Holiday double time rate. Saturdays in the same workweek may be worked at straight -time ifjob is shut down during the normal work week due to inclement weather. RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable to the particular craft, classification, or type of worker employed on the project, which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate, the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at lt[i 'Ihvtin '.dir.eEs, nvrOPRUPWD. Holiday provisions for current or superseded determinations maybe obtained by contacting the Office of the Director — Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at 1%wIIwir. a. ov/ PR.L A1WD. Travel and/or subsistence requirements Far current or superseded determinations may be obtained by contacting the Office of the Director — Research Unit at (415) 703-4774, GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7, CHAPTER I, ARTICLE 2, SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING, HIGHWAY, HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LANDSCAPEARRIGATION LABORER/TENDER DETERMINATION: SC -102-X-14-2015-1 ISSUE DATE: February 22, 2015 EXPIRATION DATE OF DETERMINATION: July 31, 2015* Effective until superseded by a new determination issued by the Director of Industrial Relations. Contact the Office of the Director — Research Unit at (415) 703-4774 for the new rates after ten days after the expiration date if no subsequent determination is issued LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. Emnlover Payments Straight -Time Overlimc 1415jurlyto CLASSIFICATION Basic Health Pension Vacation Training Other Hours Total Dailyb Saturdayb Sunday/ (Journeyperson) Hourly and and Hourly Holiday Rate Welfare Holiday Rate 11/2X 1 1/2X 2X Landscape/Irrigation Laborer $28.38 $6,81 $6.25 $4.47' $064 $0.49 8 $47.04 $61.230 $61.230 $75.42 Landscape Hydro Seeder $29.48 $6,81 $6.25 $4,47' $064 $0A9 8 $48.14 $62.880 $62.880 $77.62 Landscape Maintenance Tree Trimmer $19.50 $3.90 $2.49 $1.85 $0.10 - 8 $27.84 $37.59 $37.59 $47.34 DETERMINATION: SC -102 -X -14-2015-1A ISSUE DATE: February 22, 2015 EXPIRATION DATE OF DETERMINATION: July 31, 2015* Effective until superseded by a new detePntinution issued by the Director of Industrial Relations. Contact the Office of Policy, Research, and Legislation at (415) 703-4774 for new rates after ten days front the expiration date, if no subsequent detenminaim is issued. LOCALITY: All localities within Imperial, Inyo, Kern, Los Angeles, Mono, Orange, Riverside, San Bernardino, San Luis Obispo, Santa Barbara and Ventura counties. Landscape/Irrigation Tender` $12.50 $3.90 — $0.5 IQ — $0.21 8 $1712 $23.37 $23 37 $29.62 #Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet at hitp;lheww lir ca.gnvQLRLN'WA pWaadP'JdAlLgWageStarf.asp, To obtain any apprentice wage rates as of July 1, 2008 and prior to September 27, 2012, please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards' Website at htqJLv%k .dir.ca:gpv/clas/ ashtml. ' Includes an amount per hour worked for Supplemental Dues. b Rate applies to first 4 daily overtime hours and the first 12 hours on Saturday. All other time is paid at the Sunday and Holiday double-time rate. ' The first employee on the jobsite shall be a Landscape/Irrigation Laborer; the second employee on the jobsite must be an Apprentice or a Landscape/Irrigation Laborer; and the third and fourth employees may be Tenders. The fifth employee on thejobsite shall be a Landscape/Irrigation Laborer, the sixth employee must be an Apprentice or a Landscape/Irrigation Laborer ; and the seventh and eight employees may be Tenders. Thereafter, Tenders may be employed with Landscape/Irrigation Laborers in a 50/50 ratio on each jobsite. However, plant establishment maybe performed exclusively by Landscape/Irrigation Tenders without the supervision of a Journeyman, RECOGNIZED HOLIDAYS: Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid, shall be all holidays in the collective bargaining agreement, applicable In the particular craft, classification, or type of worker employed on the project, which is on file with the Direetor of Industrial Relations. If the prevailing rate is not based oil a collectively bargainer) rate, the holidays upon which the prevailing rate sItall be paid shall be as provided in Section 6700 of the Giovernnlent Code. You may obtain the holiday provisions tar the current determinations on the Internet at hjt pINmrwAt,car govIOPRI Holiday provisions for current or superseded determinations maybe obtained by contacting the Office of the Director — Research Unit at (415) 703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT: In accordance with Labor Code Sections 1773.1 and 1773.9, contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the Travel and/or subsistence provisions for the current determinations on the Internet at l ahcncnv ir.ca. ov/OPLRIP . Travel and/or Subsistence provisions for current or superseded determinations may be obtained by contacting the Office of the Director - Research Unit at (415) 703-4774. 18-A ~ Q F O = 2 _0 LY F- D N 2 F - a w W W x g Z � A H ° a a O N Z Z O Q W Q J a u u _ o a F Q > z a a LU z F u w 0 € O d Z a w a 2 rq 4 C � ZW � Q o = LL w N J om m W 2 H Q � 2 w } a y at F- m0 o w z w F u �d Z N2 f'1 F.F.. w 0 a W H 0 W N N z a r 7 u7 O c N W > CI LY N W a >c K Q } a H � Q LL U L- LL J C f TY O O 0 O d O 0 O v o O o C7 o O 0 O O o Q O 0 0 W O O a [!) n 0 M1 0 0 (D (D V(D N O N h m N a M M (f) m (O (D m N m m m R N o w. N m (D O 9 6[ V 7 h m [D m - D) O) r r (� ofW oD sk oa (-� W r W 0 M m W W IQ (D (•l (D (D v (O O n (D 47 co V I 0 0 0 0 0 0 0 o v a 0 0 0 0 0 o o o 0 o o 0 0 0 0 0 0 o 0 o 0 m wm m 2 a O (p 0 N 0 D) (D O M M lD V m (D (D m m m (f) 7 m M m V m N (D LD m d V m O (D N h h M V V M N V n a0 t� N of M M1 LL] Ih O h (D m V m m h (D (D V) N m m (D m (D M m (D N h (D (O (D ([1 (D (D (D N (D (19 M1 h m z > N Q Oa Q 4 Q Q < Q Ua O4 z z a a ❑ Q - - Y z 0 O z z 0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 0 o o 0 0 0 0 M lD (D co 0 m o v V 'N P v o o] N 0 o n O O M m m m .� p m 'S (D O N O O (n m O M M (f) ' R m m m m m LL] ,. q (fi . M m V m N (D m m D) O h (D h O h m m V' m M O d' h m N y7y N N h (0 C4 �D (hD of (D V ,D m N (D m (n N (D (D h h m m m h (D (D (D u') (D m m ah0 (hD M x 6 U z z z > Y ¢ ❑a Q ¢ < a z ¢ ¢ ❑ ❑ O o P O O O O O O o O O P O v n O O O O O O O h m h O O (D O O N O o N V v o 0 m m M. (n O (D (D M SC P N (D W m o7 m m M1 m y, co D) N m h O) : O M ('T 0 O m O O C1 W V h (D V M r-� N V V N N gy(p ([1 0 O M m V' o (D O w V ';r(n V 0 (D [0 (n N Cl v r (D v V m O (n V N (n (p (C (D W 7 R co 0 o O O O o O P O o O 0 o P P O O O O O o O O O O O O o o O O m m m W W N m m m (0 00 m m m W w m w m m m m m m W w m m m m m O O U i9: V U x a a a o O o O O O v P O o O O O O o P 0 O o O O o N N N 0N N O (D O o (D O P P If1 N O O o (D N N (D iD h h O O R Y1 LO Q) (D N (n M co (D N N W co mm m O O O) D) p7 61 n M1 N N o M N 7 N r N! P P o O O -- O O O 4 0 O o O O O o O O O o 0 P O o O o o O a a a a s a s a a a 0 0 0 p d v 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 (D M (D 0 0 0 M D) O 0 0 0 (D O O 0 0 0 ({')M cq O O O h D) h m V W m V N N m M m m N O O (fl M h O W V' h (mD (D (D (MD (MD lD' A M1 m W 0 0 0 O 0 o 0 o O O O O O O O O O CJ o 0 4 o O O o O O C] m w o 0 0 0 0 0 0 o 0 0 o P o 0 0 M 0 O 0 0 M 0 P (D O N 2) (D iff N o t!) O O U] O O O O ) O 7 G) CI) M O O M V R V � � � r' V7 4'7 r N [+) N 0 O (7 � < < < < ¢ JM ¢ ¢ > > 0 0 4 1 I (7 (7 U 0 0 0 0 o O o o o 0 0 0 0 0 0 o P m v0 4 o0 O O O m 0 h 0 0 lD O o O 0 0 O O 0 (N O N N N (D N h O 7 R V V u') (n O, O O O N (O m (D o0 D) 0'1 V W (mf) N M oo O O m- m V (D (1') (n �+) h W m N M M M M V (D (f1 h O G o O u'1 (D (D (D (D iD N M m Y Y Y Y Y a a a > > < a a a � J J a a O o O O o O O o O O o 0 0 o O O O O o O O m O O O O N (D O p C O o O m m O (n O (fi (D O O O (D fD N N N N, V') N M m m m m w m m O O) O m m (D V1 lD h (1] n a1 m O O m n m N h N (D o0 (n (D (D (D V] m h h h h m (D (D h h h h h N OD h h m (D JO (D u') (n h m n h .- O O 0 O (oD O W 6) aU0 N r- CV n (D O m poQ7� (%1 D1 (pal Y41 (OD h m ( (n (oD (D O V m m m V N (t) M h M h O 1� m D) Y r uY m O O M 0 O o M1 m 7 w W 7 _ M d P W N m e- . O lD h CO N � o (O m N M M Ln M (O+) ry (�yL N N a)co co N m (+) d' V' 7 ('1 N co N M N M M N (") U O O O O x+ G 4 a ¢ x x x b O ID iD LD lD in lD u7 iD iD lD N N Y1 vi H1 il1 if) iD N �D iD �D i!) O O p O O N p N O O N N O N o 0 0 N N N O O o O O O O o O o O O N N N N P v N N N N N N N N N ry OM N O N M N O O O M (o'] f0+1 (\ M M r (+l [p(] _ (\ M M N M M M M M � 0) m m N M (D (D co m oD (D (� (� (D 0 h O O m N N O N o 0 Cl O O O O O U U O O O O O N ON O O O N O O O O O O O N N N O O O N N N N N N N N N N N N N N N N ry N N N N N N N Ell N N N N N N N N N N N N N N N N N N N N N N N N N N N PI' N N N N N N N N N N N N N N N N N N N N_ 2,4 N N N N N N N N_ N N N W m N `W N N W W N N N W oo m W m W m m pD m Op Z Z of j U cG Z W W Of 0^ W W = of Y z v Q F- (Y w d tL x F Q ,> j ¢ o o F' m LLI H m o m F- a 0 crD z z Z z UJ z 2 o a m O O w O ¢ = m W a J a U U Ll F W 07 J W Z w} w Z O } w lY z F o a M 7 as LY U' 0 w-) d w F a J j w w w W Q z ❑ a w z z O O S w �wO W �U` Q Z ~ W J (=D N Z w Q: w O Q F Z 0 Z d w w ❑ J O Z u~i t~i) O 0 Z W W O Y Zof d' n d' N a w M Ll W O a ~ = w O W U Y oe tY W d W N W J J J a a a W U LY W z z< a a LY Z❑ O z_ W O Z Z z OU W J W w LL Q J � M LY O LL W W Z LY m W U U) [D (D w W b Z O F Z H Y W J W J a Q U Q' ❑ N W_ F- W_ J lY W Z m Lu W W m j a 2i a K O U❑ W F g U¢ 0 W J Q Y o m Co< �j m Q F F- Q Q d v y Q U U y Y U U U W Q' K Y U (~j O Z a= U - U Z= lY U - U Q z z Z d Q Q a JJ J a Ii m m m U J W LL (7 `t Q a a a a m ❑ m W af m m m m x a a a a a u i a LL � w u # m * . * * w Q