Loading...
HomeMy Public PortalAboutFremont Street Reconstruction From Monte Diablo To Santa Inez Community Development Block Grant (CDBG)CONTRACT:: FREMONT STREET RECONS MONTE .DIABLO. TasietN COMMUNITY DEVEL'OPMENT4BLOC an PROJECT N ;Ma Public Works Departrnen 330 West.20th Avenues San Mateo, CA 94403 650/522- 650/522-730 (fax) U I I I I I I I I U 1 I I CONTRACT BOOK FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 CITY OF SAN MATEO, CALIFORNIA CITY COUNCIL AWARD CONTRACT DRAWINGS NO. 1-14-46 (6 sheets) TIME OF COMPLETION: 25 Working Days ***** CONTENTS NOTICE INVITING SEALED PROPOSALS PROPOSAL FORM SCHEDULE OF BID ITEMS LIST OF SUBCONTRACTORS BIDDER'S STATEMENT NONCOLLUSION AFFIDAVIT CERTIFICATION OF NON-DISCRIMINATION CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION SPECIAL PROVISIONS PART I -- GENERAL PROVISIONS PART II -- CONSTRUCTION MATERIALS PART III -- CONSTRUCTION METHODS STANDARD DRAWING APPENDIX I AGREEMENT FOR PUBLIC IMPROVEMENT APPENDIX II EEO AFFIRMATIVE ACTION REQUIREMENT APPENDIX III PREVAILING WAGE DETERMINATION, U.S. DEPARTMENT OF LABOR, DECISION NUMBER CA 000029 -MODIFICATION #2 NOTICE INVITING SEALED PROPOSALS FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 CITY OF SAN MATEO, CALIFORNIA 1. Sealed bids will be received by the City Council of the City of San Mateo, California, for Fremont Street Reconstruction from Monte Diablo to Santa Inez and other work as shown on the Contract Drawings No. 1-14-46 and as described in this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition. 2. The Contract Book, plans and proposal forms are available at the Public Works Department, City Hall, 330 West 20th Avenue, San Mateo, California. A non-refundable fee of $15.00 per set is required if picked up or $20.00 for each set if mailed. Any questions regarding the contract documents should be directed to Otis Chan, Associate Engineer, at (650) 522-7309, or in writing at the above address. 3. The estimated construction cost of this project is $250,000.00. This estimate is not based on a "contractor's cost take off' of the project, but is derived from an averaging of costs for work on similar projects in the area of which the City is aware. This figure is given to indicate the relative order of magnitude of this project and is not intended to influence or affect in any way the amount bid for this project. 4. All bids shall be accompanied by a bid bond, cashier's check, or certified check made payable to the City of San Mateo in an amount not less than ten percent (10%) of the aggregate amount of the bid. 5. Contractor is notified that he shall comply with the requirements for Non -Discrimination as set forth in Special Provisions SP -7-2.3 through SP -7-2.3.6. 6. The time of completion for this contract shall be twenty-five (25) working days, beginning from the date specified in the Notice to Proceed. 7. The right is reserved, as the interest of City may require, to reject any or all bids, to waive any informality in bids, and to accept, modify, or reject any items of the bid. 8. In general, the prevailing wage scale as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, or as determined by the Administrator of the Wage and Hour Division U.S. Department of Labor, in force on the day bids are opened, whichever is higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinationshave a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly fl:\PW ENG\A CONTRS\2000\FREMONT!\CONTRACT.DOC 2 March 23, 2000 1 I I I I I I I 1 I wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractorenters into. Any contractor awarded a public works project who intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown I the general determination effective at the time bids are opened. Attention is directed to Section SP 7- 2.3.6, Federal Labor Standards Provisions. A copy of the correct determination will be posted atthe job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. 9. Said sealed proposals shall be delivered to the City Clerk, City Hall, 330 West 20th Avenue, San Mateo, California 94403, at or before 2:00 p.m., April 11, 2000, and they shall be opened and read by a City Representative at said date and time at a public meeting called by him. 10. Said City Representative shall report the results of the bidding to the City Council at a later date, at which time the City Council may award the contract to the lowest responsible bidder as so reported; or as City's interest may dictate. The City Council may exercise its right to modify the award or to reject any or all bids. 11. To ensure performance, City reserves the right to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, Contractor may substitute securities for said ten percent (10%) retention or request that City make payments of retentions earned directly to an escrow agent at Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. Dated: March 22, 2000 /S/ Jan Epstein, MAYOR fl:\PWENG\A CONTRS\2000\FREMONTI \CONTRACT.DOC March 23, 2000 3 I I I I 1 I PROPOSAL FORM (Entire proposal, to be submitted as sealed bid.) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 TO THE HONORABLE CITY COUNCIL CITY OF SAN MATEO, CALIFORNIA DEAR COUNCIL MEMBERS: FOR THE TOTAL SUM OF (use figures only) computed from the unit and/or lump sum prices shown on the attached schedule of bid items, the undersigned hereby proposes and agrees that if this proposal is accepted he will contract with the City of San Mateo, California, to furnish all labor, materials, tools, equipment, transportation, and all incidental work and services required to complete all items of work shown in the Contract Documents. All work shall conform to the lines, grades, and dimensions shown on said drawings and shall be done in accordance with this Contract Book and the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition. This proposal is submitted in conformance with the requirements of the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition; and is also subject to the terms and conditions of the attached LIST OF SUBCONTRACTORS and BIDDER'S STATEMENT. The work shall be paid for at the unit and/or lump sum prices shown on the attached SCHEDULE OF BID ITEMS. Contractor's Signature Date Name of Company Phone Number ( ) Fax Number ( ) I fl: \FWENG\A CONTRS\2000\FREMONTI\CONTRACT.DOC March 23,2000 4 I I I 1 I I I 1 Traffic Control 1 LS SCHEDULE OF BID ITEMS (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MT. DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 ITEM DESCRIPTION EST. UNIT TOTAL NO. OF WORK QTY. UNIT PRICE COST 2 Remove and replace concrete curb and gutter (2' gutter) 975 LF 3 Remove and replace concrete sidewalk (4" PCC) 4,921 SF Remove and replace concrete driveway 4 approach (6" PCC including curb and gutter, see SP — 303-5) 1,685 SF 5 Remove existing AC pavement and aggregate base Remove and replace planting strip including a minimum of 6" topsoil 17,090 SF 6 7 8 2,896 SF Construct wheelchair ramp 2 EA Construct 6" class 2 AB Construct final 0.2' AC pavement over petromat 603 TON $ $ 9 16,070 SF $ $ 10 Construct 0.45' AC pavement in 2 lifts 543 TON 11 Furnish and install petromat 1,600 SY $ 12 Adjust manhole riser ring to grade 3 EA $ $ 13 Adjust water valve rim and barrel to grade 3 EA 14 Furnish and install 3" PVC sidewalk underdrain 129 LF 15 Install thermoplastic "Stop" legend 2 EA 16 Install Thermoplastic "Stop Bar" (12" wide) 24 LF 17 Install blue reflector 2 EA $ $ t7:\PW ENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC 5 March 23, 2000 1 I I I I 18 Replace sewer clean out box and in -line wye 3 EA $ $ 19 Remove and replace street light conduit and wire. 450 LF $ $ 20 Remove and replace street light pull box. 3 EA $ $ The following work shall be performed within Martin Luther King Jr. Park Parking Lot. 21 Site grading including excavation, fill, stockpiling of existing topsoil, and off - haul to establish finish subgrades and spreading of topsoil to establish fmish grades in planting area inside parking lot. 1 LS $ $ 22 Concrete curb adjacent to parking lot and sidewalk. 77 LF $ $ 23 Concrete pads in planting area between street and parking lot. 16 EA $ $ 24 Asphalt concrete paving in parking lot including aggregate base. 100 SF $ $ 25 Tubular steel fence including painting. 300 LF $ $ 26 Relocate (E) gate at driveway on N. Fremont and paint. 1 EA $ $ 27 Parking sign furnish and install. 1 LS $ $ 28 Lateral line including tie in to existing laterals: a. Greater than 1" in size. b. 1" size and below 500 320 LF LF $ $ $ 29 Shrub pop-up spray head. 77 EA $ $ 30 Soil Preparation. 3,000 SF $ $ 31 Fine Grading. 3,000 SF $ $ Total $ I fI:\PWENGA_CONTRS\2000\FREMONTI\CONTRACT.DOC 6 March 23, 2000 1 I 1 I $ ,$ I SUBCONTRACTING REQUIREMENTS AND LIST OF SUBCONTRACTORS (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 Each bidder acknowledges it is aware and familiar with the requirements related to subletting and subcontracting set forth in Section 2-3 of the APWA-AGC Standard Specifications, and in the Subletting and Subcontracting Fair Practices Act, commencing with Section 4100 of the Public Contract Code of the State of California. These requirements include a provision that the Contractor shall perform, with its own organization, contract work amounting to at least 50 percent of the contract price. Each bidder in submitting his bid for the doing of the work or improvement shall in his bid or offer, in accordance with the provisions of Section 4104 of the Public Contract Code of the State of California, set forth the following: 1. Name and address of the place of business of each subcontractor who will perform work or labor or render service to the general contractor in or about the construction of the work or the improvement in an amount in excess of one-half (1/2) of one percent (1%) of the general contractor's total bid or $10,000, whichever is greater. 2. The specific work and dollar amount of work which will be done by each subcontractor. 3. If no portion of the work is to be subcontracted as provided in item 1, insert the word "none" in the space provided and sign below. NAME ADDRESS SPECIFIC WORK DOLLAR AMOUNT $ $ $ $ Contractor's Signature fl: \PW ENG\A_CONTRS\2000\FREMONTl \CONTRACT.DOC 7 March 23, 2000 BIDDER'S STATEMENT SHEET I OF 3 (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 The undersigned has carefully read the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition, and realizes that any variation or deviation from these specifications, requirements and conditions shall be sufficient grounds for rejection of all or any part of the work performed. Such rejected work shall be replaced entirely at the Contractor's expense, and failure to do so within a reasonable length of time shall be sufficient reason for the withholding of payment for any part of or all of the work and forfeiture of the Contractor's bond. The undersigned further certifies that he is licensed by the State of California as a Class A Contractor, that the license is now in force, and that the number is and the expiration date is . Further the undersigned certifies that upon request he will provide evidence of said license. Pursuant to Business and Professions Code Section 7028.15 I, , declare under penalty of perjury that the foregoing and the statements contained in the bid for the above titled project are true and correct and that this declaration is made on this day of , 200_, at , California. The undersigned understands he must meet the requirements of Section SP -7-2.3 through SP -7- 2.3.5, NON-DISCRIMINATION REQUIREMENTS prior to award of contract and conform to those guidelines throughout the duration of the contract.. i t It is understood that the quantities set forth herein are approximate only and are to be used only for the comparison of bids and the guidance of the bidder. If awarded the contract, the undersigned hereby agrees to sign and file an agreement, attached as Appendix I, together with the necessary bonds, certificate(s) of insurance, related endorsements for general and automobile liability insurance, and proof of a San Mateo Business License in the office of the City Clerk within ten (10) calendar days after the date of the award and to commence work within five (5) days of the date specified in the notice to proceed, and to complete the work under said contract within the specified number of working days beginning from the date specified in the notice to proceed. Further, the undersigned agrees to insure that all subcontractors obtain a San Mateo Business License in accordance with Section SP -2-13, SAN MATEO BUSINESS LICENSE GUIDELINES. Contractor and all subcontractors also agree to keep the Business License current for the entire term of the contract. If the unit price and the total amount named by a bidder for any item do not agree, it will be assumed that the error was made in computing the total amount and the unit price alone will be considered as representing the bidder's intention. Unit prices bid must not be unbalanced. fl:TWENGW_CONTRS\2000\FREMONTf\CONTRACT.DOC March 23, 2000 8 BIDDER'S STATEMENT SHEET 2 OF 3 (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 The undersigned has checked carefully all the figures listed in the Schedule of Bid Items and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. Enclosed find bond or certified check or cashier's check no. of the Bank for . Not less than ten (10) percent of this bid payable to the City of San Mateo, California, and which is given as a guarantee that the undersigned will enter into the contract if awarded to the undersigned. The undersigned agrees that this bid may not be withdrawn for a period of forty-five (45) days after the date set for the opening thereof 1 I i I i NOTE: IF THE PROPOSAL IS MADE BY AN INDIVIDUAL, HIS NAME AND POST OFFICE ADDRESS MUST BE SHOWN. IF THE PROPOSAL IS MADE BY A PARTNERSHIP, THE NAME AND ADDRESS OF EACH MEMBER OF THE FIRM OR PARTNERSHIP MUST BE SHOWN (if more than two members of a firm or partnership, please attach an additional page); OR IF MADE BY A CORPORATION, THE PROPOSAL SHALL SHOW THE NAME OF THE STATE UNDER THE LAWS OF WHICH THE CORPORATION WAS CHARTERED AND THE NAMES, TITLES AND BUSINESS ADDRESSES OF THE PRESIDENT, SECRETARY AND TREASURER OF SAID CORPORATION. H:\PWENGW_CONTRS\2000\FREMONT]\CONTRACT.DOC March 23, 2000 9 I I I I I 1 i 1 I I I I 1 I I I I BIDDER'S STATEMENT SHEET 3 OF 3 (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DL4BLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-9042.12 SIGNATURES FOR BIDDER: If INDIVIDUAL, sign below: Signature Date Print name Post Office Address If PARTNERSHIP, sign below (show names of non -signing partners): Signature Date Name of Partner Post Office Address Signature Date Name of Partner Post Office Address (if different) If CORPORATION, sign below (show names of non -signing officers): a CORPORATION Name of State Where Chartered Signature Date Print name of person signing bid Title List names of the following officers: PRESIDENT SECRETARY TREASURER Post Office Address fl:\P W ENG\A_CONTRS\2000\FREMONT l \CONTRACT.DOC 10 March 23, 2000 I 1 I I I I i M I 'f I I I I I NONCOLLUSION AFFIDAVIT (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 State of California ) ) ss. County of ) , being first duly sworn, deposes and says that he or she is of the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, or any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or of that of any other bidder, or to secure contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Note: The above affidavit is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this affidavit. fl:WWENGW_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 11 1 I I I I 1 I I I I I I I I CERTIFICATION OF NON-DISCRIMINATION (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 On behalf of the bidder making this proposal, the undersigned certifies that there will be no discrimination in employment with regard to race, color, religion, sex, disability, or national origin; that all federal, state, local directives and executive orders regarding non-discrimination in employment will be complied with; and that the principle of equal opportunity in employment will be demonstrated positively and aggressively. BIDDER By: Name and title of person making certification Date fh\PWENG\A_CONTRS\2000TREMONTI\CONTRACT.DOC March 23, 2000 12 I I I I1 I I I I r I I I I I I I I CERTIFICATION OF PAYMENT OF PREVAILING WAGE SCALE (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 On behalf of the bidder, the undersigned certifies that the Prevailing Wage Scale, as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, or as determined by the Administrator of the Wage and Hour Division U.S. Department of Labor, in force on the day bids are opened, whichever is higher, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. Any contractor awarded a public works project who intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that craft or classification most closely related to it as shown I the general determination effective at the time bids are opened. Attention is directed to Section SP 7- 2.3.6, Federal Labor Standards Provisions. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. The undersigned understands that certified payrolls must be submitted weekly for verification. BIDDER By: Name and title of person making certification Date ft:\PWENG\A CONTRS\2000\FREMONTI\CONTRACT.➢OC March 23, 2000 13 Questions shall be addressed to: Department of Labor Relations Division of Labor Statistics and Research Prevailing Wage Unit 45 Fremont Street, Suite 1160 P. 0. Box 420603 San Francisco, CA 94142-0603 Questions regarding Federal Labor Standards shall be addressed to U.S. Department of Labor Employment Standards Wage and Hour Division Branch of Construction Wage Determination Washington, D.C. 20210 fl: \PW ENG\A_CONTRS\2000\FREMONT I \CONTRACT. DOC 14 March 23, 2000 r 1 I I 1 I I I I I I I I I i 1 I CERTIFICATION OF REQUIREMENT TO PAY WORKERS' COMPENSATION (To be submitted with Proposal Form) FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. BIDDER By: Name and title of person making certification Date fl:\P W ENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 15 I 1 I I I I I I I I I I I I I I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 The work embraced herein shall be done according to the APWA-AGC Standard Specifications for Public Works Construction, 2000 Edition, (hereinafter referred to as the Standard Specifications), and according to these Special Provisions. The Standard Specifications are in all other respects incorporated into and are a part of the contract, except where they conflict with these Special Provisions. The Special Provisions shall govern in lieu of conflicting provisions of the Standard Specifications, but shall in no way nullify nonconflicting portions of the Standard Specifications. Whenever the letters SP are used as a prefix in section numbering (e.g., SP -200-2) the sections so designated are in these Special Provisions and refer to modifications or additions to sections in the Standard Specifications which have the same first numbers (e.g., 200-2). PART 1 - GENERAL PROVISIONS SP -2-I AWARD OF CONTRACT. The contract may be awarded to the bidder whom the City determines will best meet the interests of the City. In determining the award, careful consideration by City shall be given to each item of bid. The City reserves the right to amend or reject any or all proposals and also to select, modify, or reject any of the bid items as City sees in its best interest. SP -2-4 CONTRACT BONDS. Before execution of the contract by the Agency, the Contractor shall file with the agency surety bonds satisfactory to the City in the amounts and for the purposes noted below. Bonds shall be duly executed by a responsible corporate Surety, authorized to issue such bonds in the State of California and secured through an authorized agent with an office in California. The Contractor shall pay all bond premiums, costs, and incidentals. Each bond shall be signed by both the Contractor and Surety and the signature of the authorized agent of the Surety shall be notarized. The Contractor shall provide two acceptable surety bonds; one for labor and materials and one for performance. The "Payment Bond" (Material and Labor Bond) shall be for not less than 100 percent of the contract price, to satisfy claims of material suppliers and of mechanics and laborers employed by it on the work. The bond shall be maintained by the Contractor in full force and effect until the completed work is accepted by the Agency, and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. fI:'P W ENG W_CONTRS\2000\FREMONT I ICONTRACT.DOC 16 March 23, 2000 i I 1 I I i i I r M I I The "Faithful Performance Bond" shall be for 100 percent of the contract price to guarantee faithful performance of all work, within the time prescribed, in a manner satisfactory to the City, and that all materials and workmanship will be free from original or latent developed defects. SP -2-4.1 GUARANTEE. The Contractor warrants and guarantees that all material and equipment used or furnished and all workmanship are of the type and quality specified herein. The Contractor further guarantees that any latent fault in construction or defective material discovered within one year after acceptance of the work shall be remedied by him without cost to the City, upon written notice given to him. Other subsequent latent defects shall be covered by responsibilities set forth in the law. In the event of failure to comply with the above -mentioned conditions within a reasonable time after notice, the City will have the defects repaired and made good at the expense of the Contractor, who agrees to pay the costs and charges therefore immediately upon demand. The signing of the agreement by the Contractor shall constitute execution of the above guarantees. The Faithful Performance Bond shall remain in full effect during the guarantee period and will not be released until the expiration of such period. SP -2-5 PLANS AND SPECIFICATIONS. The plans for this project are as follows: CONTRACT PLANS Title Drawing No. Fremont Street Reconstruction from Mt. Diablo to Santa Inez 1-14-46 CITY STANDARD PLANS Title Drawing No. Standard Precast Concentric Manhole 3-1-104 Typical Sections of Curb, Gutter, and Sidewalk 3-1-141 Standard Monument 3-1-142 Typical Sections of Rolled Type Curb and Gutter 3-1-144 Standard Commercial Driveway Approach 3-1-148 Standard Residential Driveway Approach 3-1-149 STATE STANDARD PLANS Title Drawing No. Pavement Markers and Traffic Lines A -20-A Pavement Markers and Traffic Lines A -20-B Pavement Markers and Traffic Lines A -20-D Pavement Markers Arrows A -24-A Pavement Markings Symbols and Numerals A -24-C Pavement Markings Words A -24-D fl:\PWENGW CONTRS\2000\FREMONTI\CONTRACT.DOC 17 March 23, 2000 I I I I I I I I 1 I r I I i I Pavement Markings Words and Crosswalks A -24-E Curb Ramp Details A88 SP -2-5.4. Specifications for street lighting and traffic signals in PART 3, Section 307, Construction Methods, of Standard Specifications for Public Works Construction, shall be deleted and the applicable portions of Section 86 of the State of California, Business and Transportation Agency, Department of Transportation, Standard Specifications dated July 1995 shall be used in lieu. SP -2-6 WORK TO BE DONE. The Contractor shall perform all work necessary to complete the contract in a satisfactory manner. Unless otherwise provided, the Contractor shall furnish and install all materials, equipment, tools, labor, and incidentals necessary to complete the work. The work to be performed under this contract shall include, but not be limited to, the following: Fremont Street Reconstruction — Mt. Diablo to Santa Inez 1. Saw cut, remove and replace existing "type A" curb, gutter, sidewalk, and driveway where shown on plans or directed by the Engineer. 2. Construct wheelchair ramps. 3. Saw cut, remove existing A.C. pavement and base as necessary and construct new 8" A.C. pavement over 6" Class II A.B. in three lifts. 4. Adjust manhole riser rings to grade. 5. Install Thermoplastic stop bars and stop legend. 6. Install and connect 3" PVC sidewalk underdrain per City Standard. 7. Furnish and install petromat. 8. Replace existing sewer clean -out box and cover including in -line PVC wye, 1/4,1/8, or 1/16 long radius bend, reducers, adapters, couplers and new pipe required to make the connection between the main and lateral. 9. Construct irrigation and planting per contract plans. SP -2-6.1 EXAMINATION OF THE SITE. The bidder shall examine carefully the site of the work contemplated, the plans and specifications, and the proposal and contract forms therefor. The submission of a bid shall be conclusive evidence that the bidder has investigated and is satisfied as to the conditions to be encountered, as to the character, quality and scope of work to be performed, the quantity of materials to be furnished and as to the requirements of the proposal, plans, specifications and contracts. The bidder represents that he or she is fully qualified to perform this examination and review. If the bidder determines that any portion of the site or the plans and specifications present any interpretation problems of any kind, the bidder shall note such a determination upon this bid form. Failure to note any such determination shall be conclusive evidence of acceptance by the bidder of the sufficiency of the plans and specifications. SP -2-9 SURVEYING. Staking of line and grade will be done by the City survey crew at no cost to the contractor once only. The Contractor shall notify the City 48 hours in advance when requesting construction stakes. Resetting of survey stakes lost due to the contractor's negligence will be charged to the contractor at the rate set out in the City's Comprehensive Fee Schedule per man per hour or fraction thereof. The Engineer will be the judge of what constitutes negligence. I fl :\P WENG\A_CONTRS\2000\FREMONT1\CONTRACT.DOC 18 March 23, 2000 t1 I I I I I I I I I 1 I 1 I Any appeal of this decision will be referred to the Public Works Commission. The Public Works Commission decision will exhaust the administrative procedures for appeal. SP -2-12 ATTORNEY FEES. Attorney fees in amount not exceeding $85 per hour per attorney, and in total amount not exceeding $5,000,. shall be recoverable as costs (that is, by the filing of a cost bill) by the prevailing party in any action or actions to enforce the provisions of this contract. The above $5,000 limit is the total of attorney fees recoverable whether in the trial court, appellate court, or otherwise, and regardless of the number of attorneys, trials, appeals or actions. It is the intent that neither party to this contract shall have to pay the other more than $5,000 for attorney fees arising out of an action, or actions, to enforce the provisions of this contract. The parties expect and hope there will be no litigation and that any differences will be resolved amicably. SP -2-13 SAN MATEO BUSINESS LICENSE GUIDELINES. A business license shall be obtained as required by the San Mateo Municipal Code, Chapter 5. Section 5.24.090 of said Chapter 5 provides that "Every person conducting the business of contractor shall pay an annual tax. SP -3-1.3 NOTICE OF POTENTIAL CLAIM. The Contractor shall not be entitled to the payment of any additional compensation for any cause, including any act, or failure to act, by the Engineer, or the happening of any event, thing or occurrence, unless he shall have given the Engineer due written notice of potential claim as hereinafter specified, provided, however, that compliance with this Section SP -3-1.3 shall not be a prerequisite as to matters within the scope of the Protest Provision in Section 6-7, "Time of Completion," in the Standard Specifications, nor to any claim which is based on differences in measurements or errors of computation as to contract quantities. The written notice of potential claim shall set forth the reasons for which the Contractor believes additional compensation will or may be due, the nature of the costs involved, and, insofar as possible, the amount of the potential claim. The said notice as above required must have been given to the Engineer prior to the time that the Contractor shall have performed the work giving rise to the potential claim for additional compensation, if based on an act or failure to act by the Engineer, or in all other cases within 15 days after the happening of the event, thing or occurrence giving rise to the potential claim. It is the intention of this Section that differences between the parties arising under and by virtue of the contract be brought to the attention of the Engineer at the earliest possible time in order that such matters may be settled, if possible, or other appropriate action promptly taken. The Contractor hereby agrees that he shall have no right to additional compensation for any claim that may be based on any such act, failure to act, event, thing or occurrence for which no written notice of potential claim as herein required was filed. SP -3-2.1 CHANGES INITIATED BY THE AGENCY. The City of San Mateo reserves the right to change the scope of this contract in order to align the contract price to the monies available. Presently there is approximately $250,0000.00 available for this project. The City shall have full authority and discretion to determine the decrease or increase in quantities required as well as the subprojects which will be altered, added or deleted. The Contractor shall not be entitled to any additional compensation or adjustment in the unit prices bid because of the above -stated alteration of this project. fl: \P W ENGW_CONTRS\2000TREMONT1\CONTRACT.DOC 19 March 23, 2000 1 I I 1 I 1 I I I I I I I I I I I SP -3-3 EXTRA WORK. New or unforeseen work will be classified as "extra work" when the Engineer determines that contract unit prices or stipulated unit prices did not cover the work. When the price for the extra work cannot be agreed upon, the City will pay for the extra work based on the accumulation of costs as provided in Section 3-3, Extra Work, of the Standard Specifications. The mark-ups shall be as specified below. SP -3-3.2.3 MARK-UP. A. Work by Contractor The following percentages shall be added to the Contractor's cost and shall constitute the mark-up for all overhead and profits: 1. Labor 25% 2. Materials 15% 3. Equipment Rental 15% 4. Other Items and Expenditures 15% To the sum of the costs and mark-ups provided for in this subsection, one percent (1%) shall be added as compensation for bonding. B. Work by Subcontractor When subcontractor performs all or any part of the extra work, the markup established in SP -3-3.2.3 (a) shall be applied to subcontractor's cost as determined under 3-3.2.2. In addition, a markup of 10 percent on first $5,000 of subcontracted portion of extra work and 5% on the work added in excess of $5,000 of subcontracted portion of extra work may be added by the contractor for overhead and profit. SP -5-1 LOCATION OF UTILITIES. The Contractor's attention is directed to Section 5-1 of the specifications for Public Works Construction regarding the Contractor's responsibility for requesting utility companies' representatives to mark or otherwise indicate the location of their respective underground installations. At least forty-eight (48) hours prior to commencing work, the Contractor shall notify Underground Service Alert (USA) so that the various utility companies may field -mark said installations. Once the field marks are in place, the Contractor shall be responsible for all marked utilities damaged during construction or claims resulting from said damage. In addition, the City shall not be responsible for any unmarked utility damaged during construction or any claims resulting from this damage, except for damage to City of San Mateo utilities that the City has not marked within forty-eight (48) hours after receiving notice from USA to do so and which were not marked at the time the damage occurred. SP -6-1 CONSTRUCTION OR FABRICATION AND DELIVERY SCHEDULE. After notification of award and prior to start of any work, the Contractor shall submit to the Engineer for approval its proposed construction or fabrication and delivery schedule. The schedule shall be in the form of a tabulation, chart, or graph and shall be in sufficient detail to show the chronological relationship of all activities of the project including, but not limited to, estimated starting and completion dates of various activities, submittal of shop drawings to the Engineer for approval, procurement of materials, scheduling of equipment, and delivery of finished product. fl:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 20 1 I 1 i I I I I I I 1 I I 1 1 SP -6-1.1 PRE -CONSTRUCTION CONFERENCE. A pre -construction conference will be held at a location selected by the City for the purposes of review and approval of said schedule and to discuss construction procedures and payment schedule. The Contractor shall be represented by his superintendent of work. The City will be represented by members of the organization having direct control of supervision of the project. SP -6-6.5 DELAYS AND EXTENSIONS OF TIME. In the event that a disagreement shall arise between the City and the Contractor over Time of Performance as extended by the City due to an allowed suspension of work, the Contractor may request an extension from the City Council. Such requests shall be filed with the City Clerk, addressed to the City Council, at least twenty (20) days prior to the expiration of the Time of Performance as modified. The ruling of the City Council shall be final and conclusive. SP -6-7 TIME OF COMPLETION. The Contractor shall prosecute and work to completion before the expiration of 25 working days, beginning from the date specified in the Notice to Proceed. The City will furnish the Contractor weekly a statement of working days remaining on the contract. SP -6-9 LIQUIDATED DAMAGES. Failure of the Contractor to complete the work within the time allowed will result in damages being sustained by the City of San Mateo. Such damages will be determined on the following basis. For each consecutive calendar day in excess of the time specified for completion of the work (as adjusted), the Contractor shall pay to the City of San Mateo, or have withheld from monies due it, the sum of the amount necessary to cover any add-on costs or lost revenue and by cost plus an estimate of overhead costs incurred by the City; e.g., inspection and administrative costs, loss of revenue or the cost of alternative services during delay, etc. Execution of the contract under these specifications shall constitute agreement by the City of San Mateo and Contractor that $250 per day is the minimum value of the costs and actual damage caused by failure of the Contractor to complete the work within the allotted time, that liquidated damages shall not be construed as a penalty, and that the amount calculated by the City may be deducted from payments due the Contractor if such delay occurs. SP -6-11 MEDIATION. Should any dispute arise out of this Agreement, any party may request that it be submitted to mediation. The parties shall meet in mediation within 30 days of a request. The mediator shall be agreed to by the mediating parties; in the absence of an agreement, the parties shall each submit one name from mediators listed by either the American Arbitration Association, the California State Board of Mediation and Conciliation, or other agreed -upon service. The mediator shall be selected by a "blindfolded" process. The cost of mediation shall be borne equally by the parties. Neither party shall be deemed the prevailing party. No party shall be permitted to file a legal action without first meeting in mediation and making a good faith attempt to reach a mediated settlement. The mediation process, once commenced by a meeting with the mediator, shall last until agreement is reached by the parties but not more than 60 days, unless the maximum time is extended by the parties. SP -6-12 ARBITRATION. After mediation above, and upon agreement of the parties, any dispute arising out of or relating to this agreement may be settled by arbitration in accordance f :\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 21 1 I 1 1 1 I I 1 I I1 1 I I 1 1 with the Construction Industry Rules of the American Arbitration Association, and judgment upon the award rendered by the arbitrators may be entered in any court having jurisdiction thereof. The costs of arbitration shall be borne equally by the parties. SP -7-2.2.1 HOURS OF LABOR. Construction operations beyond the eight -hour normal workday and on legal holidays may occur on occasion if approved in advance by the City. The Contractor shall notify the City Engineer in writing twenty-four (24) hours prior to any non -emergency type overtime operations or forfeit the sum of the job inspector's pay per day (or prorated portion thereof) for overtime work without written consent of the City Engineer -- said sum to be deducted from any monies due the Contractor or paid directly to him. Normal working hours for this project shall be between 8:00 a.m. and 5:00 p.m. unless specifically modified in writing. SP -7-2.3 NON-DISCRIMINATION POLICY. It is the policy of the City of San Mateo that all qualified persons are to be afforded equal opportunities of employment on any public works contract entered into with the City. SP -7-2.3.1 LOWEST RESPONSIBLE BIDDER. In order to promote the policy declared above, contracts for public works will be awarded only to such bidders as are determined to meet the following qualifications of lowest responsible bidder. The lowest responsible bidder shall be the bidder who offers to perform the work involved according to the plans and specifications therefore for the least amount of money; provided the bidder has the ability, capacity and, when necessary and the required State or other license. In determining to whom the award is to be made, the awarding authority may consider, in addition to the bid or quotation received, the experience of the bidder for the particular service sought, the quality of work that the bidder has done, the quality of the product or materials provided by the bidder, the ability of the bidder to complete the project in a timely manner, the safety compliance record of the bidder, and the insurance carried by the bidder. SP -7-2.3.2 STANDARDS OF NON-DISCRIMINATION A. The successful bidder and each subcontractor shall undertake action to ensure that applicants and employees are treated fairly such that the principles of equal opportunity in employment are demonstrated positively and aggressively during employment, without regard to race, color, religion, sex, disability, or national origin. B. In all advertisements for labor or other personnel or requests for employees of any nature, the successful bidder and each subcontractor shall state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex or national origin. SP -7-2.3.3 CERTIFICATION OF NON-DISCRIMINATION. Each bidder on any public works contract shall sign the certification of nondiscrimination, which is a part of the proposal form. Each subcontractor shall, prior to entering into a contract with any successful bidder, execute and file with the City a certificate of nondiscrimination. SP -7-2.3.4 ASSURANCE OF COMPLIANCE WITH REGULATIONS fl:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 22 I I I I I I 1 1 i I I I I A. The work to be performed under this contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of section 3 of the Housing and Urban Development Act of 1963, as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area and contracts for work in connection with the project to be awarded to business concerns which are located in, or owned in substantial part by persons residing in the area of the project. B. The parties to this contract will comply with the provisions of said section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of this contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements. C. The contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training. D. The contractor will include this section 3 clause in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR 135. The contractor will not sub- contract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of these regulations. E. Compliance with the provisions of section 3, the regulations set forth in 24 CFR 135, and all applicable rules and orders of the Department issued thereunder prior to the execution of the contract, shall be a condition of the Federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors, and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors, and assigns to those sanctions specified by the grant or loan agreement or contract through which Federal assistance is provided, and to such sanctions as are specified in 24 CFR 135. SP -7-2.3.5 FOR FEDERALLY -ASSISTED CONTRACTS. The contractor shall comply with all provisions, rules, regulations, and relevant orders of the Secretary of Labor. To aid the contractor, a copy of the entire Executive Order 11246 is attached (See Appendix II). In addition, the contractor must be in compliance with the Federal Labor Standards Provisions. See Section SP -7.2.3.6. NON-COMPLIANCE. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or part and the contractor may be fl:\P W EN G \A_CONTRS\2000\FREM ONT I \CONTRAC T. DOC 23 March 23, 2000 I I I 1 I i I 1 1 I 1 declared ineligible for further Government contracts or federally assisted construction contract procedures authorized in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. STATEMENT OF WORK FORCE NEEDS. Prior to the signing of a contract, a preliminary statement of work force needs, where known, shall be submitted to the City by the contractor. Where work force needs are not known, such information shall be supplied to the City prior to the signing of any contract between contractors and their subcontractors. SP -7-2.3.6 FEDERAL LABOR STANDARDS PROVISION. HUD Publication 4010 (2-84) contains the Federal Labor Standards Provisions. These provisions are included in this contract book and are a part of the contract provisions. U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT COMMUNITY DEVELOPMENT BLOCK GRANT PROGRAM FEDERAL LABOR STANDARDS PROVISIONS 1. APPLICABILITY The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. A.1. (i) Minimum Wages. All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deduction as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR Par 3), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto (see Appendix III) and made a part hereof, regardless of any contractual relationship which may be alleged to exit between the contractor and such laborers and mechanics. Contribution made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborer or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work fl:WWENG'A CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 24 11 1 i I I 1 1 1 I I actually permitted, without regard to skill, except as provided in 29 CFR part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under 29 CFR Part 5.5(a)(1)(ii) and the Davis -Bacon poster (WH-132) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(a) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met. (b) (c) (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and HUD or its designee agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-01409). In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, including the views of all interested parties and the recommendation of HUD or its designee, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that fI: \P W ENG\A_C ONTRS\2000\FRE M ONT 1 \CONTRACTDOC 25 March 23, 2000 1 1 1 i 1 1 1 1 I 1 i 1 1 1 1 i 1 1 1 additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) (d) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(b) or (c) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may required the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140.) 2. Withholding. HUD or its designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or its designee may, after written notice to the contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements in the case of direct Davis -Bacon Act contracts. 3. (i) Payrolls and basic record. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of I:\PWENG\A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 26 I 1 1 I 1 1 I I I 1 1 the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates ofwages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under. 29 CFR 5.5 (a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB control Numbers 1215-0140 and 1215-0017). (ii) (a) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to HUD or its designee if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be for transmission to HUD or its designee. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR Part 5.5(a)(3)(i). This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (b) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 27 1 1 1 1 1 1 i 1 I 1 1 1 her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under 29 CFR Part 5.5(a)(3)(i) and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph A.3(ii)(b) of this section. (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph A.3(i) of this section available for inspection, copying, or transcription by authorized representatives of HUD or its designee or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or its designee may, after written notice to the contractor, sponsor, applicant, owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR Part 5.12. I:\PW ENG\A_CONTRS\2000TREMONT I \CONTRACT.DOC March 23, 2000 28 1 1 1 1 1 1 11 4. (i) Apprentices and Trainees. Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ration of apprentices to journeyman on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by I, PWENGW_CONTRS\2000\FREMONT I \CONTRACT.DOC March 23, 2000 29 1 1 1 1 1 1 I 1 formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringebenefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR Part 3 which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as HUD or its designee may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract termination; debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. I:\PWENGA_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 30 1 I I I 1 1 1 1 8. Compliance with Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and HUD or its designee, the U.S. Department of Labor, or the employees or their representatives. 10.(i) Certification of Eligibility. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1010, Title 18, U.S.C., "Federal Housing Administration transactions", provides in part "Whoever, for the purpose of . . . influencing in any way the action of such Administration . . . makes, utters or publishes any statement, knowing the same to be false . . . shall be fined not more than $5,000 or imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be discharged or in any other manner discriminated against by the Contractor or any subcontractor because such employee has filed any complaint or instituted or caused to be instituted any proceeding or has testified or is about to testify in any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms "laborers" and "mechanics" include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 31 1 1 1 1 1 1 laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of eight hours in any calendar day or in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of eight hours in any calendar day or in excess of forty hours in such workweek, whichever is greater. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subparagraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or it designee shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in subparagraph (2) of this paragraph. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in subparagraphs (1) through (4) of this paragraph. C. Health and Safety (1) No laborer or mechanic shall be required to work in surroundings or under working conditions which are unsanitary, hazardous, or dangerous to his health and health standard promulgated by the Secretary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 (formerly part 1518) and failure to comply may result in imposition of sanctions pursuant to the Contract Work Hours and Safety Standards Act (Public Law 91-54, 83 Stat. 96). (3) The Contractor shall include the provisions of this Article in every subcontract so that such provisions will be binding on each subcontractor. I:\PWENGW_CONTRS\2000\FREMONT I ICONTRACT.DOC March 23, 2000 32 1 1 1 1 1 1 1 1 I 1 1 1 1 The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. L\PWENGW_CONTRS\2000WREMONTI\CONTRACT.DOC March 23, 2000 33 i 1 I 1 1 I I 1 I I 1 1 1 1 I 1 1 1 1 ATTACHMENT TO FEDERAL LABOR STANDARDS PROVISIONS SO-CALLED "ANTI -KICKBACK ACT" AND REGULATIONS PROMULGATED PURSUANT THERETO BY THE SECRETARY OF LABOR, UNITED STATES DEPARTMENT OF LABOR TITLE 18, U.S.C., section 874 (Replaces section 1 of the Act of June 3, 1934 [48 Stat. 948, 40 U.S.C., sec. 276b] pursuant to the Act of June 25, 1948, 62 Stat. 862) KICKBACKS FROM PUBLIC WORKS EMPLOYEES Whoever, by force, intimidation, or threat of procuring dismissal from employment, or by any other manner whatsoever induces any person employed in the construction, prosecution, completion or repair of any public building, public work, or building or work financed in whole or in part by loans or grants from the United States, to give up any part of the compensation to which he is entitled under his contract of employment, shall be fined not more than $5,000 or imprisoned not more than five years, or both. SECTION 2 OF THE ACT OF JUNE 13, 1934, AS AMENDED (48 Stat. 948, 62 Stat. 862, 63 Stat. 108, 72 Stat. 967, 40 U.S.C., sec. 276c) The Secretary of Labor shall make reasonable regulations for Contractors and subcontractors engaged in the construction, prosecution, completion or repair of public buildings, public works or buildings or works financed in whole or in part by loans or grants from the United States, including a provisions that each contractor and subcontractor shall furnish weekly a statement with respect to the wages paid each employee during the preceding week. Section 1001 of Title 18 (United States Code) shall apply to such statements. Pursuant to the aforesaid Anti -Kickback Act, the Secretary of Labor, United States Department of Labor, has promulgated the regulations hereinafter set forth, which regulations are found in Title 29, Subtitle A, Code of Federal Regulations, Part 3. The term "this part," as used in the regulations hereinafter set forth, refers to Part 3 last above mentioned. Said regulations are as follows: I:\PWENG\A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 34 I I ii 1 I I I I I I I I r I TITLE 29 - LABOR Subtitle A - Office of the Secretary of Labor PART 3: CONTRACTORS AND SUBCONTRACTORS ON PUBLIC BUILDING OR PUBLIC WORK FINANCED IN WHOLE OR IN PART BY LOANS OR GRANTS FROM THE UNITED STATES Section 3.1 Purpose and scope. This part prescribes "anti -kickback" regulations under section 2 of the Act of June 13, 1934, as amended (40 U.S.C. 276c), popularly known as the Copeland Act. This part applies to any contract which is subject to Federal wage standards and which is for the construction, prosecution, completion, or repair of public buildings, public works or buildings or works financed in whole or in part by loans or grants from the United States. The part is intended to aid in the enforcement of the minimum wage provisions of the Davis -Bacon Act and the various statutes dealing with the Federally -assisted construction that contain similar minimum wage provisions, including those provisions which are not subject to Reorganization Plan No. 14 (e.g., the College Housing Act of 1950, the Federal Water Pollution Control Act, and the Housing Act of 1959), and in the enforcement of the overtime provisions of the Contract Work Hours Standards Act whenever they are applicable to construction work. The part details the obligation of Contractor and subcontractors relative to the weekly submission of statements regarding the wages paid on work covered thereby; sets forth the circumstances and procedures governing the making of payroll deductions from the wages of those employed on such work; and delineates the methods of payment permissible on such work. Section 3.2 Definitions. As used in the regulations in this part: (a) The terms "building" or "work" generally include construction activity as distinguished from manufacturing, furnishing of materials, or servicing and maintenance work. The terms include, without limitations, buildings, structures, and improvements of all types, such as bridges, dams, plants, highways, parkways, streets subways, tunnels, sewers, mains, power lines, pumping stations, railways, airports, terminals, docks, piers, wharves, ways, lighthouses, buoys, jetties, breakwaters, levees, and canals; dredging, shoring, scaffolding, drilling, blasting, excavating, clearing, and landscaping. Unless conducted in connection with and at the site of such a building or work as is described in the foregoing sentence, the manufacture or furnishing of materials, articles, supplies, or equipment (whether or not a Federal or State agency acquires title to such materials, articles, supplies, or equipment during the course of the manufacture or furnishing, or owns the materials from which they are manufactured or furnished) is not a "building" or "work" within the meaning of the regulations in this part. I:\PWENGW_CONTRs\2000TREMONT I\CONTRACT.DOC March 23, 2000 35 I I I I 1 I I I I I I I I I I I I (b) The terms "construction," "prosecution," "completion," or "repair" mean all types of work done on a particular building or work at the site thereof, including, without limitation, altering, remodeling, painting and decorating, the transportation of materials and supplies to or from the building or work by the employees of the construction contractor or construction subcontractor, and the manufacturing or furnishing of materials, articles, supplies, or equipment on the site of the building or work, by persons employed at the site by the contractor or subcontractor. (c) The terms "public building" or "public work" include building or work for whose construction, prosecution, completion, or repair, as definedabove, a Federal agency is a contracting party, regardless of whether title thereof is in a Federal agency. (d) The term "building or work financed in whole or in part by loans or grants from the United States" includes building or work for whose construction, prosecution, completion, or repair, as defined above, payment or part payment is made directly or indirectly from funds provided by loans or grants by a Federal agency. The term does not include building or work for which Federal assistance is limited solely to loan guarantees or insurance. (e) Every person paid by a contractor or subcontractor in any manner for his labor in the construction, prosecution, completion, or repair of a public building or public work or building or work financed in whole or in part by loans or grants from the United States is "employed" and receiving "wages," regardless of any contractual relationship alleged to exist between him and the real employer. (f) The term "any affiliated person" includes a spouse, child, parent, or other close relative of the contractor or subcontractor; a partner or officer of the contractor or subcontractor; a corporation closely connected with the contractor or subcontractor as parent, subsidiary or otherwise, and an officer or agency of such corporation. (g) The term "Federal agency" means the United States, the District of Columbia, and all executive departments, independent establishments, administrative agencies, and instrumentalities of the United States and of the District of Columbia, including corporations, all or substantially all of the stock of which is beneficially owned by the United States, by the District of Columbia, or any of the foregoing departments, establishments, agencies, and instrumentalities. Section 3.3 Weekly statement with respect to payment of wages. (a) As used in this section, the term "employee" shall not apply to persons in classifications higher than that of laborers or mechanics and those who are the immediate supervisors of such employees. I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 36 I I I I I 1 I I I 1 1 I (b) Each contractor or subcontractor engaged in the construction, prosecution, completion, or repair of any public building or public work, or building or work financed in whole or in part by loans or grants from the United States, shall furnish each week a statement with respect to the wages paid each of its employees engage on work covered by 29 CFR Parts 3 and 5 during the preceding weekly payroll period. This statement shall be executed by the contractor or subcontractor or by an authorized officer or employee of the contractor or subcontractor who supervises the payment of wages, and shall be on form WH 348, "Statement of Compliance", or on an identical form on the back of WH 317, "Payroll (For Contractors Optional Use)" or on any form with identical wording. Sample copies of WH 347 and WHS 348 may be obtained from the Government contracting or sponsoring agency, and copies of these forms may be purchased at the Government Printing Office. (c) The requirements of this section shall not apply to any contract of $2,000 or less. (d) Upon a written finding by the head of a Federal agency, the Secretary of Labor may provide reasonable limitations, variations, tolerances, and exemptions from the requirements of this section subject to such conditions as the Secretary of Labor may specify. [29 F.R. 95, Jan. 4, 1964, as amended at 33 F.R. 10186, July 17, 1968] Section 3.4 Submission of weekly statements and the preservation and inspection of weekly payroll records. (a) Each weekly statement required under §3.3 shall be delivered by the contractor or subcontractor, within seven days after the regular payment date of the payroll period, to a representative of a Federal or State agency in charge at the site of the building or work, or, if there is no representative of a Federal or State agency at the site of the building or work, the statement shall be mailed by the contractor or subcontractor, within such time, to a Federal or State agency contracting for or financing the building or work. After such examination and check as may be made, such statement, or a copy thereof, shall be kept available, or shall be transmitted together with a report of any violation, in accordance with applicable procedures prescribed by the United States Department of Labor. (b) Each contractor or subcontractor shall preserve his weekly payroll records for a period of three years from date of completion of the contract. The payroll records shall set out accurately and completely the name and address of each laborer and mechanic, his correct classification, rate of pay, daily and weekly number of hours worked, deductions made, and actual wages paid. Such payroll records shall be made available at all times for inspection by the contracting officer or his I:\PWENGW_CONTRs\2000\FREMONTI\CONTRACT.DOC March 23, 2000 37 authorized representative, and by authorized representatives of the Department of Labor. Section 3.5 Payroll deductions permissible without application to or approval of the Secretary of Labor. Deductions made under the circumstances or in the situations described in the paragraphs of this section may be made without application to and approval of the Secretary of Labor: (a) Any deduction made in compliance with the requirements of Federal, State, or local law, such as Federal or State withholding income taxes and Federal social security taxes. (b) Any deduction of sums previously paid to the employee as a bona fide prepayment of wages when such prepayment is made without discount or interest. A "bona fide prepayment of wages" is considered to have been made only when cash or its equivalent has been advanced to the person employed in such manner as to give him complete freedom of disposition of the advanced funds. (c) Any deduction of amounts required by court process to be paid to another, unless the deduction is in favor of the contractor, subcontractor or any affiliated person, or when collusion or collaboration exists. (d) Any deduction constituting a contribution on behalf of the person employed to funds established by the employer or representatives of employees, or both, for the purpose of providing either from principal or income, or both, medical or hospital care, pensions or annuities on retirement, death benefits, compensation for injuries, illness, accidents, sickness, or disability, or for insurance to provide any of the foregoing, or unemployment benefits, vacation pay, savings accounts, or similar payments for the benefit of employees, their families and dependents: Provided, however, that the following standards are met: (1) The deduction is not otherwise prohibited by law; (2) it is either: (i) Voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of or for the continuation of employment, or (ii) provided for in a bona fide collective bargaining agreement between the contractor or subcontractor and representatives of its employees; (3) no profit or other benefit is otherwise obtained, directly or indirectly, by the contractor or subcontractor or any affiliated person in the form of commission, dividend, or otherwise; and (4) the deductions shall serve the convenience and interest of the employee. (e) Any deduction contributing toward the purchase of United States Defense Stamps and Bonds when voluntarily authorized by the employee. I:\PWENG\A_CONTRS\2000\FREMONT1\CONTRACT.DOC March 23, 2000 38 I t I I 1 V I I 1 I 1 I I I Any application for the making of payroll deductions under §3.6 shall comply with the requirements prescribed in the following paragraphs of this section: (a) The application shall be in writing and shall be addressed to the Secretary of Labor. (b) (c) The applicant shall identify the contract or contracts under which the work in question is to be performed. Permission will be given for deductions only on specific, identified contracts, except upon a showing of exceptional circumstances. The application shall state affirmatively that there is compliance with the standards set forth in the provisions of §3.6. The affirmation shall be accompanied by a full statement of the facts indicating such compliance. (d) The application shall include a description of the proposed deduction, the purpose to be served thereby, and the classes of laborers or mechanics from whose wages the proposed deduction would be made. (e) The application shall state the name and business of any third person to whom any funds obtained from the proposed deductions are to be transmitted and the affiliation of such person, if any, with the applicant. SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. The prevailing wage scale as determined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, or as determined by the Administrator of the Wage and Hour Division, U. S. Department of Labor, in force on the day bids are opened, whichever is higher will be the minimum paid to all craftsmen and laborers working on this project. Any Contractor awarded a public works project who intends to use a craft or classification not shown on the general prevailing wage determinations will be required to pay the wage rate of that classification most closely related to it as shown in the general determinations effective at the time the bids are opened. Attention is directed to Section SP.7-2.3.6, Federal Labor Standards Provisions. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale in force. Each contractor and subcontractor and any lower -tier subcontractor shall submit weekly certified payrolls for each workweek from the time he starts work on the project until he completes his work. If he performs no work on the project during a given workweek, he may either submit a 1:IPWENG A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 40 I I 1 i I I I I I I I I i I r payroll with the notation "no work performed during this workweek" or submit a letter to that effect. He should identify his initial and fmal payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven work days following completion of the workweek. SP -7-2.4 PREVAILING WAGE AND WEEKLY CERTIFIED PAYROLL SUBMISSION. In general, the prevailing wage scale, as detcimined by the Director of Industrial Relations of the State of California, in force on the day this bid was announced, will be the minimum paid to all craftsmen and laborers working on this project. In some cases, prevailing wage determinations have either a single asterisk (*) or double asterisks (**) after the expiration date in effect on the date of advertisement for bids. In cases where the prevailing wage determinations have a single asterisk (*) after the expiration date which are in effect on the date of advertisement for bids, such determinations remain in effect for the life of the project. Prevailing wage determinations which have double asterisks (**) after the expiration date indicate that the basic hourly wage rate, overtime, and holiday pay rates, and employer payments to be paid for work performed after this date have been predetermined. If work is extended past this date, the new rate must be paid and should be incorporated in contracts the Contractor enters into. A copy of the correct determination will be posted at the job site. It is understood that it is the responsibility of the bidder to determine the correct scale. The City will keep a copy of the wage scale in the City Clerk's office for the convenience of bidders. Any errors or defects in the materials in the City Clerk's office will not excuse a bidder's failure to comply with the actual scale then in force. Each Contractor and Subcontractor and any lower -tier Subcontractor shall submit weekly certified payrolls for each work week from the time he starts work on the project until he completes his work. If he performs no work on the project during a given work week, he may either submit a weekly payroll form with the notation, "No work performed during this work week," or submit a letter to that effect. He should identify his initial and final payrolls by marking them "Initial" and "Final." Payrolls shall be completed and submitted no later than seven (7) workdays following completion of the workweek. SP -7-2.5 EMPLOYMENT OF APPRENTICES. Contractor shall be responsible for compliance with California Labor Code Section 1777.5 relating to employment of apprentices for all apprenticeable occupations when the contract amount exceeds $30,000 or 20 working days or both. SP -7-3.1 LIABILITY INSURANCE. The Contractor shall provide and maintain: A. Commercial General Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. If such insurance contains a general aggregate limit, it shall apply separately to this Agreement or be no less than two (2) times the occurrence limit. I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 41 I I I I I I I I I I 1 I I I I B. Automobile Liability Insurance, occurrence form, with a limit of not less than $1,000,000 each occurrence. Such insurance shall include coverage for owned, hired, and non -owned automobiles. C. Workers Compensation in at least the minimum statutory limits. D. General Provisions for all insurance. All insurance shall: 1. Include the City of San Mateo, its elected and appointed officers, employees, and volunteers as additional insureds with respect to this Agreement and the performance of services in this Agreement. The coverage shall contain no special limitations on the scope of its protection to the above -designated insureds. 2. Be primary with respect to any insurance or self-insurance programs of City, its officers, employees, and volunteers. 3. Be evidenced, prior to commencement of services, by properly executed policy endorsements in addition to a certificate of insurance. a. In addition to requiring that you provide an insurance certificate showing the levels and types of coverage required for your project or contract, the City of San Mateo also requires you to provide the City with a copy of the actual endorsements to the commercial general, automobile, and any excess liability insurance policies that show that the City of San Mateo, its boards, commissions, officers, agents, and employees have been named as additional insureds by the insurers. These endorsements are required because California Insurance Code § 384 expressly provides that an insurance certificate is not proof of what the underlying insurance policy actually contains. If you look at an insurance certificate, you will notice that the certificate actually says the same thing. Therefore, a certificate has minimal legal value and the City cannot be reasonably certain that it is covered under the policies shown on the certificate without endorsements. An endorsement is a piece of paper that modifies the terms of the underlying policy and is issued by the insurance company itself, rather than a broker. A copy of a sample endorsement for commercial general liability is on the following page for your reference. 4. No changes in insurance may be made without the written approval of the City Attorney's office. I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT,DOC March 23, 2000 42 1 I r I I I I 1 a I I I SAMPLE ENDORSEMENT FORM FOR COMMERCIAL GENERAL LIABILITY POLICY NUMBER: COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of person or organization: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of "your work" for that insured by or for you. I:TWENGIA_CONTRS\2000\FREMONTI\CONTRACT.DOC - March 23, 2000 43 I I I I a I I 1 1 I r I I I I I SP -7-3.2 HOLD HARMLESS AND INDEMNITY PROVISION. Contractor agrees (1) to hold harmless and indemnify City of San Mateo and its officers and employees from and against any and all claims, loss, liability, damage, and expense arising from performance of this contract, including claims, loss, liability, damage, and expense caused or claimed to be caused by passive negligence of City of San Mateo, its officers or employees, and (2) to defend City of San Mateo, its officers or employees there against; provided, however that this provision does not apply to claims, loss, liability, damage or expense arising from (a) the sole negligence or willful misconduct of City of San Mateo or (b) the active negligence of City of San Mateo; further provided, that this provision shall not affect the validity of any insurance contract, workers compensation or agreement issued by an admitted insurer as defined by the Insurance Code. SP -7-7 COOPERATION AND COLLATERAL WORK. The City of San Mateo, its workers and contractors, and others, have the right to operate within or adjacent to the work site to perform work. The City of San Mateo, the Contractor, and each of such workers, contractors, and others, shall coordinate their operations and cooperate to minimize interference. SP -7-8.6 WATER POLLUTION CONTROL. In compliance with the "City of San Mateo Storm Water Management and Discharge Rules and Regulations" ("Discharge Rules") the Contractor shall exercise every reasonable precaution to prevent the discharge of any material which is not solely stormwater (i.e., rain) to the storm drain system which includes, but is not limited to, catch basins, drainage channels, and creeks. Non -allowable discharges include, but are not limited to, eroded soil from stockpiles or disturbed earth on -site, concrete and concrete washout water, sawcut slurry, fuel, oil, and other vehicle fluids, solid wastes, and construction chemicals. Stormwater pollution control work is intended to provide prevention, control, and abatement of such stormwater pollution, and shall consist of constructing those facilities which may be contained in the Contractor's stormwater pollution control program, shown on the plans, specified herein, or directed by the Engineer. At the pre -construction conference the Contractor shall submit, for acceptance by the Engineer, a program to control stormwater pollution effectively during construction of the project. Such program shall show the schedule for the erosion control work included in the contract, if applicable, and for all stormwater pollution control measures which the Contractor proposes to take in connection with construction of the project. The Contractor shall include the following minimum actions as identified by the San Francisco Bay Regional Water Quality Control Board Staff Recommendations (when applicable to project): 1. Stabilize site access points to avoid tracking materials off -site; 2. Stabilize denuded areas prior to the wet season (Oct. 15 through Apr. 15); 3. Protect adjacent properties; 4. Stabilize temporary conveyance channels and outlets; 5. Use sediment controls and filtration to remove sediment from water generated by dewatering; 6. Use proper materials and waste storage, handling, and disposal practices; 7. Use proper vehicle and equipment cleaning, fueling, and maintenance practices; I:\PWENGW_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 44 1 I I I r I I I I I I 8. Control and prevent discharge of all potential construction -related pollutants; 9. Prepare a contingency plan in the event of unexpected rain or a control measure failure. In addition, when applicable, during saw cutting the Contractor shall cover or barricade catch basins using control measures such as filter fabric, straw bales, sand bags, or fine gravel dams to keep slurry out of the storm drain system. When protecting an inlet, the Contractor shall ensure that the entire opening is covered. The Contractor shall shovel, absorb, and/or vacuum saw cut slurry and pick up all waste prior to moving to the next location or at the end of each working day, whichever is sooner. If saw cut slurry enters a storm drain inlet, the Contractor shall remove the slurry immediately. The Contractor shall coordinate stormwater pollution control work with all other work done on the contract. The Contractor shall not perform any clearing and grubbing or earthwork on the project, other than that specifically authorized in writing by the Engineer, until the required storm water pollution control program has been accepted. It shall be the Contractor's responsibility to train all employees and subcontractors on the approved stormwater pollution control measures. The City will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised stormwater pollution control program, or for any delays to the work due to the Contractor's failure to submit an acceptable stormwater pollution control program. During construction of the project, if the stormwater pollution control measures being taken by the Contractor prove inadequate to control stormwater pollution, the Engineer may direct the Contractor to revise his operations and/or his stormwater pollution control program. If the Contractor fails to adequately revise his operations after such direction, the Engineer may cause the stormwater pollution control measures to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. The complete cleanup of all material, which is discharged from the project in violation of the Discharge Rules, shall be the responsibility of the Contractor. Should the Contractor fail to respond promptly and effectively to the Engineer's request for cleanup of such discharges, the Engineer may cause the cleanup to be performed by others, the costs to be deducted from any monies due or to become due the Contractor. Nothing in the terms of the contract nor in the provisions in this section shall relieve the Contractor of the responsibility for compliance with Sections 5650 and 12015 of the Fish and Game Code, or other applicable statutes relating to prevention or abatement of stormwater pollution. The cost of creating and implementing an acceptable storm water pollution control program will be included in the various bid items and no additional compensation shall be made. I:\PWENC\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 45 I I I f I I I I i I I I t SP -7-9 PROTECTION AND RESTORATION OF EXISTING IMPROVEMENTS. The Contractor shall repair or replace all existing improvements not designated for removal which are damaged or removed as a result of its operation. Improvements, such as but not limited to, curbs, gutters, sidewalks, driveways, fences, walls, signs, pavements, raised pavement markers, thermoplastic pavement markings, signs, sprinkler systems, or plantings, shall be repaired and replaced to a condition equal to or better than the original condition. All costs to the Contractor for protecting, removing, and restoring existing improvements shall be included in the various bid items and no additional compensation shall be made by City. SP -7-10.1 TRAFFIC AND ACCESS. The Contractor shall be responsible, during all phases of the work, to provide for public safety and convenience by use of traffic cones, signs, lighted barricades, lights, and flagmen as described and specified in the State of California, Department of Transportation MANUAL OF TRAFFIC CONTROLS - For Construction and Maintenance Work Zones, 1996 Edition. (Section 360, California Vehicle Code, defines highways to include streets.) The provisions of this manual will become a part of the requirements of the contract. Construction operations shall be conducted in such a manner as to cause as little inconvenience as possible to the abutting property owners or motoring public. Convenient access to driveways, houses, and buildings along the line of work shall be maintained unless otherwise approved by the City in advance. Contractor shall request and obtain approval from City before any lane closures are implemented. Open excavation and ditches across a roadway shall be covered and guarded in such a manner as to permit safe traffic flow during hours when no work is being performed. Three (3) days before the grinding operation and three (3) days before the overlay operation, an informational letter in a format approved by the Engineer specifying dates of operation shall be delivered to all residents/businesses in the construction area. SP -9-1 MEASUREMENT OF QUANTITIES. When payment for a work item is to be made on a tonnage basis, the Contractor shall furnish the Engineer a legible copy of a licensed weigh -master's certificate showing gross, tare and net weight of each truckload of material. Certificates shall be delivered to the Engineer at the job site upon delivery of the material. SP -9-3 PAYMENT SP -9-3.1 GENERAL. Except as directed otherwise in these specifications, full compensation for completing all of the work indicated on the plans and directed herein is considered to be included in the contract unit prices paid for the various items of work and no separate payment will be made therefor. SP -9-3.1 TEN PERCENT (10%) RETENTION. To ensure performance City is entitled to retain ten percent (10%) of the contract price for 35 days after it records the Notice of Completion. However, pursuant to the Public Contracts Code Section 22300, the Contractor may substitute securities for said ten percent (10%) retention or request that the City make payments of retentions earned directly to an escrow agent at the Contractor's expense. The provisions of the Public Contracts Code Section 22300 are hereby expressly made a part of the contract. I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 46 1 I I I I I I I I I I I 1 I I SP -9-3.2 PARTIAL AND FINAL PAYMENTS. Contractor shall submit each month a "Monthly Progress Payment Request" in accordance with the schedule established at the preconstruction conference. Contractor shall use City's standard form for such requests and submit one original plus three copies of each request. The contract price paid for mobilization shall include full compensation for furnishing all labor, materials, tools, and equipment necessary for mobilization as specified herein. I:\PW ENGA_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 47 r 1 I I I I I I I i I I I SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 PART II - CONSTRUCTION MATERIALS SP -200-2 UNTREATED BASE MATERIALS. Aggregate base shall conform to the provisions in Section 200-2.2, Crushed Aggregate Base, in the Standard Specifications. SP -201-1 PORTLAND CEMENT CONCRETE. Portland Cement Concrete shall conform to the provisions in Section 201-1 "Portland Cement Concrete" in the Standard Specifications and these special provisions. Classes of concrete shall be as follows: (a) Sidewalk, curb and gutter wheelchair ramp and driveway approach -- 520-C-2500 (b) Manholes and catch basins -- 560-C-3250 SP -201-6 TRENCH BACKFILL. For encased pipe, when pipe encasement is required, trench backfill shall be controlled density fill or sand slurry backfill conforming to the following design mix. MATERIALS S.S.D. WEIGHTS (LBS.) VOLUME (CU. FT.) Controlled Density Fill or Cement 30 0.25 Fly Ash 300 2.05 Water 283 4.53 Pea Gravel 1,085 6.49 Top Sand 1,295 7.78 Blend Sand 315 1.85 Air 15% 4.05 TOTAL 3,308 27.00 Sand Shiny Backfill or Cement (2 sacks) 188 0.96 I:\P WENG A_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 48 1 1 1 it i 1 1 1 1 I 1 1 I 1 MATERIALS S.S.D. WEIGHTS (LBS.) VOLUME (CU. FT.) Water (36 gallons) 300 4.80 Air Sand per ASTM C33 3,000 18.50 TOTAL 3,488 25.34 Controlled Density Fill by Granite Rock Cement 75 0.38 Pozzolan 207 1.43 Water 458 (55 gallons) 7.34 Air 1.08 Fine Aggregate (Course Sand) 1,385 8.19 Fine Aggregate (Oily Sand) 1,385 8.58 TOTAL 3,510 27.00 Design Strength: 50-150 p.s.i. Cement: Type II (ASTM C-150) lbs./cubic yard - 75 Pozzolan: International Class F (ASTM C-168) lbs./cubic yard - 207 Total Cementicious material sks/cubic yard: 3.00 lbs./cubic yard - 282 Water/Cement Ratio: n/a Course Aggregate: none Fine Aggregate: Granite and Olympia Sands Entrained Air: 4.0%, Dosage: 2 oz./cwt. (Daravair) (dosage may vary to obtain designed air) Chemical Admixture Type: none Backfill shall be that material extending from the crushed rock subgrade of the trench to within 0.1' of the finish pavement. I AP W ENG\A_CONTRS\2000\FREM ONT 1 \CON TRACT. DOC March 23, 2000 i 49 I 1 I 1 i I 1 I I I I I I SP -203-3-3 EMULSIFIED ASPHALT. Emulsified asphalt tack coat shall be SS -1h. The tack coat shall be diluted with not more than 15% water by volume. Tack coat for Petromat shall be AR 4000. SP -203-6.1 GENERAL. Asphalt concrete surfacing shall be Type C2 -AR -4000. Asphalt concrete for leveling and base repairing shall be Type B -AR -4000. SP -206 MISCELLANEIOUS METAL ITEMS. Catch basin frames and grates and manhole frames and covers shall conform to the provisions in Section 206, "Miscellaneous Metal Items" in the Standard Specifications and these special provisions. Manhole frames and covers shall be cast iron. Catch basin frames and grates shall be welded steel and shall be of the type shown on plans. SP -210-1.6 THERMOPLASTIC TRAFFIC STRIPING, PAVEMENT MARKING, AND CURB MARKING. Thermoplastic and shall conform to the provisions of Section 210-1.6.1 of the Standard Specifications. SP -212-1.1 TOPSOIL. Topsoil shall be Class B and shall conform to the provisions in Section 212-1.1 of the Standard Specifications. SP -213-1 ENGINEERING FABRICS. Petromat pavement fabric shall conform to the provisions of Section 213-1.1 of the Standard Specifications. IAPWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 50 SPECIAL PROVISIONS CITY OF SAN MATEO, CALIFORNIA FREMONT STREET RECONSTRUCTION FROM MONTE DIABLO TO SANTA INEZ COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG) CITY PROJECT NO. 09-90-12.12 PART HI - CONSTRUCTION METHODS SP -300-1.1 OFF -HAUL MATERIAL. All off -haul material shall be deposited at locations located outside the City of San Mateo. All cost associated with disposal of off -haul material shall be included in the various bid items and no additional payment shall be made. SP -300-1.3 - REMOVAL AND DISPOSAL OF GUTTER KEY, CONFORM, AND FULL WIDTH GRINDING MATERIAL. Gutter key material and conform material shall be removed using a cold -planing process only. The equipment for profiling the pavement shall be capable of accurately establishing provide upgrades by referencing from either side the lip of gutter, curb or from an independent grade control. The equipment shall be capable of establishing a positive means for controlling cross - slope elevations. The equipment shall have an effective means of removing the chips from the pavement and for preventing dust from escaping into the air. Fremont Street, from Santa Inez Avenue to Monte Diablo Avenue, the street shall be ground to a full depth of at least 14" lip of gutter to lip of gutter within the above -referenced limits. The excess material produced shall be loaded, and off -hauled by the Contractor to a site located outside the City of San Mateo. It shall be the responsibility of the Contractor to process his work so that chipping or breaking the concrete curb or gutter adjacent to the pavement will be prevented. After a street has been keyed, conforms cut, and/or has been ground full width, the Contractor shall place a compacted wedge of temporary asphalt at crosswalks and at all conforms at intersections to provide for a smooth transition for both vehicular and pedestrian traffic. The asphalt wedge shall be in place and maintained from the time a street is ground to the time a street is to be overlaid. The asphalt wedge shall be completely removed prior to the overlay process. No extra compensation will be given for this work but shall be considered as incorporated in the unit bid price for removal and off -haul of gutter key. All material shall be loaded and off -hauled at the price bid per bid schedule. SP -300-1.3.2C REMOVAL AND DISPOSAL OF CONCRETE DRIVEWAYS, CURB, WALK, AND GUTTERS. Concrete removal shall conform to the provisions in Section 300- 1.3.2C of the Standard Specifications as amended with the following: I:\PWENG\ACONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 51 1 I I 1 1 i I I I Saw cutting of concrete driveways, curb, walk, and gutters shall be to the depth necessary so as to prevent damage to adjacent concrete sections. Damage to adjacent sections will be repaired by Contractor at his expense. Where driveway approach, curb, gutter, and sidewalk are to be removed, existing driveway approach, curb, gutter, and sidewalk are to be saw cut at the nearest existing score lines unless directed by the Engineer. Replacement of driveway approach, curb, gutter, and sidewalk shall include drilling 518" diameter holes, at least 4" deep, on 24" centers along the face of the saw cut. Contractor shall install 12" lengths of #4 rebar at least 4" into the drilled holes and secure them with epoxy. Full compensation for removal and disposal of concrete shall be considered as included in the price bid for other items of work and no additional compensation will be allowed therefore. SP -300-1.4 PAYMENT. Payment for removal and disposal of gutter key and off -haul shall be at the unit price bid per lineal foot. Payment for removal and disposal of sidewalk and off -haul shall be at the unit price bid per bid schedule. SP- 301-2 SPREADING AGGREGATE BASE. Spreading and compacting of aggregate base shall be in conformance with Section 301-2 of the Standard Specifications. SP -302-5.5 ASPHALT CONCRETE DISTRIBUTION. Asphalt Concrete distribution, spreading and compacting shall be in conformance with Section 305.5 and 302-5.6.1 of the Standard Specifications. SP -302-9 RECORD OF EXISTING TRAFFIC CONTROL AND TEMPORARY MARKERS. Prior to the removal of any of the existing traffic control delineation, the contractor shall take whatever action is necessary to ensure that said delineation can be accurately replaced at its previous location upon completion of base failure repair or overlay. The new delineation shall be replaced not less than three nor more than four days after installation of the overlay. If on those streets not designated to be resurfaced, the existing traffic control system is impacted by base failure repair, or other construction activities, the Contractor shall install temporary Davidson markers until the permanent traffic control system can be replaced by the contractor. The contractor shall provide temporary stop legend and cross -walk replacement as necessary until the permanent installation has been done. SP -303-5 CONCRETE CURBS, WALKS, GUTTERS, ACCESS RAMPS AND DRIVEWAYS. Construction of concrete curbs, walks, gutters, access ramps and driveways shall conform to the provisions in Section 303-5 of the Standard Specifications and the following special provisions. Other costs associated with the construction such as saw cutting, aggregate base, adjusting water I:\P WENGW_CONTRS\20001FREMONTIICONTRACT.fOC March 23, 2000 52 1 I I 1 I I i I .I I r 1 I 1 I 1 meter boxes and providing plywood and/or steel plate for temporary ramping to driveways are deemed included in the unit cost of the item and no additional compensation shall be allowed therefore. Curb, gutter and sidewalk removal and replacement shall be done on one side of the street at a time. There shall be no instances where sidewalks on both sides of the street are demolished at the same time leaving no room for the pedestrian traffic to walk through the area. During construction of the curb, gutter and sidewalk, the Contractor shall install temporary walkways for residents' access in and out of the property if necessary. Payment for temporary walkway is to be included as part of the curb, gutter and sidewalk pay item. No additional compensation will be made to Contractor for the temporary walkways. hi some cases, only a portion of the driveway, walkway or lawns is scheduled for removal and replacement. The homeowner may want the work extended further into the property at their expense. The Contractor may execute contracts with individual homeowners to do this additional work. The City will provide the Contractor with a list of homeowners who would want to receive a quote for the additional work. City will not be responsible for payment for any work in addition to that shown on the plans unless approved in writing, in advance, by the City. Additional driveway work shall be limited to the strict removal and replacement of the existing driveways. Otherwise; a building permit is required for the extra paving. SP -308-2.3 TOPSOIL PREPARATION AND CONDITIONING. Placement of topsoil shall conform to the provisions in Section 308-2.3 of the Standard Specifications. Contractor shall remove all loose gravels, rocks, debris and forms per direction of the engineer prior to importing any topsoil. A minimum of 6" of topsoil is required in the planting strip. SP -308-4.8.3 SOD. The type and thickness of the sod shall be the same as the sod removed or as approved by the homeowner of the place where the sod is to be installed. Placement of the sod shall conform to the provisions in Section 308-4.8.3 of the Standard Specifications. Contractor shall coordinate this activity with the individual homeowners and seek their approval before placement of sods. I:\PWENG\A_CONTRS\2000\FREMONTI\CONTRACT.DOC March 23, 2000 53 1 I 1 I I I 1 1 I 1 IS COPOLYMER POLYPROPYLENE PLASTIC I/2 GRADE 60 STEEL REINFORCEMENT SECTION B -B 1'01A HOLE 3.3/4' DEPTH 2 HOLES INSTALLATION MANHOLE STEP DETAILS NOTES 1 I. CONCRETE SLAB AROUND CASTING SHALL BE A CONCENTRIC CIRCLE IN STREETS 2. CONCRETE SLAB AROUND CASTING SHALL BE SQUARE AND FORMED WITH LUMBER IN EASEMENTS. 3. TAPER "SHELF" I/2" PER FOOT TOWARDS CHANNEL. 4. INSTALL MANHOLE STEPS IN MANHOLES. GREATER THAN 4 FEET DEEP. 5. MANHOLE STEPS SHALL BE PLASTIC - COATED STEEL AS MANUFACTURED BY M.A. INDUSTRIES, INC. PEACHTREE, GEORGIA , MODEL PS • 2 - PF OR CITY APPROVED EQUAL. NOT TO SCALE A ` REVISION JUNE 2811989 Orr OF SAN 4I4T£O CALIFORNIA 94403 STANDARD PRECAST CONCENTRIC MANHOLE 560-03250 CONG. SLAB ZS STANDARD FRAME AND COVER , SEE 3•I.107 STREET GRADE c 560-C-4250 POURED IN PLACE)O SECTIONAL ELEVATION PRECAST CONC. CONE SECTION A - A DArE 1987 DRAWN BY RLG SD CHECKED APPROVED IT ENGINEER CASE 3 DRAWER SET 104 ati-- currr nr M ® a ® a ! ® a a a ® ® M i c0 a 6" 01 n�j CITY - OF SAN MATEO CALIFORNIA 94403 TYPICAL SECTIONS OF CURB, GUTTER AND SIDEWALK m m 0 MIN. 7-12" MAX. .. DRAWN BY CHECKED RLG MC to ro _ EXISTING A.C. - PAVEMENT . : v j 1 SLOPE: 1/4" PER BATTER BATTER; PER ADE FOOT CURB GRI" FOOT / rq" .a. -6 ,.'n•.Q.•:�" -.J:-`-'o ��— _^A• 6.. SLOPE: _ __ _ *X-6..}MIN- (,PERf00� APPROVED /L2 ( CITY ENG/NEER COMPACTED SUBGRADE 6" MIN. •.•L. .;.f;:::':.::::.::.:�^a•=0-'.: .5 ;.-, I,: •,. :;....;..'.:. ;;:;; +°-'' •"' DEEP LIFT A.C. BATTER: I" PER FOOT CLASS 2 AGGREGATE BASE AT T.. 520-C-2500 CONCRETE NOTE: FOR. SOUAR INTERVALS. SCORING COLD 95% RELATIVE COMPACTION OR AS APPROVED BY THE ENGINEER TYPICAL 5 FT SIDEWALK, SCORE IN 2.5 FT ES AT 10 F ANDFORNON-TYPICAL COLD JOINTS TOBSEI EWALKT TYPE TO BE AS DIRECTED BY CITY WITH JOINT EVERY FOURTH MODUAL, NOT TO EXCEED 15 FT. 5'- 0" "A° 2'-6" /12" 6" MIN. MAX. -)F 8.112" EXISTING A.C. PAVEMENT SLOPE: 1/4" PER FOOT R=4" R=6" " ____,_ 6" MIN. : 0 • '. DEEP LIFT A.C- p. ..' ' • ::;. [� W G emenzetcr _ A Y .. .. . . . -.: • '..-.'. :: ';: : - .. : ,' .' . . . . ..:.. .' BATTER: t" PER FOOT -. • - • . COMPACTED SUBGRADE CLASS 2 AGGREGATE BASE AT 520-C-2500 95% RELATIVE COMPACTION CONCRETE OR AS APPROVED BY THE ENGINEER TYPE .B0 NOTE: PROVIDE AND INSTALL *4 x 12" LONG DOWELS * REQUIRED ONLY WHERE EXISTING A.C. PAVEMENT AT 18" 0.C. MAXIMUM AT THE END OF UNFINISHED IS NOT BEING RECONSTRUCTED AND ONLY FOR CONCRETE POUR OR WHERE NEW CONCRETE - THE PURPOSE OF SETTING UP FORMS AT LIP OF JOINS EXISTING CONCRETE. GUTTER. NOTE: CONCRETE SHALL CONTAIN ILB OR IPT OF LAMP BLACK PER CU. YD. NOTE; TYPE "B" TO BE USED ONLY IN SPECIAL NOTE: CURB AND GUTTER TO BE POURED MONOLITHIC UNLESS APPROVED CASE WITH PERMISSION FROM CITY ENGINEER. BY CITY ENGINEER. -X- * 4"AB(2) MAY BE USED WEST OF BAYSHORE FRWY. /I\REVISION 3/21/96 NOTES Cover Grade ring Asphalt Concrete 560-C•3250 Roodwoy GRADE RING DETAIL Frame 2'- I. Registered Engineer or Lond Surveyor No. . and yeor shall be 3/16" min. stomp - on plate 2. Monument mark shall be 0 1/8" dio. drilled hole or well defined punch mark • and cross placed within the clear center area of the plate. 3. Frame and cover shall be os . detailed on STD DWG 3 - 1 - 143 Set brass plate in fresh concrete A.C. finished grade 4, %!!//!///!//AS .o'• • rO : M a Form with 3/32" wax impregnated paper or sheet metal which may be left in place Pour agoinst undisturbed earth in drilled hole No.4 Rebor 2 long Concrete 560-C-3250 DRAWN BY CHK. BY St Top of Sidewalk or Pavemen 1 sturbed S a c N 6" Dia. STANDARD MONUMENT APPROVED CITY ENGINEER PLAN CASE SAN M 4 L.S. N0. DRAWER SHEET 0 To be trowled Back of -curb .0 L. u 0 E 0 z J 4-0" 2'-O" 2'-O" c0'r' per foot Slope -� P o • ,fit m .e'.•q , 4., y.. • 91w.:a 2" sand or 3" compacted crushed rock or gravel TYPE L Top of pvrn't. O" 3" 8 520-C-2500 concrete Slope I" per foot 2" sand or 3". compacted crushed rock or gravel REVISION JUNE 28 1989 TYPE D* to Top . of pvm't. A 520-C-2500 concrete $ To be used in special case with permission from City Engineer. STANDARD TYPICAL SECTIONS OF ROLLED. TYPE CURB AND GUTTER DATE I9t3 DRAWN BY C. P. W. CHK. BY J. G. SAN..-MATFO, CALIF. 1 1 I 1 1 I 1 Back of Walk -_ Driveway Expansion Joint, Sidewalk Width Variable Slope of walk 1/4"per foot 6::.GONG:; DRIVE WAY 4P1)k0.4c ' •:•\;i, /add\~. •- I Q \\\�Yi/jAY-j/ ts•Compocted Subgrade-/ SECTION A -A &t Note: Concrete shall contain I lb. or I pt. of lamp black per 20' Safety island_ Gutter width Curb grade Normal •ut 1 ////A \Vi/..a\ 520-C-2500 Q46"Class 2 Aggregate Base at 95% compaction or as approved by the Engineer. cubic yard, 35' Maximum Driveway Approach Width Back of sidewalk - q 3' min. ./`W"� r Gutter flow 4. 35' Maximum Driveway Width Expansion Joint u 0 5 1 Canc. Driveway Q i Approach ••i ; Driveway A c 0' 0 a 0 _ 70' Sntety isloM 3' min. i Top of curb' LA PROFILE rBock of sidewalk Concrete sidewalk-i- J Back of Curb "Wei 2 `• 3 mink' j •`. Curb Line `Concrete gutter PLAN LRev. 9/15/87 A2 Rev.5/28/99 ®Rev.'7/96 ARev.11/5/97 CITY Of SAN MATED CAT£ 1987 NOTE: I. Whenexisting concrete improvements are to be removed and replaced with new driveway they shall be col with a concrete sow. 2. Provide o safety islond with not less than 20' of parking area between driveways unless otherwiseapproved by the City Engineer: 3.If expansion joint tolls in driveway, place in center between curb cuts. 4. W r Width of Driveway Note: No driveway to be constructed within three feet of curb return. STANDARD COMMERCIAL DRIVEWAY APPROACH Rev. 79C CALIFORNIA 94403 DRAWN BY RLG CN£CXED ER APPROVED /CIT•. ENGINEER 3 DRAWER I SE 148 c accr I nF 1 1 1 I 1 1 1 I 1 1 1 1 I I V-6" ridrvewfy 20'-0"(MAX) i-Expansion Joint -°�A VARIABLE 2'-6" Edge of Dnveway- 0 m I -• tn ci Std. Type ) A Curb) S Maximum Driveway Width 25'-O" PLAN / Note:: Concrete shall contain I Ib. or I pint of lamp black per cu. yd.. Expansion Joint Driveway Slone � r to n�`..1:.'.•s;.'. • Compacted Subgrade x 0 I a 2 7 A-- ® a 520-C-2500 Concrete/ f SI- 611 . 1 E Per Footer b 11 Expansion Joint Gutter Width 6" Class 2 Aggregate'Base at 95%compaction or as approved by the Engineer. SECTION' A * REQUIRED ONLY WHERE EXISTING A.C.PAVEMENT IS NOT BEING RECONSTRUCTED AND ONLY FOR THE PURPOSE OF SETTING UP FORMS AT LIP OF GUTTER. _ Note: No_drivewayshalibeconstructed _._within #hree_lfest of any curb return. -"1St- 25'-.0" t- (MAX) I A\ Note: _ When existing concrete improvements -are to REVISION DEC. 6, 1999 be removed and replaced, with new driveway REVISION SEPT. 15, 1987 REVISION JUNE 28 1989 they shall be cut with a concrete saw. REVISION JUNE 1,1988 ® REVISION NOV. 5, 1997 REVISED 7/90 STANDARD RESIDENTIALSAN MADRIVTEDEWAY APPROACH , CALIF. DATE 1973 DRAWN BY T. L. CHIC. BY I.G. APPROVED PLAN CASE 3 DRAWER 1 SHEET 149 tin ore Or greater 1.33% Max SOS Nate S 9432 Max 4' w, croawak CASE A See Nate 9 4 932 Melt of curb Cream* fl Max at Curb See Note I Retaining curb if /neaeaa'y at Gage of *Mew* i See Nate 6 to s rile Front edge of •� �.j f (adewak Vie, qY ix 1rrx 2i curb �A o ) '''See Note 9 CASE B 2Y' kin 5' 5' (/Retsining crrb:Jf.., f necessary of edge of soewok D See Note 9 CASE C Use wher, sidevoot is less than 6• wide lop of romp. Rounded 4'Min Sop of romp Rounded 9.132 Max 22 SECTION A -A 4'kin Retaining Curb If necessary '6.332 Cox 22 Max SECTION B -B Depress entire sidewalk lee required Retaining curb Cif necessary—L � 22 Mot' T7 SECTION C -C DATE PREP. BY lfllod1 am mrfaa. mt rep Mee Note Si no p CASE E .Planting area See Nate a CASE F See Note 4 CASE D : —f or • re ®9aV wSW aef Front edge of siOeMt ai w Front ide akdge Of See Note 6 S� .... 102 Max' 4 at curb CASE G �A See Note 4 Approximately Ye I-- l/ GROOVING DETAIL see Note 9 • {."1 teaT1 tut 1-nr-La ro;e;:t n s May 29,1996 hra rq.6 Nit NEPA . M.+,. .r me.. ,n4 • /Ir.... Fe all w W. O 0 0 I go®OO RAISED TRUNCATED DOME PATTERN 0.4Sy FT020" 0.91211. O RAISED TRUNCATED DOME DETECTABLE WARNING SURFACE See Nate 9 • flemavd and replacement Limit of pay Of Contractor's option 4'Min Urges, otherwise shown Rounded 1 on project pons _ DETAIL H Existing curb and side.,* Front edge of sidewalk NOTES L If distance tram curb It bock of sidewalk Is too short to accommodate ramp and Vpictform as In Case A, the sidewalk may be depressed longitud!nally or as In Case S or Cy be widened as In Case 0. 2.If sidewalk le less than 6' wide, the lull width of the sidewalk shall be depressed as shown in Case C. S. linen ramp Is located In center of curb return. crosswalk configuration must be similar to that shown for Case E to accommodate wheelchairs. 4. For Cases F and C. the longitudinal Portion of the sldewak may need to be depressed as shown in Case B. 5.M located on a curve the sides of the ramp need not be parallel, but the minimum width of the ramp shall be 4'. 6. Transitions from romps to roks.OJttera. Or streets shall be flush and tree of abrupt changes. 7. Sidewalk and romp thickness. x7x,, shill be S/n kin. e. the ramp shell have a 12" wide border with u ' grooves approximately j'," on center. See proovinc t9. Curb ramps that have a ramp Mope flatter than 6.672 shall have o detectable warning surface that extends the full width of the romp and 24" minimum length, similar to that shorn on Case 0. Detectable warning surfaces• at the option of the Contractor. shall be constructed by cast -In -pace or stamped method. or consist of a prefabricated surfpce.Tne prefabricoted surface shell conform to the requirements In the 'special provisions. IO.fhen detectable warning surface Is not required on o curb ramp, the concrete finish of the ramp and Its flaredsidesshall ve a transverse browsed surface texture rougher than the surrounding sidewalk, II. Ramp side slope varies uniformly free o maximum of 104 at curb to conform with ongltudlnalsidewok slope adjacent to top of the ramp, except In the Case C. R.Ulility pull boxes. manholes. woutts and all other ut Alt y facilities within the boundaries of the curb ramp will be r located by the o r prior to. or in conjunction with. curb romp construction U. Mmlmum slopes et adjoining gutters.the rood surface Immediately adjacent to the curb romp and continuous passage to the curb ramp shall not exceed S percent within 4' of to top or bottom of the curb ramp. 14. Design details approved by the Division of the State Architect on March 056. SLOE OF CALIEDRNA DEPARTMENT OF IFUNSPoRtAToN CURB RAMP DETAILS NO SCALE RRSP ASS DATED MAY 29, 1996 SUPERSEDES STANDARD PLAN NSP ASS DATED .AMY I. 1992 AND SUPPLEMENTS THE STANDARD PLANS 5006 DATED JULY 1992. REVISED NEW STANDARD PLAN RNSP A88 WHEEL CHAIR RAMP SAN MATEO, CALIF. CHIC BY APPROVED PLAN CASE DRAWER 1 SHEET 1999 H.A D.0 E. alas/'c DIRECTOR OF PUBLIC WORK 3 157 " L" ..sy:�� F. $" " " " :" :;:.? _' yi s,t r :.lri. l " {:--r Y.. a nl'+lri-.-1..- I. ii_.7.:����.: .��L fC,.. - , " cP'��'"t.. ....air 91 r�� .Iwwt e: 1 f& p..i" ,_,,,,,_,Its..,y rart. e.....; 6A , ibT ry rte. li U " . T -: t '::."  - 7 " " " " " " " 02":t "'I:Lt....V.-4. 2 .1"41:4'r!:r'141;a:41. - r f '''. .7'4" 4' a31." ;?::::::?" ;"":11'; ' 1".:91:411; * r .. -1-4��-r ori i r .'ti r " a $! T I }.aw- a .,,7 r -4 f&w {re .,,.a +.J. �., t :��:'7::C . .rf& i.. " in ti i S" aE`" 1`;.17-" ;" 7.-" " " " 1.7...1:4 J .' " T, t ' '- 4 5Y "MSSY. ' T } . ; C i A Lr t n 7whr i" f&' .r ^9S Irk:_,,,:.:.* K ���� " uyi. Pte:-..; . Ott* S. i a r c.,... ��r 3 ""' .  .mac.'^ . I ./RI" ��! 1 ��t'. aeT>f& f& tij i^."%uL,ll���� Y7. PLOYME I" ' ' 4'r" ! ," .rV++"  " n. ti :'.. " pJi'A AFFIRMATIVE ACTION REQUIREMENTS.''` 1 MiNf 4De:, e " Executive Order Number 11246, issued by the President, prohibits job discrimination because of RACE, COLOR, RELIGION, SEX, or NATIONAL ORIGIN, and requires affirmative action to ensure equality of opportunity in all aspects of employment. 1 s I . I I I I I I I 1 I I I 1 TABLE OF CONTENTS Memorandum to HUD Recipient Agencies/Sponsors/Developers Instructions to Recipient Agencies and Sponsors Regarding Affirmative Action Requirements Under E.O. 11246 Exhibits Page 1 2-3 1 Sponsor/Developer/Contractor Affirmative Action 4 Acknowledgement Letter for Executive Order 11246 2 Notice of Requirement for Affirmative Action to 5-6 Ensure Equal Employment Opportunity 3-A Appendix A, Goals and Timetables for Female Utilization 7 3-B Appendix B, Goals and Timetables for Minority 8-9 Utilization 4 Equal Opportunity Clause 10-11 5 Standard Federal Equal Employment Opportunity 12-17 Construction Contract Specifications 6 Contractor's Notification of Subcontracts Awarded 18-19 7 Monthly Employment Utilization Report, Form CC -257 20-21 8 Contractor's List of Federal and Non -Federal Work 22 in Covered Area 9 Listing of Department of Labor Offices 23-24 I 1 1 I I 1 I I I I I I I I i Memorandum TO: FROM: SUBJECT: HUD RECIPIENT AGENCIES/SPONSORS/DEVELOPERS U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT DATE: AUG 11 1981 IN REPLY REFER TO: 9.3E La Vera Gillespie, Fair Housing & Equal Opportunity Division San Francisco Area Office Affirmative Action Requirements under Executive Order 11246 The Department of Labor, Office of Federal Contract Compliance Programs, has issued regulations for all Federal or Federally -assisted construction contracts over $10,000. The purpose of these regulations is to ensure equal opportunity of employment in the building trades for all persons regardless of race, color, religion, national origin, or sex. Procedures established are to be followed in soliciting, awarding, and making Federal or Federally -assisted construction contracts. All solici- tations for construction contracts are to include the "Notice of Require- ment for Affirmative Action to Ensure Equal Employment Opportunity", the Equal Opportunity Clause, and the Standard Federal Equal Employment Opportunity Construction Contract Specifications. Included in this booklet are the following: (1) an outline of HUD Recipient Agency/Sponsor/Developer responsibilities under the Affirmative Action Program, (2) copies (suitable for reproduction) of the equal opportunity material to be included in bid solicitations and contracts, and (3) samples of reports which must be submitted by sponsors/developers and contractors in connection with the requirements. The Department of Labor has responsibility for monitoring and assuring compliance with the Affirmative Action Program regulations under Execu- tive Order 11246. Therefore, all required reports (except Exhibit 111) are to be submitted to the applicable Area Office of the Department of Labor. Questions can be directed to those offices or to the Regional Office (see Exhibit 119 for a complete listing). Housing sponsors and developers are reminded that this Affirmative Action Program governs employment practices only. It is not to be confused with the HUD Affirmative Marketing Program which governs to advertising, sale, and rental of housing projects. We hope that these instructions and sample reports will be of assistance to you and to contract V ase- Di ctor Previous Edition is Obsolete 1 HUO-96 (4-s01 I I I I I I I I I I I I I I I 1 SPONSOR/DEVELOPER/CONTRACTOR AFFIRMATIVE ACTION ACKNOWLEDGEMENT LETTER FOR EXECUTIVE ORDER 11246 The undersigned acknowledges that the Affirmative Action requirements are in effect for the project indicated below. The requirements will be incorporated into our plans and specifications, and in all our contracts over $10,000 or open—end contracts expected to exceed $10,000. We will submit a list of all our contractors over $10,000 to the Department of Labor within 10 working days from the date of award of the contract. We will also submit copies of the contractors' and subcontractors' monthly reports to the Department of Labor, to arrive no later than the 5th day of each month. Signature & Title of Signature 6 Title of SPONSOR/DEVELOPER PRIME CONTRACTOR For For Name of Company Name of Company Number 6 Street Number 6 Street City, State, 6 Zip City, State, & Zip Project Number Project Name Project Location City 6 State This format meets the HUD requirements for Executive Order 11246. Sign and submit this letter directly to the HUD office processing your multifamily project application or to the office of the HUD Grantee administering your contract. 4 1 I i I 1 I 1 i I 1 I 1 I r I I Exhibit 02 The following Notice shall be included in and shall be a part of all solicitations for offers and bids on all Federal and federally assisted construction contracts or subcontracts in excess of $10,000 to be performed in geographical areas designated by the Director. NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Con- struction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered areas are as follows: GOALS FOR MINORITY GOALS FOR FEMALE TIMETABLES PARTICIPATION. IN EACH TRADE PARTICIPATION IN EACH TRADE 25.6% 6.9% These goals are applicable to all the Contractor's construction work (whether or not is is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportun- ity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 5 hxnioi.c tii—B 1 1 I 1 1 1 1 1 I I 1 f� i 1 I 1 1 Until further n.,cice, the following goals for n._nority utilization in each construction craft and trade shall be included in all Federal or federally -assisted construction contracts and subcontracts in excess of S10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is per- forming work on a Federal, federally -assisted, or nonfederally related project, contract, or subcontract. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Planwith regard to construction work they perform in the area covered by the Hometown Plan. With regard to all their other covered construction work, such contractors are required to comply with the... applicable SMSA or EA goal contained in this appendix B, ECONOMIC AREAS Area Covered California: Goal Percent Redding Economic Area Lassen County, Modoc County, Plums County, Shasta County, Siskiyou County, Tehama County 6.8 Eureka Economic Area Del Norte County, Humboldt County, Trinity County 6.8 San Francisco -Oakland -San Jose Economic Area Monterey County 28.9 Alameda County, Contra Costa County, Marin County, San Francisco County, San Mateo County 25.6 Santa Clara County 19.6 Santa Cruz County 14.9 Sonoma County 9.1 Napa County, Solano County 17.1 Lake County, Mendocino County, San Benito County 23.2 Sacramento Economic Area Placer County, Sacramento County, Yolo County 16.1 Butte County, Colusa County, Eldorado County, Glenn County, Nevada County, Sierra County, Sutter County, Yuba County 14.3 Stockton -Modesto Economic Area Stanislaus County 12.3 San Joaquin County 24.3 Alpine County, Amador County, Calaveras County, Mariposa County, Merced County, Tuo].omne County 19.8 Fresno -Bakersfield Economic Area Kern County 19.1 Fresno County 26.1 Kings County, Madera County, Tulare County 23.6 8 I I I 1 1 1 I I I I Exhibit STA,.JARD FEDERAL EQUAL EMPLOYMENT t,: PORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS (EXECUTIVE ORDER 11246) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority" includes: (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race; (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and partici- pation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, sub- contracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female parti- cipation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their par- ticipation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contrac- tors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 12 1 I I I I 1 i I 1 r 1 r I 1 I S. Contractors are encouraged to participate in voluntary associ ations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community, or other similar group of which the contractor is a member and par- ticipant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Con- tractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goal■ for women gener- ally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affir- mative action standards to discriminate against any person because of race, color, religion, sex or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these speci- fications shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 16 U. S. ULPAII I MEN I Uf LAHUH Enlpluysnuul Standards Administration, OFCCP MONTHLY EMPLOYMENT UTILIZATION REPORT I I.UHIIII. ills>OrJ)a lam la1 llUlu4 NI \.U9\) MINORITY rwl r•^•Lrn.rl ....I. FROM :2114 npurl a s.yuued by Eaeculwe Order 11246, Sec. 203. Failure to report can result ill cons, cli being ne I uncalled, winnowed or suspended on whole or in pan and the matraeior may be declared ineligible lot lurt_h_er_ Government contracts of lederally aiswed consilucllon eonlraet .• l FEMALE 7 Itan 11Y111i111 NU TO U.S. DEPARTMENT OF LABOR Office of Federal Contract Compliance Programs, ESA NAME AND LOCATION OF CONTRACTOR I EUEHAL FUNDING AGENCY 6. WORK HOURS OF EMPLOYMENT (Federal & Non•Federall 9• ID. CONSTRUCTION TRADE Clanlllcatlons 6a. TOTAL ALL EMPLOYEES BY TRADE M F 6b. SLACK 17201 cal Ilnyarllc ()Hyoid M F Gc, HISPANIC 14 F 60. ASIAN OH PACIFIC ISLANDERS M F Ge. AMERICAN INDIAN On MINORITY ALASKAN NATIVE M F 7. PERCENTAGE U. FEMALE PERCENTAGE TOTAL NUMBER OF EMPLOYEES M F TOTAL NUMBER OF MINORITY EMPLOYEES M F Journey worker APPRENTICE TRAINEE SUBTOTAL Journey walker APPRENTICE TRAINEE SUB -TOTAL Journey worker APPRENTICE TRAINEE SUB -TOTAL Journey worker APPRENTICE TRAINEE SUB -TOTAL Journey worker APPRENTICE TRAINEE SUB -TOTAL TOTAL JOURNEY WORKERS TOTAL APPRENTICES TOTAL TRAINEES GRAND TOTAL J 11. COMPANY OFFICIAL'S SIGNATURE AND TITLE 12. TELEPHONE NUMBER (Include area code/ 13. DATE SIGNED PAGE OF *Delia er.- in___s raillr- eeeeeee 1101/ -- a- e♦ ., —. mails Y—. ee. C �1 ---..-u l 1,D 1 I I 1 I I 1 I I 1 1 U.S. DEPARTMENT OF LAM - Office of Federal Contract Compliance Programs/ Employment Standards Administration (OFCCP/ESA) Regional Office Mr. William Gladden Assistant Regional Administrator OFCCP/ESA U.S. Department of Labor 450 Golden Gate Avenue, Room 11435 San Francisco, CA 94102 (415) 556-4905 Area Offices Ms. Myra Stratton Area Director San Francisco Area Office OFCCP/ESA U.S. Department of Labor 1375 Sutter Street, Suite 205 San Francisco, CA 94109 (415) 556-6017 Mr. Robert T. Cordova Area Director San Jose Area Office OFCCP/ESA U.S. Department of Labor 84 West Santa Clara Street, Suite 460 San Jose, CA 95113 (408) 275-7384, 275-7385 Nr. Ralph C. Casarez Area Director Van Nuys Area Office OFCCP%ESA U.S. Department of Labor 6230 Van Nuys Boulevard/P.O. Box 518 Van Nuys, CA 91408 (213) 997-3185 Ms. Barbara C. Long Area Director Oakland Area Office OFCCP/ESA L'.S. Department of Labor 1330 Broadway, Suite 550 Oakland, CA 94612 (415) 273-4055 *A11- CC -257's for Sacramento County: Greater Sacramento Area Plan 4320 Stockton Boulevard Sacramento, CA 95820 Counties Served by Area Office San Francisco, San Mateo Alpine, Calaveras, Fresno, Kings, Madera, Mariposa, Merced, Monterey, Santa Clara, Santa Cruz, Stanislaus, Tuolumne Kern, Tulare Alameda, Amador, Butte, Colusa, Contra Costa, Del Norte, El Dorado, Glenn, Humboldt, Lake, Lassen, Marin, Mendocino, Modoc, Napa, Nevada, Placer, Plumas, *Sacramento, San Joaquin, Shasta, Sierra, Siskiyou, Solano, Sonoma, Sutter, Tehama, Trinity, Yolo, Yuba (CONTINUED ON REVFRCF.) 71 GENERAL DECISION CA000029 03/17/00 ('A29 General Decision Number CA000029 Superseded General Decision No. CA990029 State: California Construction Type: BUILDING DREDGING HEAVY HIGHWAY County(ies): ALAMEDA MARIPOSA SAN MATEO CALAVERAS MERCED SANTA CLARA CONTRA COSTA MONTEREY SANTA CRUZ FRESNO SAN BENITO STANISLAUS KINGS SAN FRANCISCO TUOLUMNE MADERA SAN JOAQUIN BUILDING CONSTRUCTION PROJECTS; DREDGING PROJECTS (does not include hopper dredge work); HEAVY CONSTRUCTION PROJECTS (does not include water well drilling); HIGHWAY CONSTRUCTION PROJECTS Modification Number Publication Date 0 02/11/2000 1 03/03/2000 2 03/17/2000 COUNTY(ies): ALAMEDA MARIPOSA SAN MATEO CAT,AVERAS MERCED SANTA CLARA CONTRA COSTA MONTEREY SANTA CRUZ FRESNO SAN BENITO STANISLAUS KINGS SAN FRANCISCO TUOLUMNE MADERA SAN JOAQUIN ASBE0016A 08/01/1999 Rates Fringes INSULATOR/ASBESTOS WORKER Includes the application of all insulating materials, protective coverings, coatings, and finishings to all types of mechanical systems 36.13 7.41 ASBE0016E 05/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: ASBESTOS REMOVAL WORKER/ HAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from 1 1 r 1 I 1 I 1 I I I mechanical systems, whether they contain asbestos or not 22.01 4.28 ASBE0016F 05/01/1999 Rates Fringes CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: ASBESTOS REMOVAL WORKER/ HAZARDOUS MATERIAL HANDLER Includes preparation, wetting, stripping, removal, scrapping, vacuuming, bagging and disposing of all insulation materials from mechanical systems, whether they contain asbestos or not 22.01 4.28 BOIL0092A 10/01/1999 BOILERMAKER TUBE WELDER Rates Fringes 29.56 9.81 31.06 9.81 BRCA0003B 08/01/1998 MARBLE FINISHER Rates Fringes 21.12 4.97 BRCA0003D 08/01/1998 MARBLE SETTER Rates Fringes 25.89 12.92 BRCA0003G 07/01/1999 Rates Fringes SAN FRANCISCO AND SAN MATEO COUNTIES: BRICKLAYER 29.45 9.75 FOOTNOTES: Underground work such as tunnel work, sewer work, manholes, catch basins, sewer pipes and telephone conduit: $5.00 per day additional. Additionally, for work in direct contact with raw sewage: $2.50 per day additional. Operating a saw or grinder: $0.50 per hour additional. Gunite nozzle person: $1.00 per hour additional. On one or two person light duty swinging scaffolds, from and including the seventh floor to the sky (floors to be determined by the number on the elevator identity or floor identity): $10.00 per day additional. BRCA0003K 07/01/1999 Rates Fringes AL,AMEDA, CONTRA COSTA, SAN BENITO AND SANTA CLARA COUNTIES: BRICKLAYER 28.67 8.53 CA7,AVERAS; SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: BRICKLAYER FOOTNOTES: Underground catch basins, $5.00 per day 24.45 7.05 work such as tunnel work, sewer work, manholes, sewer pipes and telephone conduit shall be paid above the regular wage. In addition to the daily allowance specified in the preceding sentence, all employees working in direct contact with raw sewage shall receive an additional allowance of $2.50 per day above the regular wage. Fifty cents ($0.50) per hour extra will be allowed for operating a saw or grinder, provided such work is for the major portion of the day. A gunite nozzle person shall receive $1.00 per hour above the journeyman wage rate. On one or two -person light -duty swinging scaffolds, from and including the seventh floor to the sky, $10.00 per day over and above the regular wage shall be paid. The floors shall be determined by the number on the elevator identity or floor identity. BRCA0003O 07/01/1999 MONTEREY AND SANTA CRUZ COUNTIES: BRICKLAYER Rates 27.38 Fringes 9.05 FOOTNOTES: Underground work such as tunnel work, sewer work, manholes, catch basins, sewer pipes and telephone conduit: $5.00 per day additional. In addition to the daily allowance specified in the preceding sentence, all workers working in direct contact with raw sewage: $2.50 per day additional. Operating a saw or grinder, provided such work is for the major portion of the day: $0.50 per hour additional. Gunite nozzle person: $1.00 per hour additional. Work on one or two person light duty swinging scaffolds, from and including the seventh floor to the sky (floors to be determined by the number on the elevator identity or floor identity): $10.00 per day additional. BRCA0003Q 07/01/1999 Rates Fringes FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES: I r I 1 1 BRICKLAYER 22.35 8.15 BRCA0003T 04/01/1998 Rates Fringes ALAMEDA, CALAVERAS, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: TILE SETTER TILE FINISHER 25.03 7.60 13.06 5.27 BRCA0004P 07/01/1999 TERRAZZO WORKER TERRAZZO FINISHER Rates Fringes 29.33 5.70 15.56 5.02 FOOTNOTE: Base machine operator: $.75 per hour additional. CARP0003A 08/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: DRYWALL INSTALLER/LATHER DRYWALL STOCKER/SCRAPPER 27.00 11.065 13.50 6.265 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES: DRYWALL INSTALLER/LATHER DRYWALL STOCKER/SCRAPPER REMAINDER OF COUNTIES: DRYWALL INSTALLER/LATHER DRYWALL STOCKER/SCRAPPER 23.87 11.065 11.94 6.265 23.02 11.065 11.51 6.265 NOTE: Effective 7/1/99 new projects public or private, valued at twenty-five milllion dollars or more shall be paid at the Alameda, Contra Costa, San Francisco, San Mateo, and Santa Clara Counties rate. CARP0012E 09/01/1993 Rates fAT,AVERAS, SAN JOAQUIN AND. STANISLAUS COUNTIES: TILE FINISHER 12.80 Fringes 3.12 CARP0034A 07/01/1996 DIVERS: Diver standby Rates Fringes 25.95 12.955 1 1 I 1 i 1 1 I I 1 Diver. wet pay 37.20 12.955 Tender 25.95 12.955 Saturation diver 45.80 12.955 Manned submersible - 45.80 12.955 Manifold operator/life support Technician 29.55 12.955 Remote controlled vehicle - remote operated vehicle pilot 25.95 12.955 Bell winch operator 25.95 12.955 DEPTH PAY (Surface Diving): 50 to 100 ft $1.32/ft 100 to 150 ft $66.00 + $1.85/ft 150 to 200 ft $158.00 + $2.65/ft 200 ft and over $291.00 + $3.00/ft CARP0034C 07/01/1997 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, AND SANTA CLARA COUNTIES: PILEDRIVER PILEDRIVER - BRIDGE BUILDER 24.95 12.765 25.91 10.165 CALAVERAS; FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS, AND TUOLUMNE COUNTIES: PILEDRIVER PILEDRIVER - BRIDGE BUILDER 24.95 12.765 22.43 10.165 MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES: PILEDRIVER PILEDRIVER - BRIDGE BUILDER 24.95 12.765 23.28 10.165 CARP0035A 07/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, AND SANTA CLARA COUNTIES: CARPENTER 27.00 10.935 HARDWOOD FLOORLAYER; SHINGLER; POWER SAW OPERATOR; STEEL S('AFFOLD AND STEEL SHORING ERECTOR; SAW FILER 27.15 10.935 BRIDGE BUILDERS 27.00 10.935 MILLWRIGHT 27.00 12.395 (`AT,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS, AND TUOLUMNE COUNTIES: CARPENTER HARDWOOD FLOORLAYER; SHINGLER; 22.52 10.935 11 I I 1 POWER SAW OPERATOR; STEEL SCAFFOLD AND STEEL SHORING ERECTOR; SAW FILER BRIDGE BUILDERS MILLWRIGHT 22.67 23.52 23.17 MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES: 10.935 10.935 12.395 CARPENTER 23.87 10.935 HARDWOOD FLOORLAYER; SHINGLER; POWER SAW OPERATOR; STEEL. SCAFFOLD AND STEEL SHORING ERECTOR; SAW FILER 24.02 10.935 BRIDGE BUILDERS 24.37 10.935 MILLWRIGHT 24.52 12.395 FOOTNOTE: Effective 7/1/99 new projects public or private, valued at twenty-five million dollars or more shall be paid at the Alameda, Contra Costa, San Francisco, San Mato, and Santa Clara counties rate. CARP0035H 07/01/1999 MODULAR FURNITURE INSTALLER Rates Fringes 16.87 7.465 ELEC0006A 12/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO,..SANTA CLARA, AND SANTA CRUZ COUNTIES: COMMUNICATIONS AND SYSTEMS WORK: Communications and Systems Installer 20.57 31+4.10 Communications and Systems Technician 24.28 31+4.10 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding fire alarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life -safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ELEC0006D 06/01/1998 Rates Fringes SAN FRANCISCO COUNTY: 1 1 1 1 i 1 1 LINE CONSTRUCTION: Line technician; ground person/driver 34.375 3% + 11.665 Cable splicer 38.67 3% + 11.665 Ground person 29.92 3% + 11.665 ELEC0006E 11/01/1998 SAN FRANCISCO COUNTY: SIGN ELECTRICIAN Rates Fringes 20.00 3% FOOTNOTE: Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, 4th of July, Labor Day, Thanksgiving Day, Day after Thanksgiving, and Christmas Day. To be eligible for holiday pay the worker must work the first business day before and after said holiday. ELEC0006H 06/01/1998 SAN FRANCISCO COUNTY: ELECTRICIAN: Electrician Cable splicer Rates Fringes 34.375 38.67 3% + 11.57 3% + 11.57 * ELEC0006K 12/01/1999 Rates Fringes CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: COMMUNICATIONS AND SYSTEMS WORK: Communications and Systems Installer 18.72 3%+4.10 Communications and Systems Technician 21.31 3%+4.10 SCOPE OF WORK: Including any data system whose only function is to transmit or receive information; excluding all other data systems or multiple systems which include control function or power supply; inclusion or exclusion of terminations and testings of conductors determined by their function; excluding firealarm work when installed in raceways (including wire and cable pulling) and when performed on new or major remodel building projects or jobs for which the conductors for the fire alarm system are installed in conduit; excluding installation of raceway systems, line voltage work, industrial work, life -safety systems (all buildings having floors located more than 75' above the lowest floor level having building access); excluding energy management systems. FOOTNOTE: Fire alarm work when installed in raceways (including wire and cable pulling), on projects which involve new or major remodel building construction, for which the conductors for the fire alarm system are installed in the conduit, shall be performed by the inside electrician. ELEC0100B 06/01/1997 FRESNO, KINGS, MADERA, COUNTIES: LINE TECHNICIAN Rates Fringes 20.78 3.75%+ 6.81 ELEC0100C 06/01/1999 Rates Fringes FRESNO, KINGS, AND MADERA COUNTIES: ELECTRICIAN 23.60 3% + 8.51 ELECO234A 06/01/1999 Rates Fringes MONTEREY, SAN BENITO AND SANTA CRUZ COUNTIES: ELECTRICIANS: Within the radius of 25 air miles from the intersection of Dolan Road and Hwy. #1 in Moss Landing; and an area extending 5 miles east and west of Hwy. #101 south to the San Luis Obispo County line: Electrician 26.08 3% + 10.72 Electrician, while welding 27.38 3% + 10.72 Cable splicer 29.34 3% + 10.72 Remainder of County: Electrician 28.69 3% + 10.72 Electrician, while welding 30.12 3% + 10.72 Cable splicer 32.27 3% + 10.72 ELECO234B 05/27/1996 Rates Fringes MONTEREY, SAN BENITO, AND SANTA CRUZ COUNTIES: 1 1 1 1 I I 1 I I 1 LINE CONSTRUCTION: Within the radius of 25 air miles from the intersection of Dolan Road and Hwy. #1 in Moss Landing; and an area extending 5 miles east and west of Hwy. #101 south to the San Luis Obispo County line: Line technician & Equipment Operator 23.20 4%+9.80 Cable Splicer 26.10 4%+9.80 Ground Person/Truck Driver 17.40 4%+S.35 Remainder of County: Line Technician & Equipment Operator 25.52 4%+9.80 Cable Splicer 28.42 4%+9.80 Ground Person/Truck Driver 19.72 4%+8.35 ELEC0302A 06/01/1999 CONTRA COSTA COUNTY: ELECTRICIANS: Electrician Cable splicer Rates Fringes 31.90 35.10 3%+8.16 3%+8.16 ELEC0302B 06/01/1996 CONTRA COSTA COUNTY: LINE CONSTRUCTION: Line technician Cable splicer Equipment operator Ground person Rates Fringes 29.26 32.19 26.33 21.95 3t+8.60 3%+8.60 3%+8.60 3%+8.60 ELEC0332A 06/01/1999 SANTA CLARA COUNTY: ELECTRICIANS: Electrician Cable splicer Rates Fringes 33.50 37.69 3% + 11.06 3% + 11.06 FOOTNOTES: Work under compressed air or where gas masks are required, or work on ladders, scaffolds, stacks, "Bosun's chairs," or other structures and where the workers are not protected by permanent guard rails at a distance of 40 to 60 ft. from the ground or supporting structures: to be -paid -one and one-half times the straight -time rate of pay. Work on structures of 60 ft. or over (as described above): to i I 1 I g I I I I r I I I i I I 1 1 I be paid twice the straight -time rate of pay. Welding: $5.00 per day additional. ELEC0332B 06/01/1999 Rates Fringes SANTA CLARA COUNTY: LINE CONSTRUCTION: Line technician; line equipment person 33.50 3% + 11.06 Cable splicer 37.69 3% + 11.06 Ground person 29.32 3% + 10.11 FOOTNOTE: Work on wooden poles, "H" frames or similar structures at a height of 75 ft. or more, or work on steel towers on tower structures where the point of attachment of the lowest high voltage insulator to the tower is 100 ft. or more: to be paid double time. Flood lighting equipment or warning and signal lighting or similar equipment installed on towers over 100 ft. shall be considered premium work as provided above. In determining height premium work, the top of the concrete footing of the stepped leg of the tower, or the ground level of the poles to be climbed and the lower side of the cross arm from which workers are required to work, shall be the determining factors. There shall be no height premium work for the erection of steel transmission towers themselves. ELEC0595A 06/01/1999 ALAMEDA COUNTY: ELECTRICIANS: Electrician Cable splicer Rates Fringes 31.94 35.93 3% + 11.86 3% + 11.86 ELEC0595B 12/01/1999 Rates Fringes CALAVERAS AND SAN JOAQUIN COUNTIES: ELECTRICIANS: Tunnel work: Electrician 27.19 5.75%+ 8.59 Cable splicer 30.59 5.75%+ 8.59 All other work: Electrician 27.06 5.75%+ 8.59 Cable splicer 30.44 5.75%+ 8.59 ELEC0617A 06/01/1999 Rates Fringes SAN MATEO COUNTY: ELECTRICIAN 35.80 3% + 9.86 ELEC0684A 07/01/1999 Rates Fringes MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: ELECTRICIANS: Work eight road miles from the City Halls of Modesto, Turlock and Merced; 0-2 air miles from the intersection of Washington St. and Stockton Rd., Sonora: Uncompleted tunnel work: Electrician 25.32 6% + 8.65 Cable splicer 27.85 6% + 8.65 Electrician when welding or heliarc 26.57 6% + 8.65 Heading electrician: Electrician 27.02 6% + 8.65 Cable splicer 29.72 6% + 8.65 Electrician when welding or heliarc 28.27 6% + 8.65 All other work: Electrician 25.17 6% + 8.65 Cable splicer 27.69 6% + 8.65 Electrician when welding or heliarc 26.42 6% + 8.65 Work in Merced and Stanislaus Counties to that point 200 yds. west of and parallel to Hwy. I-5 (except Zone 1): Uncompleted tunnel work: Electrician Cable splicer Electrician when welding or heliarc 27.57 Heading electrician: Electrician Cable splicer Electrician when welding or heliarc 29.27 All other work: Electrician Cable splicer Electrician when welding or heliarc 26.32 28.85 28.02 30.72 26.17 28.69 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 27.42 6% + 8.65 Work 2-4 air miles from the intersection of Washington St. and Stockton Rd., Sonora. Four air miles from the City Halls of Mariposa and Los Banos: Uncompleted tunnel work: 1 I I I I I I I r I I I Electrician Cable splicer Electrician when welding or heliarc 28.32 Heading electrician: Electrician Cable splicer Electrician when welding or heliarc 30.02 All other work: Electrician Cable splicer Electrician when welding or heliarc 28.17 Work in remainder of Mariposa, Merced, Stanislaus and Tuolumne Counties: Uncompleted tunnel work: Electrician Cable splicer Electrician when welding or heliarc 29.57 Heading electrician: Electrician Cable splicer Electrician when welding or heliarc 31.27 All other work: Electrician Cable splicer Electrician when welding or heliarc 29.42 27.07 29.60 28.77 31.47 26.92 29.44 28.32 30.85 30.02 32.72 28.17 30.69 6% + 8.65 6% + 8.65 6% + 8.65 61 + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 6% + 8.65 61 + 8.65 6% + 8.65 FOOTNOTE: Work from trusses, scaffolds, frames, ladders, etc., at a distance of 40 ft. or more from the ground floor, or work on stacks or towers at a distance of 60 to 90 ft.: to be paid double the regular rate. Work where other than climatic temperatures exceed 130 degrees F. maximum or 20 degrees F. minimum: to be paid 1-1/2 times the regular rate. ELEC1245A 06/01/1999 Rates Fringes LINE CONSTRUCTION AND OUTSIDE UTILITY TRANSMISSION WORK: Line worker; Cable splicer Powder worker Ground person Equipment specialist (operates crawler tractors, commercial motor vehicles, backhoes, trenchers, cranes (50 tons and below), and overhead and underground distribution line 30.39 28.87 19.75 4.5% + 6.78 4.5% + 6.54 4.5% + 6.50 I I I I 1 I equipment) Line worker, welding 25.83 4.5% + 6.50 31.91 4.5% + 7.02 SCOPE OF WORK: All outside work on electrical transmission lines, switchyards and substations, and outside work in electrical utility distribution systems owned, maintained and operated by electrical utility companies, municipalities, or governmental agencies. ELEV0008A 08/01/1999 Rates ELEVATOR MECHANIC 40.955 Fringes 6.935 FOOTNOTE: Vacation Pay: 8% with 5 or more years of service, 6% for 6 months to 5 years service. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Friday after, and Christmas Day. ENGI0001A 05/01/1999 Rates Fringes POWER EQUIPMENT OPERATORS CRANES AND ATTACHMENTS DREDGING TUNNEL AND UNDERGROUND These areas do not apply to piledrivers and steel erectors. AREA 1: ALAMEDA, CONTRA COSTA, KINGS, MERCED, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ AND STANISLAUS COUNTIES The remaining counties are split between Area 1 and Area 2 as noted below: CALAVERAS COUNTY: AREA 1: Area within the line beginning at the southernmost point of Calaveras County, Thencenortherly along the southeasterly county line to the intersection with the easterly line of Range 15.East, Thence northerly to the northeast corner of Township 5N, Range 15E, Thence westerly to the southeast corner of Township 6N, Range 14E, Thence northerly along the range line to the intersection with the northerly line of said county, Thence westerly and southerly along the county line to the point of beginning. AREA 2: . Remainder of Calaveras County. FRESNO COUNTY: AREA 1: Area within the line beginning at the southeast corner I I I p 1 I I I I I I 1 a I I I I of Township 138, Range 28E, Thence northerly to the northeast corner of Township 135, Range 28E, Thence westerly to the southeast corner of Township 125, Range 27E, Thence northerly to the northeast corner of Township 128, Range 27E, Thence westerly to the southeast corner of Township 115, Range 26E, Thence northerly to the northeast corner of Township 115, Range 26E, Thence westerly to the southeast corner of Township 105, Range 25E, Thence northerly to the northeast corner of Township 9S, Range 25E, Thence westerly to the southeast corner of Township 8S, Range 24E, Thence northerly to the northeast corner of Township 8S, Range 24E, Thence westerly along the north line of Township 8S to the intersection with the Fresno County line, Thence southwesterly and northwesterly along said county line to the intersection with the southeasterly line of Merced County, Thence southwesterly along said county line to the intersection with the easterly line of San Benito County, Thence southerly along said county line to the intersection with the easterly line of Monterey County, Thence southeasterly along said county line to the intersection with the northwesterly line of Kings County, Thence northeasterly along the southeasterly line of Fresno County to the point of beginning. AREA 2: Remainder of Fresno County. MADERA COUNTY: AREA 1: Area within the line beginning at the point of intersection of Fresno County, Madera County, and Merced County, Thence southeasterly and northeasterly along the southerly line of Madera County to the intersection with the northerly line of Township 88, Thence westerly to the southeast corner of Township 7S, Range 23E, Thence northerly to the northeast corner of Township 6S, Range 23E, Thence westerly along the north line of Township 6S to the intersection of the northwesterlyline of Madera County, Thence southwesterly along said county line to the point of beginning. AREA 2: Remainder of Madera County. MARIPOSA COUNTY: AREA 1: Area within the line beginning at the point of intersection of Stanislaus County with Mariposa County, I I I I 1 I I I I I I I 1 i I I 1 i Thence southeasterly along the westerly line of Mariposa County to the intersection of Madera County, Thence northeasterly along said county line to the intersection of the southerly line of Township 58, Thence westerly to the southeast corner of Township 55, Range 20E, Thence northerly to the northeast corner of Township 58, Range 20E, Thence westerly to the southeast corner of Township 4S, Range 19E, Thence northerly along the range line to the intersection with the northerly line of Mariposa County, Thence westerly along said county line to the point of beginning. AREA 2: Remainder of Mariposa County. MONTEREY COUNTY: AREA 1: Area within a line beginning at the intersection of the southerly line of Township 19S with the Pacific Ocean, Thence easterly along the southerly line of Township 19S to the northwest corner of Township 205, Range 6E, Thence southerly to the southwest corner of Township 205, range 6E, Thence easterly to the northwest corner of Township 215, Range 7E, Thence southerly to the southwest corner of Township 215, Range 7E, Thence easterly to the northwest corner of Township 225, Range 9E, Thence southerly to the southwest corner of Township 225, Range 9E, Thence easterly to the northwest corner of Township 235, Range 10E, Thence southerly to the southwest corner of Township 245, Range 10E, Thence easterly along the southerly line of Township 248 to the southeasterly corner. of Monterey County, Thence northwesterly along said county line to the point of intersection with the southerly line of Santa Cruz County, Thence westerly along the northerly line of Monterey County to the Pacific Ocean, Thence southerly along the Pacific Ocean to the point of beginning. AREA 2: Remainder of Monterey County. TUOLUMNE COUNTY: AREA 1: Area within the line beginning at the point of intersection of the easterly line of Township 2S, Range 19E, with the southerly line of Tuolumne County, Thence northerly to the northeast corner of Township 18, Range 19E, Thence westerly tothesoutheast corner of Township 1N, Range 18E, Thence northerly to the northeast corner of Township 3N, I I I I I I I I I I I I I 1� Range 18E, Thence westerly to the southeast corner of Township 4N, Range 17E, Thence northerly to the northeast corner of Township 4N, Range 17E, Thence northerly to the northeast corner of Township 4N, Range 17E, Thence westerly to the southeast corner of Township 5N, Range 15E, Thence northerly to the intersection of the county line with the easterly line of Township 5N, Range 15E, Thence southwesterly along the county line to the intersection of the northeasterly line of Stanislaus County, Thence southeasterly along said county line to the southernmost corner of Tuolumne County, Thence easterly along the county line to the point of beginning. AREA 2: Remainder of Tuolumne County. ENGI0003B 07/01/1999 Rates Fringes POWER EQUIPMENT OPERATORS: DREDGING: CLAMSHELL & DIPPER DREDGING; HYDRAULIC SUCTION DREDGING: AREA 1: Lever person/operator Dredge dozer; Heavy duty repair person/welder Booster pump operator; Deck engineer; Deck mate; Dredge tender; Winch operator Barge person; Deckhand; Fire person; Leveehand; Oiler AREA 2: Lever person/operator Dredge dozer; Heavy duty repair person/welder Booster pump operator; Deck engineer; Deck mate; Dredge tender; Winch operator Barge person; Deckhand; Fire - person; Levee hand; Oiler 32.79 27.83 26.71 23.41 34.79 29.83 28.71 25.41 11.16 11.16 11.16 11.16 11.16 11.16 * ENGI0003C 07/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: POWER EQUIPMENT OPERATORS: GROUP 1 GROUP 2 31.82 12.79 30.29 12.79 I GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 8-A 28.81 27.43 26.16 24.84 23.70 22.56 20.35 12.79 12.79 12.79 12.79 12.79 12.79 12.79 POWER EQUIPMENT OPERATORS - ALL CRANES AND ATTACHMENTS: GROUP 1 32.70 12.79 Truck crane oiler 25.73 12.79 Oiler 23.44 12.79 GROUP 2 30.94 12.79 Truck crane oiler 25.47 12.79 Oiler 23.23 12.79 GROUP 3 29.20 12.79 Truck crane oiler 25.23 12.79 Hydraulic 24.84 12.79 Oiler 22.95 12.79 POWER EQUIPMENT OPERATORS - PILEDRIVERS: GROUP 1 33.04 12.79 Truck crane oiler 26.06 12.79 Oiler 23.78 12.79 GROUP 2 31.22 12.79 Truck crane oiler 25.81 12.79 Oiler 23.51 12.79 GROUP 3 29.54 12.79 Truck crane oiler 25.52 12.79 Oiler 23.29 12.79 GROUP 4 27.77 12.79 GROUP 5 25.13 12.79 GROUP 6 22.90 12.79 POWER EQUIPMENT OPERATORS - STEEL ERECTORS: GROUP 1 33.67 12.79 Truck crane oiler 26.35 12.79 Oiler 24.12 12.79 GROUP 2 31.90 12.79 Truck crane oiler 26.13 12.79 Oiler 23.85 12.79 GROUP 3 30.42 12.79 Truck crane oiler 25.86 12.79 Hydraulic 25.47 12.79 Oiler 23.63 12.79 GROUP 4 28.40 12.79 GROUP 5 27.10 12.79 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo -Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. I a I I r I I I I r 1 I I 1 GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine; Crane mounted continuous flight tie back machine; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Multiple engine scraper (when used as plush pull); Power shovels, up to and including 1 cu. yd.; Pre -stress wire wrapping machine; Side boom cat, 572, or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/boxperson; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull - type elevating loader; Gradesetter, grade checker (mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber -Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber -tired scraper, self -loading (paddle -wheels, etc.); Rubber -tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Timber skidder; Track loader up to 4 yds.; Tractor -drawn scraper; Tractor, compressor drill combination; Welder; Woods -Mixer (and other similar Pugmill equipment) GROUP 5: Cast -in -place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt; Mine or shaft hoist; Portable crusher; Power jumbo ooperator (setting slip -forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T -600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom - type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck -mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, ariports and canals); Deck engineer, drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro -hammer or similar; Line master; Skidsteer loader, Bobcatlarger.than 743 series or similar (with attachments); Locomotive; Lull hi -lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck -mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); screed (except asphaltic concrete paving); Self-propelled pipeline wrapping machine; Soils & materials tester; Tractor GROUP 7: Ballast regulator; Boom truck or dual-purpose A -frame truck, non -rotating - under 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker (with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip seal; Self-propelled automatically applied concrete curing machine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip -form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck - type loader GROUP 8: Bit charpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete dquipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir -debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator; Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader - Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe - trencher) POWER EQUIPMENT OPERATOR CLASSIFICATIONS ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and Dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons;. Derrick barge pedestal -mounted, over 100 tons; Self-propelled boom -type lifting device, over 100 tons GROUP 2: Clamshell and Dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom - type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and Dragline up to and including 1 cu. yd.; Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Boom truck or dual purpose A -frame truck, non -rotating, over 15 tons POWER EQUIPMENT OPERATORS - PILEDRIVER CLASSIFICATIONS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom -type lifting device over 100 tons; Truckcrane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self- propelled boom -type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom -type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant Operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender POWER EQUIPMENT OPERATORS - STEEL ERECTOR CLASSIFICATIONS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom -type lifting device over 100 tons GROUP 2: Crane, over 45 tons up to and including 100 tons; Derrick, 100 tons & under; Self-propelled boom -type lifting device over 45 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat * ENGI0003G 07/01/1999 Rates Fringes POWER EQUIPMENT OPERATORS: TUNNEL AND UNDERGROUND WORK: AREA 1: UNDERGROUND: GROUP 1-A GROUP 1 30.29 12.79 27.82 12.79 I I I 1. I r I I I 1 a I r 1 1 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 SHAFTS, STOPES AND RAISES: GROUP 1-A GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 AREA 2: UNDERGROUND: GROUP 1-A GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 SHAFTS, STOPES AND RAISES: GROUP 1-A GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 26.56 12.79 25.23 24.09 22.95 30.39 27.92 26.66 25.33 24.19 23.05 32.29 29.82 28.56 27.23 26.09 24.95 32.39 29.92 28.66 27.33 26.19 25.05 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo -Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1-A: Tunnel bore machine operator, 20' diameter or more GROUP 1: Heading shield operator; Heavy-duty repairperson/welder; Mucking machine (rubber tired, rail or track type); Raised bore operator (tunnels); Tunnel mole bore operator GROUP 2: Combination slusher and motor operator;. Concrete pump or pumperete gun; Power jumbo operator GROUP.3: Drill doctor; Mine or shaft hoist GROUP 4: Combination slurry mixer cleaner; Grouting machine operator; Motor person GROUP 5: Bit sharpener; Brake person; Combination mixer and compressor (gunite); Compressor operator; Oiler (assistant to engineer); Pump operator; Slusher operator * ENGI0004K 07/01/1999 Rates Fringes KINGS, MERCED, SAN BENITO, SAN JOAQUIN, SANTA CRUZ AND STANISLAUS I I I I I 1 I I 1 I I i I I I COUNTIES: BUILDING CONSTRUCTION: POWER EQUIPMENT OPERATORS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 8-A 30.40 28.95 27.55 26.22 25.01 23.74 22.65 21.57 19.45 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 POWER EQUIPMENT OPERATORS - ALL CRANES AND ATTACHMENTS: GROUP 1 31.25 12.79 Truck crane oiler 24.59 12.79 Oiler 22.42 12.79 GROUP 2 29.56 12.79 Truck crane oiler 24.35 12.79 Oiler 22.20 12.79 GROUP 3 27.92 12.79 Truck crane. oiler 24.11 12.79 Hydraulic 23.74 12.79 Oiler 21.95 12.79 POWER EQUIPMENT OPERATORS - PILEDRIVERS: GROUP 1 31.56 12.79 Truck crane oiler 24.91 12.79 Oiler 22.74 12.79 GROUP 2 29.85 12.79 Truck crane oiler 24.68 12.79 Oiler 22.49 12.79 GROUP 3 28.24 12.79 Truck crane oiler 24.41 12.79 Oiler 22.26 12.79 GROUP 4 26.54 12.79 GROUP 5 24.04 12.79 GROUP 6 21.90 12.79 POWER EQUIPMENT OPERATORS - STEEL ERECTION: GROUP 1 32.19 12.79 Truck crane oiler 25.20 12.79 Oiler 23.06 12.79 GROUP 2 30.48 12.79 Truck crane oiler 24.98 12.79 Oiler 22.81 12.79 GROUP 3 29.09 12.79 Truck crane oiler 24.73 12.79 Hydraulic 24.35 12.79 Oiler 22.58 12.79 GROUP 4 27.16 12 79 GROUP 5 25.91 12.79 I i I 1 I I t I I I I I I I HEAVY AND HIGHWAY CONSTRUCTION: POWER EQUIPMENT OPERATORS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 8-A 31.82 30.29 28.81 27.43 26.16 24.84 23.70 22.56 20.35 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 POWER EQUIPMENT OPERATORS - ALL CRANES AND ATTACHMENTS: GROUP 1 32.70 12.79 Truck crane oiler 25.73 12.79 Oiler 23.44 12.79 GROUP 2 30.94 12.79 Truck crane oiler 25.47 12.79 Oiler 23.23 12.79 GROUP 3 29.20 12.79 Truck crane oiler 25.23 12.79 Hydraulic 24.84 12.79 Oiler 22.95 12.79 POWER EQUIPMENT OPERATORS - PILEDRIVERS: GROUP 1 33.04 12.79 Truck crane oiler 26.06 12.79 Oiler 23.78 12.79 GROUP 2 31.22 12.79 Truck crane oiler 25.81 12.79 Oiler 23.51 12.79 GROUP 3 29.54 12.79 Truck crane oiler 25.52 12.79 Oiler 23.29 12.79 GROUP 4 27.77 12.79 GROUP 5 25.13 12.79 GROUP 6 22.90 12.79 POWER EQUIPMENT OPERATORS - STEEL ERECTORS: GROUP 1 33.67 12.79 Truck crane oiler 26.35 12.79 Oiler 24.12 12.79 GROUP 2 31.90 12.79 Truck crane oiler 26.13 12.79 Oiler 23.85 12.79 GROUP 3 30.42 12.79 Truck crane oiler 25.86 12.79 Hydraulic 25.47 12.79 Oiler 23.63 12.79 GROUP 4 28.40 12.79 GROUP 5 27.10 12.79 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo -Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine; Crane mounted continuous flight tie back machine; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3.1/2 cu. yds.; Loader 4 cu. yds. and over; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre -stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wet or dry); Dozer and/or push cat; Pull - type elevating loader; Gradesetter, grade checker (mechanical or otherwise); Grooving and grinding machine; Heading shield operator; Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber -Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support; Roller operator, asphalt; Rubber -tired scraper, self -loading (paddle -wheels, etc.); Rubber -tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Timber skidder; Track loader up to 4 yds.; Tractor -drawn scraper; Tractor, compressor drill combination; Welder; Woods -Mixer (and other similar Pugmill equipment) GROUP 5: Cast -in -place pipe laying machine; Combination slusher and motor operator; Concreteconveyoror concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burm, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip -forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T -600B rock cutter or similar I I I I I I I I I i GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom - type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck -mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro -hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi -lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck -mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Soils & materials tester; Tractor GROUP 7: Ballast regulator; Boom truck or dual-purpose A -frame truck, non -rotating - under 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip -form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck - type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar); Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir -debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator; Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader - Bobcat 743 series or smaller, and similar (without attachments); mini excavator under 25 H.P. (backhoe - trencher) POWER EQUIPMENT OPERATOR CLASSIFICATIONS ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 1 1 I I 1 I 1 1 I U i 100 tons; Derrick, over 100 tons; Derrick barge pedestal -mounted, over 100 tons; Self-propelled boom -type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom -type lifting device, over 45 tons; Tower crane GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Boom truck or dual purpose A -frame truck, non -rotating, over 15 tons POWER EQUIPMENT OPERATORS - PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom -type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom -type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom -type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender POWER EQUIPMENT OPERATORS - STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom -type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom -type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat * ENGI0004L 07/01/1999 I 1 I I I I I I 1 1 1 Rates Fringes CALAVERAS, FRESNO, MADERA, MARIPOSA, MONTEREY AND TUOLUMNE COUNTIES: BUILDING CONSTRUCTION: POWER EQUIPMENT OPERATORS: AREA 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 8-A AREA 2: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 8-A 30.40 28.95 27.55 26.22 25.01 23.74 22.65 21.57 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 19.45 12.79 32.40 12.79 30.95 12.79 29.55 12.79 26.22 12.79 27.01 12.79 25.74 12.79 24.65 12.79 23.57 12.79 21.45 12.79 POWER EQUIPMENT OPERATORS - ALL CRANES AND ATTACHMENTS: AREA 1: GROUP 1 31.25 12.79 Truck crane oiler 24.59 12.79 Oiler 22.42 12.79 GROUP 2 - 29.56 12.79 Truck crane oiler 24.35 12.79 Oiler 22.20 12.79 GROUP 3 27.92 12.79 Truck crane oiler 24.11 12.79 Hydraulic 23.74 12.79 Oiler 21.95 12.79 AREA 2: GROUP 1 33.25 12.79 Truck crane oiler 26.59 12.79 Oiler 24.42 12:79 GROUP 2 31.56 12.79 Truck crane oiler 26.35 12.79 Oiler 24.20 12.79 GROUP 3 29.92 12.79 Truck crane oiler 26.11 12.79 Hydraulic 25.74 12.79 Oiler 23.95 12.79 POWER EQUIPMENT OPERATORS - PILEDRIVERS: GROUP 1 31.56 12.79 1 i I i I 1 1 I 1 Truck crane oiler Oiler GROUP 2 Truck crane oiler Oiler GROUP 3 Truck crane oiler Oiler GROUP 4 GROUP 5 GROUP 6 POWER EQUIPMENT OPERATORS - GROUP 1 Truck crane oiler Oiler GROUP 2 Truck crane oiler Oiler GROUP 3 Truck crane oiler Hydraulic Oiler GROUP 4 GROUP 5 24.91 22.74 29.85 24.68 22.49 28.24 24.41 22.26 26.54 24.04 21.90 STEEL ERECTION: 32.19 25.20 23.06 30.48 24.98 22.81 29.09 24.73 24.35 22.58 27.16 25.91 HEAVY AND HIGHWAY CONSTRUCTION: POWER EQUIPMENT OPERATORS: AREA 1: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 GROUP 7 GROUP 8 GROUP 8-A 31.82 30.29 28.81 27.43 26.16 24.84 23.70 22.56 20.35 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 12.79 AREA 2: GROUP 1 33.82 12.79 GROUP 2 32.29 12.79 GROUP 3 30.81 12.79 GROUP 4 29.43 12.79 GROUP 5 28.16 12.79 GROUP 6 26.84 12.79 GROUP 7 25.70 12.79 GROUP 8 24.56 12.79 GROUP 8-A 22.35 12.79 POWER EQUIPMENT OPERATORS - ALL CRANES AND ATTACHMENTS: AREA 1: GROUP 1 Truck crane oiler Oiler GROUP 2 32.70 25.73 23.44 30.94 12.79 12.79 12.79 12.79 I I i 1 I I 1 I I 11 Truck crane oiler Oiler GROUP 3 Truck crane oiler Hydraulic Oiler 25.47 23.23 29.20 25.23 24.84 22.95 12.79 12.79 12.79 12.79 12.79 12.79 AREA 2: GROUP 1 34.70 12.79 Truck crane oiler 27.73 12.79 Oiler 25.44 12.79 GROUP 2 32.94 12.79 Truck crane oiler 27.47 12.79 Oiler 25.23 12.79 GROUP 3 31.20 12.79 Truck crane oiler 27.23 12.79 Hydraulic 26.84 12.79 Oiler 24.95 12.79 POWER EQUIPMENT OPERATORS - PILEDRIVERS: GROUP 1 33.04 12.79 Truck crane oiler 26.06 12.79 Oiler 23.78 12.79 GROUP 2 31.22 12.79 Truck crane oiler 25.81 12.79 Oiler 23.51 12.79 GROUP 3 29.54 12.79 Truck crane oiler 25.52 12.79 Oiler 23.29 12.79 GROUP 4 27.77 12.79 GROUP 5 25.13 12.79 GROUP 6 22.90 12.79 POWER EQUIPMENT. OPERATORS - STEEL ERECTORS: GROUP 1 33.67 12.79 Truck crane oiler 26.35 12.79 Oiler 24.12 12.79 GROUP 2 31.90 12.79 Truck crane oiler 26.13 12.79 Oiler 23.85 12.79 GROUP 3 30.42 12.79 Truck crane oiler 25.86 12.79 Hydraulic 25.47 12.79 Oiler 23.63 12.79 GROUP 4 28.40 12.79 GROUP 5 27.10 12.79 FOOTNOTE: Work suspended by ropes or cables, or work on a Yo -Yo Cat: $.60 per hour additional. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Operator of helicopter (when used in erection work); Hydraulic excavator, 7 cu. yds. and over; Power shovels, over 7 cu. yds. I i 1 1 I I I1 I GROUP 2: Highline cableway; Hydraulic excavator, 3-1/2 cu. yds. up to 7 cu. yds.; Power blade operator (finish); Power shovels, over 1 cu. yd. up to and including 7 cu. yds. m.r.c. GROUP 3: Asphalt milling machine; Cable backhoe; Combination backhoe and loader over 3/4 cu. yds.; Continuous flight tie back machine; Crane mounted continuous flight tie back machine; Crane mounted drill attachment, tonnage to apply; Dozer, slope brd; Gradall; Hydraulic excavator, up to 3 1/2 cu. yds.; Loader 4 cu. yds. and over; Multiple engine scraper (when used as push pull); Power shovels, up to and including 1 cu. yd.; Pre -stress wire wrapping machine; Side boom cat, 572 or larger; Track loader 4 cu. yds. and over; Wheel excavator (up to and including 750 cu. yds. per hour) GROUP 4: Asphalt plant engineer/box person; Chicago boom; Combination backhoe and loader up to and including 3/4 cu. yd.; Concrete batch plant (wetor dry); Dozer and/or push cat; Pull - type elevating loader; Gradesetter, grade checker (mechanical or otherwise); Grooving and grinding machine; Heading shield operator; -Heavy-duty drilling equipment, Hughes, LDH, Watson 3000 or similar; Heavy-duty repairperson and/or welder; Lime spreader; Loader under 4 cu. yds.; Lubrication and service engineer (mobile and grease rack); Mechanical finishers or spreader machine (asphalt, Barber -Greene and similar); Miller Formless M-9000 slope paver or similar; Portable crushing and screening plants; Power blade support;. Roller operator, asphalt; Rubber -tired scraper, self -loading (paddle -wheels, etc.); Rubber -tired earthmoving equipment (scrapers); Slip form paver (concrete); Small tractor with drag; Soil stabilizer (P & H or equal); Timber skidder; Track loader up to 4 yds.; Tractor -drawn scraper; Tractor, compressor drill combination; Welder; Woods -Mixer (and other similar Pugmill equipment) GROUP 5: cast -in -place pipe laying machine; Combination slusher and motor operator; Concrete conveyor or concrete pump, truck or equipment mounted; Concrete conveyor, building site; Concrete pump or pumperete gun; Drilling equipment, Watson 2000, Texoma 700 or similar; Drilling and boring machinery, horizontal (not to apply to waterliners, wagon drills or jackhammers); Concrete mixer/all; Person and/or material hoist; Mechanical finishers (concrete) (Clary, Johnson, Bidwell Bridge Deck or similar types); Mechanical burro, curb and/or curb and gutter machine, concrete or asphalt); Mine or shaft hoist; Portable crusher; Power jumbo operator (setting slip -forms, etc., in tunnels); Screed (automatic or manual); Self-propelled compactor with dozer; Tractor with boom D6 or smaller; Trenching machine, maximum digging capacity over 5 ft. depth; Vermeer T -600B rock cutter or similar GROUP 6: Armor-Coater (or similar); Ballast jack tamper; Boom - type backfilling machine; Assistant plant engineer; Bridge and/or gantry crane; Chemical grouting machine, truck -mounted; Chip spreading machine operator; Concrete saw (self-propelled unit on streets, highways, airports and canals); Deck engineer; Drilling equipment Texoma 600, Hughes 200 Series or similar up to and 1 1 1 1 i I I including 30 ft. m.r.c.; Drill doctor; Helicopter radio operator; Hydro -hammer or similar; Line master; Skidsteer loader, Bobcat larger than 743 series or similar (with attachments); Locomotive; Lull hi -lift or similar; Oiler, truck mounted equipment; Pavement breaker, truck -mounted, with compressor combination; Paving fabric installation and/or laying machine; Pipe bending machine (pipelines only); Pipe wrapping machine (tractor propelled and supported); Screed (except asphaltic concrete paving); Self- propelled pipeline wrapping machine; Soils & materials tester; Tractor GROUP 7: Ballast regulator; Boom truck or dual-purpose A -frame truck, non -rotating - under 15 tons; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Cary lift or similar; Combination slurry mixer and/or cleaner; Drilling equipment, 20 ft. and under m.r.c.; Firetender (hot plant); Grouting machine operator; Highline cableway signalperson; Stationary belt loader (Kolman or similar); Lift slab machine (Vagtborg and similar types); Maginnes internal full slab vibrator; Material hoist (1 drum); Mechanical trench shield; Pavement breaker with or without compressor combination); Pipe cleaning machine (tractor propelled and supported); Post driver; Roller (except asphalt); Chip Seal; Self-propelled automatically applied concrete curing mahcine (on streets, highways, airports and canals); Self-propelled compactor (without dozer); Signalperson; Slip -form pumps (lifting device for concrete forms); Tie spacer; Tower mobile; Trenching machine, maximum digging capacity up to and including 5 ft. depth; Truck - type loader GROUP 8: Bit sharpener; Boiler tender; Box operator; Brakeperson; Combination mixer and compressor (shotcrete/gunite); Compressor operator; Deckhand; Fire tender; Forklift (under 20 ft.); Generator; Gunite/shotcrete equipment operator; Hydraulic monitor; Ken seal machine (or similar) Mixermobile; Oiler; Pump operator; Refrigeration plant; Reservoir -debris tug (self- propelled floating); Ross Carrier (construction site); Rotomist operator; Self-propelled tape machine; Shuttlecar; Self-propelled power sweeper operator; Slusher operator; Surface heater; Switchperson; Tar pot firetender; Tugger hoist, single drum; Vacuum cooling plant; Welding machine (powered other than by electricity) GROUP 8-A: Elevator operator; Skidsteer loader - Bobcat 743 series or smaller, and similar (without attachments); Mini excavator under 25 H.P. (backhoe - trencher) POWER EQUIPMENT OPERATOR CLASSIFICATIONS ALL CRANES AND ATTACHMENTS GROUP 1: Clamshell and dragline over 7 cu. yds.; Crane, over 100 tons; Derrick, over 100 tons; Derrick barge pedestal -mounted, over 100 tons; Self-propelled boom -type lifting device, over 100 tons GROUP 2: Clamshell and dragline over 1 cu. yd. up to and including 7 cu. yds.; Crane, over 45 tons up to and including 100 tons; Derrick barge, 100 tons and under; Self-propelled boom -type lifting device, over 45 tons; Tower crane 1 1 1 U I 1 1 1 i 1 1 GROUP 3: Clamshell and dragline up to and including 1 cu. yd.; Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under; Truck -mounted rotating telescopic boom type lifting device, Manitex or similar (boom truck) - under 15 tons; Boom truck or dual purpose A -frame truck, non -rotating, over 15 tons POWER EQUIPMENT OPERATORS - PILEDRIVERS GROUP 1: Derrick barge pedestal mounted over 100 tons; Clamshell over 7 cu. yds.; Self-propelled boom -type lifting device over 100 tons; Truck crane or crawler, land or barge mounted over 100 tons GROUP 2: Derrick barge pedestal mounted 45 tons to and including 100 tons; Clamshell up to and including 7 cu. yds.; Self-propelled boom -type lifting device over 45 tons; Truck crane or crawler, land or barge mounted, over 45 tons up to and including 100 tons GROUP 3: Derrick barge pedestal mounted under 45 tons; Self- propelled boom -type lifting device 45 tons and under; Skid/scow piledriver, any tonnage; Truck crane or crawler, land or barge mounted 45 tons and under GROUP 4: Assistant operator in lieu of assistant to engineer; Forklift, 10 tons and over; Heavy-duty repairperson/welder GROUP 5: Deck engineer GROUP 6: Deckhand; Fire tender POWER EQUIPMENT OPERATORS - STEEL ERECTORS GROUP 1: Crane over 100 tons; Derrick over 100 tons; Self- propelled boom -type lifting device over 100 tons GROUP 2: Crane over 45 tons to 100 tons; Derrick under 100 tons; Self-propelled boom -type lifting device over 45 tons to 100 tons; Tower crane GROUP 3: Crane, 45 tons and under; Self-propelled boom -type lifting device, 45 tons and under GROUP 4: Chicago boom; Forklift, 10 tons and over; Heavy-duty repair person/welder GROUP 5: Boom cat IRON0001U 01/01/2000 Rates Fringes ALAMEDA, CAT,AVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN BENITO, SAN FRANCISCO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: IRONWORKERS: Fence erector Ornamental, reinforcing and 23.29 13.83 1 1 I I 1 1 I1 I I 1 structural 24.18 13.83 FOOTNOTE: CITY OF SAN FRANCISCO (defined as the city limits of San Francisco (as described by the San Francisco County Recorder's Office as of July 1, 1998), the Golden Gate Bridge in its entirety, and the west side of the San Francisco Bay Bridge up to and including Treasure Island): Congestion zone fee: $8.00 per day. IRON0001V 07/01/1999 Rates Fringes MONTEREY COUNTY: IRONWORKERS: Fence erector 23.29 13.83 Ornamental, reinforcing and structural 24.18 13.83 FOOTNOTE: Work at the Army Defense Language Institute, and the Naval Post Graduate School: $2.00 per hour additional. LABO0036A 07/01/1999 SAN FRANCISCO AND SAN MATEO COUNTIES: BRICK TENDER Rates 19.84 Fringes 7.57 FOOTNOTES: Underground work such as sewers, manholes, catch basins, sewer pipes, telephone conduits, tunnels and cut trenches: $5.00 per day additional. Work in live sewage: $2.50 per day additional. LABO0036B 07/01/1999 SAN FRANCISCO AND SAN MATEO COUNTIES: PLASTERER TENDER Rates 19.87 Fringes 7.66 FOOTNOTES: Work on a suspended scaffold: $5.00 per day additional. Work operating a plaster mixer pump gun: $1.00 per hour additional. TaTO0067B 12/01/1998 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO, AND SANTA CLARA COUNTIES: ASBESTOS REMOVAL TABORER 12.17 4.13 CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN 1 1 1 1 BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES: ASBESTOS REMOVAL LABORER 10.58 4.13 SCOPE OF WORK: Covers site mobilization; initial site clean-up; site preparation; removal of asbestos -containing materials from walls and ceilings; or from pipes, boilers and mechanical systems only if they are being scrapped; encapsulation, enclosure and disposal of asbestos -containing materials by hand or with equipment or machinery; scaffolding; fabrication of temporary wooden barriers; and assembly of decontamination stations. LABO0067H 07/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: LABORERS: Construction specialist group Group 1 Group 1-a GROUP 1-b: see note below GROUP 1-c GROUP 1-d: see note below GROUP 1-e GROUP 1-f GROUP 1-g (Contra Costa County) GROUP 2 GROUP 3 GROUP 4 22.36 21.66 21.88 21.71 22.21 22.24 21.86 21.51 21.41 15.10 See groups 1-b and 1-d under laborer classifications. GUNITE T.ARORERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 WRECKING WORK: GROUP 1 GROUP 2 GROUP 3 22.62 22.12 21.53 21.41 21.66 21.51 15.10 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 7.44 GARDENERS, HORTICULTURAL AND LANDSCAPE LABORERS: New construction 21.41 7.44 Establishment warranty period 15.10 7.44 TUNNEL AND SHAFT LABORERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 26.02 25.79 25.54 25.27 7.44 7.44 7.44 7.44 1 1 1 I 1 1 I 1 1 1 GROUP 5 GROUP 6 25.09 7.44 24.55 7.44 FOOTNOTES: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts shall receive $0.25 per hour above the applicable wage rate. This shall not apply to workers entitled to receive the wage rate set forth in Group 1-a below. LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; Chainsaw; Laser beam in connection with laborers' work; Masonry and plasterer tender; Cast -in -place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar type; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repairof voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast -manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or method of power; Mechanical pipe layers, all types regardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes shal receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding 1 1 1 I 1 1 GROUP 1-d: Maintenance and repair track and road beds. All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 1-g, CONTRA COSTA COUNTY: Pipelayer (including grade checking in connection with pipelaying); Caulker; Bander; Pipewrapper; Conduit layer; Plastic pipe layer; Pressure pipe tester; No joint pipe and stripping of same, including repair of voids; Precast manhole setters, cast in place manhole form setters GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke -setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulicmonitor(over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rodsandmaterials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) 1 1 I 1 1 1 1 I 1 1 1 GROUP 4: All clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and moving to the next point of erection". GUNITE LABORER CLASSIFICATIONS GROUP 1: Structural nozzle operator GROUP 2: Nozzle operator (including gun, pot); Ground person GROUP 3: Rebound GROUP 4: Gunite laborer WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi -skilled wrecker (salvaging of other building materials) GROUP 3: General laborer (includes all clean-up work, loading lumber, loading and burning of debris) TUNNEL AND SHAFT LABORER CLASSIFICATIONS GROUP 1: Diamond driller; Ground person; Gunite and shotcrete nozzle operator GROUP 2: Rod person; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powder person - heading; Cherry picker operator - where car is lifted; Concrete finisher in tunnel; Concrete screed person; Grout pump operator and pot person; Gunite &-shotcrete gun person & pot person; Header person; High pressure nozzle operator; Miner - tunnel, including top and bottom person on shaft and raise work; Nipper; Nozzle operator on slick line; Sandblaster - pot person GROUP 4: Steel form raiser and setter; Timber person, retimber person (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powder person - primer house GROUP 5: Vibrator operator, pavement breaker; Bull gang - muckers, track person; Concrete crew - includes rodding and spreading GROUP 6: Dump person (any method); Grout crew; Rebound person; I I I I I I I U I I I I I I I, I I Swamper LAB00067J 07/01/1999 Rates Fringes CALAVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: LABORERS: Construction specialist group GROUP 1 GROUP 1-a GROUP 1-b: see note below GROUP 1-c GROUP 1-d: see note below GROUP 1-e GROUP 1-f GROUP 2 GROUP 3 GROUP 4 21.36 20.66 20.88 20.71 21.21 21.24 20.51 20.41 7.44 7.44 7.44 7:44 7.44 7.44 7.44 7.44 14.10 7.44 See groups 1-b and 1-d under laborer classifications. GUNITE LABORERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 WRECKING WORK: GROUP 1 GROUP 2 GROUP 3 21.62 21.12 20.53 20.41 20.66 20.51 14.10 7.44 7.44 7.44 7.44 7.44 7.44 7.44 GARDENERS, HORTICULTURAL AND LANDSCAPE LABORERS: New construction 20.41 7.44 Establishment warranty period 14.10 7.44 TUNNEL AND SHAFT TABORERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 GROUP 5 GROUP 6 26.02 25.79 25.54 25.27 25.09 24.55 7.44 7.44 7.44 7.44 7.44 7.44 FOOTNOTE: Laborers working off or with or from bos'n chairs, swinging scaffolds, belts (not applicable to workers entitled to receive the wage rate set forth in Group 1-a): $0.25 per hour additional. LABORER CLASSIFICATIONS CONSTRUCTION SPECIALIST GROUP: Asphalt ironer and raker; I I I I I 1 1 1 I I I I I1 I 1 Chainsaw; Laser beam in connection with laborers' work; Masonry and plasterer tender; Cast -in -place manhole form setter; Pressure pipelayer; Davis trencher - 300 or similar type (and all small trenchers); Blaster; Diamond driller; Multiple unit drill; Hydraulic drill GROUP 1: Asphalt spreader boxes (all types); Barko, Wacker and similar type tampers; Buggymobile; Caulker, bander, pipewrapper, conduit layer, plastic pipelayer; Certified hazardous waste worker; Compactors of all types; Concrete and magnesite mixer, 1/2 yd. and under; Concrete pan work; Concrete sander; Concrete saw; Cribber and/or shoring; Cut granite curb setter; Dri-pak-it machine; Faller, logloader and bucker; Form raiser, slip forms; Green cutter; Headerboard, Hubsetter, aligner, by any method; High pressure blow pipe (1-1/2" or over, 100 lbs. pressure/over); Hydro seeder and similar ype; Jackhammer operator; Jacking of pipe over 12 inches; Jackson and similar type compactor; Kettle tender, pot and worker applying asphalt, lay-kold, creosote, lime, caustic and similar type materials (applying means applying, dipping or handling of such materials); Lagging, sheeting, whaling, bracing, trenchjacking, lagging hammer; Magnesite, epoxyresin, fiberglass, mastic worker (wet or dry); No joint pipe and stripping of same, including repair of voids; Pavement breaker and spader, including tool grinder; Perma curb; Pipelayer (including grade checking in connection with pipelaying); Precast -manhole setter; Pressure pipe tester; Post hole digger, air, gas and electric; Power broom sweeper; Power tampers of all types (except as shown in Group 2); Ram set gun and stud gun; Riprap stonepaver and rock-slinger, including placing of sacked concrete and/or sand (wet or -dry) and gabions and similar type; Rotary scarifier or multiple head concrete chipping scarifier; Roto and Ditch Witch; Rototiller; Sandblaster, pot, gun, nozzle operators; Signalling and rigging; Tank cleaner; Tree climber; Turbo blaster; Vibrascreed, bull float in connection with laborers' work; Vibrator; Hazardous waste worker (lead removal); Asbestos and mold removal worker GROUP 1-a: Joy drill model TWM-2A; Gardner -Denver model DH143 and similar type drills; Track driller; Jack leg driller; Wagon driller; Mechanical drillers, all types regardless of type or methodof power; Mechanical pipe layers, all typesregardless of type or method of power; Blaster and powder; All work of loading, placing and blasting of all powder and explosives of whatever type regardless of method used for such loading and placing; High scalers (including drilling of same); Tree topper; Bit grinder GROUP 1-b: Sewer cleaners shall receive $4.00 per day above Group 1 wage rates. "Sewer cleaner" means any worker who handles or comes in contact with raw sewage in small diameter sewers. Those who work inside recently active, large diameter sewers, and all recently active sewer manholes, shall receive $5.00 per day above Group 1 wage rates. GROUP 1-c: Burning and welding in connection with laborers' work; Synthetic thermoplastics and similar type welding I I l I I I I I I` I I I 1 I I I I I GROUP 1-d: Maintenance and repair track and road beds (underground structures). All employees performing work covered herein shall receive $ .25 per hour above their regular rate for all work performed on underground structures not specifically covered herein. This paragraph shall not be construed to apply to work below ground level in open cut. It shall apply to cut and cover work of subway construction after the temporary cover has been placed. GROUP 1-e: Work on and/or in bell hole footings and shafts thereof, and work on and in deep footings. (A deep footing is a hole 15 feet or more in depth.) In the event the depth of the footing is unknown at the commencement of excavation, and the final depth exceeds 15 feet, the deep footing wage rate would apply to all employees for each and every day worked on or in the excavation of the footing from the date of inception. GROUP 1-f: Wire winding machine in connection with guniting or shot crete GROUP 2: Asphalt shoveler; Cement dumper and handling dry cement or gypsum; Choke -setter and rigger (clearing work); Concrete bucket dumper and chute; Concrete chipping and grinding; Concrete laborer (wet or dry); Driller tender, chuck tender, nipper; Guinea chaser (stake), grout crew; High pressure nozzle, adductor; Hydraulic monitor (over 100 lbs. pressure); Loading and unloading, carrying and hauling of all rods and materials for use in reinforcing concrete construction; Pittsburgh chipper and similar type brush shredders; Sloper; Single foot, hand-held, pneumatic tamper; All pneumatic, air, gas and electric tools not listed in Groups 1 through 1-f; Jacking of pipe - under 12 inches GROUP 3: Construction laborers, including bridge and general laborer; Dump, load spotter; Flag person; Fire watcher; Fence erector; Guardrail erector; Gardener, horticultural and landscape laborer; Jetting; Limber, brush loader and piler; Pavement marker (button setter); Maintenance, repair track and road beds; Streetcar and railroad construction track laborer; Temporary air and water lines, Victaulic or similar; Tool room attendant (jobsite only) GROUP 4: All clean-up work of debris, grounds and building including but not limited to: street cleaner; cleaning and washing windows; brick cleaner (jobsite only); material cleaner (jobsite only). The classification "material cleaner" is to be utilized under the following conditions: A: at demolition site for the salvage of the material. B: at the conclusion of a job where the material is to be salvaged and stocked to be reused on another job. C: for the cleaning of salvage material at the jobsite or temporary jobsite yard. The material cleaner classification should not be used in the performance of "form stripping, cleaning and oiling and movingto the next point of erection". GUNITE LABORER CASSIFICATIONS I I 1 I I I 1 r I I Ii. I I I I GROUP 1: Structural nozzle operator GROUP 2: Nozzle operator (including GROUP 3: Rebound GROUP 4: Gunite laborer WRECKING WORK LABORER CLASSIFICATIONS GROUP 1: Skilled wrecker (removing and salvaging of sash, windows and materials) GROUP 2: Semi -skilled wrecker (salvaging of other building materials) gun, pot); Ground person GROUP 3: General laborer (includes all clean-up work, loading lumber, loading and burning of debris) TUNNEL AND SHAFT LABORER CLASSIFICATIONS GROUP 1: Diamond driller; Ground person; Gunite and shotcrete nozzle operator GROUP 2: Rod person; Shaft work & raise (below actual or excavated ground level) GROUP 3: Bit grinder; Blaster, driller, powder person - heading; Cherry picker operator - where car is lifted; Concrete finisher in tunnel; Concrete screed person; Grout pump operator and pot person; Gunite & shotcrete gun person & pot person; Header person; High pressure nozzle operator; Miner - tunnel, including top and bottom person on shaft and raise work; Nipper; Nozzle operator on slick line; Sandblaster - pot person GROUP 4: Steel form raiser and setter; Timber person, retimber person (wood or steel or substitute materials therefore); Tugger (for tunnel laborer work); Cable tender; Chuck tender; Powder prerson - primer house GROUP 5: vibrator operator, pavement breaker; Bull gang - muckers, track person; Concrete crew - includes rodding and spreading GROUP 6: Dump person (any method); Grout crew; Rebound person; Swamper LABO0073C 07/01/1999 Rates Fringes CALAVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: BRICK TENDER 23.20 4.55 FOOTNOTE: Refractory work where heat -protective clothing is required: I r i I I I 1 I I 1 a I I I I 1 I $2.00 per hour additional. LABO0073E 10/01/1998 Rates Fringes CAM,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED,SAN JOAQUIN; STANISLAUS AND TUOLUMNE COUNTIES: PLASTERER TENDER 22.36 4.88 JARO0166A 07/01/1999 Rates Fringes ALAMEDA AND CONTRA COSTA COUNTIES: BRICK TENDER 20.90 10.26 FOOTNOTES: Work on jobs where heat -protective clothing is required: $2.00 per hour additional. Work at grinders: $.25 per hour additional. Manhole work: $2.00 per day additional. LABO0166B 07/01/1999 ALAMEDA AND CONTRA COSTA COUNTIES: PLASTERER TENDERS: Plasterer tender Gun operator Rates Fringes 23.25 10.16 24.00 10.16 LABO0185A 07/01/1999 Rates Fringes MONTEREY AND SAN BENITO COUNTIES: BRICK TENDER 22.95 4.55 FOOTNOTE: Refractory work where heat -protective clothing is required: $2.00 per hour additional. LABO0270A 07/01/1999 Rates Fringes SANTA CLARA COUNTY: BRICK TENDER 23.05 6.20 FOOTNOTE: Refractory work where heat -protective clothing is required: $2.00 per hour additional. JARO0270B 07/01/1999 SANTA CRUZ COUNTY: Rates Fringes I I 1 I I r I I I I 1 1 1 i 1 I BRICK TENDER 22.05 6.20 FOOTNOTE: Refractory work where heat -protective clothing is required: $2.00 per hour additional. LABO0294A 07/01/1999 FRESNO, KINGS AND MADERA COUNTIES: BRICK TENDER Rates 23.50 Fringes 4.55 FOOTNOTE: Refractory work where heat -protective clothing is required: $2.00 per hour additional. LABO0297A 09/01/1998 MONTEREY AND SAN BENITO COUNTIES: PI.ARTERER TENDER Rates Fringes 15.95 FOOTNOTE: Mixer person: $4.00 per day additional. PAIN0008A 07/01/1999 SAN FRANCISCO COUNTY: PAINTER Rates 26.56 Fringes 8.20 PAIN0012A 02/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, MERCED, MARIPOSA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: SOFT FLOOR LAYER 25.00 11.25 PAIN0016A 07/01/1999 ALAMEDA AND CONTRA COSTA COUNTIES: PAINTERS: Work on industrial buildings (used for the manufacture and processing of goods for sale or service); Also, steel construction (bridges, stacks, towers, tanks and similar structures): Brush and roller Spray and sandblast Rates Fringes 23.35 9.19 23.85 9.19 1 I I I I I I I 1 1 I I I I i I Application of exotic materials 24.10 All other work: Brush and roller 23.10 Application of exotic materials 23.85 9.19 9.19 9.19 FOOTNOTE: High time (free fall conditions): with a minimum of 2 hrs. exposure, work over 50 ft. above ground or water level to be paid 1/2 hr. per day additional; work from 100 ft. to 180 ft. above ground or water level to be paid 1 hr. per day additional; and work over 180 ft. above ground or water level to be paid 2 hrs. per day additional. PAIN0016C 08/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA - CLARA AND SANTA CRUZ COUNTIES: DRYWALL FINISHERS: Remodel/tenant improvement work (shopping centers, offices and warehouses where the taping contractor is working directly for the tenant) All other work 21.73 8.28 27.43 9.98 PAIN0016H 01/01/1999 Rates Fringes FRESNO, KINGS AND MADERA COUNTIES: DRYWALL TAPER 20.49 5.39 PAINTER 19.74 5.39 FOOTNOTES: Paperhangers, and work over 30 feet (does not include work from a lift): $0.50 per hour additional. Spray painters and sandblasters: $0.75 per hour additional. Lead paint abaters: $0.75 per hour additional. PAIN0016K 01/01/1999 FRESNO, KINGS, MADERA AND COUNTIES: SOFT FLOOR LAYER Rates 18.63 Fringes 4.09 PAIN0016N 07/01/1999 Rates Fringes MONTEREY, SAN BENITO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: I I I I r I I 1 i I I I i I I I I PAINTER: COMMERCIAL/INDUSTRIAL 23.55 8.29 PAIN0016Q 03/01/1999 CATAVERAS AND SAN JOAQUIN COUNTIES: Drywall Taper PAINTERS: Brush Sandblaster; Waterblaster; Steam cleaning Work with coal tar and exotic materials Rates Fringes 18.85 7.23 18.05 7.23 19.05 7.23 19.80 7.23 PAIN0016S 03/01/1999 Rates Fringes MARIPOSA, MERCED, STANISLAUS, AND-TOULUMNE COUNTIES: DRYWALL FINSHER 17.53 8:10 PAINTER: Brush Paperhanger; Spray & Sandblast Hazardous coating, application and removal 16.53 17.03 8.10 8.10 18.28 8.10 PAIN0169A 07/01/1999 Rates Fringes FRESNO, KINGS, MADERA, MARIPOSA AND MERCED COUNTIES: GLAZIER 23.55 7.97 FOOTNOTE: Welding in connection with glazing work: $1.00 per hour additional. PAIN0169E 07/01/1999 Rates Fringes ALAMEDA AND CONTRA COSTA COUNTIES: GLAZIER 28.15 9.91 PAIN0169I 07/01/1999 ALAMEDA AND CONTRA COSTA: SHOWER DOOR INSTALLER Rates Fringes 22.88 4.60 PAID HOLIDAYS: New Year's Day, President's Day, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Day after Thanksgiving, and 1 I 1 I I I I i 1 I 1 I I I I Christmas Day. PAIN0718B. 07/01/1999 SAN FRANCISCO AND SAN MATEO COUNTIES: GLAZIER Rates 28.17 Fringes 9.89 PAIN0767A 07/01/1999 Rates Fringes rATANERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: GT.A7IER 22.54 10.57 PAID HOLIDAYS: New Year's Day, Washington's Birthday, Memorial Day, Fourth of July, Labor Day, Thanksgiving Day, Day after Thanksgiving Day, and Christmas Day. FOOTNOTE: Work thirty (30) feet or over free fall: $0.60 per hour additional. PAIN1176A 04/01/1998 Rates Fringes PARKING LOT STRIPING/HIGHWAY MARKING: GROUP 1 & GROUP 4 22.21 6.36 GROUP 2 21.10 6.36 GROUP 3 & GROUP 5 18.88 6.36 Service Person (maintenance and repair of equipment) 13.33 5.87 Parking Lot, Game Court and Playground Installer 13.80 5.87 PARKING LOT STRIPING / HIGHWAY MARKING CLASSIFICATIONS GROUP 1: STRIPER: Layout and application of painted traffic stripes and marking; hot thermo plastic; tape traffic stripes and markings GROUP 2: TRAFFIC DELINEATING DEVICE APPLICATOR: Layout and application of pavement markers, delineating signs, rumble and traffic bars, adhesives, guide markers, other traffic delineating devices; includes all related surface preparation (sandblasting, waterblasting, grinding) as part of the application process GROUP 3: TRAFFIC SURFACE ABRASIVE BLASTER: Removal of traffic lines and markings; preparation of surface for coatings and traffic control devices GROUP 4: TRAFFIC PROTECTIVE DELINEATING SYSTEMS INSTALLER: Removes,relocates, installs permanently affixed roadside and parking delineation barricades, fencing, guard rail, cable anchor, retaining walls, reference signs, and monument markers GROUP 5: TRAFFIC CONTROLPERSON: Sole function is to control and direct traffic through both conventional and moving lane closures PAIN1237C 06/01/1999 Rates Fringes rAT,AVERAS, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: SOFT FLOOR LAYER 20.57 9.10 PAIN1621A 07/01/1999 Rates Fringes MONTEREY, SAN BENITO, SANTA CLARA. AND SANTA CRUZ COUNTIES: GLAZIER 29.07 8.99 PLAS0001D 06/28/1999 CEMENT MASONS: Cement mason Swing or slip form scaffolds; Mastic, magnesite, gypsum, epoxy, polyester, resin and all composition Rates Fringes 22.35 9.46 23.10 9.46 PLAS0066B 07/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, SAN MATEO AND SAN FRANCISCO COUNTIES: PLASTERER 26.86 10.05 FOOTNOTE: Plasterers operating and working behind plaster guns: $4.00 per day additional. PLAS0300A 07/01/1999 Rates Fringes FRESNO, KINGS AND MADERA COUNTIES: PLASTERER 19.58 7.20 SAN BENITO, SANTA CLARA AND SANTA CRUZ COUNTIES: PLASTERER 22.99 7.40 CALAVERAS AND SAN JOAQUIN COUNTIES: PLASTERER 20.98 8.50 MONTEREY COUNTY: PLASTERER 22.65 6.82 I 1 I I I I I I I r I I I 1 MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: PLASTERER 21.00 8.50 PLUM0036A 01/01/1999 CAT.AVERAS, STANISLAUS Rates Fringes FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, AND TUOLUMNE COUNTIES: PLUMBER & STEAMFITTER 27.79 9.19 PLUM0036C 01/01/1999 MONTEREY AND SANTA CRUZ COUNTIES: PLUMBER & STEAMFITTER Rates 27.29 Fringes 9.19 PLUM0036E 01/01/1999 FRESNO COUNTY: PIPE TRADES PERSON: Building construction only Rates Fringes 11.50 4.70 SCOPE OF WORK: Installation of corrugatedmetal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks;. Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flag person PLUM0036I 01/01/1999 MERCED COUNTY: PIPE TRADES PERSON: Rates Fringes I 1 I I I 1 I 1 I I I I Building construction only 11.50 4.70 SCOPE OF WORK: Installation of corrugated metal piping for drainage, as well as installation of corrugated metal piping for culverts in connection with storm sewers and drains; Grouting, dry packing and diapering of joints, holes or chases including paving over joints, in piping; Temporary piping for dirt work for building site preparation; Operating jack hammers, pavement breakers, chipping guns, concrete saws and spades to cut holes, chases and channels for piping systems; Digging, grading, backfilling and ground preparation for all types of pipe to all points of the jobsite; Ground preparation including ground leveling, layout and planting of shrubbery, trees and ground cover, including watering, mowing, edging, pruning and fertilizing, the breaking of concrete, digging, backfilling and tamping for the preparation and completion of all work in connection with lawn sprinkler and landscaping; Loading, unloading and distributing materials at jobsite; Putting away materials in storage bins in jobsite secure storage area; Demolition of piping and fixtures for remodeling and additions; Setting up and tearing down work benches, ladders and job shacks; Clean-up and sweeping of jobsite; Pipe wrapping and waterproofing where tar or similar material is applied for protection of buried piping; Flag person PLUN0038A 07/01/1999 SAN FRANCISCO COUNTY: PLUMBERS: Work on wooden frame structures 5 stories or less excluding high-rise buildings and commercial work such as hospitals, prisons, hotels and schools All other work LANDSCAPE/IRRIGATION FITTER Rates Fringes 28.50 38.00 17.35 18.42 27.32 10.15 PLUM0159A 07/01/1999 Rates Fringes CONTRA COSTA COUNTY: PLUMBERS & STEAMFITTERS: Work on apartments over 4 stories, and motels 24.51 All other work 32.61 8.79 13.39 PLUM0342A 07/01/1999 CONTRA COSTA COUNTY: STEAMFITTER Rates Fringes 34.01 12.89 I I I I 1 I I 1 i I r I I PLUM0342B 07/01/1999 ALAMEDA COUNTY: PLUMBER & STEAMFITTER Rates 34.01 Fringes 12.89 PLUM0355D 07/01/1999 Rates Fringes ALAMEDA, rAT,AVERAS, CONTRA COSTA, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SAN MATEO, SANTA CLARA, SANTA CRUZ, STANISLAUS, AND TUOLUMNE COUNTIES: LANDSCAPE FITTER; UNDERGROUND UTILITY WORKER 22.00 4.90 PLUM0393A 09/01/1998 SAN BENITO AND SANTA CLARA COUNTIES: PLUMBER & PIPEFITTER: Work on motels and hotels which do not exceed 4 stories in height, excluding garages and parking areas All other work Rates Fringes 20.64 5.30 39.32 10.47 PLUM0467A 07/01/1999 SAN MATEO COUNTY: PLUMBER; PIPEFITTER; STEAMFITTER REFRIGERATION & AIR CONDITIONING Rates Fringes 35.03 11.51 36.28 11.76 ROOF0027C 09/01/1999 Rates Fringes FRESNO, KINGS, AND MADERA COUNTIES: ROOFER 20.40 6.55 FOOTNOTE: Work with pitch, pitch base of pitch impregnated products or any material containing coal tar pitch, on any building old or new, where both asphalt and pitchers are used in the application of a built-up roof or tear off: $2.00 per hour additional. ROOF0040B 08/01/1999 SAN FRANCISCO & SAN MATEO COUNTIES: ROOFER Rates Fringes 21.47 10.57 1 1 1 1 I 1 1 1 1 I i i I 1 1 1 i ROOF00S1A 08/01/1999 AT,AMEDA AND CONTRA COSTA COUNTIES: ROOFER Rates Fringes 21.45 9.60 ROOF0081E 09/09/1999 Rates Fringes CAT,AVERAS, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: ROOFER 18.87 5.94 ROOF0095B 08/01/1996 Rates Fringes MONTEREY, SAN BENITO, SANTA CLARA, AND SANTA CRUZ COUNTIES: ROOFERS: Kettle person (2 kettles); Bitumastic, enameler, coal tar, pitch and mastic worker All other work 26.07 6.75 24.07 6.75 SFCA0483A 01/01/2000 Rates Fringes ALAMEDA, CONTRA COSTA, SAN FRANCISCO, SAN MATEO AND SANTA CLARA COUNTIES: SPRINKLER FITTER (FIRE) 34.59 11.20 SFCA0669K 04/01/1999 Rates Fringes ('AT,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, MONTEREY, SAN BENITO, SAN JOAQUIN, SANTA CRUZ, STANISLAUS AND TUOLUMNE COUNTIES: SPRINKLER FITTER (FIRE) 27.35 6.40 SHEE0104A 07/01/1999 ALAMEDA AND CONTRA COSTA COUNTIES: SHEET METAL WORKER (does not include metal deck and siding): Work on any multi -family dwelling over 4 stories that incorporates a separate and independent unit for heating and/or cooling purposes (excluding built-up central air Rates Fringes 1 i I 1 1 i 1 I I 1 r 1 1 handling systems) 30.25 12.06 Work on projects with an HVAC contract price of $270,000 equipped with packaged units or a unitary system; Also, tenant completion work extending from an existing trunk line or an existing water or air loop to registers and/or diffusers; Also, remodel or add-on contracts on existing facilities providing the contract price is $165,000 or less; Also, architectural sheet metal contracts of $100,000 or less; Also, pre-engineered and pre -manufactured siding 30.03 13.53 All other work 35.32 13.70 SHEE0104B 07/01/1999 MONTEREY AND SAN BENITO COUNTIES: SHEET METAL WORKER Rates Fringes 29.71 11.40 SHEE0104D 07/01/1999 Rates Fringes SAN MATEO COUNTY: SHEET METAL WORKER (does not include metal deck and siding): Work on any multi -family dwelling of 4 stories or more that incorporates a separate and independent unit for heating and/or cooling purposes (excluding built-up central air handling systems) 31.82 11.54 Work with an HVAC contract price of $250,000 equipped with packaged units or a unitary system; Also, tenant completion work extending from an existing trunk line or air loop to registers and/or diffusers; Also, remodel or add-on contracts on existing facilities providing the contract price is $150,000 or less; Also, architectural sheet metal contracts of $100,000 or less; Also, pre-engineered and pre -manufactured siding 32.67 11.94 All other work 36.14 12.68 1 1 I I I 1 a 1 1 I 1 i SHEE0104E 07/01/1999 Rates Fringes SAN FRANCISCO COUNTY: SHEET METAL WORKER (does not include metal deck and siding): Work on any multi -family dwelling of 4 stories or more that incorporates a separate and independent unit for heating and/or cooling purposes (excluding built-up central air handling systems) 32.02 11.41 Work with an HVAC contract price of $50,000 or less; Also, tenant completion work providing the contract price is $50,000 or less; Also, remodel or add-on contracts on existing facilities providing the contract price is $50,000 or less; Also, architectural sheet metal contracts of $100,000 or less; Also, pre-engineered and pre -manufactured siding All other work 34.74 12.77 35.74 13.27 SHEE0104G 07/01/1999 SANTA CRUZ COUNTY: SHEET METAL WORKER Rates 30.65 Fringes 10.46 SHEE0104H 07/01/1999 Rates Fringes SANTA CLARA COUNTY: SHEET METAL WORKER (does not include metal deck and siding): Work on any multiple family housing unit over 4 stories in height that incorporates a separate and independent unit for heating and/or cooling purposes (excluding built-up central air handling systems) 33.07 Work with an HVAC contract price of $250,000 equipped with packaged units or a unitary system; Also, tenant completion work extending from an existing trunk line or air loop to registers and/or diffusers; Also, remodel or add-on 11.03 1 1 1 I I contracts on existing facilities providing the contract price is $150,000 or less; Also, architectural sheet metal contracts of $100,000 or less; Also pre-engineered and pre -manufactured siding All other work 34.40 10.95 36.49 12.50 SHEE01040 07/01/1999 Rates Fringes ALAMEDA, CONTRA COSTA, MONTEREY, SAN BENITO, SAN FRANCISCO, SAN MATEO, SANTA CLARA AND SANTA CRUZ COUNTIES: SHEET METAL WORKERS: Metal deck and siding 27.44 11.80 SHEE0162A 07/01/1999 CALAVERAS AND SAN JOAQUIN COUNTIES: SHEET METAL WORKER Rates Fringes 21.46 10.23 SHEE0162C 07/01/1999 Rates Fringes MARIPOSA, MERCED, STANISLAUS AND TUOLUMNE COUNTIES: SHEET METAL WORKER (does not include metal deck and siding) 23.05 10.85 * SHEE0162D 06/01/1999 Rates Fringes FRESNO, KINGS, MADERA and TULARE COUNTIES: SHEET METAL WORKER 25.98 11.54 SHEE0162M 07/01/1999 Rates Fringes rAT,AVERAS, FRESNO, KINGS, MADERA, MARIPOSA, MERCED, SAN JOAQUIN, STANISLAUS AND TUOLUMNE COUNTIES: SHEET METAL WORKERS: Metal deck and siding 29.42 9.52 TPAM0094A 06/16/1999 TRUCK DRIVERS: GROUP 1 GROUP 2 GROUP 3 GROUP 4 Rates Fringes 21.06 21.36 21.66 22.01 11.46 11.46 11.46 11.46 I I 1 I 1 I I GROUP 5 22.36 11.46 FOOTNOTES: Articulated dump truck; Bulk cement spreader (with or without auger); Dumperete truck; Skid truck (debris box); Dry pre -batch concrete mix trucks; Dumpster or similar type; Slurry truck: Use dump truck yardage rate. Heater planer; Asphalt burner; Scarifier burner; Industrial lift truck (mechanical tailgate); Utility and clean-up truck: Use appropriate rate for the power unit or the equipment utilized. TRUCK DRIVER CLASSIFICATIONS GROUP 1: Dump trucks, under 6 yds.; Single unit flat rack (2 - axle unit); Nipper truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump truck (when flat rack truck is used appropriate flat rack shall apply); Concrete pump machine; Fork lift and lift jitneys; Fuel and/or grease truck driver or fuel person; Snow buggy; Steam cleaning; Bus or personhaul driver; Escort or pilot car driver; Pickup truck; Teamster oiler/greaser and/or serviceperson; Hook tender (including loading and unloading); Team driver; Tool room attendant (refineries) GROUP 2: Dump trucks, 6 yds. and under 8 yds.; Transit mixers, through. 10 yds.; Water trucks, under 7,000 gals.; Jetting trucks, under 7,000 gals.; Vacuum trucks, under 7,500 gals.; Single -unit flat rack (3 -axle unit); Highbed heavy duty transport; Scissor truck; Rubber -tired muck car (not self -loaded); Rubber -tired truck jumbo; Winch truck and "A" frame drivers; Combination winch truck with hoist; Road oil truck or bootperson; Buggymobile; Ross, Hyster and similar straddle carriers; Small rubber -tired tractor GROUP 3: Dump trucks, 8 yds. and including 35 yds.; Transit mixers, over 10 yds.; Water trucks, 7,000 gals. and over; Jetting trucks, 7,000 gals. and over; Vacuum trucks, 7,500 gals. and over; Trucks towing tilt bed or flat bed pull trailers; Lowbed heavy duty transport; Heavy duty transport tiller person; Self- propelled street sweeper with self-contained refuse bin; Boom truck - hydro -lift or Swedish type extension or retracting crane; P.B. or similar type self -loading truck; Tire repairperson; Truck repairperson; Combination bootperson and road oiler; Dry distribution truck (A bootperson when employed on such equipment, shall receive the rate specified for the classification of road oil trucks or bootperson); Ammonia nitrate distributor, driver and mixer; Snow Go and/or plow GROUP 4: Dump trucks, over 35 yds. and under 65 yds.; Water pulls - DW 10's, 20's, 21's and other similar equipment when pulling Aqua/pak or water tank trailers; Helicopter pilots (when transporting men and materials); DW10's, 20's, 21's and other similar Cat type, Terra Cobra, LeTourneau Pulls, Tournorocker, Euclid and similar type equipment when pulling fuel and/or grease tank trailers or other miscellaneous trailers GROUP 5: Dump trucks, 65 yds. and over; Holland hauler WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPF.ATS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 1 1 1 1 I 1 1 1 1 1 1 1 1 I i 1 1 1 i The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practicematerial, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION (f) (g) Any deduction requested by the employee to enable him to repay loans to or to purchase shares in credit unions organized and operated in accordance with Federal and State credit union statutes. Any deduction voluntarily authorized by the employee for the making of contributions to governmental or quasi -governmental agencies, such as the American Red Cross. (h) Any deduction voluntarily authorized by the employee for the making of contributions to Community Chests, United Givers Funds, and similar charitable organizations. (i) Any deductions to pay regular union initiation fees and membership dues, not including fines or special assessments: Provided, however, that a collective bargaining agreement between the contractor or subcontractor and representatives of its employees provides for such deductions and the deductions are not otherwise prohibited by law. (j) Any deduction not more than for the "reasonable cost" of board, lodging, or other facilities meeting the requirements of section 3(m) of the Fair Labor Standards Act of 1938, as amended, and Part 341 of this title. When such a deduction is made the additional records required under §516.27(a) of this title shall be kept. Section 3.6 Payroll deductions permissible with the approval of the Secretary of Labor. Any contractor or subcontractor may apply to the Secretary of Labor for permission to make any deduction not permitted under §3.5. The Secretary may grant permission whenever he finds that: (a) The contractor, or subcontractor, or any affiliated person does not make a profit or benefit directly or indirectly from the deduction either in the form of a commission, dividend, or otherwise; (b) The deduction is not otherwise prohibited by law; (c) The deduction is either (1) voluntarily consented to by the employee in writing and in advance of the period in which the work is to be done and such consent is not a condition either for the obtaining of employment or its continuance, or (2) provided for in a bona fide collective bargaining agreement between the contractor or subcontractor and representatives of its employees; and (d) The deduction serves the convenience and interest of the employee. Section 3.7 Applications for the approval of the Secretary of Labor. I:\MENGW_CONTRS\2000\FREMONT I\CONTRACT.DOC March 23, 2000 39