lcp-ar2 labor compliance program...
TRANSCRIPT
LCP-AR2LABOR COMPLIANCE PROGRAM ANNUAL REPORT
Formatfor Awarding Body that enforces its own Labar Compliance Program for all projects (Labor Code §I771.5(a))
Report for the reporting period 07/01/2009 to 06/30/2010
I. Name of Labor Compliance Program (LCP) : San Diego Unified School District
2. LCP J.D. Number (assigned by DIR): 005 3. Date ofInitial Approval: September 14, 2000
4. Contact person (include name, title, address, telephone, fax, and e-mail, if available):
Graham Champion, Labor Compliance Supervisor
4860 Ruffner Street
San Diego, CA 92111-1522
(858) 496-8005, (858) 496-1935 (fax) [email protected](e-mail)
5. Did LCP perform any LC § 1771.5 enforcement activities during the 12 months in the reporting period?
Please check one: trYes If Yes, proceed to item 6 on the next page
rNa If No, complete the information below, sign the form and submit to DIR, Office ofthe Director, Attn: LCP Special Assistant,
455 Golden Gate Avenue, 10th Floor, San Francisco CA 94102
What suggestions do you have for the Department of Industrial Relations to better assist you with your program in the coming year? (attach additional sheets ifnecessary)
SUBMITTED BY:
~.-~. tiQl-fIII1I/I cll/I@~ -c;/ltfiJK'(~~Efu~ lPJo£ 7/z/~d/t>'/ Signature Name and Title Date
LCP ANNUAL REPORT 8 CCR § 16431 -- AB all projects 2008
LCP-AR26. LC § 1771.5 enforcement activities (provide all information requested, attaching as many sheets as necessary).
A. List projects handled by LCP within the past 12 months.
Project Name Bid Advertisement Date Prime Contractor Contract Amount
See section I
Total IWi:Wmiii:;:lii :!ililiilliW X'i;;5'",;! ;:;:/.'! '"' .w,ii;W",;:,;",;""i·i"i';"
B. List anv project subject to the limited exemption clause ofLC &1771.5(a), if applicable.
Project Name Description of Project Contract Amount
See section 2
Total
LCP ANNUAL REPORT 8 CCR § 16431 -- AB all projects 2008
LCP-AR2
C. Summary of all wages and penalties assessed andlor recovered.Approval of
Affected ContractorAmount Amount
ForfeitureProject Name (who directly employed the
Assessed RecoveredRequested from Description ofViolation
worker) LaborCommissioner?
See section 3rYes rNo
rYes rNo
rYes rNo
rYes rNo
rYes rNo
rYes rNo
rYes rNo
rYes rNo
Total
D. For any amount identified in item C for which approval of forfeiture not requested from the Labor Commissioner, please explain below.
Project Name Amount AssessedAmount
ExplanationRecovered
See section 4
Total
LCP ANNUAL REPORT 8 CCR § 16431 -- AB all projects 2008
LCP-AR2
E. For any amount identified in item C for which approval of forfeiture was requested from the Labor Commissioner, please provide the following:
Project Amount Assessed Amount RecoveredName LC §I776(f!.) LC § 1775 LC § 1813 Wages Total LC § 1776(g) LC§I775 LC § 1813 Wages Total
C-7193, NewLincoln High $0.00 $1860.00 $50.00 $21,614.16 $23,843.31 $0.00 Pending Pending Pending Pending
SchoolC89-008-LH, $0.00 $0.00 $0.00 $16,800.00 16,800.00 Pending PendingConversion ofKroc MiddleSchool toCreative andPerformingMedia Arts(CPMA) Schooland Upgrades toInnovationMiddle Schoolat MacDowell
Total $0.00 $1860.00 $50.00 $38,414.16 $40,643.31 $0.00 Pending $0.00 $0.00 Pending
F. Identify cases that are or were the subject ofLC § 1742 proceedings.
Project Name Contractor Nature of Violation ODL Case # Current Status
C-7193, New Lincoln High School Douglas E. Barnhart, Inc. Misclassified 10-0001-PWH Pending
G. Did you refer any contractor to the Labor Commissioner for debarment per LC § 1777.1?
Please check one: rYes jWNo
Ifyes, identify affected contractor(s) or subcontractor(s) and daters) of referral:
LCP ANNUAL REPORT 8 CCR § 16431 -- AB all projects 2008
LCP-AR2
H. Did you refer any apprenticeship violation to the Division ofApprenticeship Standards (DAS)?
Please check one: rYes ~No
Ifyes, identity affected contractor(s) or subcontractor(s) and date(s) of referral: _
LCP ANNUAL REPORT 8 CCR § 16431 -- AS all projects 2008
SECTION 1
6.A) List projects handled by LCP within the past 12 months:
• 174 contracts awarded totaling
See Attachment 1 for summary
$365,173,670.00
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
1Portable Building Renovations for DSA Certification
01/20/09Straight Line General
$1,908,613and K-8 Conversion at Bethune Elementary School Contractors, Inc
2 Construct Central Freezer Facility At Cardinal Lane 08/18/09 Riha Construction Co. $3,512,000
Furnish and Install Chiller at Cherokee Point04/06/10
AMISI Corp dba American$997,7703
Elementary School Industrial Services
4Construct Automotive Shop at Clairemont High
01/26/10Straight Line General
$2,605,500School Contractors, Inc
5Phase III Site Modernization of FOlWard Elementary
10/20/09 Khavari Construction, Inc. $854,900School
Remodel Multi-Purpose Building and Install Lunch M. A. Stevens Construction,6 Court Shelter at Garfield High School (Culinary 04/14/09 $1,995,000
Arts) Inc.
7Gymnasium Construction and Facilities
OS/27/08 The Augustine Company $2,791,712Improvements at Golden Hill Elementarv School
8 New Classroom Building at Hoover High School 03/10/09Erickson-Hall Construction
$5,414,000Co.
9Furnish and Install Chiller at Ibarra Elementary
04/06/10KPF Construction, Inc. dba
$603,129School Folton Enterprises
10Portable Building Relocation and Renovations for
03/23/10 Fordyce Construction, Inc. $1,159,250DSA Certification at Jackson Elementary School
11Replace Cooling Tower at Jerabek Elementary
07/21/09 Telliard Construction $125,159School
12Renovate Joint Use Field at Joyner Elementary
04/01/08American West Landscape,
$100,352School Inc.
13Electrical Service Underground Conversion at
04/27/10 Ace Electric, Inc. $44,950Kearnv Hioh School
Remove and Replace Medium Voltage Transformerin Auditorium at La Jolla HS - Emergency
14Declaration for the May 15, 2010, Power Outage at
06/22/10 Baker Electric, inc. $34,000La Jolla HS Auditorium Building and Ratification of
Agreement with Baker Electric, Inc., for Repairs andRestoration of Power
Conversion of Kroc Middle School to Creative and
15Performing Media Arts (CPMA) School and
09/04/08SOLPAC, Inc. dba: Soltek
$2,312,000Upgrades to Innovation Middle School at Pacific
MacDowell16 New Lincoln High School 08/16/04 Douglas E. Barnhart Inc. $55,199,991
Portable Building Relocation and Renovations for
17 Division of the State Architect (DSA) Certification 03/02/10 DEZ Construction $2,034,850
and K-8 Conversion at Logan Elementary
18 Construct Automotive Shop at Madison High School 05/19/09SOLPAC, Inc. dba: 50ltek
$3,314,000Pacific
19Construct New Multi-Media Center at Madison
02/09/10 ROEL Construction Co, Inc. $2,625,820High School
Page 1 of 9 ATTACHMENT G.A
San Diego Unified Schooi District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
20 Upgrade Stadium Complex at Madison High School 04{13{10SOLPAC, Inc. dba: Soltek
$5,998,000Pacific
21 Upgrade HVAC At Memorial Academy 03{23{10 EC Constructors, Inc. $165,157
22New Building Construction for Automotive Shop
09{08{09 Cox Construction Co. $6,397,000and Culinary Arts Programs at Morse High School
23Furnish and Install ADA Ramp at Muirlands Middle
09{22{09 Team CConstruction $137,000School
Building Relocation and Renovations for DAS
24 Certification and K-8 Conversion at Perkins 01{n{09 DEZ Construction $1,343,200
Elementary School
25 New Classroom Building at Pt. Loma High School 06{09{09SOLPAC, Inc. dba: Soltek
$3,775,600Pacific
26Replace Roof Gullers and Downspouts at Rosa
02{23{10Western Bay Sheet Metal,
$47,800Parks Elementarv School Inc.
n Multi-Media Remodel of 300 Building at San Diego03{10{09 St. Thomas Enterprises, Inc. $1,550,000
High School
New 2-Story Classroom Building and Modernization SOLPAC, Inc. dba: Soltek28 at San Diego High School (Culinary Arts and 07{21{09 $6,965,250
Business Mana~emenl)Pacific
29 Mechanical & Electrical Engineering Services 06{22{04 Randal Lamb $1,000,000
30Geotechnical/Soils Inspection, Construction
02{12{08 Nlnyo & Moore $1,000,000Materials Testing and Inspection Services
31Geotechnical/Soils Inspection, Construction
02{12{08 Kleinfelder, Inc $700,000Materials Testing and Inspection Services
Geotechnical/Soils Inspection, ConstructionBureau Veritas North
32 12{16{08 America (used to beTesting $250,000Materials Testing and Inspection Services
Engineers-San Diego Inc.)
33Geotechnical/Soils Inspection, Construction
12{16{08 Ninyo & Moore $350,000Materials Testing and Inspection Services
Ninyo & Moore
Environmental Engineering Services 04{14{09Geotechnical &
$2,000,00034Environmental Sciences
Consultants
35 Environmental Engineering Services 04{14{09 URS Corporation Americas $1,000,000
36Hazardous Materials Testing and Consulting
05{12{09 ATC Associates, Inc. $200,000Services
37Hazardous Materials Testing and Consulting
05{12{09 Ninyo & Moore $200,001Services
38 Environmental Engineering Services 03{11{08Stearns, Conrad & Schmidt
$80,000Consulting Engineers
39 Architectural Services 10{14{08 GKKWORKS $3,500,000
Page 2 019 ATIACHMENT G.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
Roger Eliot Kerr40 Architectural Services 01/22/08 Architecture & Planning, $1,000,000
Inc.
41 Architectural Services 01/22/08Galvin Cristilli Parshalle
$l,SOO,OOOArchitects
42 Architectural Services 04/08/08Austin Veum Robbins
$500,000Partners, Inc.
43 Architectural & Engineering Services 12/11/07Mele Amantea Architects II,
$4,400,000LLP
44 Architectural & Engineering Services 12/11/07 Mesquita & Associates $1,900,00045 Architectural & Engineering Services OS/08/07 R. J. Maus Architects $2,000,000
46 Architectural & Engineering Services 05/08/07 Sillman Wright Architects $1,500,000
47 Architectural Services 10/23/08Platt/Whitelaw Architects,
$3,000,000Inc.
Roger Eliot Kerr
48 Architectural Services 10/23/08 Architecture & Planning, $1,500,000
Inc.49 Architectural Services 10/23/08 PJHM Architects $2,000,00050 Architectural Services 10/23/08 Mesquita & Associates $3,000,00051 Architectural Services 10/23/08 JCJ Architecture, Inc. $2,000,00052 Architectural Services 10/23/08 R. J. Maus Architects $1,500,000
53 Architectural Services 10/23/08Mele Amantea Architects II,
$3,000,000LLP
54 Architectural Services 10/23/08 LPA, Inc. $3,000,000
55 Architectural Services 10/23/08Galvin Cristilli Parshalle
$1,500,000Architects
S6 Architectural Services 10/23/08Zagrodnik & Thomas
$3,000,000Architects, LLP
57 Architectural Services 10/23/08Delawie Wikes Rodrigues
$3,000,000Barker
58 Architectural Services 10/23/08 Westberg + White, Inc. $2,000,000
59 Architectural Services 10/23/08Dominy + Associates
$1,500,000Architects, LLP
60 Architectural Services 10/23/08SPGA Planning &
$1,000,000Architecture San Diego
61 Architectural Services 10/23/08 IBI Group $1,500,00062 Architectural Services 10/23/08 MVE Institutional, Inc. $1,500,000
63 Architectural Services 10/23/08 WLC Architects, Inc. $1,500,00064 Architectural Services 10/23/08 HB&A Architects, Inc. $1,500,00065 Architectural Services 10/23/08 GKKWORKS $2,000,000
66 Architectural Services 10/23/08Tucker Sadler Architects,
$2,000,000Inc.
67 Architectural Services 11/10/09Sillman Wright Architects,
$375,000Inc.
Page 3 of 9 ATTACHMENT G.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
68 HVAC Upgrades at Sessions Elementary School 02/23/10 EC Constructors, Inc. $359,415
Remove and Replace Feeder Cable InAdminstration Buiidlng at Scripps Ranch High
SchooL Emergency Declaration for the May 17,69 2010, Power Outage at Scripps Ranch High School 06/22/10 Southland Electric, Inc. $45,000
in the Administration Buiidlng and Ratification ofAgreement with Southland Electric, Inc. for Repairs
and Restoration of Power
70Remove and Replace Bus Lift at Transportation
03/10/10Pacific Lift and Equipment
$69,232Department Co./ Inc.
71Storm Drain Repairs at Valencia Park Elementary
03/02/10 C.E. Wilson Corporation $109,900School
Agreement With CMAS Certified Contractors To Pacific Bell Telephone
72 Provide Technology Upgrades For Specified 11/25/08 Company dba AT&T $13,200,000
Proposition "511 School Sites DataComm
Agreement With CMA5 Certified Contractors To
73 Provide Technology Upgrades For Specified 11/25/08 Vector Resources $35,900,000
Proposition lIS" School Sites
74 Installation of i211nteractive Classrooms 04/14/09Logical Choice
$387,912Technolooies, Inc.
75 Installation of i21 Interactive Classrooms 04/14/09 Vector Resources, Inc. $25,000,000
Asbestos Abatement of Floor Tile on an As-NeededCardinal Environmental
76Basis (IDIQ)
01/13/09 Consultants Inc. dba 5M $75,000
Contracting
77Asphalt Concrete Repairs, Paving, & Seal Coating
10/07/08Ramona Paving and
$1,200, 000.00at Various District Sites on an As-Needed Basis Construction Corp. Inc.
Design and Construction of Synthetic Turf Fields
78 and Running Tracks at Various District Sites on an 02/03/09 Byrom - Davey Inc. $9,275,000
As-Needed Basis (IDIQ)
79 Furnish and Install Levolor Window Blinds 01/22/09Diversified Window
$110,000Coverings, Inc.
80Furnish & Install i21 Classroom Audio Visual
06/16/09G.A. Abell, Inc. dba
$2,881,909Systems on an As-Needed Basis - Region 1 (IDIQ) Precision Electric Company
81Furnish & Install i21 Classroom Audio Visual
06/16/09 Saturn Electric, Inc. $3,600,000Systems on an As-Needed Basis - Region 2 (IDIQ)
82Furnish & Install i21 Classroom Audio Visual
06/16/09Logical Choice
$2,617,175Systems on an As-Needed Basis - Region 3 (IDIQ) Technologies, Inc.
83Furnish & Install i21 Classroom Audio Visual
06/16/09Logical Choice
$2,602,131Systems on an As-Needed Basis - Region 4 (IDIQ) Technologies, Inc.
84Provide Maxicom Irrigation Controllers and
03/24/09Rain Bird Services
$300,000Accessories at Various District Sites Corporation
Page 4 of9 ATTACHMENT 6.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
Move Relocatable Modular and Portable Buildings
8S at Various District Sites on an As-Needed Basis 01/20/09 Whillock Contracting Inc. $3,081,560
(IDIQ)Repair or Replace Roofing of Portable and
86Permanent Buildings on an As-Needed Basis
07/07/09Donald D. Diffenbaugh
$250,000(1010). 1st Amendment, Start 02/10109 End Construction Inc.
02/09/11
87 Tree Trimming Services on an As-Needed Basis 04/21/09 Great Scott Services, Inc. $300,000
88Service & Repair Elevators & Wheelchair Lifts at
09/23/08 Khavari Construction Inc. $395,991Various District Sites (IDIQ)
89Replace Toilet Stall Partitions on An As-Needed
11/10/08 Barrett-Robinson Inc. $459,064Basis (IDIQ)
90Repair & Refinish Wood Flooring On An As-Needed
11/04/08 Geary Floors $75,000Basis (IDIQ)
Provide Construction Testing and Inspection
91 Services @ Various District Sites on an As-Needed 12/16/08 MTGL, Inc. $150,000
Basis
First Amendment to Agreement with Mactec
Engineering and Consulting, Inc. to Provide ServiceMactec Engineering and
92 for Geotechnical/Soils Inspections and 12/16/08Consulting, Inc.
$250,000
Construction Materials Testing/Inspection As
Needed
93 Moving Assistance Services 11/12/08 Bekins A-l Movers, Inc. $493,400
94 Moving Assistance Services 11/12/08 Oddrose Studio $537,625
95Furnish & Install C & A Carpeting @ Various District
05/19/09A & A Flooring Inc. dba A &
$385,519Sites on an As-Needed Basis (IDIQ) 5 Flooring
96 Geotechnical Engineering Services 05/13/08 Ninyo & Moore $1,000,000
Furnish & Install Security Screens On An As-NeededB. A. Ramirez & Sons
97 11/04/08 Ornamental Iron Works, $55,000Basis (IDIQ)
Inc.
98Furnish & Install Marquee Signs on an As-Needed
04/07/09Signtech Electrical
$500,000Basis (IDIQ) Advertising Inc.
99Furnish & Install Scoreboard Signage on an As-
06/09/09Fluoresco Lighting-Sign
$1,250,602Needed Basis (IDIQ) Maintenance Corporation
100Demolition of Portable Buildings at Various Sites on
06/02/09 West-Tech Contracting, Inc. $1,508,912an As-Needed Basis (IDIQ)
101Asphalt and Concrete Cutting and Coring Services
06/16/09San Diego Concrete Cutting
$50,000on an As-Needed Basis (IDIQ) Co., Inc.
Repair or Refurbish Terrazzo at Various DistrictMagnesite Specialties, Inc.
102 09/29/09 dba American Deck $450,000Sites on an As-Needed Basis (IDIQ)
Systems
103Sewer and Storm Drain Pipe Bursting and Pipe
11/25/08 Arrow Pipeline Repair, Inc. $55,000Linino Services On An As-Needed Basis (1010)
Page 5 of9 ATTACHMENT G.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
104To provide Physical Plant Operations With a Source
08/20/09Strait-Line Concrete Cutting
$30,000for Concrete Coring and/or Cutting Services & Coring Inc.
Purchase of Cisco 1l5martnetll EquipmentPacific Bell Telephone
105 01/26/10 Company dba AT&T $575,000Maintenance and Warranty Service
DataComm
Blanket Purchase Order to provide Physical PiantOperations with a source to program, service and
106 install energy efficient control modules, sprinklers 12/04/09 Integrated Energy Solutions $15,000and related materials on an as needed basis.
Term = 11/09/09 - 06/30/2010
107Asbestos Abatement of Floor Tile On An On-Going
02/16/10 Janus Corporation $67,950Basis (IDIQ)
108i21 interactive Classroom Technology Integration
04/06/10 Southland Electric, Inc. $1,309,744On An As Needed Basis - Region 1 (IDIQ)
109i21 Interactive Classroom Technology Integration
04/06/10 Saturn Electric, Inc. $1,134,710On An As Needed Basis - Region 2 (IDIQ)
110i21 Interactive Classroom Technology Integration
04/06/10Logical Choice
$1,183,822On An As Needed Basis - Region 3 (IDIQ) Technologies, Inc.
111i21 Interactive Classroom Technology Integration
04/06/10Logical Choice
$1,264,883On An As Needed Basis - Region 4 (IDIQ) Technologies, Inc.
112Provide & Install Audio Visual Technology Systems
07/08/08CCS Presentation Systems,
$6,000,000@ District Schools Inc.
Provide Crane Labor to Replace 80, 1500 watt
113 Metal Halide Lamps & 2 Ballasts @ Scripps Ranch 12/01/08 San Diego Electric Sign $17,717
High School
114Repair and Restore Fire Damage at Pacific Beach
11/24/08 Building Restoration Inc. $105,000Middle School
115 Architectural & Engineering Services 05/08/07Zagrodnik & Thomas
$6,500,000Architects, LLP
116Repair or Refurbish Terrazzo at Various District
07/17/07 True Champions Inc. $195,405Sites on an As-Needed Basis
117 Double-Sided Outdoor Digital Video Display at Muir 09/26/08Alpha-American
$26,978Programmable Signs Inc.
118Furnish and Install Energy Management Control
05/13/08 Jackson & Blanc $1,826,256Systems at 66 Sites
119 Architectural Services 01/22/08 Westberg + White, Inc. $1,500,000
120ADA Access Improvements at Marshall Elementary
08/26/08 Fordyce Construction, Inc. $85,097and Morse High Schools
Furnish & Install Playground Equipment & Resilient
121 Surfacing at Various District Sites on an As-Needed 05/01/07 K. C. Equipment Inc. $481,983
Basis
Page 6 of9 ATTACHMENT 6.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
122Tennis Court Re-Surfacing at Various District Sites
07/18/06 K. C. Equipment Inc. $63,477on an As-Needed Basis
Provide & Install Security Systems at Various06/26/07
Construction Electronics$S,OOO,OOO123
District Schools Incorporated
Furnish & Install Ceramic Tile at Various DistrictOS/22/07 A & D Fire Protection Inc. $219,822124
Sites on an As-Needed Basis
125 Architectural & Engineering Services 12/11/07Platt/Whitelaw Architects,
$3,600,000Inc.
Replace Transformer & Restore Electrical System
126 To Buildings 200, 300 & Cafeteria @ San Diego High 03/24/09 Southland Electric, Inc. $150,000
School
Provide Hazardous Materials (asbestos, lead-based
127 paint, etc.) Testing and Inspection Services on an As 07/08/08 Winzler & Kelly $150,000
Needed Basis
128 Install Carpeting on an As-Needed Basis (IDIQ) 04/15/08A & A Flooring Inc. dba A &
$384,650SFlooring
Tree Trimming Services @ Various District Sites on08/22/06
Atlas Environmental$450,000129
an As-Needed Basis Services, Inc.
130 Building Improvements at Garfield CDC 09/16/08Perro Grande Structural,
$250,000Inc.
Provide HVAC Renovations at Mission Bay High 03/04/08Lemon Grove Sheet Metal
$2,089,324131Works
Landscape improvements @ Bayview Terrace &Jeff Tracy Inc. dba Land
132 10/07/08 Forms Landscape $154.309Bird Rock Elementary Schools
Construction
133Site and Landscape Improvements at Hoover High
04/15/08Palm Engineering
$989,000School Construction Co., Inc.
134Asphalt & Concrete Cutting & Coring Services on an
03/28/06Strait-Line Concrete Cutting
$100,000As-Needed Basis & Coring, Inc.
135Furnish and Install Resilient Floor Coverings at
06/17/04A & A Flooring Inc. dba A &
$237,900Various District Sites SFlooring
136Concrete Stair Replacement at Valencia Park
02/22/08 Lark Construction, Inc. $25,875Elementary School
137 ADA Improvements at Mann Middle School 08/05/08M. A. Stevens Construction,
$S83,S82Inc.
138Site Improvements at Chollas Elementary School -
06/23/09American Safety Casualty
$53,87SPhase 4 Insurance Company
139ADA Improvements at The Children's School
09/09/08 Fordyce Construction, Inc. $483,245(Scripps Elementary School Leased Site)
140Term Purchase Order for Fuel Island Repairs and
09/17/08Northwest Pump &
$20,775Service Equipment Co.
141 Civil Engineering 03/11/08 Burkett & Wong Engineers $S90,000
Page 7 of9 ATIACHMENT 6.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountDate
142Site Modernization at Forward Elementary School -
02/15/07 CD M Construction Inc. $742,712Phase 2
143 Civil Engineering 05/13/08 Nasland Engineering $1,000,000
Portable Building Renovations For DSA Certification
144 & Landscape Improvements at Valencia Park 03/06/07 Whillock Contracting Inc. $1,988,350
Elementary SchoolMaintenance and repair of Cisco
145 Telecommunications equipment from Pacific Bell 12/11/07 AT&T $1,500,000Telephone Co
Maintenance and repair services of Cisco computer146 network, for the District's Information Technology 04/22/08 AT&T $1,000,000
liT) Deoartment
147 Environmental Consulting Services 12/14/04Allstate Services
$2,200,000Environmental, Inc.
Provide Hazardous Materials (asbestos, lead-basedAllstate Services
148 paint, etc.) Testing and Inspection Services on an As 07/08/08Environmental, Inc.
$150,000
Needed Basis
149Furnish & Install Aluminum Access Ramps @
09/22/05 TMP Services, Inc. $4,025,912Various District Sites As Required
150 Hazardous Materials Testing 05/06/05Allstate Services
$600,000EnVironmental, Inc.
151Remove and Replace Walk-In Freezers and Coolers
04/14/09 Mesa Energy System Inc. $278,768at 4 Sites
152Synthetic Turf Fields & Running Tracks @ Various
03/02/06 Byrom-Davey Inc. $7,192,714District Sites on An As-Needed Basis
153Environmental Assessments & Remedial Workplans
06/12/07 Ninyo & Moore $5,300,000@ Various Sites
154Replace Existing and Install New Sewer Lines at
11125108 3-D Enterprises $135,000Suoolv Center Site
Reconstruct Existing Bioswale and Widen DrivewaySOLPAC, Inc. dba: Soltek
155 to Allow for 40-foot Bust Turnaround at Thurgood 08/04/09Pacific
$12S,000
Marshall Middle School
156 Exterior Painting at Washington Elementary School 04/21/09 Kronos Painting, Inc. $83,000
157Repair or Refurbish Terrazzo at Various District
04/21/09 True Champions Inc. $250,000Sites on an As-Needed Basis
Bureau Veritas North
158Geotechnical/Soils Inspection, Construction
02/12/08America (used to be
$1,000,000Materials Testing and Inspection Services Testing Engineers-San
Diego Inc.)
159Demolition of Portable Buildings at Various Sites on
05/18/06 Whillock Contracting Inc. $2,481,809an As-Needed Basis
160 Geotechnical/Soils Inspection 06/20/08United Inspection and
$65,000Testing
161Remodel Student Store and Cafe AT Mission Bay
01/13/09 Teves Construction Co. $261,877High School
Page 8 of 9 ATTACHMENT 6.A
San Diego Unified School District
Contracts Construction Management
LABOR COMPLIANCE OFFICE
PUBLIC WORKS CONTRACTS
Fiscal Year Ending June 30, 2010
Project NameBid Advertisement
Prime Contractor Contract AmountOate
162Landscape Improvements at Edison Elementary,
04/01/08American West Landscape,
$164,894Kimbrough Elementary and King/Chavez Academy Inc.
163Repair High-Voltage Distribution System and
02/23/10 Southland Electric, Inc. $27,900Restore Power at Standley Middle School
164HVAC Retrofit at Ellen Browning Scripps Elementary
03/31/09 Bay Air Systems, Inc. $1,789,324School
Replace Damaged Structural Beams &16S Miscellaneous ADA Improvements @ Lee 04/21/09 DEZ Construction $133,000
Elementary School
Portable Building Renovations for DSA CertificationErickson-Hall Construction
166 and K-8 Facility Improvements at Fulton 07/01/08Co.
$2,981,300
Elementary School
167Repair Distressed Pavement Over 24" Storm Drain
10/13/09Ramona Paving and
$16,311at Correia Middle School Construction Corp. Inc.
168Furnish & install HVAC System at Washington
11/04/08American Industrial
$1,231,230Elementary School Services
169 Civil Engineering OS/13/08Boyle Engineering
$7S0,000Corporation
170Remove and Replace Walk-In Freezers and Coolers
04/14/09 Mesa Energy System Inc. $328,190at 7 Sites
171Storage Room Additions and ADA Improvements @
06/09/09Straight Line General
$388,800Porter Elementary School Contractors, Inc
172Portable Building Renovations for DSA Certification
03/31/09 Randall Construction, Inc. $2,271,100and K-8 Conversion at Audubon Elementary School
Asphalt and Concrete Demolition and Excavation
173 Services at Various District Sites on an As-Needed 01/20/09 Crest Equipment Inc. $250,000
Basis
174Wetlands Restoration and Habitat Creation at
07/07/09 Sierra Pacific West, Inc. $298,750Thurgood Marshall Middle School
Page 9 of 9 ATTACHMENT 6.A
SECTION 2
6.B) List any project subject to the limited exemption clause ofLC § 1771.5(a):
• 114 contracts awarded totaling
See Attachment 2 for summary
$11,583,770.80
LABOR CODE 1771.5 (a) CONTRACTS EXEMPT FROM PAYMENT OF PREVAILING WAGES
San Diego Unified School DistrictContract Construction Management
Contract!
Purchase Description of Project Contract Amount
Order #1 0000098313 TERM: JULY 1, 2009 - JUNE 30, 2010 $140,000.002 0000098322 TERM: JULY 1, 2009 - JUNE 30, 2010 $25,000.003 0000098323 TERM: JULY 1, 2009 - JUNE 30, 2010 $12,000.004 0000098324 TERM: JULY 1, 2009 - JUNE 30, 2010 $24,275.715 0000098325 TERM: JULY 1, 2009 - JUNE 30,2010 $30,000.006 0000098327 TERM: JULY 1, 2009 - JUNE 30,2010 $2,500.007 0000098331 TERM: JULY 1, 2009 - JUNE 30, 2010 $3,000.008 0000098333 TERM: JULY 1, 2009 - JUNE 30, 2010 $2,000.009 0000098334 TERMI JULY 1, 2009 - JUNE 30, 2010 $10,000.00
10 0000098335 TERM: JULY 1, 2009 - JUNE 30, 2010 $10,000.0011 0000098336 TERM: JULY 1, 2009 - JUNE 30, 2010 $1,000.0012 0000098337 TERM: JULY 1, 2009 - JUNE 30, 2010 $65,000.00
13 0000098344 TERM: JULY 1, 2009 - JUNE 30,2010 $350,000.00
Term: July 1, 2009-June 30, 2010; Blanket PO to provide PPO with a source to
14 0000098347purchase toilet partitions repair parts on as needed basis. Not to exceed value of PO
$1,750.00for term shown, authorized users: PPO staff only, District contact Kevin Jones 858-
627-7155
Term July 1, 2009-June 30, 2010 Contract 10: 67-47-56; Ref: Contract 67-47-56 for
15 0000098351 the purchase of ELECTRIC MOTORS, PUMPS, ACCESSORIES AND REPAIRS; $2,500.00
Contract Period: 4/11/07-4/10/10; Approved by the BOE April 10, 2007.
Term: July 1, 2009-June 30, 2010 Provide PPO with labor and mateials for minor
16 0000098353repairs of electronic equipment, lexan covers, lettering for manual marquees,
$16,000.00processing boards, antennaes, LED's and computer related marquees. To be done on
as needed basis
Term: July 1, 2009-June 30, 2010: Blanket PO to provide PPO with a source to provide
17 0000098355 location of undergrount utilities on as needed basis; not to exceed value of PO for $15,000.00
term shown. Authorized users: PPO staff only
Term: July 1, 2009-June 30, 2010 Blanket PO to provide quarterly maintenance and
18 0000098358 necessary repair on ER generator, Kohler Mod 60RZGM; sr#0703022; Loc: EOe, 4100 $3,000.00
Normal St, not to exceed value of PO for term shown; authorize users:PPO staff only
19 0000098360 TERM: JULY 1, 2009 -JUNE 30, 2010 $2,000.0020 0000098413 TERM: JULY 1, 2009 - JUNE 30,2010 $50,000.00
21 0000098415 TERM: JULY 1, 2009 - JUNE 30, 2010 $18,000.00
22 0000098416 TERM: JULY 1, 2009 - APRIL 10,2010 $23,232.92
23 0000098417 TERM: JULY 1, 2009 - JUNE 30, 2010 $28,000.0024 0000098419 TERM: JULY 1, 2009 - JUNE 30, 2010 $30,000.0025 0000098423 TERM: JULY 1, 2009 - JUNE 30, 2010 $60,000.00
26 0000098425 TERM: JULY 1, 2009 - JUNE 30, 2010 $10,000.00
27 0000098427 TERM: JULY 1, 2009 -JUNE 30,2010 $45,000.00
Page 1 of 6 ATTACHMENT 6 B
LABOR CODE 1771.5 (a) CONTRACTS EXEMPT FROM PAYMENT OF PREVAILING WAGES
San Diego Unified School DistrictContract Construction Management
Contractl
Purchase Description of Project Contract Amount
Order #28 0000098436 TERM: JULY 1, 2009 - JUNE 30,2010 $32,479.90
29 0000098440 TERM: JULY 1, 2009 - JUNE 30, 2010 $1,200.00
TERM: 7/1/2009 - 6/30/2010 Blanket PO to provide PPO Electronic repairs to existing
30 0000098836 marquees, message boards and scoreboards, labor & repair; Authorized users: Bob $50,000.00
Stong; not to exceed dollar value of PO for term shown.
TERM: JUly 1, 2009 - June 30,2010 Blanket PO to provide all labor, materials and
31 0000098844 travel for on-site monthly preventive maintenance and chemical water treatment on $75,000.00
hot and closed water systems and cooling towers at various district sites,
TERM: July 1, 2009-June 30, 2010 Blanket PO to provide on site quarterly
32 0000098847 maintenance including all labor, mateials and travel on Trane branch chillers and $14,000.00
make necessary repair son as needed basis.
TERM: July 1, 2009-June 30, 2010 Blanket PO to provide PPO with a source to have
33 0000098848 roll up doors repaired on as needed basis, notto exceed value of PO for term shown, $10,000.00
district contact: Todd Arthur 858-627-7207
TERM: July 1, 2009-June 30, 2010 Blanket PO to provide PPO with a source to have
34 0000098851 painting equipment repaired on as needed basis. not to exceed value of PO for term $1,500.00
ashown. Authorized users: PPO staff only
35 0000099597 TERM: JULY 1, 2009 - JUNE 30, 2010 $20,000.00
36 0000100632 TERM PO: July 1, 2009 - June 30, 2010 $75,000.00
37 0000102196TERM: 7/1/2009-6/30/2010 on going portable Restroom rentals at Morse &
$12,000.00Clairemont
38 0000098326 TERM: JULY 1, 2009 - JUNE 30, 2010 $5,000.00
39 0000099789Pmt Only: Invoice 4223, dated 5/18/09 Additional trenching at Lewis MS, secondary
$4,100.00to PO 82667 had been approved by the Board
Pmt Only: Invoice dated 7/16/09 on Account 102585 Annual site facility fee for
40 0000100786 oversight of Bell Jr HS landfill; FY10 7/1/2009-6/30/2010, remittance payable to City $10,000.00
Treasurer
41 0000100829 Pmt Only: Maintenance fees for joint use field at Rosa Parks for qtr end 6/30/09. $9,946.05
42 0000102006Pmt Only: Invoice 002083, dated 1/09/09 Remove/replace solar room membrane to
$4,578.00allow district crew to repair rotted fascia at Bell
Pmt Only: Invoice 668-004, dated 9/02/09: Electrical Work at Mission Bay Montessori
43 0000105160 School to repair electrical wires & subfeeds to classrooms at Montessori School $2,649.00
damaged by shade structure contractor.
44 0000100700PROCESS FOR PAYMENT ONLY - CMMS implementation services from 6/16/09-
$26,017.007/15/09Labor fee for removing, repairing, replacing, hauling away sheating; sttucco
45 0000100236 underside; stop edges along gravel; install new 4 ply built up roof system; install 24 g $7,068.00
galvanized metal edge; 2 yr contractor warranty
Page 2 of 6 ATTACHMENT 6 B
LABOR CODE 1771.5 (al CONTRACTS EXEMPT FROM PAYMENT OF PREVAILING WAGES
San Diego Unified School DistrictContract Construction Management
Contract!
Purchase Description of Project Contract Amount
Order #
46 0000100402Replace damaged exhaust manifold on CAT 3306 SR #07Y04262 at UCHS, Parts &
$5,582.00Materials
47 0000100757Labor/installation to replace supply and return ductwork with cross break at UCHS &
$14,157.00Materials
48 0000100777Dissasemble Rm 2140 Ed Ctr and reassemble with 3" section removed in Rm 2155,
$3,500.00G/M desiqn services.
install 2 a02 stations design fro Rm 3126 that was never installed and is now being
49 0000100778 store on site at the Ed Ctr.; Dismantle existing station In Wing C; stack & store; $1,669.00
dismantie station in Rm 2148, stack & store to move to storage and Installation.
50 000010083719'6"x9' Aluminum ramp; Landings-5'x6'; Level landing 4'x39'; ramp with integrated toe
$12,106.00section 6x9ft; Switchback 3- 1'x4' level iandinqs
51 0000102008 Forbo Sheet Vinyl for Riley, 4: rubber base, Installation and labor. $4,552.00
52 0000102171Furnish & install bird suppression materials on roof and gutter at overhang at
$2,020.00Rodriquez, need to be done before School opens for students and Materials
53 00001021789" x 9" tile floors for Room 601 at PB Middle; approximately 900 sqft, Installation &
$1,500.00labor complete stip, sean and wa, remove over spary.
54 00001031361/2"x10" FCO Plex letters, painted of your choice reading MAIN OFFICE at Hoover,
$1,450.00Labor & Installation
55 000010421160 1500w metal Halide lamps; 5 ballast remove /replace 60ea 1500W lamps for the
$6,275.00footbali stadium, games to start Sept 25, Labor Installation and Disposal charges.
56 0000104370Panels for Legal Office reconfiguration - Sonic I tackable Hi Wall Panei, adhesive
$2,110.00shear & drvwall
TERM: 12/1/2009-6/30/2010 JjJ
JjJ
Replacement windows per contract C89-64-56 JjJ
57 0000111498 JjJ $157,425.39
Not to exceed amount shown JjJ
JjJ
Authorized users: PPO staff only
58 0000111972 PURCHA5E ORDER TERM: 12/1/2009-6/30/2010 (BID GD-90-123-64) $10,000.00
59 0000108374 Replace toilet partitions doors hardware at Fletcher, Materials $1,170.00
60 0000106253 Tint windows on classrooms 27 - 31 at Linda Vista ES, Materials $6,950.00
61 0000107823Pmt Only: Invoice 002278, dated 5/19/09. Repaired damages to CAT5 cables for
$1,380.00internet connection to REM system at Wilson M5
62 0000106044PROCESS FOR PAYMENT ONLY CMMS implementation services provided from
$19,812.008/16/2009 to 9/30/2009
Truck charge, 8 hrs labor for Ron Coleman, Jr repair damaged RC642DS Arcnet at
63 0000105315 MBHS, PROCESS FOR PAYMENT ONLY: 8hrs labor for Jason Adams -trouble $1,720.00
shootino and reoairino RC642DS Arcnet
Page 3 of 6 ATTACHMENT 6 B
LABOR CODE 1771.5 (a) CONTRACTS EXEMPT FROM PAYMENT OF PREVAILING WAGES
San Diego Unified School DistrictContract Construction Management
ContracU
Purchase Description of Project Contract Amount
Order #
64 0000106400 Demo/Remove/Replace accordion doors with Paneifod scale 8 46x14 ft., Materials $10,600.00
65 0000107584Dismantie, reconfigure, reinstall cubicle system at Finance Dept per Quotation 55530,
$1,365.00G/M design services
66 0000108371Furnish and Install new header panels on marquee sign - Memorial Preparatory
$1,600.00School for Scholars & Athietes, Materials
67 0000108373Lunch court concrete repairs to eliminate tripping hazards on slippery and spalied
$9,586.00concrete surface at Darnall, Materials
68 0000108835 Instail tint on classrooms 9-10-11-12-13 at Linda Vista ES, Materials $6,480.00
Install and repair poured in place matting area where slide is located at Sherman;
69 0000108836 needs to be done the contractor to maintain warranty and manufacturer liability $6,314.00
aoreements, Materials & Eouioment
70 0000112478 6ft metal roll up door installed inside $1,100.00
Test electrical wiring and equipment perform feeder meggaring and recoordination of
71 0000113365 MS600 breaker at MOST 6not Not to exceed $7995, per Quote L1NC600. Event $7,995.00
recordina of collected data not to exceed amount shown.
72 0000113366Install rubber flashing and hardware cloth combination to block entry of birds Into the 8
$3,727.00seismic seams at McKinley per PRICE QUOTE dated October 2, 2009 and Materials
Repair concrete at salad room resinous floor at Hoover
73 0000113369 PER QUOTE E5149 and Materials $5,013.00
74 0000117065OTP 48x48 9535 XO Horizontal sliding windows w/ nail fin, clear annealed- 1/2 air
$1,280.00space 1/4 clar annealed ,anodized
OTP custom line wing 2position 5" 0.0. powder coated swing set, Model SW m 82
75 0000119926 donated by Chargers to Baypark; Ship to Loc = PPO inhouse crews to $1,614.00
assemble&install
76 0000120188 Forbo dual tiles and adhesive. Labor to demo and install forbo tiles $1,850.00
77 0000120191OTP Kindergarten Canopy 15x40 Plytex porcelain 10yr limited warranty. OTP
$1,630.00Installation
78 0000120192OTP shade panel on lunch cout canopy 16x37 Polytex Porcelain 1Oyr warranty repl
$2,740.00cables and attachment clios, OTP Installation and labor
79 0000120194OTP Fabricate and install 18ga stainless steel type II exhaust hood, OTP Materials
$2,926.00stainless steel
80 0000120201 OTP Inject epoxy into wall crack and caulk failed construction joint in room 302 $3,394.00
81 0000120204 Install window tints on clerestory windows at Memorial and Materials $7,976.00
82 0000113363Install 8 24-foot trees, 12 5-gallon shrubs, 8 flats ground cover at LeeD
$3,430.00PER QUOTE 1716, Materials
83 0000113367Install low-voltage control and wiring to hallway doors at DeweyD
$1,157.00per Proposal No. 21232, Materials
Page 4 of 6 ATTACHMENT 6 B
LABOR CODE 1771.5 (a) CONTRACfS EXEMPT FROM PAYMENT OF PREVAILING WAGES
San Diego Unified School DistrictContract Construction Management
Contract!
Purchase Description of Project Contract Amount
Order #
84 0000113368Install panic doors with electrified unlocking device at DeweyD
$5,103.00PER PROPOSAL NO. 21202, Von Duprin 9927 ; lEI key pads; Von Duprin ps 873-2
85 0000122026OTP Playworld #AMC0006BLK, fully enclosed infant seat swing Black Ship to PPO,
$5,355.00inhouse crew will assemble&install, Shipping
86 0000122334OTP upgrade Automated Logic Controls system for the new rooftop AC system - Pt
$8,444.00Lorna admin bldg
87 0000124041OTP Remove and dispose of hazardous materials from the south walls of the MP and
$4,936.00Admin Bldg at Wegeforth
88 0000124072OTP Install, replace, upgrade fire suppression system below mezz at Transportation to
$7,527.00standard Calif Fire Code, OTP Materials, OTP EauipmentOTP demo, install Forbo sheet flooring product in work area, halls and 3 RR - Carson
89 0000126826 CDC, OTP Materials marmoleum, traction step, weld rod, cementious coating, reducer $4,354.00
strios, rubber baseOTP demo, replace vinyl floors in CC3 RR at Garfield CDC; install traction step; weld
90 0000126827 seams; prep, skim coat; self cove, OTP Materials traction step, weld rod, cemetious $1,457.00
coatina. sticks and capsGD-90-061-
Asphalt Sealer, Asphalt Concrete & Related Materials (Rebid) $100,0009156
GD-90-161-Asphalt Sealer, Asphalt Concrete & Related Materials (Rebid) $100,00192
56
93GD-90-162-
Asphalt Sealer, Asphalt Concrete & Related Materials (Rebid) $100,00256
94 P56-002-JP Second Amendment to Provide Mechanical Engineering Services $1,000,000
CC-90-1160- Agreement with Southland Electric, Inc. for Fire Alarm Additions, Relamping 900$14,13695
57 Building, and New Lighting in the Lincoln High School Auto Shop
CC-90-147-Interior Painting @ Memorial Preparatory for Scholars & Athletes $14,90096
57
CC-90-236-Remove and Replace High Voltage Electric Feeder Cable at Kroc Middle School $7,00097
57
98 SV-90-06-13 Hazardous Materials Disposal and Emergency Response Services $4S0,000
SV-90-241-Hazardous Materials Disposal and Emergency Response Services $450,00099
13
FacilitiesRatify agreement with Ninyo & Moore, to provide consulting and expert services to the
100 Managemen $25,000.00district pertaining to the Bell Jr. High landfill issues, including litigation
t
101 PS-90-238-02Agreement with San Diego County Superintendent of Schools (SDCSS) to proVide
$77,000professional support services for the district's Proposition S bond program
Page 5 of 6 ATTACHMENT 6 B
LABOR CODE 1771.5 (a) CONTRACTS EXEMPT FROM PAYMENT OF PREVAILING WAGES
San Diego Unified School District
Contract Construction Management
ContracU
Purchase Description of Project Contract Amount
Order #
102 PS-90-325-02 Specialized Technology Services on an As-Required Basis $25,000
103 PS-90-263-02Professional Services to Design a Web-based Technology Program That Will
$95,000Streamline Financial & Reporting Tasks of the District's Prop S Bond Program
104 PS-90-327-15 Special Project Work $9,000
105 PS-90-356-02 Agreement with Bahman Rafii for Energy Audit Services $5,000
106 PS-90-498-02Agreement with Parsons Constructors Inc. to Provide Project Stabilization Agreement
$423,650Assistance
107 P-89-220-02Ratification of Notice to Proceed Installation of i211nteractive
$5,474,247Classroom Packages
108GO-90-590- Agreement with Mark J. Perlmutter d/bal Perlmutter Purchasing Power, for the
$256,213.3364 purchase of surveillance cameras.
109GO-90-697- Agreement with ABC School Equipment, Inc. and Claridge Products and Equipment,
$35,000.0064 Inc. for Dorcelain steel markerboard sheets and related hardware.
CC-90-789- Ratification of Agreement with Southland Electric, Inc. to Remove and Replace High$3,000110
57 Voltage Cables and Restore Power to Spreckles Elementary School
Early
Childhood
111Programs
Extend the Terms Rennovations at Rowan's Children Center $778,276EDUCATIONC
ONTRACT#
527278
112 PS90-959-02Agreement with Logical Choice Technologies, Inc. for Promethean Training of
$315,000Integrated 21st Century Classrooms
CC-90-1155-Agreement with McGrath Rentcorp dba Mobile Modular Management Corporation to
11357
Provide Modular Classroom Buildings for the San DIEGO Metropolitan and Technical $108,184
HS (MET)
CC-90-1152-
114 64 and CC-90 Agreements with A&S Flooring for the Installation of Various Flooring Surfaces $6,034
1154-64
Page 60f6 ATTACHMENT 6 B
SECTION 3
6.C) Summary of all wages and penalties assessed and/or recovered:
• 373 wages and penalties recovered totaling• Wages and penalties assessed totaling with forfeiture pending
See Attachment 3 for summary
$84,017.88$184,401.85
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
189-146-29, HVAC Retrofit at Ellen Browning
Premium Plumbing, Inc. $42.84 $42.84PIW
Scripps Elementary School Yes X No Underpayment
289-146-29, HVAC Retrofit at Ellen Browning
Premium Plumbing, Inc. $22.68 $22.68PIW
Scripps Elementary School Yes X No Underpayment
389-146-29, HVAC Retrofit at Ellen Browning
Premium Plumbing, Inc. $170.66 $170.66PIW
Scripps Elementary School Yes X No Underpayment
89-150-29, Portable Building Renovations forOTPIW
4 DSA Certification and K-8 Conversion at Temecula Paint Company $806.30 $806.30Underpayment
Audubon Elementarv School Yes X No
89-150-29, Portable Building Renovations forOTPIW
S DSA Certification and K-8 Conversion at Temecula Paint Company $117.28 $117.28Underpayment
Audubon Elementarv School Yes X No
89-150-29, Portable Building Renovations forPIW
6 DSA Certification and K-8 Conversion at Temecula Paint Company $1,958.95 $1,958.95Underpayment
Audubon Elementarv School Yes X No
89-150-29, Portable Building Renovations forOTPIW
7 DSA Certification and K-8 Conversion at Temecula Paint Company $806.30 $806.30Underpayment
Audubon Elementarv School Yes X No
89-150-29, Portable Building Renovations forOTPIW
8 DSA Certification and K-8 Conversion at Temecula Paint Company $117.28 $117.28Underpayment
Audubon Elementarv School Yes X No
89-150-29, Portable Building Renovations forPIW
9 DSA Certification and K-8 Conversion at Temecula Paint Company $2,245.55 $2,245.55Underpayment
Audubon Elementarv School Yes X No
89-150-29, Portable Building Renovations forOTPIW
10 DSA Certification and K-8 Conversion at Temecula Paint Company $107.02 $107.02Underpayment
Audubon Elementarv School Yes X No
Page lof41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
89-150-29, Portable Building Renovations forPIW11 DSA Certification and K-8 Conversion at John T. Hansen Enterprises $88.43 $88.43
UnderpaymentAudubon Elementary School Yes X No89-150-29, Portable Building Renovations for
OTPIW12 DSA Certification and K-8 Conversion at Temecula Paint Company $107.02 $107.02
UnderpaymentAudubon Elementary School Yes X No
89-153-29, Remodel Multi-Purpose BuildingComplaint -13 and Install Lunch Court Shelter at Garfield M.A. Stevens Construction, Inc. $328.64 $328.64
HiQh School (Culinary Arts) Yes X No Settled
89-153-29, Remodel Multi-Purpose BuildingComplaint -
14 and Install Lunch Court Shelter at Garfield M.A. Stevens Construction, Inc. $328.64 $328.64Hiah School (Culinarv Arts) Yes X No Settled
89-153-29, Remodel Multi-Purpose BuildingPIW
15 and Install Lunch Court Shelter at Garfield Cosco Fire Protection, Inc. $8.00 $8.00Hiah School (Culinarv Arts) Yes X No Underpayment
89-153-29, Remodel Multi-Purpose BuildingPIW
16 and Install Lunch Court Shelter at Garfield Ace Coolers Inc. $1,300.00 $1,300.00Hiqh School (Culinary Arts) Yes X No Underpayment
89-153-29, Remodel Multi-Purpose BuildingPIW
17 and Install Lunch Court Shelter at Garfield Institutional Cabinet & Millwork, Inc. $84.92 $84.92Underpayment
Hiah School (Culinarv Arts) Yes X No
89-153-29, Remodel Multi-Purpose BuildingComplaint -
18 and Install Lunch Court Shelter at Garfield M.A. Stevens Construction, Inc. $328.64 $328.64HiQh School (Culinary Arts) Yes X No Settled
89-153-29, Remodel Multi-Purpose BuildingPIW
19 and Install Lunch Court Shelter at Garfield Cosco Fire Protection, Inc. $32.00 $32.00Underpayment
Hiah School (Culinarv Arts) Yes X No
89-153-29, Remodel Multi-Purpose BuildingExcavating Engineers Inc. dba Hillside PIW
20 and Install Lunch Court Shelter at Garfield $177.84 $177.84Hiqh School (Culinarv Arts)
Retaining Walls Co. Yes X No Underpayment
Page 2 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
89-153-29, Remodel Multi-Purpose BuildingComplaint -
21 and Install Lunch Court Shelter at Garfield M.A. Stevens Construction, Inc. $328.64 $328.64Hiqh School (Culinary Arts) Yes X No Settled
89-153-29, Remodel Multi-Purpose BuildingR H J Hi-Tech Air Conditioning, Inc. PIW
22 and Install Lunch Court Shelter at Garfield $9.63 $9.63Hiah School (Culinarv Arts)
dba Hi Tech Air Conditioning Yes X No Underpayment
89-153-29, Remodel MUlti-Purpose BuildingR H J Hi-Tech Air Conditioning, Inc. PIW
23 and Install Lunch Court Shelter at Garfield $101.84 $101.84Hiqh School (Culinary Arts)
dba Hi Tech Air Conditioning Yes X No Underpayment
89-153-29, Remodel Multi-Purpose BuildingPIW
24 and Install Lunch Court Shelter at Garfield Unified Electric Inc. $35.05 $35.05Underpayment
Hiah School (Culinary Arts) Yes X No
89-153-29, Remodel Multi-Purpose BuildingRatio-
25 and Install Lunch Court Shelter at Garfield Pacific Stainless Products $1,393.04 $1,393.04misclassified
Hiah School (Culinarv Arts) Yes X No
89-153-29, Remodel Multi-Purpose BuildingRatio-
26 and Install Lunch Court Shelter at Garfield Pacific Stainless Products $1,393.04 $1,393.04misclassified
Hiqh School (Culinary Arts) Yes X No
27 C-7193, New Lincoln High School Douglas E. Barnhart, Inc. $21,614.16 Pending X Yes No Misclassified
28 C-67-002-KA, New Sherman Elementary Logical Choice Technologies $424.67 $424.67PIW
School Yes X No Underpayment
C67-068-KA, Geotechnical/Soils Inspection,PIW
29 Construction Materials Testing and Inspection Ninyo & Moore $27.60 $27.60Underpayment
Services Yes X No
30 C-7236, Architectural & Engineering Services Baja Exploration $18.00 $18.00PIW
Yes X No Underpayment
31 C-7236, Architectural & Engineering Services Baja Exploration $133.60 $133.60 Yes X No Misclassified
32 C-7236, Architectural & Engineering Services Baja Exploration $66.86 $66.86 Yes X No Misclassified
Page 3 0141 ATTACHMENT 6,C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
33 C78-035-LH, Add Access and Renovations to Genoa Construction, Inc. $32.31 $32.31PIW
Football Field at Clairemont High School Yes X No Underpayment
34 C78-035-LH, Add Access and Renovations to Genoa Construction, Inc. $12.91 $12.91PIW
Football Field at Clairemont High School Yes X No Underpayment
35 C78-035-LH, Add Access and Renovations to Genoa Construction, Inc. $32.31 $32.31PIW
Football Field at Clairemont High School Yes X No Underpayment
36 C78-035-LH, Add Access and Renovations to Genoa Construction, Inc. $12.91 $12.91PIW
Football Field at Clairemont High School Yes X No Underpayment
37 C78-035-LH, Add Access and Renovations to Genoa Construction, Inc. $32.31 $32.31PIW
Football Field at Clairemont High School Yes X No Underpayment
38 C78-035-LH, Add Access and Renovations to Genoa Construction, Inc. $32.31 $32.31PIW
Football Field at Clairemont High School Yes X No Underpayment
39C78-041-LH, Provide HVAC Renovations at
Lemon Grove Sheet Metal Works $33.25 $33.25PIW
Mission Bay High Yes X No Underpayment
40C78-056-LH, Site and Landscape Palm Engineering Construction
$87.20 $87.20Complaint -
Improvements at Hoover Hiqh School Companv, Inc. Yes X No Dismiss
41C78-056-LH, Site and Landscape Palm Engineering Construction
$280.32 $280.32Complaint -
Improvements at Hoover Hiqh School Companv, Inc. Yes X No Dismiss
42C78-056-LH, Site and Landscape Palm Engineering Construction
$94.34 $94.34Complaint -
Improvements at Hoover Hiqh School Companv, Inc. Yes X No Dismiss
43 C78-074-KA, Geotechnical/Soils Inspection United Inspection & Testing $18.64 $18.64PIW
Yes X No Underpayment
Page 4 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
44 C78-074-KA, Geotechnical/Soils Inspection United Inspection & Testing $60.69 $60.69PIW
Yes X No Underpayment
45 C78-074-KA, Geotechnical/Soils Inspection United Inspection & Testing $93.52 $93.52PIW
Yes X No Underpayment
C89-004-LH, Portable Building RenovationsComplaint -
46 for DSA Certification and K-8 Conversion at Southwest Grading $302.16 $302.16Bethune Elementarv School Yes X No Settled
C89-004-LH, Portable Building Renovations Complaint -47 for DSA Certification and K-8 Conversion at Southwest Grading $876.96 $876.96
Bethune Elementarv School Yes X No Settled
C89-004-LH, Portable Building RenovationsPIW
48 for DSA Certification and K-8 Conversion at Extra Mile Electric, Inc. $66.72 $66.72Underpayment
Bethune Elementarv School Yes X No
C89-004-LH, Portable Building RenovationsComplaint -
49 for DSA Certification and K-8 Conversion at Southwest Grading $2,425.36 $2,425.36Bethune Elementarv School Yes X No Settled
C89-004-LH, Portable BUilding RenovationsComplaint -
50 for DSA Certification and K-8 Conversion at Southwest Grading $830.94 $830.94Bethune Elementarv School Yes X No Settled
C89-004-LH, Portable BUilding RenovationsComplaint -
51 for DSA Certification and K-8 Conversion at Southwest Grading $1,315.44 $1,315.44Bethune Elementarv School Yes X No Settled
C89-004-LH, Portable BUilding RenovationsComplaint -
52 for DSA Certification and K-8 Conversion at Southwest Grading $438.48 $438.48Bethune Elementarv School Yes X No Settled
C89-005-LH, Building Relocation andPIW
53 Renovations for DAS Certification and K-8 Rice Electric, Inc. 44.41 $44.41Underpayment
Conversion at Perkins Elementarv School Yes X No
Page 5 of 41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
C89-005-LH, Building Relocation andComplaint -
54 Renovations for DAS Certification and K-8 Southwest Grading $91.52 $91.52Conversion at Perkins Elementarv School Yes X No Settled
C89-005-LH, Building Relocation andComplaint -
55 Renovations for DAS Certification and K-8 Southwest Grading $586.78 $586.78Conversion at Perkins Elementarv School Yes X No Settled
C89-005-LH, Building Relocation andPIW
56 Renovations for DAS Certification and K-8 Rice Electric, Inc. $24.81 $24.81Conversion at Perkins Elementarv School Yes X No Underpayment
C89-005-LH, Building Relocation andPIW
57 Renovations for DAS Certification and K-8 Rice Electric, Inc. $90.55 $90.55Conversion at Perkins Elementarv School Yes X No Underpayment
C89-005-LH, Building Relocation andPIW
58 Renovations for DAS Certification and K-8 Rice Electric, Inc. $24.14 $24.14Conversion at Perkins Elementarv School Yes X No Underpayment
C89-005-LH, Building Relocation andComplaint -
59 Renovations for DAS Certification and K-8 Southwest Grading $565.76 $565.76Conversion at Perkins Elementarv School Yes X No Settled
C89-005-LH, Building Relocation andPIW
60 Renovations for DAS Certification and K-8 Rice Electric, Inc. $61.00 $61.00Conversion at Perkins Elementarv School Yes X No Underpayment
C89-005-LH, Building Relocation andPIW
61 Renovations for DAS Certification and K-8 Remedy Plumbing & Mechanical $76.53 $76.53Underpayment
Conversion at Perkins Elementarv School Yes X No
C89-005-LH, Building Relocation andPIW
62 Renovations for DAS Certification and K-8 Rice Electric, Inc. $77.15 $77.15Conversion at Perkins Elementarv School Yes X No Underpayment
C89-005-LH, Building Relocation andComplaint -
63 Renovations for DAS Certification and K-8 Southwest Grading $91.52 $91.52Conversion at Perkins Elementarv School Yes X No Settled
Page 60f41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
C89-005-LH, Building Relocation andPIW
64 Renovations for DAS Certification and K-8 Rice Electric, Inc. $199.39 $199.39Underpayment
Conversion at Perkins Elementary School Yes X No
C89-005-LH, Building Relocation andComplaint -
65 Renovations for DAS Certification and K-8 Southwest Grading $665.60 $665.60Conversion at Perkins Elementarv School Yes X No Settled
C89-008-LH, Conversion of Kroc Middle
66School to Creative and Performing Media Arts
Palsons Electric Services, Inc. $40.85 $40.85PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
67School to Creative and Performing Media Arts
Palsons Electric Services, Inc. $280.38 $280.38PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
68School to Creative and Performing Media Arts
Palsons Electric Services, Inc. $58.90 $58.90PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
69School to Creative and Performing Media Arts
Ranbar Plumbing Contractors, Inc. $13.14 $13.14 Misdassified(CPMA) School and Upgrades to InnovationMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
70School to Creative and Performing Media Arts
Palsons Electric Services, Inc. $38.00 $38.00PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
71School to Creative and Performing Media Arts
Lemon Grove Sheet Metal Works $74.85 $74.85PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
Page 7 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
Lemon Grove Sheet Metal Works $54.89 $54.89Underpayment72
(CPMA) School and Upgrades to InnovationYes X NoMiddle School at MacDowell
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
Palsons Electric Services, Inc. $38.00 $38.00Underpayment73
(CPMA) School and Upgrades to InnovationYes X NoMiddle School at MacDowell
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
Progressive Services, Inc. $53.43 $53.43Underpayment74
(CPMA) School and Upgrades to InnovationYes X NoMiddle School at MacDowell
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
SOLPAC INC. dba Soltek Pacific $23.00 $23.00Underpayment75
(CPMA) School and Upgrades to InnovationYes X NoMiddle School at MacDowell
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
Palsons Electric Services, Inc. $54.14 $54.14Underpayment76
(CPMA) School and Upgrades to InnovationYes X NoMiddle School at MacDowell
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
Palsons Electric Services, Inc. $53.30 $53.30Underpayment
77(CPMA) School and Upgrades to Innovation
Yes X NoMiddle School at MacDowellC89-008-LH, Conversion of Kroc Middle
PfWSchool to Creative and Performing Media ArtsPalsons Electric Services, Inc. $115.23 $115.23
Underpayment78
(CPMA) School and Upgrades to InnovationYes X NoMiddle School at MacDowell
C89-008-LH, Conversion of Kroc MiddlePfWSchool to Creative and Performing Media Arts
Simplex Grinnell L P $5.25 $5.25Underpayment79 (CPMA) School and Upgrades to Innovation
Yes X NoMiddle School at MacDowell
Page 80f41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
C89-008-LH, Conversion of Kroc Middle
80School to Creative and Performing Media Arts
Simplex Grinnell L P $2.20 $2.20PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
81School to Creative and Performing Media Arts
Simplex Grinnell L P $2.84 $2.84PIW
(CPMA) School and Upgrades to Innovation UnderpaymentMiddle School at MacDowell Yes X No
C89-008-LH, Conversion of Kroc Middle
82School to Creative and Performing Media Arts
Palsons Electric Services, Inc. $78,760.29 Pending Misclassified(CPMA) School and Upgrades to Innovation
Middle School at MacDowell X Yes NoC89-010-LH, Upgrade Boiler System at
PIW83 Stevenson Elementary School (Horizon County Burner and Machinery Corp. $175.62 $175.62
Academy) Yes X No Underpayment
C89-013-KA, Provide Hazardous MaterialsPIW
84 (asbestos, lead-based paint, etc.) Testing and Winzler & Kelly $27.15 $27.15Underpayment
Inspection Services on an As-Needed Basis Yes X No
C89-013-KA, Provide Hazardous MaterialsPIW
85 (asbestos, lead-based paint, etc.) Testing and Winzler & Kelly $56.62 $56.62Underpayment
Inspection Services on an As-Needed Basis Yes X No
C89-013-KA, Provide Hazardous MaterialsPIW
86 (asbestos, lead-based paint, etc.) Testing and Winzler & Kelly $5.69 $5.69Underpayment
Inspection Services on an As-Needed Basis Yes X No
87C89-019-LH, ADA Improvements at Mann
Paradise Electric, Inc. $1,999.88 $1,999.88 MisclassifiedMiddle School Yes X No
88C89-019-LH, ADA Improvements at Mann
Paradise Electric, Inc. $16.12 $16.12PIW
Middle School Yes X No Underpayment
Page 9 of 41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
C89-019-LH, ADA Improvements at MannParadise Electric, Inc. $1,999.88 $1,999.88 Yes X No Misclassified89 Middie School
PIWC89-019-LH, ADA Improvements at MannM. A. Stevens Construction, Inc. $15.04 $15.04
X No Underpayment90 Middle School Yes
PIWC89-019-LH, ADA Improvements at MannM. A. Stevens Construction, Inc. $48.04 $48.04
X No Underpayment91Middle School Yes
PIWC89-019-LH, ADA Improvements at MannM. A. Stevens Construction, Inc. $6.86 $6.86
Underpayment92Middle School Yes X No
PIWC89-019-LH, ADA Improvements at MannM. A. Stevens Construction, Inc. $66.04 $66.04
X No Underpayment93Middle School Yes
PIWC89-019-LH, ADA Improvements at MannM. A. Stevens Construction, Inc. $135.28 $135.28
X No Underpayment94Middle School Yes
PIWC89-019-LH, ADA Improvements at MannM. A. Stevens Construction, Inc. $10.34 $10.34
X No Underpayment9SMiddle School Yes
PIWC89-019-LH, ADA Improvements at MannParadise Electric, Inc. $21.36 $21.36
X No Underpayment96Middle School Yes
OTPIWC89-024-LH, Replace Existing and Install3-D Enterprises Incorporated $370.76 $370.76
X No Underpayment97New Sewer Lines at Supply Center Site Yes
OTPIWC89-024-LH, Replace EXisting and Install3-D Enterprises Incorporated $247.68 $247.68
X No Underpayment98New Sewer Lines at Supply Center Site Yes
OTPIWC89-024-LH, Replace EXisting and Install3-D Enterprises Incorporated $294.88 $294.88
X No Underpayment99New Sewer Lines at Supply Center Site Yes
Page 10of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
OTPIWC89-024-LH, Replace Existing and Install3-D Enterprises Incorporated $294.88 $294.88
X No Underpayment100
New Sewer Lines at Supply Center Site Yes
OTPIWC89-024-LH, Replace Existing and Install3-D Enterprises Incorporated $319.26 $319.26
X No Underpayment101
New Sewer Lines at Supply Center Site Yes
OTPIWC89-024-LH, Replace Existing and Install3-D Enterprises Incorporated $97.52 $97.52
X No Underpayment102
New Sewer Lines at Supply Center Site Yes
OTPIWC89-024-LH, Replace EXisting and Install3-D Enterprises Incorporated $97.52 $97.52
Underpayment103
New Sewer Lines at Supply Center Site Yes X No
OTPIWC89-024-LH, Replace EXisting and Install3-D Enterprises Incorporated $164.88 $164.88
Underpayment104
New Sewer Lines at Supply Center Site Yes X No
OTPIWC89-024-LH, Replace EXisting and Install3-D Enterprises Incorporated $412.16 $412.16
Underpayment105
New Sewer Lines at Supply Center Site Yes X No
OTPIWC89-024-LH, Replace Existing and Install3-D Enterprises Incorporated $294.88 $294.88
X No Underpayment106
New Sewer Lines at Supply Center Site Yes
PIWC89-025-LH, Building Improvements atPerro Grande Structural, Inc. $194.56 $194.56
X No Underpayment107
Garfield CDC Yes
PIWC89-025-LH, Building Improvements atFonseca Construction, Inc. $26.09 $26.09
X No Underpayment108
Garfield CDC Yes
PIWC89-025-LH, Building Improvements atFonseca Construction, Inc. $26.09 $26.09
X No Underpayment109
Garfield CDC Yes
Page 11 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PfWC89-025-LH, Building Improvements atFonseca Construction, Inc. $13.50 $13.50
Underpayment110
Garfield CDC Yes X No
PfWC89-025-LH, Building Improvements atPerro Grande Structural, Inc. $302.16 $302.16
X No Underpayment111Garfield CDC Yes
PfWC89-025-LH, Building Improvements atPerro Grande Structural, Inc. $243.20 $243.20
X No Underpayment112
Garfield CDC Yes
PfWC89-025-LH, Building Improvements atPerro Grande Structural, Inc. $97.28 $97.28
X No Underpayment113
Garfield CDC Yes
PfWC89-025-LH, Building Improvements atPerro Grande Structural, Inc. $145.92 $145.92
X No Underpayment114
Garfield CDC Yes
PfWC89-025-LH, Building Improvements atPerro Grande Structural, Inc. $243.20 $243.20
X No Underpayment115
Garfield CDC Yes
C89-027-LH, Landscape Improvements @OTPfW
Charles C. Regan dba Regan Paving $186.90 $186.90Underpayment
116 Bayview Terrace & Bird Rock ElementaryYes X NoSchools
C89-027-LH, Landscape Improvements @OTPfW
Charles C. Regan dba Regan Paving $55.09 $55.09Underpayment
117 Bayview Terrace & Bird Rock ElementaryYes X NoSchools
PfWC89-035-LH, Furnish & Install HVAC SystemCeilings By George $46.54 $46.54
X No Underpayment11
8 at Washington Elementary School Yes
PfWC89-035-LH, Furnish & Install HVAC SystemNational Electric Works, Inc. $12.48 $12.48
X No Underpayment11
9 at Washington Elementary School Yes
Page 12 of 41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
C89-035-LH, Furnish & Install HVAC SystemCeilings By George $32.85 $32.85
PIW120
at Washington Elementary School UnderpaymentYes X No
121C89-037-LH, Remodel Student Store and
Rawlings Electric, Inc. $142.83 $142.83PIW
Cafe AT Mission Bay High School Yes X No Underpayment
C89-037-LH, Remodel Student Store andACT Construction Inc. $25.00 $25.00
PIW122 Cafe AT Mission Bay High School UnderpaymentYes X No
123C89-037-LH, Remodel Student Store and
ACT Construction Inc. $25.00 $25.00PIW
Cafe AT Mission Bay High School Yes X No Underpayment
124C89-037-LH, Remodel Student Store and
ACT Construction Inc. $146.80 $146.80PIW
Cafe AT Mission Bay High School Yes X No Underpayment
125C89-037-LH, Remodel Student Store and
Team Demolition, Inc. $72.48 $72.48PIW
Cafe AT Mission Bay High School Yes X No Underpayment
126C89-037-LH, Remodel Student Store and
Team Demolition, Inc. $96.94 $96.94PIW
Cafe AT Mission Bay High School Yes X No Underpayment
127C89-037-LH, Remodel Student Store and
Team Demolition, Inc. $60.40 $60.40PIW
Cafe AT Mission Bay High School Yes X No Underpayment
128C89-037-LH, Remodel Student Store and
ACT Construction Inc. $146.80 $146.80PIW
Cafe AT Mission Bay High School Yes X No Underpayment
129C89-037-LH, Remodel Student Store and Teves Construction Inc. dba Craftsman
$17.04 $17.04PIW
Cafe AT Mission Bay High School Foundation Repair Yes X No Underpayment
Page 13 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
130C89-037-LH, Remodel Student Store and Teves Construction Inc. dba Craftsman
$145.99 $145.99PIW
Cafe AT Mission Bay High School Foundation Repair Yes X No Underpayment
131C89-037-LH, Remodel Student Store and Teves Construction Inc. dba Craftsman
$160.03 $160.03PIW
Cafe AT Mission Bay High School Foundation Repair Yes X No Underpayment
132C89-037-LH, Remodel Student Store and
ACT Construction Inc. $39.54 $39.54PIW
Cafe AT Mission Bay High School Yes X No Underpayment
133C89-037-LH, Remodel Student Store and Teves Construction Inc. dba Craftsman
$179.00 $179.00PIW
Cafe AT Mission Bay High School Foundation Repair Yes X No Underpayment
134C89-037-LH, Remodel Student Store and Teves Construction Inc. dba Craftsman
$179.00 $179.00PIW
Cafe AT Mission Bay High School Foundation Repair Yes X No Underpayment
135C89-037-LH, Remodel Student Store and
Team Demolition, Inc. $132.88 $132.88PIW
Cafe at Mission Bay High School Yes X No Underpayment
136CC-89-154-29, Exterior Painting at
Kronos Painting, Inc. $172.85 $172.85Apprentice
Washinaton Elementarv School Yes X No underoavmentCC-89-155-29, Replace Damaged Structural
PIW137 Beams & Miscellaneous ADA Improvements Dunn Painting $24.24 $24.24
Underpayment@ Lee Elementarv School Yes X No
138CC-89-180-29, Remove and Replace Walk-In
Mesa Energy Systems, Inc. $516.24 $516.24PIW
Freezers and Coolers at 4 Sites Yes X No Underpayment
139CC-89-180-29, Remove and Replace Walk-In
Mesa Energy Systems, Inc. $476.76 $467.24PIW
Freezers and Coolers at 4 Sites Yes X No Underpayment
140CC-89-180-29, Remove and Replace Walk-In
Mesa Energy Systems, Inc. $103.81 $103.81PIW
Freezers and Coolers at 4 Sites Yes X No Underpayment
Page 14 of 41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
ApprenticeCC-89-180-29, Remove and Replace Walk-InMesa Energy Systems, Inc. $82.88 $82.88 Yes X No underpayment141 Freezers and Coolers at 4 Sites
PfWCC-89-187-57, Remove and Replace Walk-InMesa Energy Systems, Inc. $676.65 $676.65
X No Underpayment142
Freezers and Coolers at 7 Sites Yes
PfWCC-89-187-57, Remove and Replace Walk-InMesa Energy Systems, Inc. $148.66 $148.66
X No Underpayment143
Freezers and Coolers at 7 Sites Yes
PfWCC-89-187-57, Remove and Replace Walk-InMesa Energy Systems, Inc. $88.40 $88.40
X No Underpayment144Freezers and Coolers at 7 Sites Yes
PfWCC-90-047-57, Tree Trimming Services on anGreat Scott Tree Service, Inc. $134.64 $134.64
Underpayment145As-Needed Basis Yes X No
PfWCC-90-047-57, Tree Trimming Services on anGreat Scott Tree Service, Inc. $176.09 $176.09
X No Underpayment146
As-Needed Basis Yes
PfWCC-90-047-57, Tree Trimming Services on anGreat Scott Tree Service, Inc. $179.00 $179.00
X No Underpayment147
As-Needed Basis Yes
PfWCC-90-047-57, Tree Trimming Services on anGreat Scott Tree Service, Inc. $1,006.22 $1,006.22
X No Underpayment148
As-Needed Basis Yes
PfWCC-90-120-57, New Classroom Building at PI.Moreno Valley Construction $302.16 $302.16
X No Underpayment149
Loma High School Yes
PfWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $10.80 $10.80
X No Underpayment150
Facility At Cardinal Lane Yes
PfWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $9.00 $9.00
Underpayment151
Facility At Cardinal Lane Yes X No
Page 15 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $1.60 $1.60
Underpayment152Facility At Cardinal Lane Yes X No
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $189.60 $189.60
X No Underpayment153Facility At Cardinal Lane Yes
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $474.00 $474.00
X No Underpayment154Facility At Cardinal Lane Yes
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $94.80 $94.80
X No Underpayment155Facility At Cardinal Lane Yes
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $22.18 $22.18
X No Underpayment156Facility At Cardinal Lane Yes
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $4.80 $4.80
Underpayment157Facility At Cardinal Lane Yes X No
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $1.60 $1.60
Underpayment158
Facility At Cardinal Lane Yes X No
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $3.80 $3.80
Underpayment159Facility At Cardinal Lane Yes X No
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $6.40 $6.40
Underpayment160
Facility At Cardinal Lane Yes X No
PIWCC-90-122-29, Construct Central FreezerSass Electric, Inc. $26.16 $26.16
X No Underpayment161
Facility At Cardinal Lane Yes
Page 16 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
162CC-90-122-29, Construct Central Freezer
Sass Electric, Inc. $17.44 $17.44PIW
Facility At Cardinal Lane Yes X No Underpayment
163CC-90-122-29, Construct Central Freezer
Sass Electric, Inc. $191.04 $191.04PIW
Facility At Cardinal Lane Yes X No Underpayment
164CC-90-122-29, Construct Central Freezer
Sass Electric, Inc. $71.64 $71.64PIW
Facility At Cardinal Lane Yes X No Underpayment
165CC-90-122-29, Construct Central Freezer
Riha Construction Co. $219.00 $219.00Apprentice
Facilitv At Cardinal Lane Yes X No underoavmentCC-90-245-57, Reconstruct Existing Bioswale
166and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$15.20 $15.20PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
167and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$34.24 $34.24PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
168and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$100.50 $100.50PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
169and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$168.00 $168.00PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
170and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$12.00 $12.00PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
Page 17 of 41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CC-90-245-57, Reconstruct Existing Bioswale
171and Widen Driveway to Allow lor 40-loot Bust Dreamscape Landscape &
$216.00 $216.00PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
172and Widen Driveway to Allow lor 40-loot Bust Dreamscape Landscape &
$45.04 $45.04PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
173and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$41.70 $41.70PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
174and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$114.16 $114.16PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
175and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$62.12 $62.12PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
CC-90-245-57, Reconstruct Existing Bioswale
176and Widen Driveway to Allow for 40-foot Bust Dreamscape Landscape &
$50.16 $50.16PIW
Turnaround at Thurgood Marshall Middle Maintenance Inc. UnderpaymentSchool Yes X No
177CS-89-053-LH, New Classroom Building at
Borneman Plastering $140.40 $140.40PIW
Hoover High School Yes X No Underpayment
178CS-89-053-LH, New Classroom Building at
Borneman Plastering $49.92 $49.92PIW
Hoover High School Yes X No Underpayment
Page 18 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
179CS-89-053-LH, New Classroom Building at
Borneman Plastering $176.28 $176.28PfW
Hoover High School Yes X No Underpayment
180CS-89-053-LH, New Classroom Building at The Glass Company Inc. dba C & C
$4.20 $4.20PfW
Hoover High School Glass Yes X No Underpayment
181CS-89-053-LH, New Classroom Building at
Borneman Plastering $43.68 $43.68PfW
Hoover High School Yes X No Underpayment
182CS-89-053-LH, New Classroom Building at
Borneman Plastering $287.04 $287.04PfW
Hoover High School Yes X No Underpayment
183CS-89-053-LH, New Classroom Building at
Borneman Plastering $216.84 $216.84PfW
Hoover High School Yes X No Underpayment
184CS-89-053-LH, New Classroom Building at The Glass Company Inc. dba C & C
$1.00 $1.00PfW
Hoover High School Glass Yes X No Underpayment
185CS-89-053-LH, New Classroom Building at The Glass Company Inc. dba C & C
$29.60 $29.60PfW
Hoover High School Glass Yes X No Underpayment
186CS-89-053-LH, New Classroom Building at The Glass Company Inc. dba C & C
$14.20 $14.20PfW
Hoover High School Glass Yes X No Underpayment
187CS-89-053-LH, New Classroom Building at
Borneman Plastering $154.44 $154.44PfW
Hoover High School Yes X No Underpayment
188CS-89-053-LH, New Ciassroom Building at The Glass Company Inc. dba C & C
$12.20 $12.20PfW
Hoover High School Glass Yes X No Underpayment
Page 19 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $325.00 $325.00
X No Underpayment189
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $59.50 $59.50
X No Underpayment190
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $311.10 $311.10
X No Underpayment191
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $443.70 $443.70
X No Underpayment192
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $166.60 $166.60
X No Underpayment193
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $50.38 $50.38
X No Underpayment194
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $224.25 $224.25
X No Underpayment195
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $159.26 $159.26
X No Underpayment196
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $393.25 $393.25
X No Underpayment197
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $23.80 $23.80
X No Underpayment19
8 Madison High School Yes
Page 20 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $210.80 $210.80
X No Underpayment199Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $411.40 $411.40
X No Underpayment200Madison High School Yes
,PIWCS-90-057-57, Construct Automotive Shop at
Lyons Masonry, Inc. $192.10 $192.10X No Underpayment201
Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $433.50 $433.50
X No Underpayment202Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $175.51 $175.51
X No Underpayment203Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $299.00 $299.00
X No Underpayment204Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $313.62 $313.62
X No Underpayment205Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $130.01 $130.01
X No Underpayment206 Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $22.75 $22.75
X No Underpayment20
7 Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $195.00 $195.00
X No Underpayment20
8 Madison High School Yes
Page 21 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $474.50 $474.50
X No Underpayment209Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atLyons Masonry, Inc. $367.20 $367.20
X No Underpayment210Madison High School Yes
K. Taylor Incorporated dba Taylor PIWCS-90-057-57, Construct Automotive Shop at $339.68 $339.68X No Underpayment211
Madison High School Construction Yes
PIWCS-90-057-57, Construct Automotive Shop atWoodruffs Trenching Inc. $457.28 $457.28
X No Underpayment212Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atWoodruffs Trenching Inc. $1,514.74 $1,514.74
X No Underpayment213Madison High School Yes
PIWCS-90-057-57, Construct Automotive Shop atWoodruffs Trenching inc. $771.66 $771.66
X No Underpayment214Madison High School Yes
CS-90-120-57, New Classroom Building at PI.$87.36
ApprenticeSOLPAC INC. dba Soltek Pacific $87.36 Yes X No underpayment215
Loma High SchoolApprenticeCS-90-120-57, New Classroom Building at PI.
SOLPAC INC. dba Soltek Pacific $24.57 $24.57 Yes X No underpayment216Loma High School
ApprenticeCS-90-120-57, New Classroom Building at PI.SOLPAC INC. dba Soltek Pacific $12.92 $12.92 Yes X No underpayment217
Loma High School
PIWCS-90-120-57, New Classroom Building at PI.H M T Electric, Inc. $43.98 $43.98
X No Underpayment21
8 Loma High School Yes
PIWCS-90-120-57, New Classroom Building at PI.Moreno Valley Construction $302.16 $302.16
X No Underpayment219 Loma High School Yes
Page 22 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
220CS-90-120-57, New Classroom Building at PI.
Moreno Valley Construction $302.16 $302.16PIW
Loma High School Yes X No Underpayment
CS-90-142-29, Furnish & Install i21Apprentice
221 Classroom Audio Visual Systems on an As- Audio Associates of San Diego $20.67 $20.67Needed Basis - ReQion 2 (IDIQ) Yes X No underpayment
CS-90-142-29, Furnish & Install i21PIW
222 Classroom Audio Visual Systems on an As- Audio Associates of San Diego $52.91 $52.91Underpayment
Needed Basis - Reoion 2 (IOIQ) Yes X No
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba OTPIW
223 Classroom Audio Visual Systems on an As- $41.30 $41.30Needed Basis - ReQion 3 (IOIQ)
Logical Choice Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba OTPIW
224 Classroom Audio Visual Systems on an As- $1.24 $1.24Needed Basis - ReQion 3 1I01Q)
Logical Choice Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT225 Classroom Audio Visual Systems on an As-
Logical Choice$194.53 $194.53 PIW
Needed Basis - Region 3 (IOIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT226 Classroom Audio Visual Systems on an As-
Logical Choice$32.16 $32.16 PIW
Needed Basis - Region 3 (IOIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &227 Classroom Audio Visual Systems on an As-
Logical Choice$235.04 $235.04 OTPIW
Needed Basis - Region 3 (I DIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &228 Classroom Audio Visual Systems on an As-
Logical Choice$171.58 $171.58 OTPIW
Needed Basis - Region 3 (IOIQ) Yes X No Underpayment
Page 23 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &229 Classroom Audio Visual Systems on an As-
Logical Choice$79.76 $79.76 OTPIW
Needed Basis - Region 3 (IDlO) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technoiogies dba
2nd Shift & aT230 Classroom Audio Visual Systems on an As-
Logical Choice$249.83 $249.83 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT231 Classroom Audio Visual Systems on an As-
Logical Choice$59.47 $59.47 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT232 Classroom Audio Visual Systems on an As-
Logical Choice$14.96 $14.96 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT233 Classroom Audio Visual Systems on an As-
Logical Choice$2.61 $2.61 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT234 Classroom Audio Visual Systems on an As-
Logical Choice$47.99 $47.99 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &235 Classroom Audio Visual Systems on an As-
Logical Choice$142.77 $142.77 OTPIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &236 Classroom Audio Visual Systems on an As-
Logical Choice$521.70 $521.70 OTPIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
Page 24 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, OT &237 Classroom Audio Visual Systems on an As-
Logical Choice$102.04 $102.04 DTPIW
Needed Basis - Region 3 (I DIO) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,238 Classroom Audio Visual Systems on an As-
Logical Choice$13.73 $13.73 OT& DTPIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,239 Classroom Audio Visual Systems on an As-
Logical Choice$52.92 $52.92 OT& OTPIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,240 Classroom Audio Visual Systems on an As-
Logical Choice$195.15 $195.15 OT& OT PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,241 Classroom Audio Visual Systems on an As-
Logical Choice$316.66 $316.66 OT & OT PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,242 Classroom Audio Visual Systems on an As-
Logical Choice$40.85 $40.85 OT & OT PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,243 Classroom Audio Visual Systems on an As-
Logical Choice$112.89 $112.89 OT& OTPIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,244 Classroom Audio Visual Systems on an As-
Logical Choice$262.69 $262.69 OT & OT PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
Page 25 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-143-29, Furnish & Install 121Logical Choice Technologies dba
1st, 2nd Shift,245 Classroom Audio Visual Systems on an As-
Logical Choice$7.38 $7.38 OT& DTPIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technoiogies dba
1st, 2nd Shift,246 Classroom Audio Visuai Systems on an As-
Logical Choice$75.53 $75.53 aT & DT PIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,247 Classroom Audio Visual Systems on an As-
Logical Choice$115.76 $115.76 aT & DT PIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,248 Classroom Audio Visual Systems on an As-
Logical Choice$39.16 $39.16 aT & DT PIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,249 Classroom Audio Visual Systems on an As-
Logical Choice$2.46 $2.46 OT& DTPIW
Needed Basis - Region 4 (I DIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT250 Classroom Audio Visual Systems on an As-
Logical Choice$245.46 $245.46 PIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT251 Classroom Audio Visual Systems on an As-
Logical Choice$72.82 $72.82 PIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT252 Classroom Audio Visual Systems on an As-
Logical Choice$1.36 $1.36 PIW
Needed Basis - Region 3 (IDIQ) Yes X No Underpayment
Page 26 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,253 Ciassroom Audio Visual Systems on an As-
Logical Choice$233.11 $233.11 OT& DTPIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technoiogies dba
1st, 2nd Shift,254 Classroom Audio Visual Systems on an As-
Logical Choice$42.97 $42.97 aT & OT PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technoiogies dba
2nd Shift & aT25S Classroom Audio Visual Systems on an As-
Logical Choice$212.45 $212.45 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT256 Classroom Audio Visual Systems on an As-
Logical Choice$36.21 $36.21 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logicai Choice Technologies dba
2nd Shift & aT257 Classroom Audio Visual Systems on an As-
Logical Choice$1.02 $1.02 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-143-29, Furnish & Install i21Logicai Choice Technologies dba
2nd Shift & aT258 Classroom Audio Visual Systems on an As-
Logical Choice$184.67 $184.67 PIW
Needed Basis - Region 3 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT259 Classroom Audio Visual Systems on an As-
Logical Choice$342.48 $342.48 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT260 Classroom Audio Visual Systems on an As-
Logical Choice$142.59 $142.59 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
Page 27 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT261 Classroom Audio Visual Systems on an As-
Logical Choice$23.13 $23.13 PIW
Needed Basis - Region 4 (IDIO) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT262 Classroom Audio Visual Systems on an As-
Logical Choice$845.86 $845.86 PIW
Needed Basis - Region 4 (IDIO) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT263 Classroom Audio Visual Systems on an As-
Logical Choice$161.30 $161.30 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT264 Classroom Audio Visual Systems on an As-
Logical Choice$8.71 $8.71 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT26S Classroom Audio Visual Systems on an As-
Logical Choice$306.77 $306.77 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT266 Classroom Audio Visual Systems on an As-
Logical Choice$2.61 $2.61 PIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,267 Classroom Audio Visual Systems on an As-
Logical Choice$0.61 $0.61 OT& OTPIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,268 Classroom Audio Visual Systems on an As-
Logical Choice$164.73 $164.73 OT& OTPIW
Needed Basis - Region 4 (1010) Yes X No Underpayment
Page 28 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,269 Classroom Audio Visual Systems on an As-
Logical Choice$203.09 $203.09 aT & OT PIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,270 Classroom Audio Visual Systems on an As-
Logical Choice$9.32 $9.32 aT & OT PIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,271 Classroom Audio Visual Systems on an As-
Logical Choice$514.35 $514.35 aT & OT PIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,272 Classroom Audio Visual Systems on an As-
Logical Choice$598.78 $598.78 aT & OT PIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,273 Classroom Audio Visual Systems on an As-
Logical Choice$7.70 $7.70 OT& OTPIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift &274 Classroom Audio Visual Systems on an As-
Logical Choice$226.84 $226.84 OTPIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift &275 Classroom Audio Visual Systems on an As-
Logical Choice$10.73 $10.73 OTPIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift &276 Classroom Audio Visual Systems on an As-
Logical Choice$479.42 $479.42 OTPIW
Needed Basis - Region 4 (IOIQ) Yes X No Underpayment
Page 29 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift & aT277 Classroom Audio Visual Systems on an As-
Logical Choice$336.73 $336.73 PfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &278 Classroom Audio Visual Systems on an As-
Logical Choice$347.86 $347.86 OTPfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &279 Classroom Audio Visual Systems on an As-
Logical Choice$197.47 $197.47 OTPfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &280 Classroom Audio Visual Systems on an As-
Logical Choice$25.67 $25.67 OTPfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
2nd Shift, aT &281 Classroom Audio Visual Systems on an As-
Logical Choice$345.67 $345.67 OTPfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,282 Classroom Audio Visual Systems on an As-
Logical Choice$248.52 $248.52 aT & OT PfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,283 Classroom Audio Visual Systems on an As-
Logical Choice$14.17 $14.17 aT & OT PfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
CS-90-144-29, Furnish & Install i21Logical Choice Technologies dba
1st, 2nd Shift,284 Classroom Audio Visual Systems on an As-
Logical Choice$586.09 $586.09 aT & OTPfW
Needed Basis - Region 4 (1010) Yes X No Underpayment
Page 30 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
CS-90-146-29, New 2-Story ClassroomPfWBuilding and Modernization at San Diego High
SOLPAC INC. dba Soltek Pacific $50.00 $50.00Underpayment285
School (Culinary Arts and BusinessYes X NoManagement)
CS-90-146-29, New 2-Story ClassroomPfWBuilding and Modernization at San Diego High
SOLPAC INC. dba Soltek Pacific $50.00 $50.00Underpayment286 School (Culinary Arts and Business
Yes X NoManagement)CS-90-146-29, New 2-Story Classroom
PfWBuilding and Modernization at San Diego HighSOLPAC INC. dba Soltek Pacific $50.00 $50.00
Underpayment287School (Culinary Arts and Business
Yes X NoManagement)CS-90-146-29, New 2-Story Classroom
PfWBuilding and Modernization at San Diego HighSOLPAC INC. dba Soltek Pacific $124.12 $124.12
Underpayment288Schooi (Culinary Arts and Business
Yes X NoManaaement)CS-90-146-29, New 2-Stary Classroom
PfWBuiiding and Modernization at San Diego HighSOLPAC INC. dba Soitek Pacific $124.12 $124.12
Underpayment289
School (Culinary Arts and BusinessYes X NoManaaement)
CS-90-384-57, New Buiiding Construction forMisclassified
MV Plumbing $14.57 $14.57underpayment
290 Automotive Shop and Culinary Arts ProgramsYes X Noat Morse High School
CS-90-384-57, New Buiiding Construction forMisclassified
MV. Plumbing $355.44 $355.44underpayment
291 Automotive Shop and Culinary Arts ProgramsYes X Noat Morse High School
CS-90-384-57, New Buiiding Construction forMisclassified
T & M Concepts, Inc. $2,264.96 $2,264.96underpayment
292 Automotive Shop and Culinary Arts ProgramsYes X Noat Morse High School
PfWCS-90-461-57, Furnish & Install ADA RampCrown Fence Co. $283.44 $283.44
X No Underpayment293
@ Muirlands Middle School Yes
Page 31 of41 ATIACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
294CS-90-461-57, Furnish & Install ADA Ramp
Crown Fence Co. $283.44 $283.44PIW
@ Muirlands Middle School Yes X No Underpayment
295P78-015-JP, Environmental Engineering TestAmerica Drilling Corp. dba West
$133.44 $133.44PIW
Services Hazmat Drilling Yes X No Underpayment
296P78-015-JP, Environmental Engineering TestAmerica Drilling Corp. dba West
$91.37 $91.37PIW
Services Hazmat Drilling Yes X No Underpayment
297P78-015-JP, Environmental Engineering TestAmerica Drilling Corp. dba West
$133.50 $133.50PIW
Services Hazmat Drilling Yes X No Underpayment
298P78-015-JP, Environmental Engineering TestAmerica Drilling Corp. dba West
$182.74 $182.74PIW
Services Hazmat Drilling Yes X No Underpayment
299 P89-036-JP, Architectural Services Burket & Wong $16.10 $16.10PIW
Yes X No Underpayment
300 P89-036-JP, Architectural Services Burket & Wong $16.10 $16.10PIW
Yes X No Underpayment
301 P89-039-JP, Architectural ServicesNinyo & Moore Geotechnical &
$46.14 $46.14PIW
Environmental Consultants Yes X No Underpayment
302 P89-039-JP, Architectural ServicesNinyo & Moore Geotechnical &
$23.07 $23.07PIW
Environmental Consultants Yes X No Underpayment
303 P89-039-JP, Architectural ServicesNinyo & Moore Geotechnical &
$14.42 $14.42PIW
Environmental Consultants Yes X No Underpayment
Page 32 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
Ninyo & Moore Geotechnical & PfW304 P89-039-JP, Architectural Services $30.27 $30.27
UnderpaymentEnvironmental Consultants Yes X No
Ninyo & Moore Geotechnical & PfW305 P89-039-JP, Architectural Services $17.31 $17.31
UnderpaymentEnvironmental Consultants Yes X No
Ninyo & Moore Geotechnical & PfW306 P89-039-JP, Architectural Services $14.41 $14.41
UnderpaymentEnvironmental Consultants Yes X No
Misclassified307 P89-049-JP, Architectural Services Scott's Drilling $141.37 $141.37 Yes X No underoavment
Misclassified308 P89-049-JP, Architectural Services Scott's Drilling $141.37 $141.37 Yes X No underpayment
2nd Shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$155.91 $155.91 DTPfW309Classrooms Logical Choice
UnderpaymentYes X No
2nd Shift, aT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$143.90 $143.90 DTPfW310Classrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba aT & DT PfW311 $54.13 $54.13
UnderpaymentClassrooms Logical Choice Yes X No
2nd Shift, aT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$123.43 $123.43 DTPfW312Classrooms Logical Choice
UnderpaymentYes X No
2nd Shift, aT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$201.19 $201.19 DTPfW313Classrooms Logical Choice
UnderpaymentYes X No
Page 33 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
2nd Shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$55.73 $55.73 DTPfW314Classrooms Logical Choice
UnderpaymentYes X No
2nd Shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$79.88 $79.88 DTPfW315Classrooms Logical Choice
UnderpaymentYes X No
2nd Shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$219.70 $219.70 DTPfW316Classrooms Logical Choice
UnderpaymentYes X No
2nd Shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$6.00 $6.00 DTPfW317Classrooms Logical Choice
UnderpaymentYes X No
1st, 2nd Shift,PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$3,530.99 $3,530.99 OT & DT PfW318Classrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba OT& DTPfW319 $74.90 $74.90
UnderpaymentClassrooms Logical Choice Yes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba OTPfW320 $7.63 $7.63
UnderpaymentClassrooms Logical Choice Yes X No
2nd Shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$82.59 $82.59 DTPfW321Classrooms Logical Choice
UnderpaymentYes X No
Page 34 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nd Shift, aT &
322 $255.13 $255.13 DTPIWClassrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nd Shift, aT &
323 $39.41 $39.41 DTPIWClassrooms Logicai Choice
UnderpaymentYes X No
324PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$58.12 $58.12aT & DT PIW
Classrooms Logicai Choice Yes X No Underpayment
325PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$78.93 $78.93aT & DT PIW
Classrooms Logical Choice Yes X No Underpayment
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nd Shift & aT
326 $154.25 $154.25 PIWClassrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nd Shift & aT
327 $244.66 $244.66 PIWClassrooms Logical Choice
UnderpaymentYes X No
328PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$88.88 $88.88aT & DT PIW
Classrooms Logical Choice Yes X No Underpayment
329PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$28.79 $28.79aT & DT PIW
Classrooms Logical Choice Yes X No Underpayment
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
330 $95.78 $95.78 DTPIWClassrooms Logical ChoiceUnderpaymentYes X No
Page 35 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$209.44 $209.44 OTPIW331Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$88.53 $88.53 OTPIW332Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$69.21 $69.21 OTPIW333Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$294.39 $294.39 OTPIW334Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$166.75 $166.75 OTPIW335Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$107.90 $107.90 OTPIW336Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$169.59 $169.59 OTPIW337Ciassrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &338
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba$482.60 $482.60 OTPIWClassrooms Logical Choice
Yes X No Underpayment
Page 36 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF All WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
339PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$15.66 $15.66aT & DT PfW
Classrooms logical Choice Yes X No Underpayment
340PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$6.40 $6.40aT & DT PfW
Classrooms logical Choice Yes X No Underpayment
341PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$50.97 $50.97aT & DT PfW
Classrooms logical Choice Yes X No Underpayment
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
342 $27105 $271.05 DTPfWClassrooms logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
343 $238.87 $238.87 DTPfWClassrooms logical Choice
UnderpaymentYes X No
344PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$7.48 $7.48aT & DT PfW
Classrooms logical Choice Yes X No Underpayment
345PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$83.32 $83.32aT & DT PfW
Classrooms logical Choice Yes X No Underpayment
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
346 $3,000.97 $3,000.97 DTPfWClassrooms logical Choice
UnderpaymentYes X No
347PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$35.75 $35.75aT & DT PfW
Classrooms Logical Choice Yes X No Underpayment
Page 37 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
348 $74.92 $74.92 DTPIWClassrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
349 $194.62 $194.62 OTPIWClassrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
350Classrooms Logical Choice
$186.33 $186.33 OTPIW
Yes X No Underpayment
351PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$60.34 $60.34OT& OTPIW
Classrooms Logical Choice Yes X No Underpayment
352PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$38.30 $38.30OT&OTPIW
Classrooms Logical Choice Yes X No Underpayment
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
353Classrooms Logical Choice
$152.61 $152.61 OTPIW
Yes X No Underpayment
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba2nt shift, aT &
354 $164.37 $164.37 OTPIWClassrooms Logical Choice
UnderpaymentYes X No
355PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$52.84 $52.84aT & OT PIW
Classrooms Logical Choice Yes X No Underpayment
356PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$553.89 $553.89Misclassified
Classrooms LOQical Choice Yes X No underpayment
Page 38 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba OT & OT PIW357 $59.45 $59.45
UnderpaymentCiassrooms Logical Choice Yes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$189.31 $189.31 OTPIW358Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$18.78 $18.78 OTPIW359Classrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba PIW$1,297.10 $1,297.10
Underpayment360Classrooms Logical Choice Yes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$134.82 $134.82 OTPIW361Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$196.75 $196.75 OTPIW362Classrooms Logical Choice UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$30.71 $30.71 OTPIW363Classrooms Logical Choice
UnderpaymentYes X No-
2nt shift, OT &364
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba$58.07 $58.07 OTPIW
Classrooms Logical ChoiceYes X No Underpayment
Page 39 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$182.74 $182.74 DTPfW36SClassrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$7.38 $7.38 DTPfW366Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$2,916.47 $2,916.47 DTPfW367Classrooms Logical Choice
UnderpaymentYes X No
PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba OT& DTPfW368 $40.50 $40.50
UnderpaymentClassrooms Logical Choice Yes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$113.57 $113.57 DTPfW369Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$182.65 $182.65 DTPfW370Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$55.89 $55.89 DTPfW371Classrooms Logical Choice
UnderpaymentYes X No
2nt shift, OT &PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$238.02 $238.02 DTPfW372Classrooms Logical Choice
UnderpaymentYes X No
Page 40 of41 ATTACHMENT 6.C
San Diego Unified School District
Contracts Construction Management
SUMMARY OF ALL WAGES AND PENALTIES ASSESSED AND/OR RECOVERED
Fiscal Year Ending June 30, 2010
Project NameAffected Contractor (who directly
employed the worker)Amount
AssessedAmount
Recovered
Approval ofForfeiture
Requested fromLabor
Commissioner?
Description ofViolation
373PS-89-220-02, Installation of i21 Interactive Logical Choice Technologies dba
$27.80 $27.80aT & DT PIW
Classrooms Logical Choice Yes X No Underpayment
Page 41 of41 ATTACHMENT 6.C
SECTION 4
6.D) Summary for which approval of forfeiture not requested from the Labor Commissioner:
• 362 wages and penalties recovered totaling
See Attachment 4 for summary
$83,050.92
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010San Diego Unified School District
Contracts Construction Management
Amount AmountProject Name Assessed Recovered Explanation
89-146-29, HVAC Retrofit at Ellen Browning$42.84 $42.84 Underpayment was made
1 Scripps Elementary Schooi
89-146-29, HVAC Retrofit at Ellen Browning$22.68 $22.68 Underpayment was made
2 Scripps Elementary School
89-146-29, HVAC Retrofit at Ellen Browning$170.66 $170.66 Underpayment was made
3 Scripps Elementary School
89-150-29, Portable Building Renovations forDSA Certification and K-8 Conversion at $806.30 $806.30 Underpayment was made
4 Audubon Elementarv School89-150-29, Portable Building Renovations for
DSA Certification and K-8 Conversion at $117.28 $117.28 Underpayment was made5 Audubon Elementarv School
89-150-29, Portable Building Renovations forDSA Certification and K-8 Conversion at $1,958.95 $1,958.95 Underpayment was made
6 Audubon Elementary School89-150-29, Portable Building Renovations for
DSA Certification and K-8 Conversion at $806.30 $806.30 Underpayment was made7 Audubon Elementarv School
89-150-29, Portable Building Renovations forDSA Certification and K-8 Conversion at $117.28 $117.28 Underpayment was made
8 Audubon Elementary School89-150-29, Portable Building Renovations for
DSA Certification and K-8 Conversion at $2,245.55 $2,245.55 Underpayment was made9 Audubon Elementarv Schooi
89-150-29, Portable Building Renovations forDSA Certification and K-8 Conversion at $107.02 $107.02 Underpayment was made
10 Audubon Elementarv School89-150-29, Portable Building Renovations for
DSA Certification and K-8 Conversion at $88.43 $88.43 Underpayment was made11 Audubon Elementary School
89-150-29, Portable Building Renovations forDSA Certification and K-8 Conversion at $107.02 $107.02 Underpayment was made
12 Audubon Elementarv School89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $328.64 $328.64 Underpayment was made
13 Hiah School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $328.64 $328.64 Underpayment was made
14 Hiah School (Culinary Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $8.00 $8.00 Underpayment was made
15 Hiah School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand install Lunch Court Shelter at Garfield $1,300.00 $1,300.00 Underpayment was made
16 Hiah School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $84.92 $84.92 Underpayment was made
17 Hiah School (Culinarv Arts)
Page 1 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
89-153-29, Remodei Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $328.64 $328.64 Underpayment was made
18 Hioh School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $32.00 $32.00 Underpayment was made
19 Hinh School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $177.84 $177.84 Underpayment was made
20 Hiah School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $328.64 $328.64 Underpayment was made
21 Hinh School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $9.63 $9.63 Underpayment was made
22 Hinh School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $101.84 $101.84 Underpayment was made
23 Hiah School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $35.05 $35.05 Underpayment was made
24 Hinh School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $1,393.04 $1,393.04 Underpayment was made
25 Hinh School (Culinarv Arts)89-153-29, Remodel Multi-Purpose Buildingand Install Lunch Court Shelter at Garfield $1,393.04 $1,393.04 Underpayment was made
26 Hiah School (Culinarv Arts)
C-67-002-KA, New Sherman Elementary$424.67 $424.67 Underpayment was made
27 School
C67-068-KA, Geotechnical/Soils Inspection,Construction Materials Testing and Inspection $27.60 $27.60 Underpayment was made
28 Services
29C-7236, Architectural & Engineering Services $18.00 $18.00 Underpayment was made
30C-7236, Architectural & Engineering Services $133.60 $133.60 Underpayment was made
31C-7236, Architectural & Engineering Services $66.86 $66.86 Underpayment was made
C78-035-LH, Add Access and Renovations to $32.31 $32.31 Underpayment was made32 Football Field at Clairemont High School
C78-035-LH, Add Access and Renovations to $12.91 $12.91 Underpayment was made33 Football Field at Clairemont High School
C78-035-LH, Add Access and Renovations to $32.31 $32.31 Underpayment was made34 Football Field at Clairemont High School
C78-035-LH, Add Access and Renovations to $12.91 $12.91 Underpayment was made35 Football Field at Clairemont High School
Page 2 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
C78-035-LH, Add Access and Renovations to $32.31 $32.31 Underpayment was made36 Football Field at Clairemont High School
C78-035-LH, Add Access and Renovations to $32.31 $32.31 Underpayment was made37 Football Field at Clairemont High School
C78-041-LH, Provide HVAC Renovations at$33.25 $33.25 Underpayment was made
38 Mission Bay High
C78-056-LH, Site and Landscape$87.20 $87.20 Underpayment was made
39 Improvements at Hoover High School
C78-056-LH, Site and Landscape$280.32 $280.32 Underpayment was made
40 Improvements at Hoover High School
C78-056-LH, Site and Landscape$94.34 $94.34 Underpayment was made
41 Improvements at Hoover High School
42C78-074-KA, Geotechnical/Solis Inspection $18.64 $18.64 Underpayment was made
43C78-074-KA, Geotechnical/Soils Inspection $60.69 $60.69 Underpayment was made
44C78-074-KA, Geotechnical/Soils Inspection $93.52 $93.52 Underpayment was made
C89-004-LH, Portable Building RenovationsComplaint - Settled
for DSA Certification and K-8 Conversion at $302.16 $302.1645 Bethune Elementarv School
underpayment was made
C89-004-LH, Portable BUilding RenovationsComplaint - Settled
for DSA Certification and K-B Conversion at $B76.96 $876.9646 Bethune Elementarv School underpayment was made
CB9-004-LH, Portable Building Renovationsfor DSA Certification and K-B Conversion at $66.72 $66.72 Underpayment was made
47 Bethune Elementarv SchoolC89-004-LH, Portable Building Renovations
Complaint - Settledfor DSA Certification and K-B Conversion at $2,425.36 $2,425.36
4B Bethune Elementarv School underpayment was made
CB9-004-LH, Portable BUilding RenovationsComplaint - Settled
for DSA Certification and K-B Conversion at $830.94 $B30.9449 Bethune Elementarv School
underpayment was made
CB9-004-LH, Portable Building RenovationsComplaint - Settled
for DSA Certification and K-B Conversion at $1,315.44 $1,315.4450 Bethune Elementarv School
underpayment was made
CB9-004-LH, Portable Building RenovationsComplaint - Settled
for DSA Certification and K-B Conversion at $438.4B $438.4B51 Bethune Elementarv School
underpayment was made
CB9-004-LH, Portable BUilding RenovationsComplaint - Settled
for DSA Certification and K-B Conversion at $650.00 $650.0052 Bethune Elementarv School
underpayment was made
CB9-005-LH, Building Relocation andRenovations for DAS Certification and K-8 44.41 $44.41 Underpayment was made
53 Conversion at Perkins Elementarv SchoolCB9-005-LH, Building Relocation and
Complaint - SettledRenovations for DAS Certification and K-8 $91.52 $91.52
54 Conversion at Perkins Elementarv Schoolunderpayment was made
Page 3 of20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
C89-005-LH, Building Relocation andComplaint - Settled
Renovations for DAS Certification and K-8 $586.78 $586.7855 Conversion at Perkins Elementarv School
underpayment was made
C89-005-LH, Building Relocation andRenovations for DAS Certification and K-8 $24.81 $24.81 Underpayment was made
56 Conversion at Perkins Eiementarv SchoolC89-005-LH, Building Relocation and
Renovations for DAS Certification and K-8 $90.55 $90.55 Underpayment was made57 Conversion at Perkins Elementarv School
C89-005-LH, Buiiding Relocation andRenovations for DAS Certification and K-8 $24.14 $24.14 Underpayment was made
58 Conversion at Perkins Elementarv SchoolC89-005-LH, Building Relocation and
Complaint - SettledRenovations for DAS Certification and K-8 $565.76 $565.76
59 Conversion at Perkins Elementary Schoolunderpayment was made
C89-005-LH, Building Relocation andRenovations for DAS Certification and K-8 $61.00 $61.00 Underpayment was made
60 Conversion at Perkins Elementarv SchoolC89-005-LH, Building Relocation and
Renovations for DAS Certification and K-8 $76.53 $76.53 Underpayment was made61 Conversion at Perkins Elementarv School
C89-005-LH, Building Relocation andRenovations for DAS Certification and K-8 $77.15 $77.15 Underpayment was made
62 Conversion at Perkins Elementarv SchoolC89-005-LH, Building Relocation and
Renovations for DAS Certification and K-8 $91.52 $91.52 Underpayment was made63 Conversion at Perkins Elementarv School
C89-005-LH, Building Relocation andRenovations for DAS Certification and K-8 $199.39 $199.39 Underpayment was made
64 Conversion at Perkins Elementarv SchoolC89-005-LH, Building Relocation and
Complaint - SettledRenovations for DAS Certification and K-8 $665.60 $665.60
65 Conversion at Perkins Elementarv Schoolunderpayment was made
C89-005-LH, Building Relocation andComplaint - Settled
Renovations for DAS Certification and K-8 $350.00 $350.0066 Conversion at Perkins Elementarv School
underpayment was made
C89-008-LH, Conversion of Kroc MiddleSchool to Creative and Performing Media Arts
$40.85 $40.85 Underpayment was made(CPMA) School and Upgrades to Innovation67 Middle School at MacDowell
C89-008-LH, Conversion of Kroc MiddleSchool to Creative and Performing Media Arts
$280.38 $280.38 Underpayment was made(CPMA) School and Upgrades to Innovation
68 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$58.90 $58.90 Underpayment was made
(CPMA) School and Upgrades to Innovation69 Middle School at MacDowell
C89-008-LH, Conversion of Kroc MiddleSchool to Creative and Performing Media Arts
$13.14 $13.14 Underpayment was made(CPMA) School and Upgrades to Innovation
70 Middle School at MacDowell
Page 4 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
C89-008-LH, Conversion of Kroc MiddleSchool to Creative and Performing Media Arts
$38.00 $38.00 Underpayment was made(CPMA) School and Upgrades to Innovation71 Middle School at MacDowell
C89-008-LH, Conversion of Kroc MiddleSchooi to Creative and Performing Media Arts
$74.85 $74.85 Underpayment was made(CPMA) School and Upgrades to Innovation
72 Middie School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$54.89 $54.89 Underpayment was made
(CPMA) School and Upgrades to Innovation73 Middle School at MacDowell
C89-008-LH, Conversion of Kroc MiddleSchool to Creative and Performing Media Arts
$38.00 $38.00 Underpayment was made(CPMA) Schooi and Upgrades to Innovation
74 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$53.43 $53.43 Underpayment was made(CPMA) School and Upgrades to Innovation
75 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$23.00 $23.00 Underpayment was made(CPMA) School and Upgrades to Innovation
76 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$54.14 $54.14 Underpayment was made(CPMA) School and Upgrades to Innovation
77 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$53.30 $53.30 Underpayment was made(CPMA) School and Upgrades to Innovation
78 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$115.23 $115.23 Underpayment was made(CPMA) School and Upgrades to Innovation
79 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$5.25 $5.25 Underpayment was made
(CPMA) School and Upgrades to Innovation80 Middle School at MacDowell
C89-008-LH, Conversion of Kroc MiddleSchool to Creative and Performing Media Arts
$2.20 $2.2o Underpayment was made(CPMA) School and Upgrades to Innovation
81 Middle School at MacDowellC89-008-LH, Conversion of Kroc Middle
School to Creative and Performing Media Arts$2.84 $2.84 Underpayment was made
(CPMA) School and Upgrades to Innovation82 Middle School at MacDowell
C89-010-LH, Upgrade Boiler System at
$175.62 Underpayment was madeStevenson Elementary School (Horizon $175.6283 Academy)
Page 50f20 ATIACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
C89-013-KA, Provide Hazardous Materials$27.15 $27.15 Underpayment was made(asbestos, lead-based paint, etc.) Testing and
84 Inspection Services on an As-Needed BaSIS
C89-013-KA, Provide Hazardous Materials$56.62 $56.62 Underpayment was made(asbestos, lead-based paint, etc.) Testing and
85 Inspection Services on an As-Needed BaSIS
C89-013-KA, Provide Hazardous Materials$5.69 $5.69 Underpayment was made(asbestos, lead-based paint, etc.) Testing and
86 Inspection Services on an As-Needed BaSIS
C89-019-LH, ADA Improvements at Mann$1,999.88 $1,999.88 Underpayment was made
87 Middle School
C89-019-LH, ADA Improvements at Mann$16.12 $16.12 Underpayment was made
88 Middle School
C89-019-LH, ADA Improvements at Mann$1,999.88 $1,999.88 Underpayment was made
89 Middle School
C89-019-LH, ADA Improvements at Mann$15.04 $15.04 Underpayment was made
90 Middle School
C89-019-LH, ADA Improvements at Mann$48.04 $48.04 Underpayment was made
91 Middle School
C89-019-LH, ADA Improvements at Mann$6.86 $6.86 Underpayment was made
92 Middle School
C89-019-LH, ADA Improvements at Mann$66.04 $66.04 Underpayment was made
93 Middle School
C89-019-LH, ADA Improvements at Mann$135.28 $135.28 Underpayment was made
94 Middie School
C89-019-LH, ADA Improvements at Mann$10.34 $10.34 Underpayment was made
95 Middle School
C89-019-LH, ADA Improvements at Mann$21.36 $21.36 Underpayment was made
96 Middle School
C89-024-LH, Replace Existing and Install$370.76 $370.76 Underpayment was made
97 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$247.68 $247.68 Underpayment was made
98 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$294.88 $294.88 Underpayment was made
99 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$294.88 $294.88 Underpayment was made
100 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$319.26 $319.26 Underpayment was made
101 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$97.52 $97.52 Underpayment was made
102 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$97.52 $97.52 Underpayment was made
103 New Sewer Lines at Supply Center Site
Page 6 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
C89-024-LH, Replace Existing and Install$164.88 $164.88 Underpayment was made
104 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$412.16 $412.16 Underpayment was made
105 New Sewer Lines at Supply Center Site
C89-024-LH, Replace Existing and Install$294.88 $294.88 Underpayment was made
106 New Sewer Lines at Supply Center Site
C89-025-LH, Building Improvements at$194.56 $194.56 Underpayment was made
107 Garfield CDC
C89-025-LH, Building Improvements at$26.09 $26.09 Underpayment was made
108 Garfield CDC
C89-025-LH, Building Improvements at$26.09 $26.09 Underpayment was made
109 Garfield CDC
C89-025-LH, Building Improvements at$13.50 $13.50 Underpayment was made
110 Garfield CDC
C89-025-LH, Building Improvements at$302.16 $302.16 Underpayment was made
111 Garfield CDC
C89-025-LH, Building Improvements at$243.20 $243.20 Underpayment was made
112 Garfield CDC
C89-025-LH, Building Improvements at$97.28 $97.28 Underpayment was made
113 Garfield CDC
C89-025-LH, Building Improvements at$145.92 $145.92 Underpayment was made
114 Garfield CDC
C89-025-LH, Building Improvements at$243.20 $243.20 Underpayment was made
115 Garfield CDC
C89-027-LH, Landscape Improvements @$186.90 $186.90 Underpayment was madeBayview Terrace & Bird Rock Elementary
116 SchoolsC89-027-LH, Landscape Improvements @
$55.09 $55.09 Underpayment was madeBayview Terrace & Bird Rock Elementary117 Schools
C89-035-LH, Furnish & install HVAC System$46.54 $46.54 Underpayment was made
118 at Washington Elementary School
C89-035-LH, Furnish & Install HVAC System$12.48 $12.48 Underpayment was made
119 at Washington Elementary School
C89-035-LH, Furnish & Install HVAC System$32.85 $32.85 Underpayment was made
120 at Washington Elementary School
C89-037-LH, Remodel Student Store and$142.83 $142.83 Underpayment was made
121 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$25.00 $25.0o Underpayment was made
122 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$25.00 $25.0o Underpayment was made
123 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$146.80 $146.8o Underpayment was made
124 Cafe AT Mission Bay High School
Page 7 of 20 ATIACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
C89-037-LH, Remodel Student Store and$72.48 $72.48 Underpayment was made
125 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$96.94 $96.94 Underpayment was made
126 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$60.40 $60.40 Underpayment was made
127 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$146.80 $146.80 Underpayment was made
128 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$17.04 $17.04 Underpayment was made
129 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$145.99 $145.99 Underpayment was made
130 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$160.03 $160.03 Underpayment was made
131 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$39.54 $39.54 Underpayment was made
132 Cafe AT Mission Bay High Schooi
C89-037-LH, Remodel Student Store and$179.00 $179.00 Underpayment was made
133 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$179.00 $179.00 Underpayment was made
134 Cafe AT Mission Bay High School
C89-037-LH, Remodel Student Store and$132.88 $132.88 Underpayment was made
135 Cafe at Mission Bay High School
CC-89-154-29, Exterior Painting at$172.85 $172.85 Underpayment was made
136 Washington Elementary School
CC-89-155-29, Replace Damaged Structural$24.24 $24.24 Underpayment was madeBeams & Miscellaneous ADA Improvements
137 Iii) Lee Elementarv School
CC-89-180-29, Remove and Replace Walk-In$516.24 $516.24 Underpayment was made
138 Freezers and Coolers at 4 Sites
CC-89-180-29, Remove and Replace Walk-In$476.76 $467.24 Underpayment was made
139 Freezers and Coolers at 4 Sites
CC-89-180-29, Remove and Replace Walk-In$103.81 $103.81 Underpayment was made
140 Freezers and Coolers at 4 Sites
CC-89-180-29, Remove and Replace Walk-In$82.88 $82.88 Underpayment was made
141 Freezers and Coolers at 4 Sites
CC-89-187-57, Remove and Replace Walk-In$676.65 $676.65 Underpayment was made
142 Freezers and Coolers at 7 Sites
CC-89-187-57, Remove and Replace Walk-In$148.66 $148.66 Underpayment was made
143 Freezers and Coolers at 7 Sites
CC-89-187-57, Remove and Replace Walk-In$88.40 $88.4o Underpayment was made
144 Freezers and Coolers at 7 Sites
CC90-047-57, Tree Trimming Services on an$134.64 $134.64 Underpayment was made
14S As-Needed Basis
CC90-047-57, Tree Trimming Services on an$176.09 $176.09 Underpayment was made
146 As-Needed Basis
Page 8 of 20 ATTACHMENT 6.D
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CC90-047-57, Tree Trimming Services on an$179.00 $179.00 Underpayment was made
147 As-Needed Basis
CC-90-120-57, New Classroom Building at PI.$302.16 $302.16 Underpayment was made
148 Loma High School
CC-90-122-29, Construct Centrai Freezer$10.80 $10.80 Underpayment was made
149 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$9.00 $9.00 Underpayment was made
lS0 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$1.60 $1.60 Underpayment was made
151 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$189.60 $189.60 Underpayment was made
152 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$474.00 $474.00 Underpayment was made
153 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$94.80 $94.80 Underpayment was made
154 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$22.18 $22.18 Underpayment was made
155 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$4.80 $4.80 Underpayment was made
156 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$1.60 $1.60 Underpayment was made
157 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$3.80 $3.80 Underpayment was made
158 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$6.40 $6.40 Underpayment was made
lS9 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$26.16 $26.16 Underpayment was made
160 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$17.44 $17.44 Underpayment was made
161 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$191.04 $191.04 Underpayment was made
162 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$71.64 $71.64 Underpayment was made
163 Facility At Cardinal Lane
CC-90-122-29, Construct Central Freezer$219.00 $219.0o Underpayment was made
164 Facility At Cardinal Lane
CC-90-245-57, Reconstruct Existing Bioswaieand Widen Driveway to Allow for 40-foot Bust
$15.20 $15.2o Underpayment was madeTurnaround at Thurgood Marshall Middle
165 SchoolCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$34.24 $34.24 Underpayment was madeTurnaround at Thurgood Marshall Middle
166 School
Page 9 of 20 ATTACHMENT 6.D
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CC-90-245-57, Reconstruct Existing Bioswaieand Widen Driveway to Allow for 40-foot Bust
$100.50 $100.50 Underpayment was madeTurnaround at Thurgood Marshall Middle
167 SchoolCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$168.00 $168.00 Underpayment was madeTurnaround at Thurgood Marshall Middle
168 SchooiCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$12.00 $12.00 Underpayment was madeTurnaround at Thurgood Marshall Middle
169 SchoolCC-90-245-57, Reconstruct Existing Bioswaieand Widen Driveway to Allow for 40-foot Bust
$216.00 $216.00 Underpayment was madeTurnaround at Thurgood Marshall Middle
170 SchoolCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$45.04 $45.04 Underpayment was madeTurnaround at Thurgood Marshall Middle
171 SchoolCC-90-245-57, Reconstruct Existing Bioswaieand Widen Driveway to Allow for 40-foot Bust
$41.70 $41.70 Underpayment was madeTurnaround at Thurgood Marshall Middle
172 SchoolCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$114.16 $114.16 Underpayment was madeTurnaround at Thurgood Marshall Middle
173 SchoolCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$62.12 $62.12 Underpayment was madeTurnaround at Thurgood Marshall Middle
174 SchoolCC-90-245-57, Reconstruct Existing Bioswaleand Widen Driveway to Allow for 40-foot Bust
$50.16 $50.16 Underpayment was madeTurnaround at Thurgood Marshall Middle
175 School
CS-89-053-LH, New Classroom Building at$140.40 $140.40 Underpayment was made
176 Hoover High School
CS-89-053-LH, New Classroom Building at$49.92 $49.92 Underpayment was made
177 Hoover High School
CS-89-053-LH, New Classroom Building at$176.28 $176.28 Underpayment was made
178 Hoover High School
CS-89-053-LH, New Classroom Building at$4.20 $4.2o Underpayment was made
179 Hoover High School
CS-89-053-LH, New Classroom Building at$43.68 $43.68 Underpayment was made
180 Hoover High School
CS-89-053-LH, New Classroom Building at$287.04 $287.04 Underpayment was made
181 Hoover High School
CS-89-053-LH, New Classroom Building at$216.84 $216.84 Underpayment was made
182 Hoover High School
Page 10 of20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CS-89-053-LH, New Classroom Building at$1.00 $1.00 Underpayment was made
183 Hoover High School
CS-89-053-LH, New Classroom Building at$29.60 $29.60 Underpayment was made
184 Hoover High School
CS-89-053-LH, New Classroom Building at$14.20 $14.20 Underpayment was made
185 Hoover High School
CS-89-053-LH, New Classroom Building at$154.44 $154.44 Underpayment was made
186 Hoover High School
CS-89-053-LH, New Classroom Building at$12.20 $12.20 Underpayment was made
187 Hoover High School
CS-90-057-57, Construct Automotive Shop at$325.00 $325.00 Underpayment was made
188 Madison High School
CS-90-057-57, Construct Automotive Shop at$59.50 $59.50 Underpayment was made
189 Madison High School
CS-90-057-57, Construct Automotive Shop at$311.10 $311.10 Underpayment was made
190 Madison High School
CS-90-057-57, Construct Automotive Shop at$443.70 $443.70 Underpayment was made
191 Madison High School
CS-90-057-57, Construct Automotive Shop at$166.60 $166.60 Underpayment was made
192 Madison High School
CS-90-057-57, Construct Automotive Shop at$50.38 $50.38 Underpayment was made
193 Madison High School
CS-90-057-57, Construct Automotive Shop at$224.25 $224.25 Underpayment was made
194 Madison High School
CS-90-057-57, Construct Automotive Shop at$159.26 $159.26 Underpayment was made
19S Madison High School
CS-90-057-57, Construct Automotive Shop at$393.25 $393.25 Underpayment was made
196 Madison High School
CS-90-057-57, Construct Automotive Shop at$23.80 $23.80 Underpayment was made
197 Madison High School
CS-90-057-57, Construct Automotive Shop at$210.80 $210.80 Underpayment was made
198 Madison High School
CS-90-057-57, Construct Automotive Shop at$411.40 $411.40 Underpayment was made
199 Madison High School
CS-90-057-57, Construct Automotive Shop at$192.10 $192.1 o Underpayment was made
200 Madison High School
CS-90-057-57, Construct Automotive Shop at$433.50 $433.5o Underpayment was made
201 Madison High School
CS-90-057-57, Construct Automotive Shop at$175.51 $175.51 Underpayment was made
202 Madison High School
CS-90-057-57, Construct Automotive Shop at$299.00 $299.0o Underpayment was made
203 Madison High School
CS-90-057-57, Construct Automotive Shop at$313.62 $313.62 Underpayment was made
204 Madison High School
Page 11 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CS-90-057-57, Construct Automotive Shop at$130.01 $130.01 Underpayment was made
205 Madison High School
CS-90-057-57, Construct Automotive Shop at$22.75 $22.75 Underpayment was made
206 Madison High School
CS-90-057-57, Construct Automotive Shop at$195.00 $195.00 Underpayment was made
207 Madison High School
CS-90-057-57, Construct Automotive Shop at$474.50 $474.50 Underpayment was made
208 Madison High School
CS-90-057-57, Construct Automotive Shop at$367.20 $367.20 Underpayment was made
209 Madison High School
CS-90-057-57, Construct Automotive Shop at$339.68 $339.68 Underpayment was made
210 Madison High School
CS-90-057-57, Construct Automotive Shop at$457.28 $457.28 Underpayment was made
211 Madison High School
CS-90-057-57, Construct Automotive Shop at$1,514.74 $1,514.74 Underpayment was made
212 Madison High School
CS-90-057-57, Construct Automotive Shop at$771.66 $771.66 Underpayment was made
213 Madison High School
CS-90-120-57, New Classroom Building at PI.$87.36 $87.36 Underpayment was made
214 Lama High School
CS-90-120-57, New Classroom Building at PI.$24.57 $24.57 Underpayment was made
215 Lama High School
CS-90-120-57, New Classroom Building at PI.$12.92 $12.92 Underpayment was made
216 Lama High School
CS-90-120-57, New Ciassroom BUilding at PI.$43.98 $43.98 Underpayment was made
217 Lama High School
CS-90-120-57, New Classroom Building at PI.$302.16 $302.16 Underpayment was made
218 Lama High School
CS-90-120-57, New Classroom Building at PI.$302.16 $302.16 Underpayment was made
219 Lama High School
CS-90-142-29, Furnish & Install i21$20.67 $20.67 Underpayment was madeClassroom Audio Visual Systems on an As-
220 Needed Basis - Reaion 2 11010)CS-90-142-29, Furnish & Install i21
$52.91 $52.91 Underpayment was madeClassroom Audio Visual Systems on an As-221 Needed Basis - Reqion 2 11010)
CS-90-143-29, Furnish & Install i21$41.30 $41.3o Underpayment was madeClassroom Audio Visual Systems on an As-
222 Needed Basis - Reaion 3 11010)CS-90-143-29, Furnish & Install i21
$1.24 $1.24 Underpayment was madeClassroom Audio Visual Systems on an As-223 Needed Basis - Reaion 3 11010)
CS-90-143-29, Furnish & Install i21$194.53 $194.53 Underpayment was madeClassroom Audio Visual Systems on an As-
224 Needed Basis - Reqion 311010)
Page 12 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $32.16 $32.16 Underpayment was made
22S Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install 121
Classroom Audio Visual Systems on an As- $235.04 $235.04 Underpayment was made226 Needed Basis - Reqion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $171.58 $171.58 Underpayment was made
227 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $79.76 $79.76 Underpayment was made228 Needed Basis - Reqion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $249.83 $249.83 Underpayment was made
229 Needed Basis - Reqion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $59.47 $59.47 Underpayment was made230 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $14.96 $14.96 Underpayment was made
231 Needed Basis - Reqion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $2.61 $2.61 Underpayment was made232 Needed Basis - Reqion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $47.99 $47.99 Underpayment was made
233 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $142.77 $142.77 Underpayment was made234 Needed Basis - Reqion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $521.70 $521.70 Underpayment was made
235 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $102.04 $102.04 Underpayment was made236 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $13.73 $13.73 Underpayment was made
237 Needed Basis - Reqion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $52.92 $52.92 Underpayment was made238 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $195.15 $195.15 Underpayment was made
239 Needed Basis - Reqion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $316.66 $316.66 Underpayment was made240 Needed Basis - Reqion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $40.85 $40.85 Underpayment was made
241 Needed Basis - Reaion 3 (1010)
Page 13 of 20 ATIACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $112.89 $112.89 Underpayment was made
242 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $262.69 $262.69 Underpayment was made243 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $7.38 $7.38 Underpayment was made
244 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $75.53 $75.53 Underpayment was made245 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $115.76 $115.76 Underpayment was made
246 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $39.16 $39.16 Underpayment was made247 Needed Basis - Reaion 3 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $2.46 $2.46 Underpayment was made
248 Needed Basis - Reaion 4 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $245.46 $245.46 Underpayment was made249 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $72.82 $72.82 Underpayment was made
250 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $1.36 $1.36 Underpayment was made251 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $233.11 $233.11 Underpayment was made
252 Needed Basis - Reoion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $42.97 $42.97 Underpayment was made253 Needed Basis - Reaion 4 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $212.45 $212.45 Underpayment was made
254 Needed Basis - Reaion 3 (1010)CS-90-143-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $36.21 $36.21 Underpayment was made255 Needed Basis - Reaion 3 (1010)
CS-90-143-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $1.02 $1.02 Underpayment was made
256 Needed Basis - Reaion 4 (1010)CS-90-143-29, Furnish & Install 121
Classroom Audio Visual Systems on an As- $184.67 $184.67 Underpayment was made257 Needed Basis - Reaion 3 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $342.48 $342.48 Underpayment was made
258 Needed Basis - Reaion 4 (1010)
Page 14 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $142.59 $142.59 Underpayment was made
259 Needed Basis - Reaion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $23.13 $23.13 Underpayment was made260 Needed Basis - Reoion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $845.86 $845.86 Underpayment was made
261 Needed Basis - Reaion 4 (1010\CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $161.30 $161.30 Underpayment was made262 Needed Basis - Reaion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems an an As- $8.71 $8.71 Underpayment was made
263 Needed Basis - Reoion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroam Audio Visual Systems on an As- $306.77 $306.77 Underpayment was made264 Needed Basis - Reaion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $2.61 $2.61 Underpayment was made
265 Needed Basis - Reaion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $0.61 $0.61 Underpayment was made266 Needed Basis - Reoion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $164.73 $164.73 Underpayment was made
267 Needed Basis - Reaion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $203.09 $203.09 Underpayment was made268 Needed Basis - Reoion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroam Audio Visual Systems on an As- $9.32 $9.32 Underpayment was made
269 Needed Basis - Reqion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $514.35 $514.35 Underpayment was made270 Needed Basis - Reaion 4 11010\
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $598.78 $598.78 Underpayment was made
271 Needed Basis - Reoion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $7.70 $7.70 Underpayment was made272 Needed Basis - Reaion 4 (1010\
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $226.84 $226.84 Underpayment was made
273 Needed Basis - Reaion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $10.73 $10.73 Underpayment was made274 Needed Basis - Reolon 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $479.42 $479.42 Underpayment was made
275 Needed Basis - Reaion 4 (1010)
Page 15 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $336.73 $336.73 Underpayment was made
276 Needed Basis - ReQion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $347.86 $347.86 Underpayment was made277 Needed Basis - Reaion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $197.47 $197.47 Underpayment was made
278 Needed Basis - Reaion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $25.67 $25.67 Underpayment was made279 Needed Basis - Reaion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $345.67 $345.67 Underpayment was made
280 Needed Basis - Reaion 4 (1010)CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $248.52 $248.52 Underpayment was made281 Needed Basis - ReQion 4 (1010)
CS-90-144-29, Furnish & Install i21Classroom Audio Visual Systems on an As- $14.17 $14.17 Underpayment was made
282 Needed Basis - Reaion 4 110101CS-90-144-29, Furnish & Install i21
Classroom Audio Visual Systems on an As- $586.09 $586.09 Underpayment was made283 Needed Basis - Reaion 4 (1010)
CS-90-146-29, New 2-Story ClassroomBuilding and Modernization at San Diego High
$50.00 $50.00 Underpayment was madeSchool (Culinary Arts and Business
284 Manaaement)CS-90-146-29, New 2-Story Classroom
Building and Modernization at San Diego High$50.00 $50.00 Underpayment was made
School (CUlinary Arts and Business285 Manaaement)
CS-90-146-29, New 2-Story ClassroomBUilding and Modernization at San Diego High
$50.00 $50.00 Underpayment was madeSchool (CUlinary Arts and Business
286 ManaQemenl)CS-90-384-57, New BUilding Construction forAutomotive Shop and Culinary Arts Programs $14.57 $14.57 Underpayment was made
287 at Morse Hiah SchoolCS-90-384-57, New Building Construction forAutomotive Shop and Culinary Arts Programs $355.44 $355.44 Underpayment was made
288 at Morse Hiah SchoolCS-90-384-57, New Building Construction forAutomotive Shop and Culinary Arts Programs $2,264.96 $2,264.96 Underpayment was made
289 at Morse HiQh School
P78-015-JP, Environmental Engineering$133.44 $133.44 Underpayment was made
290 Services
P78-015-JP, Environmental Engineering$91.37 $91.37 Underpayment was made
291 Services
P78-015-JP, Environmental Engineering$133.50 $133.50 Underpayment was made
292 Services
Page 16 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
tracts Construction Management
P78-015-JP, Environmental Engineering$182.74 $182.74 Underpayment was made
293 Services
P89-036-JP, Architectural Services $16.10 $16.10 Underpayment was made294
P89-036-JP, Architectural Services $16.10 $16.10 Underpayment was made295
P89-049-JP, Architectural Services $141.37 $141.37 Underpayment was made296
P89-049-JP, Architectural Services $141.37 $141.37 Underpayment was made297
PS-89-220-02, Installation of i21 Interactive$155.91 $155.91 Underpayment was made
298 Classrooms
PS-89-220-02, Installation of i21 Interactive$143.90 $143.90 Underpayment was made
299 Classrooms
PS-89-220-02, Installation of i21 Interactive$54.13 $54.13 Underpayment was made
300 Classrooms
PS-89-220-02, Installation of i21 Interactive$123.43 $123.43 Underpayment was made
301 Classrooms
PS-89-220-02, Installation of i21 Interactive$201.19 $201.19 Underpayment was made
302 Classrooms
PS-89-220-02, Installation of i21 Interactive$55.73 $55.73 Underpayment was made
303 Classrooms
PS-89-220-02, Installation of i21 Interactive$79.88 $79.88 Underpayment was made
304 Classrooms
PS-89-220-02, Installation of i21 Interactive$219.70 $219.70 Underpayment was made
305 Classrooms
PS-89-220-02, Installation of i21 Interactive$6.00 $6.00 Underpayment was made
306 Classrooms
PS-89-220-02, Installation of i21 Interactive$3,530.99 $3,530.99 Underpayment was made
307 Classrooms
PS-89-220-02, Installation of i21 Interactive$74.90 $74.90 Underpayment was made
308 Classrooms
PS-89-220-02, Installation of i21 Interactive$7.63 $7.63 Underpayment was made
309 Classrooms
PS-89-220-02, Installation of i21 Interactive$82.59 $82.59 Underpayment was made
310 Classrooms
PS-89-220-02, Installation of i21 Interactive$255.13 $255.1 3 Underpayment was made
311 Classrooms
PS-89-220-02, Installation of i21 Interactive$39.41 $39.41 Underpayment was made
312 Classrooms
PS-89-220-02, Installation of i21 Interactive$58.12 $58.1 2 Underpayment was made
313 Classrooms
PS-89-220-02, Installation of i21 Interactive$78.93 $78.93 Underpayment was made
314 Ciassrooms
Page 17 of 20 ATIACHMENTG.D
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
tracts Construction Management
PS-89-220-02, Installation of i21 Interactive$154.25 $154.25 Underpayment was made
315 Classrooms
PS-89-220-02, Installation of i21 Interactive$244.66 $244.66 Underpayment was made
316 Classrooms
PS-89-220-02, Installation of i21 Interactive$88.88 $88.88 Underpayment was made
317 Classrooms
PS-89-220-02, Installation of i21 Interactive$28.79 $28.79 Underpayment was made
318 Classrooms
PS-89-220-02, Installation of i21 Interactive$95.78 $95.78 Underpayment was made
319 Classrooms
PS-89-220-02, Installation of i21 Interactive$209.44 $209.44 Underpayment was made
320 Classrooms
PS-89-220-02, Installation of i21 Interactive$88.53 $88.53 Underpayment was made
321 Classrooms
PS-89-220-02, Installation of i21 Interactive$69.21 $69.21 Underpayment was made
322 Classrooms
PS-89-220-02, Installation of i21 Interactive$294.39 $294.39 Underpayment was made
323 Classrooms
PS-89-220-02, Installation of i21 Interactive$166.75 $166.75 Underpayment was made
324 Classrooms
PS-89-220-02, Installation of i21 Interactive$107.90 $107.90 Underpayment was made
325 Classrooms
PS-89-220-02, Installation of i21 Interactive$169.59 $169.59 Underpayment was made
326 Ciassrooms
PS-89-220-02, Installation of i21 Interactive$482.60 $482.60 Underpayment was made
327 Classrooms
PS-89-220-02, Installation of i21 Interactive$15.66 $15.66 Underpayment was made
328 Classrooms
PS-89-220-02, Installation of i21 Interactive$6.40 $6.40 Underpayment was made
329 Classrooms
PS-89-220-02, Installation of i21 Interactive$50.97 $50.97 Underpayment was made
330 Classrooms
PS-89-220-02, Installation of i21 Interactive$271.05 $271.05 Underpayment was made
331 Classrooms
PS-89-220-02, Installation of i21 Interactive$238.87 $238.87 Underpayment was made
332 Classrooms
PS-89-220-02, Installation of i21 Interactive$7.48 $7.48 Underpayment was made
333 Classrooms
PS-89-220-02, Installation of i21 Interactive$83.32 $83.32 Underpayment was made
334 Classrooms
PS-89-220-02, Installation of i21 Interactive$3,000.97 $3,000.97 Underpayment was made
335 Classrooms
PS-89-220-02, Installation of 121 Interactive$35.75 $35.75 Underpayment was made
336 Classrooms
Page 18 of 20 ATTACHMENT G.D
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
San Diego Unified School District
Contracts Construction Management
PS-89-220-02, Installation of i21 Interactive$74.92 $74.92 Underpayment was made
337 Classrooms
PS-89-220-02, Installation of i21 Interactive$194.62 $194.62 Underpayment was made
338 Classrooms
PS-89-220-02, Installation of i21 Interactive$186.33 $186.33 Underpayment was made
339 Classrooms
PS-89-220-02, Installation of i21 Interactive$60.34 $60.34 Underpayment was made
340 Classrooms
PS-89-220-02, Installation of i21 Interactive$38.30 $38.30 Underpayment was made
341 Classrooms
PS-89-220-02, Installation of i21 Interactive$152.61 $152.61 Underpayment was made
342 Classrooms
PS-89-220-02, Installation of i21 Interactive$164.37 $164.37 Underpayment was made
343 Classrooms
PS-89-220-02, Installation of i21 interactive$52.84 $52.84 Underpayment was made
344 Classrooms
PS-89-220-02, Installation of i21 Interactive$553.89 $553.89 Underpayment was made
345 Classrooms
PS-89-220-02, Installation of i21 Interactive$59.45 $59.45 Underpayment was made
346 Classrooms
PS-89-220-02, Installation of i21 Interactive$189.31 $189.31 Underpayment was made
347 Classrooms
PS-89-220-02, Installation of i21 Interactive$18.78 $18.78 Underpayment was made
348 Classrooms
PS-89-220-02, Installation of i21 Interactive$1,297.10 $1,297.10 Underpayment was made
349 Classrooms
PS-89-220-02, Installation of i21 Interactive$134.82 $134.82 Underpayment was made
350 Classrooms
PS-89-220-02, Installation of i21 Interactive$196.75 $196.75 Underpayment was made
351 Classrooms
PS-89-220-02, Installation of i21 Interactive$30.71 $30.71 Underpayment was made
352 Classrooms
PS-89-220-02, Installation of i21 Interactive$58.07 $58.07 Underpayment was made
3S3 Classrooms
PS-89-220-02, Installation of i21 Interactive$182.74 $182.74 Underpayment was made
354 Classrooms
PS-89-220-02, Installation of i21 Interactive$7.38 $7.38 Underpayment was made
355 Classrooms
PS-89-220-02, Installation of i21 Interactive$2,916.47 $2,916.47 Underpayment was made
356 Classrooms
PS-89-220-02, Installation of i21 Interactive$40.50 $40.5o Underpayment was made
357 Classrooms
PS-89-220-02, Installation of i21 Interactive$113.57 $113.57 Underpayment was made
358 Classrooms
Page 19 of 20 ATTACHMENT 6.0
SUMMARY FOR WHICH APPROVAL OF FORFEITURE NOT REQUESTED FROM THE LABOR COMMISSIONER
Fiscal Year Ending June 30, 2010
SanDiego Unified School District
Contracts Construction Management
PS-89-220-02, Installation of i21 Interactive$182.65 $182.65 Underpayment was made
359 Classrooms
PS-89-220-02, Installation of 121 Interactive$55.89 $55.89 Underpayment was made
360 Classrooms
PS-89-220-02, Installation of i21 Interactive$238.02 $238.02 Underpayment was made
361 Classrooms
PS-89-220-02, Installation of i21 Interactive$27.80 $27.80 Underpayment was made
362 Classrooms
Page 20 of20 ATTACHMENT 6.0